Loading...
HomeMy WebLinkAbout2025-04-22 City Commission Meeting Agenda Packet AGENDA DANIA BEACH CITY COMMISSION REGULAR MEETING TUESDAY, APRIL 22, 2025 - 7:00 PM ANY PERSON WHO DECIDES TO APPEAL ANY DECISION MADE WITH REGARD TO ANY MATTER CONSIDERED AT THIS MEETING OR HEARING WILL NEED A RECORD OF THE PROCEEDING, AND FOR SUCH PURPOSE MAY NEED TO ENSURE THAT A VERBATIM RECORD OF THE PROCEEDING IS MADE WHICH RECORD INCLUDES THE TESTIMONY AND EVIDENCE UPON WHICH THE APPEAL IS TO BE BASED. LOBBYIST REGISTRATION IS REQUIRED. PRIOR TO ENGAGING IN ANY LOBBYING ACTIVITIES, WHETHER OR NOT COMPENSATION IS PAID OR RECEIVED IN CONNECTION WITH THOSE ACTIVITIES, EACH LOBBYIST SHALL FILE WITH THE CITY CLERK AN ANNUAL REGISTRATION STATEMENT AND PAY AN ANNUAL TWO HUNDRED FIFTY DOLLARS ($250.00) REGISTRATION FEE FOR EACH PRINCIPAL OR EMPLOYER. REGISTRATION FORMS ARE AVAILABLE ON THE CITY WEBSITE: WWW.DANIABEACHFL.GOV. (ORDINANCE #2012-019; AMENDED BY ORDINANCE #2019-019) IN ACCORDANCE WITH THE AMERICANS WITH DISABILITIES ACT, PERSONS NEEDING ASSISTANCE TO PARTICIPATE IN ANY OF THESE PROCEEDINGS SHOULD CONTACT THE CITY CLERK'S OFFICE, 100 W. DANIA BEACH BOULEVARD, DANIA BEACH, FL 33004, (954) 924-6800 EXTENSION 3624, AT LEAST 48 HOURS PRIOR TO THE MEETING. IN CONSIDERATION OF OTHERS, WE ASK THAT YOU: A. PLEASE TURN CELL PHONES OFF, OR PLACE ON VIBRATE. IF YOU MUST MAKE A CALL, PLEASE STEP OUT INTO THE ATRIUM, IN ORDER NOT TO INTERRUPT THE MEETING. B. IF YOU MUST SPEAK TO SOMEONE IN THE AUDIENCE, PLEASE SPEAK SOFTLY OR GO OUT INTO THE ATRIUM, IN ORDER NOT TO INTERRUPT THE MEETING. DECORUM POLICY FOR MEETINGS OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: INDIVIDUALS WHO WISH TO MAKE ANY “CITIZEN’S COMMENTS” UNDER THAT PORTION OF THE CITY COMMISSION AGENDA, OR WHO OTHERWISE WANT TO ADDRESS THE CITY COMMISSION, MUST FIRST BE REGISTERED WITH THE CITY CLERK (FORMS ARE AVAILABLE OUTSIDE OF THE CITY COMMISSION CHAMBERS AND MUST BE GIVEN TO THE CLERK BEFORE THE MEETING). OTHERS WHO WANT TO ADDRESS THE COMMISSION ON ANY MATTERS MUST FIRST BE RECOGNIZED BY THE MAYOR. ALL SUCH PERSONS MUST USE THE PODIUM IN THE COMMISSION CHAMBER. NO MORE THAN ONE PERSON AT A TIME MAY ADDRESS THE COMMISSION FROM THE PODIUM. COMMENTS ARE ONLY TO BE MADE TO THE CITY COMMISSION AND ARE NOT TO BE DIRECTED TO THE AUDIENCE OR CITY STAFF. NO INDIVIDUAL SHALL MAKE ANY SLANDEROUS OR UNDULY REPETITIVE REMARKS, OR ENGAGE IN ANY OTHER FORM OF BEHAVIOR THAT DISRUPTS OR IMPEDES THE ORDERLY CONDUCT OF THE MEETING, AS DETERMINED BY THE MAYOR. NO INDIVIDUAL MAY SPEAK DIRECTLY TO OR ADDRESS THE MAYOR, CITY COMMISSIONER OR CITY STAFF: COMMENTS ARE TO BE ONLY DIRECTED TO THE COMMISSION AS A WHOLE. NO CLAPPING, APPLAUDING, HECKLING OR VERBAL OUTBURSTS IN SUPPORT OF OR OPPOSITION TO A SPEAKER OR HIS OR HER REMARKS SHALL BE PERMITTED. NO SIGNS OR PLACARDS SHALL BE PERMITTED IN THE COMMISSION CHAMBER. IF ANY PERSON’S CONDUCT AS DETERMINED BY THE MAYOR IS FOUND TO BE DISRUPTIVE OR INTERFERES WITH THE ORDERLY CONDUCT OF THE MEETING, THE PERSON MAY BE ASKED BY THE MAYOR TO LEAVE THE COMMISSION CHAMBERS; IF THE PERSON DOES NOT LEAVE AND THE CONDUCT PERSISTS, THE CITY POLICE DEPARTMENT WILL BE REQUESTED TO ESCORT THE INDIVIDUAL FROM THE CITY COMMISSION CHAMBERS. ALL CELLULAR TELEPHONES ARE TO BE SILENCED DURING THE MEETING. ALL PERSONS EXITING THE COMMISSION CHAMBER SHALL DO SO QUIETLY. (RESOLUTION #2020-032) 1. CALL TO ORDER/ROLL CALL 2. MOMENT OF SILENCE AND PLEDGE OF ALLEGIANCE 3. PRESENTATIONS AND SPECIAL EVENT APPROVALS Agenda – Dania Beach City Commission Tuesday, April 22, 2025 - 7:00 PM Page 2 of 6 1. Presentation by Broward County Animal Care on "Tags for Life" 2. Request for Proclamation Approval - Mental Health Awareness Month - May 2025 - Sponsored by Mayor Davis 4. PROCLAMATIONS 1. Frontline Worker Appreciation Month - May 2025 - Sponsored by Mayor Davis 5. ADMINISTRATIVE REPORTS 1. City Manager 2. City Attorney • Discussion relating to FS. 164 alternative dispute resolution process Coconut Creek and Deerfield Beach litigation against Broward County regarding Monarch Hill solid waste • Memorial Tree and Plaque for Tom Ansbro 3. City Clerk - Reminders - May 13, 2025 CRA Board Meeting - 6 p.m. - May 13, 2025 City Commission Meeting - 7 p.m. - May 27, 2025 City Commission Meeting - 7 p.m. 6. PUBLIC SAFETY REPORTS 7. CITIZENS' COMMENTS Addressing the Commission: A thirty (30) minute "Citizen Comments" period shall be designated on the agenda for citizens and interested persons to speak on matters whether or not scheduled on that day's agenda. Individuals wishing to speak on a matter not included on the "Public Hearing" section of the agenda, which matter pertains to an item before the City Commission which requires a decision of the City Commission, may do so by signing in and submitting a form to that effect with the City Clerk prior to the meeting. Speakers at Public Hearings shall also submit such a form. Each speaker shall be limited to 3 minutes for his or her comments. If more than ten (10) speakers express a desire to speak, the Commission shall determine on a meeting by meeting basis whether to (a) extend the time allotted for citizen comments to accommodate all speakers, or (b) whether to limit the number of speakers or amount of time per speaker. A speaker's time shall not be transferable to another speaker. 8. CONSENT AGENDA 1. Minutes: March 31, 2025 City Commission Meeting 2. Travel Requests: None 3. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, Agenda – Dania Beach City Commission Tuesday, April 22, 2025 - 7:00 PM Page 3 of 6 FLORIDA, APPROVING THE DESIGN AND FUNDING FOR THE SERVICE CLUB SIGN TO BE LOCATED ON THE SOUTH SIDE OF DANIA BEACH BLVD., BETWEEN NW 1ST AVE. AND SW 3RD AVE., WHICH SIGN SHALL COST FOURTEEN THOUSAND FIVE HUNDRED AND SIXTY-EIGHT DOLLARS AND SEVENTY-TWO CENTS ($14,568.72); PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE (Commissioner Ryan/Parks & Recreation) 4. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH GREENFIELDS OUTDOOR FITNESS, INC., FOR OUTDOOR FITNESS EQUIPMENT UNDER THE SOURCEWELL CONTRACT SOLICITATION NUMBER 010721-GRN IN AN AMOUNT OF ONE HUNDRED FORTY-SEVEN THOUSAND THREE HUNDRED TWENTY DOLLARS AND TEN CENTS ($147,320.10) FOR WILLIAM “BILL” HARRIS LINEAR PARK; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Parks & Recreation) 5. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, ESTABLISHING ITS INTENT TO REIMBURSE CERTAIN CAPITAL EXPENDITURES INCURRED IN CONNECTION WITH THE ACQUISITION, CONSTRUCTION, RENOVATION, AND EQUIPPING OF CERTAIN CAPITAL PROJECTS BY THE CITY, AS MORE FULLY DESCRIBED HEREIN, WITH PROCEEDS OF A FUTURE TAX-EXEMPT FINANCING; PROVIDING CERTAIN OTHER MATTERS IN CONNECTION THEREWITH; AND PROVIDING FOR AN EFFECTIVE DATE. (Finance) 6. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE CITY TO ENTER INTO AN AGREEMENT WITH AAA FLAG AND BANNERS MFG FOR LIGHT POLE BANNER PRODUCTION AND INSTALLATION AND TO EXCEED THE $50,000.00 (FIFTY THOUSAND DOLLAR) SINGLE VENDOR ANNUAL THRESHOLD FOR THE DURATION OF THE CONTRACT PERIOD; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Public Services) 7. RESOLUTION NO.2025- _______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE RETROACTIVE SECOND RENEWAL OF Agenda – Dania Beach City Commission Tuesday, April 22, 2025 - 7:00 PM Page 4 of 6 EMERGENCY DEBRIS REMOVAL AND DISPOSAL SERVICES CONTRACTS FOR PRIMARY, SECONDARY AND TERTIARY SERVICES WITH BERGERON EMERGENCY SERVICES, CUSTOM TREE CARE, INC. AND KDF ENTERPRICES, LLC, RESPECTIVELY; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Public Services) 8. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AN INTERLOCAL AGREEMENT (“ILA”) FOR OPTIONAL SERVICES WITH BROWARD COUNTY RELATING TO SERVICES FOR THE NATURESCAPE IRRIGATION SERVICE AND RESIDENTIAL IRRIGATION REBATE PROGRAMS AUTHORIZING BROWARD COUNTY TO CONDUCT SPECIFIC TECHNICAL ACTIVITIES REQUIRED AS PART OF LANDSCAPE AND IRRIGATION SYSTEM EVALUATIONS IN AN AMOUNT NOT-TO-EXCEED SEVENTY-FIVE THOUSAND ONE-HUNDRED FIFTY-SEVEN DOLLARS AND TWENTY CENTS ($75,157.20) OVER THE NEXT FIVE-AND-ONE-HALF YEARS (5.5); PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Public Services) 9. RESOLUTION 2025-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO AUTHORIZE PROFESSIONAL ENGINEERING DESIGN SERVICES PROVIDED BY KIMLEY- HORN AND ASSOCIATES, INC (KHA) FOR THE NAUTILUS ISLE OUTFALL PENETRATION SERVICES IN THE AMOUNT OF EIGHTY-SIX THOUSAND TWO HUNDRED FORTY-FIVE DOLLARS($86,245.00); PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Public Services) 10. RESOLUTION NO. 2025-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO AUTHORIZE PROFESSIONAL ENGINEERING DESIGN SERVICES PROVIDED BY KIMLEY- HORN AND ASSOCIATES, INC (KHA) FOR STREETSCAPE BEAUTIFICATION PROJECT ON NW 1ST STREET, FROM BRYAN ROAD TO STATE ROAD 5/US 1, IN THE AMOUNT OF FOUR HUNDRED TWENTY-EIGHT THOUSAND TWO HUNDRED EIGHTY-EIGHT DOLLARS AND FORTY-SIX CENTS ($428,288.46); PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Public Services) 9. BIDS AND REQUESTS FOR PROPOSALS Agenda – Dania Beach City Commission Tuesday, April 22, 2025 - 7:00 PM Page 5 of 6 1. A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE RANKING OF CONSULTING FIRMS THAT RESPONDED TO REQUEST FOR QUALIFICATIONS (“RFQ”) NO. 25-004 ENTITLED “RESILIENCY PLAN (RE-ISSUED)”, AND SELECTING CHEN MOORE & ASSOCIATES, INC. AS THE FIRST RANKED FIRM PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Community Development) 10. QUASI-JUDICIAL & PUBLIC HEARING ITEMS 1. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE SITE PLAN (SP-016-22), SPECIAL EXCEPTION (SE-017-22), DESIGN VARIATIONS (OT-055-23, OT-057-23), AND TWO VARIANCES (VA-054-23 AND VA-020-24) SUBMITTED BY THE OWNER 380 DANIA PLAZA LLC FOR THE PROPERTY GENERALLY LOCATED AT 380 S. FEDERAL HIGHWAY, IN THE CITY OF DANIA BEACH, PROVIDING FOR CONDITIONS; CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Community Development) 11. FIRST READING ORDINANCES: None First reading ordinances under this section are not subject to public hearing and may be taken all at once, unless pulled by the City Commission. A public hearing and discussion will take place at second reading of all ordinances within its respective section of the agenda. 12. SECOND READING ORDINANCES 1. ORDINANCE NO. 2025-______ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, TO AMEND CHAPTER 28, OF THE “LAND DEVELOPMENT CODE”, OF THE CITY’S CODE OF ORDINANCES BY AMENDING ARTICLE 105, ENTITLED “USE REGULATIONS FOR RESIDENTIAL AND OPEN SPACE ZONING DISTRICTS”, AT SECTION 105-160, ENTITLED “ACCESSORY BUILDINGS AND STRUCTURES”, CREATING SECTION 105-260, ENTITLED “ACCESSORY DWELLING UNITS”; AMENDING ARTICLE 725, ENTITLED “DEFINTIONS” AT SECTION 725-30, ENTITLED “TERMS DEFINED”; AMENDING ARTICLE 230, ENTITILED “SPECIAL FLOOR AREA, BUILDING DIMENSION AND BUILDING SIZE STANDARDS,” AT SECTION 230-50, ENTITLED “MAXIMUM ALLOWABLE FLOOR AREA FOR ACCESSORY Agenda – Dania Beach City Commission Tuesday, April 22, 2025 - 7:00 PM Page 6 of 6 BUILDINGS AND STRUCTURES IN THE E-1, RS-18000, RES-12000, RS-8000, NBHD-RES, RMH, AND RD-8000 DISTRICTS”; AND AMENDING SECTION 230- 40, ENTITLED “MINIMUM FLOOR AREAS FOR DWELLINGS AND LODGING UNITS" IN ORDER TO DEFINE “ACCESSORY DWELLING UNITS”, AND TO CREATE REGULATIONS AND DESIGN GUIDELINES FOR ACCESSORY DWELLING UNITS; PROVIDING FOR CONFLICTS; SEVERABILITY; CODIFICATION; AND PROVIDING FOR AN EFFECTIVE DATE. (Community Development) 13. DISCUSSION AND POSSIBLE ACTION 1. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF DANIA BEACH AND LAWRENCE BARRY BROWN, FOR THE PURCHASE OF THE PARCEL KNOWN AS THE “M.C. FROST HOME”, LOCATED AT 400 SOUTH FEDERAL HIGHWAY, DANIA BEACH, FLORIDA; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (City Manager/City Attorney) 2. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, CREATING THE CITY COMMISSION A SPENDING POLICY AND PROCEDURE FOR BUDGETED EVENTS OUTSIDE OF COMMUNITY GRANTS OR DISCRETIONARY FUNDS POLICIES; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Sponsored by Commissioner Lewellen) 3. Follow-Up Discussion Regarding the Broward County Aviation Department's Airport Noise Abatement Committee - City Clerk 14. APPOINTMENTS: None 15. COMMISSION COMMENTS 16. ADJOURNMENT CITY OF DANIA BEACH OFFICE OF THE CITY MANGER 100 West Dania Beach Blvd ∙ Dania Beach, FL 33004 ∙ (954) 924-6800 ∙ (954) 921-2604 (fax) MEMORANDUM Date: April 22, 2025 To: Mayor Joyce L. Davis Vice Mayor Marco A. Salvino, Sr. Commissioner Lori Lewellen Commissioner Luis Rimoli Commissioner A. J. Ryan IV From: Ana M. Garcia, ICMA-CM, City Manager Subject: Manager’s Report The Greater Ft. Lauderdale Alliance Leadership trip to Boston from April 6-9th exceeded my expectations. Thank you for your support. I have attached as back up key information on both groups I participated in and the key leaders and visionaries of Boston we met with. We have great opportunities in the areas of Community Development via zoning, P3’s, and augmenting our vision with more outside the box initiatives. I will be sharing with our City Team and fully baking some ideas to present to the City Commission. Further cementing relationships and getting to know more of Broward’s key players such as State Representative Chip La Marca, Airport CEO Mark Gale, CEO and Port Director Joe Morris, COO of the Florida Panthers Bryce Hollweg and my colleagues from Hollywood, Miramar, and Coconut Creek was and is extremely advantageous to us as we look for partnerships and opportunities! Kudos to Bob Swindell and his team at Greater Ft. Lauderdale Alliance on planning and executing an ambitious yet successful endeavor. Highlights of the trip include the P3 with the City of Boston Transit Oriented Development (TOD) and New Balance that has created a thriving City within a City with additional partnerships with the Boston Bruins hockey team, and the Boston Celtics basketball team. This project is a mixed-use district of innovation and performance. Keith Craig, the President of the New Balance Development Group who led this interactive/ walking session was a wealth of information. We met with the Principal of Samuels and Associates Peter Sougarides, a true visionary who focuses on transforming long underutilized areas into vibrant spaces as he did with “The Fenway” project. I have considered inviting Peter to come to Dania Beach and assess the opportunities in our Downtown core, particularly our Federal Highway corridor, a priority of our City Commission and my Administration. I had the pleasure of meeting David Colella, the Managing Director of the Colonnade Boston, who takes personal responsibility and customer service to new heights, a focus of this Administration here in Dania Beach. We are always looking to see how we raise the bar for the benefit of our residents and business partners. See included a note that Hotel Director Colella has placed in every room of the Hotel. We are looking to see how we can create a brief note or letter welcoming new residents and new businesses from our Mayor and Commission where they are informed as to who their City Manager is with key contact numbers, DAD schedule, etc. I am thinking we can have this initiative sponsored by a local business or restaurant so it’s at no cost to us or perhaps as an E-message. It could be a win-win as enhancing and augmenting communication is a mutual priority of our City Commission and Administration. The Blue’s and BBQ DAD event was another huge success, Kudos to all, particularly Marketing and Parks and Recreation’s special events division. We continue to raise the bar and develop our Team via our “Culture” of emphasizing professional development and seizing all training and educational opportunities, and the results are tangible and measurable. In 2019 when I became your City Manager, we had 1 certified Parks and Recreation Professional. As of April of 2025, we now have 5 Certified Parks and Recreation Professionals on our Team with our newly promoted Deputy Manager Anthony Ifedi receiving his professional designation joining Cassi, Franky, Rafael and Ashley. Beyond proud of my Parks Team as I know all of you are as well. With your priority in safety, we continue to raise the bar and implement new standards for safety and security. This Saturday, our newly hired Risk Manager Wayne Fletcher joined me at DAD to assess the event and look for opportunities. Included is the report he presented to Linda Gonzalez and me on Monday morning. On Friday, April 11th, we held a conference call with some of our key players to discuss proactive efforts as the result of our Risk Manager’s and our Chief HR Officer’s assessment of after-hour activity at City Hall and our observation and findings at Chester Byrd Park. Cassi is augmenting the staff visits at Chester Byrd Park, additionally both our Captain and our Deputy City Manager have come up with a new plan for Chester Byrd and Linda has implemented an after-hours safety plan for employees leaving City Hall. See attached plans of action. Safety is our number one priority hence you can always expect an extremely proactive response and approach to dealing with and mitigating risks. On the morning of April 2nd, Mayor Davis, Candido and I met with Baldwyn English a senior executive at FPL. The bottom line is that we can anticipate a substantial rate increase. The Florida Public Service Commission would need to approve the rate increase, but it is expected to be approved. On the afternoon of April 2nd, Yeimy Guzman, and Candido joined me for a meeting with Sheriff’s Tony’s executive command Team. They briefed us on the challenges BSO is facing retaining and recruiting motivated and dedicated individuals. They are competing with Miami Dade (now with an elected Sheriff) and Palm Beach who has approved a hefty salary increase. BSO’s preliminary proposal will increase our budget for Law Enforcement and Fire by approximately $4.5 to $5 million per year. We will be proactively negotiating. On Monday April 14th, I met with our CFO Yeimy Guzman at length to discuss what she is already communicating to all department directors that Fiscal Year 2026 will be a very challenging year. Rest assured Mayor, Vice Mayor, and Commissioners we are up for the challenge. We have proven leadership with the knowledge and experience to carry us through the challenging times ahead. Cutting costs, generating revenues and continuing to think outside the box is the game plan as well as a priority. The timing of our Strategic Master Plan will certainly help us achieve our objectives. CITY OF DANIA BEACH HUMAN RESOURCES DEPARTMENT MEMORANDUM DATE: April 14, 2025 TO: Ana M. Garcia, ICMA-CM, City Manager FROM: Linda Gonzalez, SPHR, SHRM-SCP – Chief Human Resources Officer LG RE: Human Resources and Risk Management Report The following is a summary of last month's Human Resources and Risk Management activities. Posted (5) • Summer Camp Counselors (2) • Deputy Director, Finance • Beach Lifeguard (PT)(2) Interview/Offer Process (7) • Assistant Project Manager • Lead Beach Maintenance Worker (Internal) • Maintenance Worker II • Marketing Communications Intern • Beach Ranger (PT) • Beach Ranger • Equipment Operator I (Beach) Background Process (14) • Service Worker II • Lifeguard (OC) • Recreation Assistant (OC) • Recreation Assistant • Beach Lifeguard (OC) • Recreation Coordinator II – Administration • Transit Coordinator • Specialist, Permit Services • Technician, Utility Customer Services • Summer Camp Counselor (5) Recent Hires/Status Changes (7) • Code Compliance Officer • Office Manager • Park Ranger (PT) • Recreation Assistant (PT) • Public Services Administrator (Promotion) Page 2 of 3 • Service Worker II (Promotion) • CIP and Grant Administrator (Promotion) We are continuing our recruiting efforts to fill our vacant positions and expect to hire fourteen (14) candidates who are currently at various stages of the background process. We have had a strong focus on target recruiting to give some of our hard to fill jobs more visibility. This includes marketing to our networking channels such as LinkedIn, Pipeline via our Attract Tool and specialized industry organizations. On April 16, Travis Campbell, our Talent Acquisition Specialist and Rafael Acosta, Recreation Manager, Parks and Recreation will be attending a Career Fair at Sheridan Technical College. This is a great opportunity for us to highlight the job opportunities for students in the trades programs offered at the schools. Training and Development On April 1, our Chief Human Resources Officer presented the second and last session of our HR Management Training, which covered a range of important topics, including compliance with labor laws, performance management, recruitment, critical city policies, and addressing employee retention challenges. The feedback received was very positive. On April 10 and 14, we hosted two new training sessions facilitated by Shani Lenard, a new trainer, a highly experienced organizational development and human resources leader in the private and public sectors. These two interactive sessions focused on Building Stronger Teams and enhancing Teamwork and Collaboration Skills. These are hands-on sessions which emphasize practical techniques that can be directly applied to make work more efficient, cohesive, and enjoyable. This feedback was overwhelmingly positive from the participants. We are preparing for the Annual Procurement Training on April 21 and 22 in collaboration with the Procurement Office. These two sessions will cover essential topics, including our procurement policy, P- Card usage guidelines, and best practices for vendor relations. Risk Management, Wellness and Safety Our Risk Manager has now visited all City facilities and has made several recommendations to improve the safety of team members and residents. He is also reviewing all risk safety training materials and documents and safety procedures and policies. Risk Management coordinated the quarterly Safety and Wellness Committee meeting held on March 27. The meeting covered a diverse range of topics crucial for maintaining a safe and healthy environment and building a culture of safety and included BSO. The Risk Manager met with our insurance broker, Michele Martin, Sr. Vice President at Brown and Brown, to start discussions about the City’s upcoming insurance renewals and are working to create new insurance requirement guidelines for the City’s contract . The Risk Manager also met with Lauren Quinto, Safety Risk Management Consultant at Public Risk Underwriters of Florida to discuss safety education and give her a brief tour of Dania Beach. Page 3 of 3 Compensation and Benefits On April 17, we will be hosting a Thriving Thursday session which will now include a new service, On Spot Dermatology, a mobile dermatology clinic that will be parked outside City Hall. We have completed our review of data received from the annual (Public Employers Personnel Information Exchange) PEPIE survey; this is a statewide municipal salary survey which includes salary data from close to 100 municipalities across Florida. The information in the survey was used to review our current pay plan. We are now in the process of implementing job ranges changes for a few positions. We held our first collecting bargaining session with AFSCME on March 27. The second session will be held on April 17 (which was rescheduled at the union’s request). The City presented proposals at the first session and looks forward to receiving feedback from AFSCME We are preparing for our second “Take Our Children to Work” on April 24 at IT Parker Community Center. We are prepared for a fun and immersive day with the participants where they will be able to engage in Workshops and Presentations. Continuous Improvement Projects We are currently researching succession planning vendors/software tools to include in our budget for the upcoming year and to accomplish our goal outlined in the Strategic Initiative. We have completed our kickoff call with the JDXpert software solutions team. This initiative is to work towards creating and maintaining our job descriptions in one centralized database solution, which integrates with our Talent Management system. 1 CITY OF DANIA BEACH PARKS AND RECREATION DEPARTMENT MEMORANDUM DATE: April 15, 2025 TO: Ana M. Garcia, ICMA-CM, City Manager FROM: Cassi Waren, CPRP, Parks & Recreation Director SUBJECT: Parks and Recreation Updates Parks and Recreation Department Updates Project updates Project Updates: • CW Thomas Park – The CW Thomas Park continues to move along quickly. The construction of the building is 55% complete. Roofing in underway, plumping, electrical, HVAC installation is ongoing. All concrete flooring slabs are complete. Water, sewer taps, and drainage are complete until the old community center is demolished and the football field construction starts. The installation of the exterior glass curtain wall should begin at the end of April. The pool building shell is almost complete and the constructor should be pouring the pool concrete the end of April. The pad for the outdoor basketball is ready for asphalt and the court construction is taking place. The ground has been graded for the playground installation and construction is to begin the week of April 7th. 2 • Mullikin Park – Construction of Mullikin Park is nearing completion. We are wrapping up the final items, lights, additional fencing and mulch. The ribbon cutting is scheduled for April 23rd at 4:30pm. • Olsen Middle School – Design is ongoing. Staff is working with the school board to begin the process for the addendum to the license agreement to incorporate Building 3 at Olsen Middle School into the agreement. • Chester Byrd Park – Staff has provided procurement with the document to put out the RFQ for the design services of the project. The bid should open the week of April 7th. • PJ Meli Park – Bermello Ajamil is working on the design of the park. Staff held a meeting to provide more direction based on conceptual renderings of the building on April 1st. The bid for the Construction Manager at Risk is open and closes on April 11th. The Dania After Dark series wrapped up on Saturday, April 12th with the Blues and BBQ event. The event was a great success. The Dania After Dark event series continues to grow and provides a modern, vibrant experience for all! We look forward to kicking off the next series with Oktoberfest on October 11th. Staff are preparing for the annual Spring Egg Hunt on Saturday, April 19th at 10am at Frost Park. March was a busy month for Ocean Rescue, recording the highest attendance rate ever on the beach with 81,345 based on lifeguard attendance estimates. Four new on-call lifeguards who have been onboarded are going through their 48-hour USLA Training and will be ready to sit in towers in early April. Lifeguards have had an increase in incidents with patrons attempting to drive their vehicles on the beach. Ocean Rescue Report: • Rescues – 1 • Medical – 2 • Law Enforcement Calls – 0 • Missing Person – 1 • Wildlife or Domestic Rescue – 2 Parks and Recreation staff partnered with the Dan Marino Foundation to offer Autism Awareness Training to Recreation Staff. 9 staff have attended the training thus far with 6 additional staff attending the training at the end of this month. The goal of staff attending this training to provide them with the tools necessary to ensure our programs can be as inclusive as possible. Summer Camp registration has kicked off. Registration has started off smoothly. Frost Park and PJ Meli Camps are sold out. CW Thomas has eight participants registered. Jr. Lifeguard Camp week one is four participants away from being sold out, week two is half full and week three and four registrants are slowly coming in for. CW Thomas staff began a new community program called Checkmate Academy where participants come together to learn strategies and play chess. PJ Meli will be kicking off a new youth program called Sweet Creations in May and the first session is sold out. Ongoing programs: • Rising Stars at CW Thomas Park, Frost Park and PJ Meli Park • FitFusion at CW Thomas Park • Hip Hop and Contemporary Dance at CW Thomas Park 3 • Tint Tots at CW Thomas Park • Gracefully Aging at CW Thomas Park • Grooving Gourmets at CW Thomas Park • Gaming Club at CW Thomas Park • Domino Club at CW Thomas Park • YAC at PJ Meli Aquatic Complex • Tot Time at PJ Meli Park • Karate at PJ Meli Park • Swim Team at PJ Meli Park • Waterpolo at PJ Meli Park • Social Seniors at PJ Meli Park • Kreation Station at Frost Park • Sew Kreative at Frost Park Registration has opened for the 2025 Dolphin Football and Cheer program. Athletic Programs (ongoing/upcoming): • Football at Frost Park • Tarpons Soccer at Frost Park • Adult Kickball at PJ Meli Park • Lil Sluggers at PJ Meli Park • Lacrosse Clinics starting March 1st Staff continues to evaluate the current and new programs to ensure we are offering the best programs for our community for all ages. Be on the lookout for new programming rolling out in the next couple of months. CITY OF DANIA BEACH MARKETING AND COMMUNICATIONS DIVISION MEMORANDUM DATE: April 15 , 2025 TO: Ana M. Garcia, ICMA-CM, City Manager FROM: Nannette Rodriguez, Director of Marketing and Communications SUBJECT: Marketing and Communications Division Report The City’s website, social media, digital signs and Cable TV Channel 78 continue to be updated with relevant, new and important information. Media support is provided to all City departments and their projects. There is an ongoing effort to enhance digital communications and engagement by implementing best practices. Below are the latest activities from mid -March to mid -April 2025: Projects • Video Production Coordinated and filmed Mayor on the Move at Mullikin Park, including scripting and video review. Recorded and finalized the Earth Day promo video. Produced promotional videos for Blues & BBQ, Spring Egg Hunt, Arbor Day, and multiple athletic park programs. And, finalized Wine and Seafood Festival recap video. • Event Support & Marketing Materials Developed materials for Dania After Dark: Blues and BBQ, Earth Day, Arbor Day, Spring Egg Hunt, Day of Prayer, 5K Walking Club, Vendor Workshop, and holidays . Provided support for Lucky Fish Ribbon Cutting, Patch Garden Ribbon Cutting, and BSO Sky Towers. Produced and distributed materials for new smart meters launch, including website updates and mail inserts. Internal events: pizza party, Take Kids to Work Day and Thriving Thursday. • Community Engagement: Dania Beach Teen Club sock donation drive supporting BSO’s Homeless Outreach Program. Love mural unveiling. Promotions for CORE program launched. • Website & Digital Communication Led Web Evolve stakeholder sessions and continuously coordinating department website edits to meet content migration deadlines. • Publications: Finalized and submitted the Pioneer newsletter for printing and mailing. Producing draft concepts for Ledger. • News & Media Relations: Blues & BBQ, Earth Day, Spring Egg Hunt and Arbor Day coverage in multiple media outlets. Analytics • Email campaigns: Emails sent: 8,030; Open rate: 58%; Click rate: 3% • Facebook: Reach, 46,738; Profile impressions, 97,340; New followers, 162; Followers, 10,838Post engagement rate, 11.36% • Instagram: Profile impressions, 29,469; Reach, 30,382; Page visits , 2.7K; New Followers, 599; Followers, 10,434; Post engagement rate, 4.95% • X: Followers, 2,937; Post impressions, 410; Post engagement rate, 2.69% • YouTube: Channel views, 1.3K; Subscribers, 613 • LinkedIn: Followers, 1,437; New Followers, 31; Page views, 294 • Everbridge: Community subscribers: 5,476; Alert Dania Beach subcribers:233; Dania Events subscribers: 128 CITY OF DANIA BEACH PUBLIC SERVICES DEPARTMENT MEMORANDUM FJR/fjr \continued… DATE: April 22, 2025 TO: Ana M. Garcia, ICMA-CM, City Manager VIA: Candido Sosa-Cruz, ICMA-CM, Deputy City Manager FROM: Fernando J. Rodriguez, Public Services Director CC: Sean Schutten, P.E., Deputy Director/City Engineer RE: PUBLIC SERVICES DEPARTMENT ACTIVITIES – April 1 to April 21, 2025 Provided below is a summary of the main PSD project activities for roughly the past four weeks: Departmental Staffing – Administration – Several recruitment efforts have been under way for the past two and a half months to fill a number of important vacancies in the administrative ranks. Of four vacancies, three have been filled in the month of April, as summarized below: CIP and Grants Administrator PS Administrator (formerly office manager) Transit Coordinator Recruitment in progress: Assistant Project Manager Women’s Club Historic Restoration - The project’s specifications have been finalized and the bid process is expected to start in late April. Work should begin before the end of May. SW 34th Court Drainage Project - Work is expected begin in June, with substantial completion by the end of the year. Ocean Park Restrooms – These new, fully updated restrooms on the north end of the park will replace the restrooms adjacent to the sand. The permit granting process involves an environmental component, and FDEP will be providing technical information on the specification requirements. Bidding and start of construction expected in the first quarter of 2026. PUBLIC SERVICES ACTIVITIES April 1 to April 21, 2025 Date: April 22, 2025 FJR/fjr Stormwater Master Plan (SWMP) – Chen Moore and Associates (CMA) provided draft plan document in late February, followed by initial PSD comments in mid-March. By the end of April, PSD and CMA will meet to discuss next steps, including planning and prioritization of generated projects to be started in the coming months and likely into the coming years. SE Drainage Project – The project’s Phase I construction continues to proceed smoothly. The 12 injection wells will be substantially completed during April. Phase II’s pre-bid meeting occurred in April, with the bid opening set for May 8. Construction on this phase is expected to begin in June. GRANTS FDOT- Highway Beautification Grant – In September, PSD submitted two Highway Beautification Grant applications to help fund the Corridor Landscaping Improvements on East Dania Beach Blvd. The City was notified on January 9, 2025 that both grants totaling $224,000 have been awarded! The City formally accepted the grants in January, and had a Phase 2 kick-off meeting with FDoT and the consultants in March to outline to project schedule. Design is to be completed in two parts: Phase 2A by July 28, 2025, and Phase 2B by 1/26/2026. House Appropriations Committee – Community Project Funding – The City is in the process of submitting two (2) projects for Federal funding from the House Appropriations Committee. The first is for the rehabilitation of Lift Station No. 12 in the amount of $1,000,000. The second is for the Ocean Park Restroom facility in the amount of $1,000,000. The grant requests are to be submitted by April 18th. FDOT – NW 1st Street Streetscape Beautification – This grant is for design services for the streetscape beautification project. The agreement with the consultant, Kimley Horn, has been reviewed and accepted by FDOT and will be awarded on the April 22, 2025 Commission Meeting. The design phase is required to be completed by December 31, 2025. Page 2 of 2 CITY OF DANIA BEACH BROWARD SHERIFF’S OFFICE (BSO) EXTERNAL MEMORANDUM DATE: April 14, 2025 TO: Ana M. Garcia, ICMA-CM, City Manager VIA: Candido Sosa-Cruz, ICMA-CM, Deputy City Manager FROM: Sergio Pellecer, District Fire Chief RE: Dania Beach Memo to City Manager ____________________________________________________________________________ Please see the requested information below concerning the March 19, 2025 through April 14, 2025, of the meetings and day to day operations for the BSO Fire Rescue and Emergency Service in Dania Beach: • Daily morning BSO conference calls – Department Head direction for the day. • Daily monitoring of Fire Stations and personnel safety – Review Calls and Operations. • Coffee with the District Chief – Tabletop talk with Station 1-17 crews. • Agenda reviews team conference calls. • Agenda reviews with Commissioners. • Dania Beach Commission Meeting • BSO Ops Conference call with District Chiefs – Daily morning operations review. • Fire Station #1 Hardening Grant –The City Team continues to work on Roof and Generator is at the plans review process, extensions for grants filed – This is still on going as of 04/14/2025. Project to be completed by December 31, 2026 • Station 1 New Ceiling Tile replacement by City Team – This project is still ongoing as of 04/14/2025. • Fire Truck (Quint 17 FRES2265) our ladder truck is being refurbished at Georgia Ten8 facility. Expected completion December 2025, to be back in service January 2026. • Fire Safety Inspections station 1 and 17 • Continued CASS Reaccreditation preparation Fire Station 1 and 17 scheduled on-site visit May 2025 • City Emergency Plan review process started. • New Commercial Washing machine replaced at Fire Station 1 • Fire Station 17 Pride project – Painting Common areas. CITY OF DANIA BEACH BROWARD SHERIFF’S OFFICE (BSO) EXTERNAL MEMORANDUM • Statewide Emergency Management Meeting with FDEM • Patch Ribbon Cutting • Lucky Fish Ribbon Cutting Training during this period – • Coffee Break / Kitchen Table talk with crews at Fire Station 1 and 17 • Company training – Professional Development • Pre-Fire plans by Station 1 and 17 • Hydrant Maintenance Station 1 and 17 • Fire Hose packing and deployment training Station 1 and 17 at Hollywood Fire Academy • Bi-Annual Bunker Gear Wash • 80 Hour Lieutenant Training • Hurricane Preparedness Survey Station 1 and 17 • E1 fire crew participated at Hollywood Fire academy training new recruits Class 25-01 Community Outreach & Life Safety Educator March 2025 Activities • Fire Station 17 Tour by Championship Academy of Distinction • EMS Detail for Dania After Dark Blues & BBQ Date Event Attendance Age 03/05– 03/07/2025 National CPS Technician 16 Adult (18+) DW 03/06/2025 Dania Beach Senior Meeting 100+ 55+ 03/19– 03/21/2025 National CPS Technician Training 15 Adult (18+) 04/05/2025 Coloring Outside the Lines 16 7-18 04/06/2025 Dan Marino Foundation 300 Child – Adult 04/08/2025 Urban Family Gardening 5 Adult 18+ CITY OF DANIA BEACH BROWARD SHERIFF’S OFFICE (BSO) EXTERNAL MEMORANDUM Fire Mashal March 2025 Activities Plans Reviewed 38 Annuals 190 BTRs 10 No Access 27 Vacant 19 Complaint 9 1st Reinspection 9 2nd Reinspection 0 3rd (or more) Reinspection 0 Permit Inspections 43 Total Inspections 264 FY Annuals % Complete 43.8% Fires March 2025 Date Time Incident Number District/Location 03/31/2025 5:21 PM FDN25033100002056 01J 321 South FEDERAL Highway Dania Beach CITY OF DANIA BEACH BROWARD SHERIFF’S OFFICE (BSO) MEMORANDUM DATE: April 14th, 2025 TO: Ana M. Garcia, ICMA - CM, City Manager FROM: Jason Tarala, Captain/Chief - Broward Sheriff’s Office RE: Dania Beach Monthly Memo to City Manager – March/April 2025 Below are the monthly crime reports for part 1 crimes from 3/16/2025 to 4/12/2025: Notable Increases/Decreases When compared to the previous report: • Overall, part 1 crimes increased by 14% • Auto thefts decreased approximately 29% • Burglaries increased by 11% • Residential burglaries decreased by more than half • Robberies increased • Total thefts increased by 31% Total Arrests • 93 arrests made by Road Patrol • 9 arrests made by the Crime Suppression Team • 28 arrests made by Criminal Investigations Notable Arrests/Initiatives • Two juveniles were arrested after damaging the parking garage spray painting the wall in Dania Pointe. • Additional arrests were made relating to retail thefts at Hobby Lobby, BrandsMart, the Nike Clearance Store, Ulta Beauty, and Shoe Carnival. • A suspect was charged with fraud after deceiving a customer out of $26,000. • A victim received several text messages, threatening him and his family’s life. The suspect was charged and arrested. • An adult suspect was arrested for child abuse after beating up two minors. • The suspect was arrested for dating violence. After he was released, he sent a sexually explicit video of her to another person. He was re-arrested and charged with sexual cyber harassment. • A suspect was charged with theft and fraud after purchasing expensive furniture with a worthless personal check. 3/16/2025 – 4/12/2025 108 Proactive Enforcement Overall, 7 felony and 2 misdemeanor arrests were made by Crime Suppression Team detectives. Suspects were arrested for being in possession of a stolen vehicle, sexual battery with a deadly weapon, and narcotics. Additional arrests were made relating to suspects trespassing in Dania Pointe. A firearm, oxycodone tablets, and 60 grams of cannabis were also recovered during the past month. CST detectives have also been dedicating additional time to assisting road patrol deputies and CI detectives with taking domestic violence offenders into custody. Motors/Commercial Vehicle Enforcement • Between Dania Beach motor units and road patrol deputies, 327 warnings and citations were issued during the last four weeks. • Units continued their enforcement efforts along Griffin Rd and 600 NW 10th St, to prevent Uber and Lyft drivers from parking/standing for extended periods of time. • School zones near SE 5th Ave and Dania Beach Blvd continue to be regularly monitored for speeding violations. • Speed trailers and message boards remain deployed throughout the city. Numerous new, stationary LPRs have also been installed. Homeless Outreach Team • A homeless woman was homeless for approximately four months after leaving an abusive relationship. She had no friends or family in the area, and she had trouble obtaining a job due to having only one arm. Homeless Outreach deputies provided her with basic toiletries, and resources for reconnecting with family outside the area. A family member in Seattle agreed to take her in. The Broward County Multi Agency Homeless Taskforce (MAHT) agreed to cover the costs for her transportation. Additionally, she was provided with groceries, clothes, and toiletries to make the four-day trip. • A homeless man has tried for months to find affordable housing. Homeless Outreach deputies were able to secure a room in Lauderhill, where he can stay as long as he needs. His pet is also allowed to stay with him. He will be provided with meals, cleaning supplies, and a case manager. • Encampments were located at the following addresses and removed – o FEC railroad tracks and 4th Ave o SW 42nd Ave and Griffin Rd o The Dania cut off canal along Old Griffin Rd • Ongoing patrols continue at city parks and City Hall. Neighborhood Support Team (NST) Follow-Up/Directives/Initiatives BSO vs City of Dania Beach – April 4, 2025 – BSO vs City of Dania Beach inaugural softball game was held at PJ Meli Park at 6:00pm. All attendee’s advised that they had a great time participating in the game. Plans are already underway for a re-match. Coloring Outside the Lines is a Fine Art – April 5, 2025 – BSO NST Unit held the Annual Autism Painting event. Attendees got the opportunity to paint with BSO Deputies & BSO FIRE. They also had the chance to interact with “BUG” the BSO Fire K-9, along with a personal tour of the fire truck. Dan Marino Family Fun Day – April 6, 2025 – BSO NST attended the Dan Marino Autism Family Fun Day at Dania Pointe. The event had several hundred attendee’s and provided a plethora of resources for individuals with Autism. Meetings Zoom/In Person • March 18, 2025 – Soleste Seaside – 11:00am • March 19, 2025 – Drowning Prevention Task Force – 9:30am • March 19, 2025 – Dania Beach Woman’s Club – 12:00pm • March 19, 2025 – Estates of Ft Lauderdale POA Meeting – 7:00pm • March 20, 2025 – Gracefully Aging – 10:00am • March 20, 2025 – C.O.P. Monthly Meeting – 5:00pm • March 27, 2025 – Dania Beach Safety Committee Meeting – 10:00am • April 9, 2025 – Dania Beach Chamber Meeting – 11:30am • April 10, 2025 – C.O.P. Monthly Meeting – 5:00pm BROWARD SHERIFF’S OFFICE CITY OF DANIA BEACH CALLS FOR SERVICE – 240 ZONE 3/16/2025 – 4/12/2025 THERE WERE A TOTAL OF 260 CALLS FOR SERVICE FOR 240 ZONE WITHIN THE LAST FOUR WEEKS. THERE WERE A TOTAL OF 14 PART 1 CRIMES FOR 240 ZONE WITHIN THE LAST FOUR WEEKS. THERE WERE A TOTAL OF 34 NOISE COMPLAINTS FOR ALL ZONES WITHIN THE LAST FOUR WEEKS. CITY OF DANIA BEACH FINANCE DEPARTMENT MEMORANDUM TO: FROM: DATE: SUBJECT: Ana M. Garcia, ICMA-CM, City Manager. Megan Jelaso, Revenue Accountant April 15, 2025 Finance Monthly Report – March 2025 Please find attached the month Finance report. Highlights of the report include the following: Revenues •Building Fund Revenues •Pier Revenue •Beach Parking Revenue •Marina Revenues •Commercial Solid Waste Hauler Franchise Fees Capital Projects •Master Capital projects Schedule to include Grants Information Technology •Online Credit Card Payments •Beach Camera Views •Website Visits by Device •Commission Meeting Views •Number of Citywide Phone Calls •Number of E-Bill Users by Month •Kiosk collections Business Tax Receipt Activity •Out of Business/Inactive •New Applications Utility Reports •Delinquency Report •Meter Replacement Reports •Aging Report Contingency and Fund Balance Estimate Building Fund Collections Building Fund - thru March 2025 2021/22 2022/23 2023/24 2024/25 Monthly October 1,144,624 613,610 272,140 120,615 November 107,616 183,413 742,357 110,166 December 1,142,811 1,267,607 343,469 210,595 January 146,194 193,243 175,715 198,574 February 490,813 588,953 258,034 203,711 March 281,847 202,690 159,520 476,218 April 283,429 356,512 175,277 May 226,093 153,965 421,096 June 399,287 181,738 191,611 July 132,426 212,528 288,360 August 755,979 767,780 2,087,847 September 1,003,182 202,415 209,254 Total 6,114,301 4,924,453 5,324,681 1,319,879 2021/22 2022/23 2023/24 2024/25 Cumulative October 1,144,624 613,610 272,140 120,615 November 1,252,240 797,023 1,014,498 230,781 December 2,395,051 2,064,630 1,357,967 441,376 January 2,541,246 2,257,873 1,533,681 639,950 February 3,032,058 2,846,825 1,791,716 843,661 March 3,313,906 3,049,515 1,951,236 1,319,879 April 3,597,334 3,406,027 2,126,512 May 3,823,427 3,559,992 2,547,608 June 4,222,715 3,741,730 2,739,219 July 4,355,140 3,954,258 3,027,579 August 5,111,119 4,722,038 5,115,426 September 6,114,301 4,924,453 5,324,681 Annual Goal 4,741,977 4,868,000 5,191,000 - 500,000 1,000,000 1,500,000 2,000,000 2,500,000 Do l l a r s Monthly Building Fund Collections 2021/22 2022/23 2023/24 2024/25 - 1,000,000 2,000,000 3,000,000 4,000,000 5,000,000 6,000,000 7,000,000 Do l l a r s Building Fund Collections - Cumulative Y-T-D 2021/22 2022/23 2023/24 2024/25 Pier Revenues Pier Revenues - thru March 2025 2021/22 2022/23 2023/24 2024/25 Monthly October 52,575 50,313 51,495 79,614 November 45,411 43,917 49,561 72,745 December 52,271 50,942 45,928 73,627 January 45,906 58,345 52,190 86,644 February 308,830 294,357 259,466 95,845 March 59,863 73,487 66,698 101,540 April 59,852 63,945 63,244 May 55,621 60,688 62,991 June 56,858 60,003 64,114 July 66,152 71,604 70,205 August 52,975 58,871 64,092 September 50,426 60,849 65,294 Total 906,740 947,320 915,279 510,017 Balance includes true-up for the annual rent of the Quarterdeck based on the lease agreement. 2021/22 2022/23 2023/24 2024/25 Cumulative October 52,575 50,313 51,495 79,614 November 97,986 94,229 101,056 152,359 December 150,257 145,171 146,984 225,986 January 196,163 203,516 199,174 312,631 February 504,993 497,873 458,640 408,476 March 564,856 571,360 525,338 510,017 April 624,708 635,305 588,583 May 680,329 695,993 651,574 June 737,187 755,996 715,688 July 803,339 827,600 785,894 August 856,314 886,471 849,985 September 906,740 947,320 915,279 Annual Budget Goal 844,816 937,301 942,488 925,209 - 50,000 100,000 150,000 200,000 250,000 300,000 350,000 Do l l a r s Monthly Pier Collections 2021/22 2022/23 2023/24 2024/25 - 100,000 200,000 300,000 400,000 500,000 600,000 700,000 800,000 900,000 1,000,000 Do l l a r s Pier Collections - Cumulative Y-T-D 2021/22 2022/23 2023/24 2024/25 Parking Fee Collections Beach Parking - thru March 2025 2021/22 2022/23 2023/24 2024/25 Monthly October 101,582 130,026 203,967 143,031 November 75,146 95,694 156,460 146,923 December 102,321 104,713 115,640 125,726 January 91,751 164,030 162,393 150,948 February 107,375 102,648 179,664 225,332 March 145,848 209,333 294,283 331,815 April 183,397 172,853 308,344 May 210,704 197,957 307,252 June 188,603 188,603 206,128 July 224,411 219,627 269,299 August 171,951 197,119 185,189 September 134,616 151,776 204,001 Total 1,737,704 1,934,380 2,592,620 1,123,776 2021/22 2022/23 2023/24 2024/25 Cumulative October 101,582 130,026 203,967 143,031 November 176,728 225,720 360,427 289,954 December 279,049 330,433 476,068 415,680 January 370,800 494,463 638,460 566,629 February 478,175 597,111 818,125 791,961 March 624,023 806,444 1,112,407 1,123,776 April 807,420 979,297 1,420,751 May 1,018,123 1,177,255 1,728,003 June 1,206,726 1,365,857 1,934,131 July 1,431,138 1,585,485 2,203,430 August 1,603,088 1,782,604 2,388,619 September 1,737,704 1,934,380 2,592,620 Annual Budget Goal 1,347,086 1,558,354 1,800,000 2,500,000 - 50,000 100,000 150,000 200,000 250,000 300,000 350,000 Do l l a r s Monthly Beach Parking Collections 2021/22 2022/23 2023/24 2024/25 - 500,000 1,000,000 1,500,000 2,000,000 2,500,000 3,000,000 Do l l a r s Beach Parking Collections - Cumulative Y-T-D 2021/22 2022/23 2023/24 2024/25 Marina Fee Collections Marina Fees - thru March 2025 2021/22 2022/23 2023/24 2024/25 Monthly October 115,264 110,239 117,540 110,024 November 117,663 116,542 121,509 116,103 December 116,830 120,621 126,034 110,921 January 106,673 124,885 123,519 165,987 February 104,605 113,849 120,277 111,553 March 111,125 117,710 114,070 80,864 April 112,170 119,728 114,246 May 102,373 124,138 117,832 June 106,001 122,027 124,132 July 104,000 126,485 122,421 August 108,096 123,889 125,237 September 106,418 124,369 121,769 Total 1,311,218 1,444,481 1,448,584 695,451 2021/22 2022/23 2023/24 2024/25 Cumulative October 115,264 110,239 117,540 110,024 November 232,927 226,781 239,049 226,127 December 349,758 347,402 365,082 337,048 January 456,431 472,287 488,602 503,035 February 561,036 586,135 608,878 614,587 March 672,161 703,845 722,948 695,451 April 784,330 823,574 837,194 May 886,703 947,711 955,026 June 992,704 1,069,738 1,079,158 July 1,096,704 1,196,223 1,201,579 August 1,204,800 1,320,112 1,326,815 September 1,311,218 1,444,481 1,448,584 Budget Goal 1,290,768 1,339,555 1,398,942 1,655,620 - 20,000 40,000 60,000 80,000 100,000 120,000 140,000 160,000 180,000 Do l l a r s Monthly Marina Fee Collections 2021/22 2022/23 2023/24 2024/25 - 200,000 400,000 600,000 800,000 1,000,000 1,200,000 1,400,000 1,600,000 Do l l a r s Marina Fee Collections - Cumulative Y-T-D 2021/22 2022/23 2023/24 2024/2025 Annual Budget 1,095,000.00$ City of Dania Beach Commercial Solid Waste Report FY 2024-2025 Payments Received Waste Hauler Choice Waste AKA Waste Connections Waste Management All Service Refuse AKA Republic Services S & S National Waste AKA Bicon, Inc. Panzarella Waste & Recycling Services Great Waste COASTAL WASTE & RECYCLING INC Tropical Sanitation Inc General Fund 75.00 75.00 - 75.00 75.00 75.00 - 1,000.00 1,000.00 - 1,000.00 1,000.00 1,000.00 - Monthly Activity Oct -$ 35,091.25$ 9,383.63$ - 1,715.74$ -$ 9,686.41$ - 55,877.03$ Nov 6,577.06 35,229.82 11,163.01 - 1,474.14 5,681.23 9,988.33 - 70,113.59 Dec 3,175.51 34,742.21 10,021.23 - 1,519.15 6,378.93 7,678.71 - 63,515.74 Jan - 37,108.84 10,569.28 - 1,359.45 -5,452.87 - 54,490.44 Feb 6,531.41 35,456.19 11,477.32 - 1,808.55 2,546.17 7,965.12 - 65,784.76 Mar 3,179.99 37,896.94 10,642.19 - 1,100.49 - 7,532.53 - 60,352.14 Apr - May - Jun - Jul - Aug - Sep - 19,463.97$ 215,525.25$ 63,256.66$ -$ 8,977.52$ 14,606.33$ 48,303.97$ 370,133.70$ Annual Permit Fee Monthly Franchise Permit Application Fee Total Mo. Franchise Choice Waste AKA Waste Connections Waste Management All Service Refuse AKA Repucblic Services S & S National Waste AKA Bicon, Inc. Panzarella Waste & Recycling Services Great Waste COASTAL WASTE & RECYCLING INC Solid Waste Fund Oct -11,697.08$ 3,127.88$ - 571.91$ -3,228.81$ - 18,625.68$ Nov 2,192.36$ 11,743.27$ 3,721.00$ - 491.38$ 1,893.74$ 3,329.45$ - 23,371.20$ Dec 1,058.50$ 11,580.74$ 3,340.41$ - 506.38$ 2,126.31$ 2,559.57$ - 21,171.91$ Jan -$ 12,369.61$ 3,523.09$ - 453.15$ -$ 1,817.63$ - 18,163.48$ Feb 2,177.14$ 11,818.73$ 3,825.78$ - 602.85$ 848.73$ 2,655.04$ - 21,928.27$ Mar 1,060.00$ 12,632.31$ 3,547.40$ -$ 366.83$ -$ 2,510.84$ - 20,117.38$ Apr -$ May -$ Jun -$ Jul -$ Aug -$ Sep -$ 6,488.00$ 71,841.74$ 21,085.56$ -$ 2,992.50$ 4,868.78$ 16,101.34$ 123,377.92$ 27,026.97$ 288,441.99$ 84,342.22$ -$ 13,045.02$ 20,550.11$ 65,480.31$ 498,886.62$ Monthly Franchise Total Mo. Franchise Total Receipts City of Dania Beach: Master Capital Projects Summary as of 05-31-2024 Project Name Project Number Revenue Source Original Budget Grant Award Cash Match Budget Amendments Total Budget Allocation Total Expenses & Encumbrances FY 23-24 Carryforward Amount Project Phase/ Status Anticipated Completion Date Grant Expiration Stormwater Fund SE Stormwater II PS-SW-0010 SRF Loan, Stormwater 6,126,822 - - 865,440 6,971,318 (850,593) 6,120,725 Construction Neighborhood Drainage Improvement Surtax, Stormwater 1,170,960 - - 3,000,000 4,170,960 (3,018,832) 1,152,128 Construction SW 37th Terrace Drainage Improvement PS-SW-0070 Stormwater 1,200,000 375,000 375,000 1,200,000 1,200,000 (1,097,830) - Completed/Waiting on Grant Reimbursement 9/30/2026 SW 54th Court Drainage Improvement PS-SW-0050 Stormwater 1,200,000 350,000 350,000 1,200,000 1,200,000 (1,010,092) - Completed/Waiting on Grant Reimbursement 9/30/2026 SW 43rd Terrace Stormwater Improvement PS-SW-0040 Transportation Surtax, Stormwater 2,297,468 2,076,876 220,592 - 2,297,468 (2,300,699) (3,231) Construction - Grant Revenue Received Nov 2023 Citywide Stormwater Master Plan/CDBG Mitigation PS-SW-0080 Stormwater, CDBG-MIT - 795,000 265,000 16,535 1,076,535 (1,045,940) 30,595 Design PJ Meli Drainage Project Stormwater 247,340 - - - 247,340 (247,340) - Construction Total Stormwater Fund Projects 9,842,590 2,871,876 485,592 3,881,975 14,763,621 (7,463,404) 7,300,217 Water Fund NW 1st Ave Water Main Stirling-City Hall N/A Water 431,730 - - - 431,730 (48,549) 383,183 Design AMI Water Meter System Water 265,540 - - - 265,540 (265,540) - Design Total Water Fund Projects 697,270 - - - 697,270 (314,089) 383,183 Sewer Fund Lift Rehabs 5,7,10 PS-SU-0010 Sewer 1,137,594 - - (9,607) 1,127,987 (1,007,274) 120,713 Construction SCADA System PS-SU-0011 Sewer 257,715 - - 13,620 271,335 (271,335) - Construction Inflow and Infiltration Mainline Repairs Project Sewer 2,041,450 - - 2,041,450 (2,041,450) Construction HMGP Lift Stations PS-SU-0021 HMGP 499,800 9,369,678 404,918 - 10,274,395 (10,274,395) 123,375 Construction 9/30/2026 Lift Station Mitigation Phs III FDEP 8,339,000 4,169,500 4,169,500 - 8,339,000 - 8,339,000 Construction 9/30/2026 Total Sewer Fund Projects 12,275,559 13,539,178 4,574,418 4,013 22,054,167 (13,594,454) 8,583,088 Pier Fund Pier Refurbishing PS-BP-0040, PS- BP-0041 Pier, GF Loan 500,000 - - 1,818,188 2,318,188 (2,320,746) (2,558) Construction Total Pier Fund Projects 500,000 - - 1,818,188 2,318,188 (2,320,746) Grants Fund Fire Rescue - Station #1 PS-PB-0020, PS- PB-0021 HMGP, City Match - 812,850 270,150 - 1,083,000 (232,280) 850,720 Construction 7/31/2024 City Hall Wind Retrofit and Generator PS-BP-0010, PS- BP-0011 HMGP - 2,405,500 - - 2,405,500 (222,300) 2,183,200 Design 6/30/2024 CDBG 48th Year Solar Lights NA CDBG 177,575 24,000 - 201,575 - 177,575 Design 9/30/2023 HMGP Hardening Grant Police Generator NA HMGP 264,000 - - - 264,000 (19,450) 236,000 Design 5/31/2024 Mullikin Park NA FDEP 312,623 250,000 200,000 300,000 612,623 (69,163) 543,461 Design 6/30/2025 Watershed Master Plan Grant NA FEMA 100,000 25,000 75,000 100,000 - (50,000) 50,000 9/30/2024 Vulnerability Assessment NA FDEP 95,500 95,500 - - 95,500 - 95,500 NA Total Grants Fund Projects 949,698 3,588,850 569,150 400,000 4,662,198 (593,192) 4,136,456 Capital Projects Fund Southeast 5th Avenue Crosswalk PS-RB-0031 Capital 200,000 - - - 200,000 (80,500) 119,500 Construction Nyberg Swanson / Women's Club PS-PB-0040, PS- PB-0041 Capital 2,500,000 - - 647,987 3,147,987 (1,659,133) 1,488,854 Construction Solar Street Lighting PS-RB-0040, PS-RB-0041, PS-RB- 0042, PS-RB-045 Capital, Bank Loan 1,305,462 - - 1,600,000 2,905,462 (1,625,394) 1,280,068 Construction Oasis XV - Capital Fund N/A Capital 270,000 - - - 270,000 - 270,000 NA Sidewalk Masterplan Tier 1 N/A Capital, ARPA, GF 400,000 - - 422,604 822,604 (822,604) 0 Construction Roadway and Median Electrical N/A Capital 200,000 - - 575,000 1,475,000 (507,027) 967,973 Construction Beach Revitalization Phase II PS-BP-0050, PS- BP-0052 Capital 925,000 - - 801,798 1,726,798 (1,304,709) 422,089 Construction City Hall Restrooms PS-PB-0055 Facilities 188,654 - 188,654 (209,154) - Construction City of Dania Beach: Master Capital Projects Summary as of 05-31-2024 Project Name Project Number Revenue Source Original Budget Grant Award Cash Match Budget Amendments Total Budget Allocation Total Expenses & Encumbrances FY 23-24 Carryforward Amount Project Phase/ Status Anticipated Completion Date Grant Expiration IT Parker Community Center Renovations ITPCC 2023 Facilities, Flood Insur. Proceeds, Fund Balance 125,000 830,671 955,671 (955,671) - Construction CW Thomas Park Phase I N/A Bank Loan, Capital 18,100,000 - - 6,042,980 24,227,452 (1,542,073) 22,950,885 Construction Corridor Master Plan N/A Capital 788,000 - - - 788,000 - 788,000 Design Olsen Middle School N/A Capital 500,000 - - - 500,000 - 500,000 Design Boisy Waiters Park Master Plan N/A Capital 100,000 - - - 100,000 - 100,000 Design City Hall Park N/A Capital 150,000 - - - 150,000 (26,500) 123,500 Construction City Hall Modernization Project N/A Capital 200,000 - - - 200,000 (166,690) 33,310 Design LPR System N/A Capital 600,000 - - - 600,000 (574,125) 25,875 PJ Meli Improvement - Aquatic Center Master Plan Capital 1,000,000 - 1,000,000 - 1,000,000 EOC Building Project Capital 454,449 - 454,449 (404,449) 50,000 Total Capital Projects Fund 27,552,116 - - 10,921,040 39,257,628 (9,473,578) 30,120,055 Upcoming Projects Beachside Restroom Improvement PS-BP-0015 Capital 2,000,000 Planning Bus Stop Improvements PS-RB-0110 Capital 90,000 Planning Neighborhood Water Line Replacement PS-WU-0060 Water 203,000 Planning Water Plant Chemical Feed Area PS-WU-0070 Water 150,000 Planning Tiger Tail Horizontal Well/Hydraulic Modeling PS-WU-0052 Water Planning Wells G&I Rehabilitation PS-WU-0053 Water 100,000 Planning Dune Design Segment III Beach Nourishment PS-BP-0051 Capital 20,900 Design Corridor Landscape Master Plan PS-RB-0090 Capital 788,000 Design NW/SW 1st Street Water Main PS-WU-0020, PS- WU-0021 Water 500,000 Design Water Plant Accelator Cleaning PS-WU-0030 Water 100,000 Design SW 52nd Street Drainage Improvement PS-SW-0041 Stormwater 1,200,000 Resilient FL RFP Fuel Facility Improvements PS-PB-0060 Capital 50,000 Construction NW 1st St Streetscape PS-RB-0070 Capital 250,000 RFQ West Wing Life Safety PS-PB-0051 Capital Construction Median/Poles Electrification PS-RB-0080 Capital 500,000 Construction Tidal Valves - Stormwater System PS-SW-0100 Stormwater 250,000 On Hold FPL Service Laterals to Lights PS-BP-0023 Capital On Hold SW 34th Terrace Improvement PS-SW-0060 Stormwater 750,000 On Hold SeaTech Parking Garage PS-BP-0053 Capital 1,200,000 On Hold 8,151,900 - - - - - - # of Pymts $ Value # of Pymts $ Value # of Pymts $ Value October 6 $557 November 3 $215 December 2 $4,000 2 $173 January 13 $1,545 February 12 $978 2024-2025 March 1 $30 4 $1,273 2023-2024 April 4 $142 2022-2023 May 3 $176 June 10 $4,323 1 $4 July 1 $2,000 1 $50 August 3 $150 September 4 $226 FY 2023 FY 2024 FY 2025 $0$500$1,000$1,500$2,000$2,500 $3,000$3,500$4,000$4,500$5,000 CivicOptimize Gen Acct CD and JustFOIA FY 2023 $ Value FY 2024 $ Value FY 2025 $ Value # of Pymts $ Value # of Pymts $ Value # of Pymts $ Value October 12 $26,300 19 $71,675 November 21 $41,105 13 $47,330 December 6 $9,330 25 $77,085 January 19 $44,995 22 $79,600 February 9 $26,465 25 $69,500 March 9 $25,630 24 $69,365 2023-2024 April 9 $38,255 2022-2023 May 17 $68,375 2024-2025 June 18 $54,575 July 5 $9,740 18 $47,175 August 8 $19,610 25 $57,400 September 6 $12,030 17 $59,485 $41,380 $499,090 $414,555 FY 2023 FY 2024 FY 2025 0 10,000 20,000 30,000 40,000 50,000 60,000 70,000 80,000 90,000 Credit Cards Cemetery FY 2023 $ Value FY 2024 $ Value FY 2025 $ Value FY 2025 # of Pymts $ Value # of Pymts $ Value # of Pymts $ Value October 158 $7,720 112 $4,547 141 $7,334 November 71 $3,359 46 $1,562 74 $3,333 December 27 $1,048 36 $1,284 37 $1,503 January 26 $1,332 23 $615 31 $1,616 February 30 $1,241 19 $851 23 $979 March 20 $1,096 18 $802 26 $1,225 2022-2023 April 13 $604 19 $663 2023-2024 May 10 $267 21 $888 2024-2025 June 10 $385 9 $208 July 9 $198 2 $0 August 2 $0 20 $310 September 115 $6,191 162 $8,089 FY 2023 FY 2024 0 1,000 2,000 3,000 4,000 5,000 6,000 7,000 8,000 9,000 Online Credit Card Payments- Beach Parking Permits FY 2024 # of Pymts $ Value # of Pymts $ Value # of Pymts $ Value October 1,806 $581,381 1,756 $419,523 1,799 $631,937 November 1,626 $436,666 1607 $477,225 1698 $490,381 December 1,720 $563,383 1644 $575,861 1676 $453,598 January 1,851 $576,388 1580 $403,966 1814 $559,003 February 1,727 $529,750 1461 $393,924 1586 $466,879 March 399 $159,173 1883 $624,708 1673 $524,878 2023-2024 April 6 $300 1558 $415,006 1696 $514,951 2021-2022 May 0 $0 1635 $502,840 1705 $482,818 2022-2023 June 0 $0 1771 $486,384 1890 $677,359 July 0 $0 2003 $522,805 1956 $509,105 August 0 $0 1919 $591,853 1745 $44,810 September 0 $0 1748 $475,765 1953 $648,891 FY 2022 FY 2023 $0 $100,000 $200,000 $300,000 $400,000 $500,000 $600,000 $700,000 $800,000 Online Credit Card Payments -Utilities FY 2024 # of Pymts $ Value # of Pymts $ Value # of Pymts $ Value October 31 $1,115,216 November 30 $749,206 December 31 $908,920 January 31 $1,351,246 February 28 $911,799 2024-2025 March 31 $448,959 31 $1,090,436 2023-2024 April 30 $724,743 2025-2026 May 30 $1,159,841 June 30 $584,435 July 31 $1,062,320 August 31 $1,020,856 September 30 $715,255 Report is Financial activity summary Pull information from "Net Financial Activity" FY 2025 FY 2026 0 200,000 400,000 600,000 800,000 1,000,000 1,200,000 1,400,000 1,600,000 Tyler Payment FY 2024 # of Pymts FY 2025 # of Pymts FY 2026 # of Pymts FY 2025 FY 2026 FY 2027 # of Pymts $ Value # of Pymts $ Value # of Pymts $ Value October November December January February March April May June July August September $0 $0 $0 $1 $1 $1 $1 CivicRec FY 2025 $ Value FY 2026 $ Value FY 2027 $ Value FY 2025 FY 2024 # of Pymts $ Value # of Pymts $ Value # of Pymts $ Value October 300 $12,087 305 $10,189 293 $18,293 November 244 $11,481 219 $10,420 188 $11,802 December 255 $14,157 218 $11,389 184 $10,643 January 238 $18,397 266 $11,741 228 $13,489 February 382 $21,671 201 $11,951 215 $12,691 2024-2025 March 435 $33,319 422 $31,083 339 $29,674 2023-2024 April 377 $59,880 229 $54,344 2022-2023 May 315 $21,926 147 $11,025 June 168 $13,708 216 $16,773 July 183 $3,038 125 $6,317 August 233 $9,575 242 $15,031 September 218 $7,421 240 $11,545 FY 2023 0 5,000 10,000 15,000 20,000 25,000 30,000 35,000 40,000 RecDesk FY 2025 $ Value FY 2024 $ Value FY 2023 $ Value FY 2025 FY 2024 FY 2023 October 185,800 91,738 113,900 November 86,300 81,622 128,500 December 83,000 103,235 78,800 January 78,000 85,760 75,900 February 73,100 85,861 79,200 March 108,200 67,008 105,100 April 69,102 115,900 May 66,040 84,300 June 70,024 74,100 July 79,388 67,100 August 100,130 67,700 September 123,562 86,599 0 20000 40000 60000 80000 100000 120000 140000 160000 180000 200000 Beach Camera Views FY 2025 FY 2024 FY 2023 FY 2025 FY 2024 FY 2023 October 351 369 396 November 197 444 238 December 173 475 270 January 404 719 494 February 594 632 424 March 442 491 531 April 231 471 May 618 505 June 391 508 July 331 321 August 250 501 September 378 499 YouTube Channel 0 100 200 300 400 500 600 700 800 Commission Meeting Views FY 2025 FY 2024 FY 2023 1st Q 2023 1st Q 2024 1st Q 2025 2nd Q 2023 2nd Q 2024 2nd Q 2025 3rd Q 2023 3rd Q 2024 3rd Q 2025 4th Q 2023 4th Q 2024 4th Q 2025 Desktop 42.5%44.7%39.0%40.5%43.7%40.9%44.1%39.7%38.8%41.4% Smartphone 55.3%53.4%57.9%57.4%54.4%56.6%54.0%57.3%47.9%55.9% Tablet 2.2%1.8%2.3%2.1%1.9%2.0%1.6%2.3%7.3%2.3% Other 0.0%0.6%0.0%0.5%0.0%0.7%20.0%0.1% Website Visit by Device Type Comparison 0.0% 10.0% 20.0% 30.0% 40.0% 50.0% 60.0% 70.0% 1s t Q 2 0 2 3 1s t Q 2 0 2 4 1s t Q 2 0 2 5 2n d Q 2 0 2 3 2n d Q 2 0 2 4 2n d Q 2 0 2 5 3r d Q 2 0 2 3 3r d Q 2 0 2 4 3r d Q 2 0 2 5 4t h Q 2 0 2 3 4t h Q 2 0 2 4 4t h Q 2 0 2 5 Website Visit by Device Type Comparison FY 2025 FY 2024 FY 2023 October 13,174 11,286 9,789 November 10,591 10,370 9,564 December 10,419 8,932 8,197 January 11,291 10,820 9,543 February 10,664 11,612 9,338 March 11,721 11,703 10,946 April 11,869 10,851 2024-2025 May 12,087 10,489 2023-2024 June 11,809 12,351 2022-2023 July 12,019 10,843 August 11,919 11,775 September 11,293 9,897 NUMBER OF CITY-WIDE PHONECALLS 0 2000 4000 6000 8000 10000 12000 14000 Number of e-bill users by month FY 2025 FY 2024 FY2023 October 1078 922 804 November 1107 929 805 December 1125 939 818 January 1183 948 835 February 959 848 March 1243 979 861 April 988 873 May 999 June 1008 890 July 1019 886 August 1026 901 September 1051 910 0 200 400 600 800 1000 1200 1400 Incremental E-bill Accounts Number of e-bill users by month FY 2025 Number of e-bill users by month FY 2024 Number of e-bill users by month FY2023 Kiosk FY 2025 FY 2024 FY 2023 October 15,527.43$ 14,452.23$ 10,067.50$ November 18,366.36$ 11,121.83$ 11,339.44$ December 14,241.27$ 11,401.43$ 12,409.30$ January 14,970.22$ 12,953.63$ 11,856.78$ February 63,105.28$ 15,069.97$ 11,856.78$ March -$ 12,091.93$ 11,032.47$ April -$ 10,302.51$ 7,514.64$ May -$ 12,472.31$ 11,120.90$ June -$ 15,266.47$ 12,405.61$ July -$ 14,865.64$ 10,289.44$ August -$ 14,014.91$ 10,380.86$ September -$ 13,041.75$ 11,842.84$ FY 2023 FY 2024 FY 2025 $- $5,000.00 $10,000.00 $15,000.00 $20,000.00 Kiosk FY 2025 FY 2024 FY 2023 Out of Business/Inactive # of BTRs Dollar Amount Total Out of Business/Inactive 0 New Approved Applications # of BTRs Dollar Amount 2750 GRIFFIN HOLDINGS LLLP 1 1,244.50$ ALANT REAL ESTATE LLC 1 31.50$ CARMEL KOSHER LLC 1 611.75$ CCO BOAT CLUB DANIA LLC 1 13.00$ DAIMZ LLC 1 131.25$ DANIA NAIL & SPA 1 572.50$ DB QOZB LLC 1 63.00$ DOMINGO ESCARENO 1 236.25$ DOMINICAN GLAM HAIR SALON 1 572.50$ E & D DANIA LIMITED LLC 1 31.50$ JUICYLICIOUS BAR LLC 1 546.75$ LUCKY FISH II LLC 1 750.00$ MAIA SEVILLA-SHARON 1 236.25$ MANSA INDUSTRIES LLC 1 725.00$ MASTERLY RADIANT 1 131.25$ NATI BAKES FROM SCRATCH 1 506.88$ ORLANDO GARCIA 1 236.25$ RUBEN MESA 1 196.50$ SHOOK MARKET INC 1 940.00$ SUPREME ELECTRIC LLC 1 725.00$ VSS DANIA BEACH LLC 1 1,465.00$ Total New Applications 21 9,966.63$ BTR Status # of BTRs Total Dollar Amount Open Renewals- Current Year 379 143,345.55$ Paid Renewals 2,798 998,112.13$ Total BTRs as of 03/31/2025 3,177 1,141,457.68 ** **includes license fee, fire inpsection & solid waste registration Business Tax Receipt Activity - March 2025 5 Prior Yr. 2024 2025 2024 2025 2024 2025 Oct 3,114.00 44,966.16 1,450.00 3,125.00 2,660.00 3,010.00 602.00 45 47 Nov - - 1,557.00 2,865.00 2,890.00 578.00 35 39 Dec 6,228.00 19,168.00 - 1,550.00 2,630.00 2,103.20 420.64 59 48 Jan - - 2,995.00 3,846.56 769.31 40 48 Feb 10,241.00 26,469.00 - 1,450.00 2,850.00 3,540.00 708.00 55 40 Mar 1,557.00 1,450.00 2,770.00 #VALUE! 50 Apr - - 2,255.00 #VALUE! 58 May 2,900.00 - 2,480.00 #VALUE! 56 Jun 12,456.00 1,750.00 3,005.00 #VALUE! 39 Jul - 75.00 2,640.00 #VALUE! 43 Aug 63,837.00 1,935.00 2,705.00 #VALUE! 48 Sept 196,961.00 - 2,900.00 3,065.00 #VALUE! 56 Total 297,294$ 90,603$ 9,560$ 7,682$ 32,920$ 15,390$ #VALUE! 234 572 #VALUE! # of City's 4850 account became delinquent for this period Water Impact Fee Water Tap Fee Delinquent # per Month # of Accts Water Fund Monthly Utility Account Activity MISC Building/ New Construction Activity Delinquent Account Activity New Accts >120 Past Due Monthly Billings % DELQ >120 Past Due Monthly Billings % DELQ >120 Past Due Monthly Billings % DELQ October 184,989 1,140,696$ 16%207,794 1,241,355$ 17%286,955 1,243,012$ 23% November 186,463 1,205,526 15%216,614 1,267,676 17%307,108 1,164,508 26% December 188,661 1,186,620 16%214,935 1,270,207 17%278,087 1,308,024 21% January 188,029 1,165,000 16%220,340 1,211,794 18%278,766 1,278,238 22% February 185,376 1,210,890 15%231,139 1,217,188 19%263,943 903,782 29% March 183,535 1,267,253 14%235,434 1,310,333 18%253,837 1,336,359 19% April 190,502 1,262,289 15%236,352 1,307,061 18%#DIV/0! May 189,684 1,172,418 16%262,509 1,229,203 21%#DIV/0! June 184,340 1,178,310 16%247,808 1,372,056 18%#DIV/0! July 190,677 1,288,709 15%261,459 1,298,366 20%#DIV/0! August 198,874 1,252,551 16%252,820 1,250,659 20%#DIV/0! September 203,881 1,235,287 17%360,091 1,263,892 28%#DIV/0! Annual Avg 189,584$ 1,213,796$ 16%245,608$ 1,269,983$ 19%278,116$ 1,205,654$ #DIV/0! FY 2023 FY 2024 FY 2025 >120 Past Due >120 Past Due % +/->120 Past Due % +/- October 377,040 388,922 3%411,308 5% November 383,454 390,867 2%413,066 5% December 385,515 397,662 3%414,412 4% January 385,601 396,459 3%418,252 5% February 389,237 395,697 2%421,766 6% March 391,059 397,067 2%421,614 6% April 390,781 398,812 2%#DIV/0! May 392,882 401,076 2%#DIV/0! June 394,781 405,003 3%#DIV/0! July 397,219 404,194 2%#DIV/0! August 396,674 407,690 3%#DIV/0! September 387,690 409,329 5%#DIV/0! Annual Avg 389,328$ 399,398$ 3%416,736$ 4% Active Account Graph: Billing data indicates deliquency rate on active accounts remain constant at an average of 1% of billings per month INACTIVE ACCOUNTS WATER & SEWER UTILITY AGING REPORT ACTIVE ACCOUNTS FY 2023 FY 2024 FY 2025 0% 5% 10% 15% 20% 25% 30% 35%Active Accounts >120 days FY 2023 FY 2024 FY 2025 350,000 360,000 370,000 380,000 390,000 400,000 410,000 420,000 430,000 Inactive Accounts > 120 days FY 2023 FY 2024 FY 2025 Description Current 1-30 31-60 61-90 90+Total #4652 - Eric L Wilson Reservation of Burial Plot .00 .00 .00 .00 2710.00 2,710.00 #5474 - Cokenya D West Reservation of Burial Plot .00 .00 .00 .00 250.00 250.00 #4179 - AJ Manuel Funeral Home Reservation of Burial Plot .00 .00 .00 .00 1680.00 1,680.00 #5736 - Sands, Carolyn Reservation of Burial Plot .00 .00 .00 .00 3000.00 3,000.00 #5756 - Rahming Poitier Funeral Home Reservation of Burial Plot .00 .00 .00 .00 4750.00 4,750.00 #5673 - Agape Funeral and Cremation Reservation of Burial Plot .00 .00 .00 .00 5040.00 5,040.00 #3946 - Eric S George Funeral Home Reservation of Burial Plot .00 .00 .00 2380.00 2,380.00 #5909 - Freeman Funeral Home Reservation of Burial Plot .00 .00 .00 .00 1500.00 1,500.00 #5924- Garcia Gimeno Reservation of Burial Plot .00 .00 .00 .00 200.00 200.00 #5862 - Love and Grace Funeral Home Reservation of Burial Plot .00 .00 .00 .00 3360.00 3,360.00 #5976 - John Hanks Memorial Services Reservation of Burial Plot .00 .00 .00 .00 1500.00 1,500.00 #5925 - Anthony R. Manuel Funeral Home Reservation of Burial Plot .00 4640.00 .00 .00 600.00 5,240.00 #6121 - Christine Smith Reservation of Burial Plot .00 .00 .00 .00 1500.00 1,500.00 #6071 - Bells Funeral Services Reservation of Burial Plot .00 .00 .00 .00 625.00 625.00 #4203 - McWhite's Funeral Home Reservation of Burial Plot .00 3625.00 3990.00 .00 .00 7,615.00 # 4786 - Dillard Josephine Reservaton of Burial Plot .00 .00 .00 .00 200.00 200.00 Cemetery Totals $0.00 $8,265.00 $3,990.00 $0.00 $29,295.00 $41,550.00 Bulk Trash Pickup .00 660.00 450.00 690.00 14894.00 16694.00 Bulk Trash Pk Up $0.00 $660.00 $450.00 $690.00 $14,894.00 $16,694.00 Miscellaneous FA Customers BSO & Fire False Alarms .00 .00 .00 .00 2,000.00 2,000.00 $0.00 $0.00 $0.00 $0.00 $2,000.00 $2,000.00 3065 - Keynorth Townhomes Annual Inspection FY 11 .00 .00 .00 .00 1,700.00 1,700.00 3072 - Atlantis Management Annual Inspection FY 11 & FY 12 .00 .00 .00 .00 7,800.00 7,800.00 1012 - Gulfstream Apts.Annual Inspection FY 11 & FY 12 .00 .00 .00 .00 2,800.00 2,800.00 #4466 - Meadowbrook Condo Annual Inspection FY 13 .00 .00 .00 .00 1,000.00 1,000.00 4644 - Oakbridge Townhomes Annual Inspection FY 14 .00 .00 .00 .00 4,000.00 4,000.00 Miscellaneous FI Customers Annual & Re-Inspections .00 .00 .00 .00 254,485.00 254,485.00 $0.00 $0.00 $0.00 $0.00 $271,785.00 $271,785.00 #6168 - Florida Dept. of Emergency 2023-00000004 .00 .00 .00 .00 15,796.99 15,796.99 #6168 - Florida Dept. of Emergency 2023-00000005 .00 .00 .00 .00 179,395.52 179,395.52 #6155 - Florida Dept of Emergency 2024-00000001 .00 .00 .00 .00 49,875.00 49,875.00 #6168 - Florida Dept. of Emergency 2024-00000002 .00 .00 .00 .00 50,000.00 50,000.00 #6168 - Florida Dept. of Emergency 2025-00000002 12,000.00 .00 .00 .00 .00 12,000.00 #6168 - Florida Dept. of Emergency 2024-00000003 .00 .00 .00 .00 50,000.00 50,000.00 $12,000.00 $0.00 $0.00 $0.00 $345,067.51 $357,067.51 #6170 - FL Dept. of Economic Opportunity 2023-00000002 .00 .00 .00 .00 395,504.79 395,504.79 #4051 - State of Florida Dept of 2023-00000003 .00 .00 .00 .00 332,500.00 332,500.00 #4051 - State of Florida Dept of 2023-00000004 .00 .00 .00 .00 375,000.00 375,000.00 $0.00 $0.00 $0.00 $0.00 $1,103,004.79 $1,103,004.79 Miscellaneous LM Customers Lake Maintenance .00 .00 .00 .00 275.36 275.36 $0.00 $0.00 $0.00 $0.00 $275.36 $275.36 #4647 - Palmetto Hospitality of Dania Water Impact Fees .00 .00 .00 .00 20,242.00 20,242.00 Misc. Customers Misc. Customers 11,340.00 .00 .00 .00 58,009.43 69,349.43 $11,340.00 $0.00 $0.00 $0.00 $78,251.43 $89,591.43 $23,340.00 $8,925.00 $4,440.00 $690.00 $1,844,573.09 $1,881,968.09Grand Totals Invoice Type MS - Miscellaneous Miscellaneous Totals Grant Federal Totals Grant Federal Totals Invoice Type GR State - Grant Reimb. State of Florida Invoice Type LM - Lake Maintenance Lake Maintenance Totals Invoice Type GR Federal - Grant Reimb. Federal Government False Alarm Totals Invoice Type FI - Fire Inspection Miscellaneous Billing Invoice Aging Report Aging Date 03/31/2025 Report By Invoice Type Fire Inspection Totals Invoice Type FA- False Alarm Invoice Type - CEM - Cemetery Invoice Type - BULK Trash Pk Up - Notice of Violation City of Dania Beach General Fund Unassigned Fund Balance - - Contingency ----- General Fund ------- Unassigned Contingency Fund Balance Balance 10/1/24 (Unaudited) 325,000$ 27,231,349$ (Uses) / Additions: October - - November - - December - - January - - February - - March - - April - - May - - June - - July - - August - - September - - Sub-Total (Uses) / Additions - - Sub-Total Available 325,000 27,231,349 Other Considerations GFOA/City Commission 25% Reserve (20,977,106) Estimate of Availability at 01/15/2024 325,000$ 6,254,244$ City of Dania Beach #001-18-00-519-99-10 Contingency Account Original Budget 325,000$ Amendment Uses: Total Oct - Nov - December - January - February - March - April May June July August September Balance Remaining 325,000$ City of Dania Beach General Fund Analysis of Fund Balance Balance 10/1/23 27,231,349 Uses: #389-90-01 October - November - December - January - February - March - April May June July August September Total Uses (Sources) - Estimated Balance Available 09/30/24 27,231,349$ Other Considerations GFOA/City Commission 25% Reserve (13,000,000) est. Estimate of Availability at 09/30/24 14,231,349 MINUTES OF REGULAR MEETING DANIA BEACH CITY COMMISSION TUESDAY, MARCH 31, 2025 - 7:00 P.M. 1.CALL TO ORDER/ROLL CALL Mayor Davis called the meeting to order at 7:00 p.m. Present: Mayor Joyce L. Davis Vice-Mayor Marco A. Salvino, Sr. Commissioner Lori Lewellen Commissioner Luis Rimoli Commissioner A. J. Ryan IV City Manager Ana M. Garcia, ICMA-CM City Attorney Eve Boutsis City Clerk Elora Riera, MMC 2.MOMENT OF SILENCE AND PLEDGE OF ALLEGIANCE Mayor Davis called for a moment of silence followed by the Pledge of Allegiance to the United States Flag. 3.PRESENTATIONS AND SPECIAL EVENT APPROVALS 3.1 Building Department Annual Statistics and Community Rating System (CRS) Class Improvement - Community Development Director of Community Development Eleanor Norena provided a presentation on the Building Department Annual Statistics and Community Rating System class improvement and announced that Dania Beach is the first in Broward County to receive a CRS Class 5 rating and this will provide flood insurance discounts to residents. 3.2 Request for Proclamation Approval •Esophageal Cancer Awareness Month - April 2025 - Sponsored by Commissioner Rimoli Minutes of Regular Meeting Dania Beach City Commission Tuesday, March 31, 2025 – 7:00 p.m. 2 There was consensus to approve the proclamation. 3.3 Presentation - Brian Jones, Olsen Middle School, 8th Grade, BCPS Chess4Life Tournament - 1st Place in the Individual Middle School Tournament Category – Sponsored by Mayor Davis Mayor Davis introduced the item and presented Brian Jones with an award. 4.PROCLAMATIONS 4.1 National Autism Acceptance Month - Sponsored by Mayor Davis Mayor Davis read the proclamation into the record and presented it to the Dan Marino Foundation. 5.ADMINISTRATIVE REPORTS 5.1 City Manager City Manager Garcia presented her administrative report and touched on the following topics: - Congratulations to Community Development and the Building Department - Thank you to BSO Captain Tarala - Thanks and gratitude to the new Risk Manager Wayne Fletcher - Children’s Entrepreneur Market - CORE Conversations - Lucky Fish Grand Opening and parking partnerships - Highway beautification grants - City Hall Renovations - Dania After Dark Oktoberfest - The Greater Fort Lauderdale Alliance annual leadership trip 5.2 City Attorney City Attorney Boutsis reminded the Commission of the updates on the legislative items she has been providing and let them know to reach out to her with any questions. 5.3 City Clerk - Reminders City Clerk Riera reminded the Commission of the following upcoming meetings: - April 8, 2025 CRA Board Meeting – 5:30 p.m. - April 8, 2025 City Commission Meeting - 7 p.m. - April 22, 2025 City Commission Meeting - 7 p.m. 6.PUBLIC SAFETY REPORTS Minutes of Regular Meeting Dania Beach City Commission Tuesday, March 31, 2025 – 7:00 p.m. 3 Captain Tarala thanked the City Manager and Commission for their support and spoke about recent criminal activity in the city. He commented that throughout the entire spring break season there have been zero issues at the beach and Dania Pointe. Fire Chief Pellecer reported that they are continuing to work on the City Emergency Management Plan, fire hydrant testing and fire truck pump testing. The department has been investing in the youth and spent an entire evening training and mentoring the young cadets. He commented that there was a promotional test for lieutenants and once promoted they will participate in 80 hours of training where they learn how to enter reports, learn everything there is to know about being an officer and dealing with people. He said he believes Dania Beach is one of the safest cities around, because the safety committee goes above and beyond to keep everything and everyone safe. 7.CITIZENS’ COMMENTS The following spoke under citizens’ comments: - Sumay Johnson – Tamarac, FL 8.CONSENT AGENDA Vice Mayor Salvino made a motion to approve the consent agenda. The motion was seconded by Commissioner Lewellen which carried unanimously on voice vote. 8.1 Minutes: February 25, 2025 City Commission Meeting Approved under consent agenda. 8.2 Travel Requests: City Manager Ana M. Garcia request to attend the Greater Ft. Lauderdale Alliance 2025 Annual Leadership trip in Boston, Massachusetts, April 6- 10, 2025. Approved under consent agenda. 8.3 RESOLUTION NO. 2025-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE EXPENDITURE OF FUNDS TO EXCEED THE ANNUAL VENDOR TOTAL AMOUNT OF FIFTY THOUSAND DOLLARS ($50,000.00) FOR FISCAL YEAR 2024-2025 FOR AUDIO VISUAL SERVICES FROM FULL MOON CREATIVE, LLC.; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Parks and Recreation) Approved under consent agenda. 8.4 RESOLUTION NO. 2025-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, Minutes of Regular Meeting Dania Beach City Commission Tuesday, March 31, 2025 – 7:00 p.m. 4 FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN EASEMENT AGREEMENT OVER A PORTION OF SHERIDAN STREET BY THE RAILROAD TRACKS, WHICH IS CITY OWNED PROPERTY ALLOWING FLORIDA EAST COAST RAILWAY, LLC TO INSTALL A SIGNAL HOUSE; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (City Attorney) Approved under consent agenda. 8.5 Request for Use of Discretionary Funds to Sponsor the Prestige Club of SW Broward’s Etiquette Program for Additional Dania Beach Elementary Students – March 19, 2025 - Sponsored by Commissioner Rimoli Approved under consent agenda. 9.BIDS AND REQUESTS FOR PROPOSALS There were no bids and requests for proposals. 10.QUASI-JUDICIAL HEARINGS 10.1 RESOLUTION NO. 2025-_____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE “GMAX PLAT” (PL-005-24) SUBMITTED BY THE APPLICANT/PROPERTY OWNER R. ROMA HOLDINGS, LLC, FOR PROPERTIES LOCATED AT 4432-4440 SW 52nd STREET, IN THE CITY OF DANIA BEACH, FLORIDA; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Community Development) City Attorney Boutsis read the title of the resolution into the record and swore in anyone wishing to speak on the item. She asked for any disclosures from the Commission and there were none. Planning and Zoning Manager Viviana Batista introduced the item. Vice Mayor Salvino asked about the size of the entrance street and the size of the lots. Director of Community Development Eleanor Norena responded that the road itself is 24 feet. The width of the lot is 72 feet, and the depth is 100 feet. Mayor Davis opened the floor to public comments, the following spoke: - Rod Feiner of Coker & Feiner Vice Mayor Salvino made a motion to approve items 10.1 and 10.2. The motion was seconded by Commissioner Rimoli which carried unanimously on voice vote. 10.2 RESOLUTION NO. 2025-______ Minutes of Regular Meeting Dania Beach City Commission Tuesday, March 31, 2025 – 7:00 p.m. 5 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE SITE PLAN (SP-073-18) SUBMITTED BY R ROMA HOLDINGS LLC, A FLORIDA LIMITED LIABILITY COMPANY, FOR PROPERTIES LOCATED AT 4432-4440 SW 52ND STREET IN THE CITY OF DANIA BEACH, FLORIDA; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Community Development) This item was heard with item 10.1. 11.FIRST READING ORDINANCES 11.1 ORDINANCE 2025-_____ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE EXPENDITURE OF CITY FUNDS EXCEEDING ONE MILLION DOLLARS ($1,000,000.00), TO FUND SOUTHWEST 34TH TERRACE DRAINAGE PROJECT; PROVIDING FOR CODIFICATION, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Public Services) City Attorney Boutsis read the title of the ordinance into the record. Director of Public Services Fernando Rodriguez introduced the item. Mayor Davis asked for anyone wishing to speak on the item and there was none. Vice Mayor Salvino made a motion to approve the item. The motion was seconded by Commissioner Lewellen which carried unanimously on voice vote. 11.2 ORDINANCE NO. 2025-______ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, TO AMEND CHAPTER 18, ENTITLED “PENSIONS AND RETIREMENT”; TO AMEND ARTICLE IV, ENTITLED “POLICE AND FIREFIGHTERS”; AT SECTION 18-42; ENTITLED “BENEFIT AMOUNTS AND ELIGIBILITY”, IN ORDER TO INCLUDE CLARIFYING LANGUAGE TO ENABLE THE FULL APPLICATION OF THE 2022 AMENDMENT AS TO BENEFITS; FOR PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERALITY; CODIFICATION; AND PROVIDING FOR AN EFFECTIVE DATE. (Finance) City Attorney Boutsis read the title of the resolution into the record. Chief Financial Officer Yeimy Guzman introduced the item. Mayor Davis asked for anyone wishing to speak on the item and there was none. Vice Mayor Salvino made a motion to approve the item. The motion was seconded by Commissioner Lewellen which carried unanimously on voice vote. Minutes of Regular Meeting Dania Beach City Commission Tuesday, March 31, 2025 – 7:00 p.m. 6 12.SECOND READING ORDINANCES There were no second reading ordinances. 13.DISCUSSION AND POSSIBLE ACTION 13.1 Appointment of Broward League of Cities Director, Alternate, and Second Alternate Consensus to appoint Mayor Davis as the Director, Commissioner Rimoli as alternate and Commissioner Ryan as second alternate. 13.2 Discussion and Possible Appointments to the Broward County Aviation Department's Airport Noise Abatement Committee - City Clerk City Clerk Elora Riera introduced the item. Vice Mayor Salvino said he thinks it is important to have some form of contact with Broward County and the FAA to see what is going on as there are developers getting ready to expand another terminal. Commissioner Lewellen volunteered if no one else wants to do it. The City Clerk will reach out to the prior Airport Advisory Board members and the matter will be brough back at a later meeting. 13.3 Agenda Transparency - Sponsored by Commissioner Lewellen Commissioner Lewellen introduced the item. Commissioner Ryan commented that he understands this for all agenda items except for the discussion and possible action items. Mayor Davis agreed with Commissioner Ryan and doesn’t feel that there is a need to create a policy. Commissioner Rimoli said he agrees with Commissioner Ryan and Mayor Davis, however the more information you give people is not a bad thing and something to be considered. Commissioner Lewellen provided an example of a time when backup was not provided, and several residents stayed late for a meeting and the item was not as everyone expected. She would like to ensure consistency from beginning to end and have all the information to help prepare for meetings. 14.APPOINTMENTS There were no appointments. Minutes of Regular Meeting Dania Beach City Commission Tuesday, March 31, 2025 – 7:00 p.m. 7 15.COMMISSION COMMENTS 15.1 Commissioner Lewellen Commissioner Lewellen spoke about the new BSO towers, the tree service for Logan Peirce and the teen program sock collection for the homeless. 15.2 Commissioner Rimoli Commissioner Rimoli had no comments for the evening. 15.3 Commissioner Ryan Commissioner Ryan reminded everyone that tomorrow is April Fool’s Day and spoke about the strategic planning meeting, the new BSO towers, and American Legion Posts 304 and 209. 15.4 Vice-Mayor Salvino Vice Mayor Salvino spoke about the ribbon cutting ceremony for The Patch and reminded everyone that the Lucky Fish grand opening is tomorrow. 15.5 Mayor Davis Mayor Davis spoke about Social Seniors, a tour she took of Port Everglades, Legislative Action Days in Tallahassee and the strategic planning meeting. She said she is looking forward to Dania After Dark Blues and BBQ on April 12th and Earth Day on April 21st. 16.ADJOURNMENT Mayor Davis adjourned the meeting at 8:33 p.m. ATTEST: CITY OF DANIA BEACH ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR Approved: City of Dania Beach Parks & Recreation Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Cassi Waren, CPRP, Director of Parks & Recreation SUBJECT: Approval of the design, location and funding for the City of Dania Beach Service Club Sign in the amount of Fourteen Thousand Five Hundred and Sixty-Eight Dollars and Seventy-Two Cents. Request: The Parks and Recreation Department is requesting approval of the design and funding for the service club sign to be located on the south side of Dania Beach Blvd. between NW 1st Ave. and SW 3rd Ave in the amount of Fourteen Thousand Five Hundred and Sixty-Eight Dollars and Seventy-Two Cents ($14,568.72). Background: During the January 14, 2025 City Commission meeting, Commissioner A.J. Ryann IV discussed the idea of installing a service club sign within the City. The City Commission approved moving forward with the sign and bring before the City Commission at a later date the design, location and funding for the sign. City Staff looked at the best and most viable options for the location of the service club sign and recommend the sign be installed on the south side of Dania Beach Blvd. between NW 1st Ave and SW 3rd Ave per the attached renderings. City Staff recommends placing five service club logos on the sign; Lions Club, Women’s Club, Historical Society, American Legion Post 304 and Post 209, with room for three addition logos if needed. Three quotes were obtained for the project as the costs exceeds $10,000. • Advanced Multi Sign $14,568.72 • The Sign Studio $27,110.21 • Fast Signs Davie $27,957.50 Staff recommend moving forward with selecting Advanced Multi Sign to build and install the sign in the amount of Fourteen Thousand Five Hundred and Sixty-Eight Dollars and Seventy- Two Cents. Budgetary Impact Funding for the sign will be taken from City Commission Account Number 001-11-01-511-31- 10. Recommendation Approval of the design and funding for the service club sign to be located on the south side of Dania Beach Blvd. between NW 1st Ave. and SW 3rd Ave in the amount of Fourteen Thousand Five Hundred and Sixty-Eight Dollars and Seventy-Two Cents ($14,568.72). 1 of 2 Electrical Contractor License ES-12000622 Work Compensation#76 WEG NQ8710 Insurance Policy # 01798534-2 NOTES:0000000 Electrical Contractor License ES-12000622 Work Compensation#76 WEG NQ8710 Insurance Policy # 01798534-2 2500147 NEW MONUMENT SIGN (NO LIT, SINGLE FACE) ELEVATION EXTERIOR QUANTITY 1 A EKAM SBULC ECIVRES DIFFERENCE IN DANIA BEACH CIVIL ORGANIZATIONS MAKE A DIFERENCE 48” 96”16”16” A EKAM SBULC ECIVRES DIFFERENCE IN DANIA BEACHChange the American Legion logos. Should be similar to attachment. Post 209 (bottom left) and Post 304 (bottom right).POST 209 DATE: 03/31/2025 Design: DANIA BEACH CITY Address: DANIA BEACH CITY Designer: MS Rev: 04 Scale: NTS T 3S0O4P 2 of 2 Electrical Contractor License ES-12000622 Work Compensation#76 WEG NQ8710 Insurance Policy # 01798534-2 NOTES:0000000 Electrical Contractor License ES-12000622 Work Compensation#76 WEG NQ8710 Insurance Policy # 01798534-2 2500147 NEW MONUMENT SIGN (NO LIT, SINGLE FACE) ELEVATION .25” ALUMINUM ROUND SIGN , PAINTED IN WHITE W / DIGITAL PRINT LAMINATED OVER & PINS PINK MP 26452 MATTHEW SATIN FINISH PROCESS YELLOW (SPECIAL MIX 20185) MATTHEW SATIN FINISH PROCESS BLUE (SPECIAL MIX 20185) MATTHEW SATIN FINISH 20” X 20” 1/4” CIVIL ORGANIZATIONS MAKE A DIFERENCE5” 18” 18” ALUMINUM. 090” INTERNAL STRUCTURE COVERED W/ STONE PANELS TO BE NORTHERN SLATE ALUMINUM FRAME W TUBES 2” X 2” W/ METAL MESH PAINTED IN BLACK SERVICE CLUBS MAKE A DIFFERENCE IN DANIA BEACH 2.5” TOP LETTERS TOP LETTERS IN WHITE VINYL Includes Excavation of Footing, Foundation Pouring, Rebar and Sign Installation 4” O STEEL POST QUANTITY: 5 QUANTITY :1 ALUMINUM PAINTED MATCH STONE COVERED DATE: 03/31/2025 Design: DANIA BEACH CITY Address: DANIA BEACH CITY Designer: MS Rev: 04 Scale: NTS 18” 18” Advanced Multi Sign 7956 WEST 26 CT, Mailing address: POBOX 160718, HIALEAH, FL 33016-0000 (305) 805-3636 License #: ES-12000622 www.advancedmultisign.com Quote 2500147 CITY OF DANIA BEACH SALES REP INFO Daniel Tarrab Sales Rep danielt@advancedmultisign.com (786) 210-7163 QUOTE DATE Tue, 02/11/2025 QUOTE EXPIRY DATE Thu, 03/13/2025 REQUESTED BY City of Dania Beach-FL CONTACT INFO Franky FLAZO@DANIABEACHFL.GOV (954) 699-8663 #ITEM QTY UOM U.PRICE TOTAL (EXCL. TAX)TOTAL (INCL. TAX)TAXABLE 1 Single Face, Double Legged Post and Panel Sign 1 Each $13,375.86 $13,375.86 $14,312.17 Y Size: 48" x 96" •Reading: 5 Dania Beach club logos •Colors: Black Framing and Structure, White Logo backgrounds, Digitally Printed Art •Material: 1/4" Aluminum Logo's, 1/8" Perforated Aluminum, 4" Steel Posts, Stone Panels to be Northern Slate ◦Includes Excavation of Footing, Foundation Pouring, Rebar and Sign Installation ◦Does not include landscaping, boundary survey 2 Engineering Seal and Calculations 1 Each $392.86 $392.86 $420.36 Y Engineering 3 Permit Coordination & Processing Staff Time Fee (In Person) 1 Each $800.00 $800.00 $856.00 Y Permit Coordination & Processing Staff Time Fee (In Person) CORRESPONDS TO THE LABOR OF PROCESSING THE PERMIT DIGITALLY AND IT IS NOT REFUNDABLE. ADVANCED MULTI-SIGN DOESN'T GUARANTEE ZONING APPROVAL FROM THE CITY PROCESS. THE COST OF THE PERMIT IS EXCLUDED FROM THIS FEE. THE PROCESSING PERMIT FEE WILL COVER: - SET UP ALL FORMS AND DOCUMENTS NEEDED FOR THE BUILDING DEPARTMENT PERMIT PROCESS. -IF IN-PERSON SUBMITTAL THERE WILL BE AN ADDITIONAL CHARGE OF 250 TO COVER TIME FOR PROCESSING PLANS IN THE BUILDING DEPARTMENT AND ONE FULL TRIP (WHICH INCLUDES TRAVEL DISTANCE TO THE BUILDING DEPARTMENT). ANY ADDITIONAL TRIP TO THE BUILDING DEPARTMENT WILL HAVE AN EXTRA CHARGE OF 225.00 WHICH INCLUDES ALL DOCUMENT PREPARATIONS AND PLAN REVISION THAT DOESN'T REQUIRE ENGINEERING REWORK. - THIS PRICE EXCLUDES HARD COST OF PERMITS. THE HARD COST OF THE PERMIT MUST BE ADVANCED TO ADVANCED MULTI SIGN IN A FORM RETAINER FEE OF 600.00. THE REMAINING BALANCE NOT USED WILL BE APPLIED IN A FORM OF CREDIT TO THE FINAL INVOICE)== PRINTED ON THU, 03/13/2025 02:08 PM BY DT CREATED BY DT 1/2 This handcrafted quote is based on the specific information you’ve given and is valid for 30 days.PLEASE READ CAREFULLY… When you submit a deposit for this order, you are entering into an agreement with AdvancedMulti Sign Corp. to approve and proceed with this quote. You agree to pay 100% of the quoted price as detailed in this estimateplus any costs associated with this job not included in this estimate but necessary for its completion. We require a 50% depositto begin work on your project. Once we receive your deposit, we’ll schedule your project and email you an estimated completiondate. The remaining balance is due upon completion of your order. Need to make changes? No problem - but please realize, changes to quantity or specifications will affect your price. We will provide you with an updated quote based on the changes. Please make all checks payable to Advanced Multi Sign Corp. By submitting the deposit, the Customer accepts the Company'sproposal for the Job and agrees to all of the terms of the purchase contract. Anything out of the scope of work of this quote is notincluded.• TURN AROUND TIME starts after the final approval needed for production. Depending on the job, it could be the customer, thelandlord, or the building department.• Our company provides all the WARRANTIES FOR THE COMPONENTS USED in our product fabrication such as plastic,metals, circuits, transformers, ballasts, switches, etc. All warranties are in accordance with the manufacturers' warranties of each component. A complete warranty document is available at www.advancedmultisign.com. • PRICE REFLECTS MANUFACTURING AND INSTALLATION LABOR DURING REGULAR BUSINESS HOURS. Nights, Saturday, and Sunday jobs are considered after-hours and require a different rate; therefore, a new estimate will need to be requested.• THE LAYOUT approval will be the ultimate guide use for the final result. Elements such as colors, spelling, type of installation,etc. should be carefully reviewed before approval. If changes in specifications are made after the layout is finalized—such assizes, colors, or mounting specs—additional charges may apply. Please request a copy of the new estimate if changes occur.• If a job is canceled after the order has been placed and labor has already been performed such as survey, design work or thepermit process—there will be a charge of $500 for office work related to permitting, in addition to a fee of 10% of the total jobvalue to cover miscellaneous expenses incurred. • If job is canceled after the sign has been manufactured but not installed, Manufacturing cost plus permitting cost shall be paid in full before releasing the sign to the customer.• A MAIN DEDICATED ELECTRICAL LINE to the sign, compliant with the National Electric Code, shall be provided at the time of installation and must be within 5-6 feet of the sign. It shall be accessible under normal conditions for workmanship and building official inspections.• If at the time of installation, this electrical line is not present and an additional trip is required for connection, there is a minimumcharge of $340.00, which may vary based on the conditions and extent of the electrical connection.• LETTER HEIGHT is determined by the tallest letters: typically, letters like "C, G, O, S" will be the tallest.• During the installation of a sign on a building, it will be necessary to penetrate the wall to secure the sign and route electricalpower. While we will seal these openings with silicone, this is not a permanent solution against potential water intrusion over time.It is the responsibility of the general contractor (GC) to properly address these penetrations, or at a minimum, they require annual maintenance to ensure long-term protection. We offer a preventative maintenance service to assist with this at your convenience. • When a sign is removed from a wall, we will temporarily caulk the holes using silicone to help prevent leakage. We strongly recommend that the customer hire a professional contractor to properly finish the wall in compliance with Florida Building Codes. This is outside our scope of work.• When a sign is removed from a wall, there will likely be stains and mold markings on the surface. We strongly recommend thatthe customer hire a professional contractor to refinish the wall as per Florida Building Codes. This is also outside our scope ofwork.• When excavation and concrete pouring is required, we are not responsible for any damage to nearby asphalt or landscaping.These issues will need to be addressed separately after our work is complete.• All adjacent electrical lines, sprinklers, gas pipes, fiber optics, and/or underground or hidden conduits must be properly marked by the customer when the underground utility locator cannot provide the necessary information. Advanced Multi Sign will not be responsible for damages to unmarked or hidden utilities. • If a job is canceled after the schedule has been confirmed, a minimum cancellation fee of $480.00 will be applied (minimum hourly rate applicable for 4 hours within an 8-mile radius).• The area behind the sign must be readily accessible for installation. This includes ensuring that there is sufficient space forour truck to park and access the sign location. Any obstructions, such as canvas, canopies, or trees, should be removed by thecustomer to allow for proper installation.• In some instances, access holes may be required behind walls or ceilings to allow for future service or inspections. If this isnecessary, there will be a minimum charge of $440.00. Alternatively, this work can be performed by a general contractor and hired separately from our scope of work. In any case, access must be readily available at the time of installation. • Our total liability is limited to the contract amount and will not exceed that amount for present or future claims. • Timing controllers, such as astronomical timers and photocells, are available at an additional cost and are not included unless explicitly noted in writing. • Any maintenance performed on signs by companies other than Advanced Multi Sign will void our warranty obligations.• Our work is not guaranteed against natural forces (e.g., weather-related damages).• We are not responsible for delays due to circumstances beyond our control.• If additional labor and materials are requested by a third party that were not included in the original invoice, these will be billedseparately and must be paid in full as part of the final payment.• Signs remain the property of Advanced Multi Sign until the final balance is paid in full. • It is understood and agreed that in the event of payment default, or if the customer refuses to accept the sign upon delivery, the entire remaining balance will become immediately due and payable. All prior payments made will be retained by Advanced Multi Sign as rent and liquidated damages, along with any associated legal and attorney’s fees. • It is further agreed that if payment is not made upon completion of installation, Advanced Multi Sign is authorized to remove the sign. The customer agrees to allow access for sign retrieval in such an event.B. Payment:The owner will pay Sign Company the total sum reflected on the estimate in US Dollars for the work performed under this contract,under the following schedule:THE FINAL BALANCE WILL BE COLLECTED ONLY BY USING A VALID CREDIT CARD BEFORE INSTALLATION. CHARGESWILL BE APPLIED AT THE TIME OF INSTALLATION. C. Relationship of Parties: Sign Company is responsible for the conduct and control of the work. Sign Company is not an agent or employee of the owner for any purpose. Subtotal: Sales Tax (0%): Total: $14,568.72 $0.00 $14,568.72 Downpayment (50.0 %)$7,284.36 SIGNATURE:DATE: QUOTE 2500147, CITY OF DANIA BEACH-FL, 02/11/2025 PRINTED ON THU, 03/13/2025 02:08 PM BY DT CREATED BY DT 2/2 Sales Order Contact:Franky Lazo 140367 Order Date:Feb 7, 2025 Page: Sold To: CITY OF DANIA BEACH PARKS 300 NE 2ND STREET DANIA, FL 33004 Franky Lazo 100 W. DANIA BEACH BLVD DANIA BEACH, FL 33004 Customer IDCITYOFDANIABCHPAR KS 1 1.00 FILENAME CITYOFDANIABCHPARKS - 140367 1.00 DIGITAL Post & Panel Single sided sign. Posts 26,345.21 26,345.21 to be covered in stone texture,18 in Logos digitally printed & routed in 6mm Max metal & mounted on metal mesh background. 1.00 PERMIT Permit Services. The City fee and city 590.00 590.00 required certified engineer review and seal are not included and will be billed separately. Service fee- Non refundable 1.00 PERMIT-NOTE Permits may be denied for reasons beyond our control. Such as fire violations, parking restrictions etc. Pre payment on permit service is required. 1.00 ENGINEER Permit Related Engineering Fees 175.00 175.00 1.00 CITY Permit Related City Fees - TBD 1.00 SERVICE Service - Installation included Quantity Item Description Unit Price Amount Sales Tax 27,110.21 27,110.21TOTAL ORDER AMOUNT Subtotal 954-924-6800 x 3626Phone: Installed atOrder to be Picked up by: Sales Rep: This Is Not An Invoice Requested By:Franky Lazo Email:flazo@daniabeachfl.gov Work Phone:(954) 699-8663 x 3730 Cell Phone:(954) 699-8663 Tax ID:858012740099C9 Salesperson:Geanella Garrido Email:geanella.garrido@fastsigns.com Work Phone:7542498435 Entered By:Geanella Garrido NO.Product Summary QTY UNIT PRICE UNIT PRICE AMOUNT 1 City of Dania Beach Monument sign 1 $24,190.00 $24,190.00 $24,190.00 Columns are 96"H", Overall L=180", Sign Face L=129" Decorative arched topper with raised dimensional lettering and vinyl logo, columns with stone look on all sides, sign face according to specifications, raised circles with vinyl logos and cutouts for installation posts, metal reinforcements for the sign face attachment, stucco finish, painted color of customer choice including installation.  Lead Time: 5 Weeks after approval of the permits.  2 Permit acquisition for one (1) Exterior Sign 1 $3,767.50 $3,767.50 $3,767.50 Sign permit services include: •Drawings by code: Zoning, building, and electrical. Sealed by certified Engineer.  •Engineering calculation.  •Application Submittal:  one visit to submit, one round of permit review and permit pick up.   •Inspections: FINAL ONLY  scheduled for  ONE DAY and permit a closing visit. Additional time required will be billed separately.   Fees paid to the city are NOT Included. This will be billed directly to the customer.    If the city Do not approve the permit as initially proposed, the customer agree to reinburse to FASTSIGNS  for any fees paid on their behalf, also additional time required.  Bill To:City of Dania Beach 100 W Dania Beach Blvd. Dania Beach, FL 33004 US Pickup At:FASTSIGNS | Davie 7080 W State Rd 84 Suite 7 Davie, FL 33317 US DESCRIPTION: Monument signs ESTIMATE EST-83603 PO Number: Payment Terms: Cash Customerfastsigns.com/508 7080 W State Rd 84 Suite 7 Davie, FL 33317 (954) 370-7201 Created Date: 2/25/2025 Generated On: 3/25/2025 8:22 AM Page 1 of 2 In any case, Permit is  Not Reimbursable. Subtotal:$27,957.50 Taxes:$0.00 Grand Total:$27,957.50 Deposit Required:$27,957.50 THIS ESTIMATE IS VALID FOR 7 DAYS. All of our work is custom so we appreciate your payment in advance. Note that changes in quantities may result in a variation of the unit price. Cancellation Fees may apply. Customer portal access: fs508-client.corebridge.net Payment options: ZELLE: 508@fastsigns.com Credit Card: For amounts above $5,000, please note that a 3% processing fee will apply to each transaction. CHECKS please write checks to FASTSIGNS | Davie and send it to 7080 w state rd 84, suite 7, Davie, FL 33317. Signature:Date: Generated On: 3/25/2025 8:22 AM Page 2 of 2 RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE DESIGN AND FUNDING FOR THE SERVICE CLUB SIGN TO BE LOCATED ON THE SOUTH SIDE OF DANIA BEACH BLVD., BETWEEN NW 1ST AVE. AND SW 3RD AVE., WHICH SIGN SHALL COST FOURTEEN THOUSAND FIVE HUNDRED AND SIXTY- EIGHT DOLLARS AND SEVENTY-TWO CENTS ($14,568.72); PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission discussed during the January 14, 2025 City Commission meeting the request to add a service club sign to honor our local service clubs; and WHEREAS, City Staff looked at the best and most viable options for the location of the service club sign and recommends the sign be installed on the south side of Dania Beach Blvd. between NW 1st Ave and SW 3rd Ave per the attached renderings; and WHEREAS, City Staff recommends placing five service club logos on the sign; Lions Club, Women’s Club, Historical Society, American Legion Post 304 and Post 209, with room for three addition logos, if needed; and WHEREAS, City Staff obtained three quotes for the attached design (Exhibit A) as discussed during the January 14, 2025 meeting; and WHEREAS, City Staff recommends selecting Advanced Multi Sign to build and install the sign in the amount of Fourteen Thousand Five Hundred and Sixty-Eight Dollars and Seventy- Two Cents. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. Section 2.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 3.That funding for the sign be taken from City Commission Account Number 001-11-01-511-31-10. Section 4.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 5.That this Resolution shall be effective 10 days after passage. 2 RESOLUTION #2025-______ PASSED AND ADOPTED on __________________, 2025. Motion by __________________________, second by ___________________________. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY City of Dania Beach Parks & Recreation Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Cassi Waren, CRPR, Director of Parks and Recreation SUBJECT: A Resolution to execute an agreement with Greenfields Outdoor Fitness, Inc under the Sourcewell contract solicitation number 010721-GRN for the purchase and installation of outdoor exercise equipment for William “Bill” Harris Linear Park. Request: The Parks & Recreation Department is requesting adoption of a Resolution to execute an agreement with Greenfields Outdoor Fitness, Inc under the Sourcewell contract solicitation number 010721- GRN for the purchase and installation of outdoor exercise equipment for William “Bill” Harris Linear Park. Background: William “Bill” Harris Linear Park is a small neighborhood passive park. This park currently has a butterfly garden, walking trail, and exercise equipment. The exercise equipment located at Linear Park is old and the condition is deteriorating, therefore staff has budgeted for the purchase and installation of the replacement of the outdated equipment while also adding in additional equipment which will allow for the community to engage in a total body workout. In total, 18 pieces of equipment will be added throughout three pads. Each pad will have artificial turf placed over the existing concrete to enhance the look and feel of the park. The department is recommending the purchase and installation of the equipment from Greenfields Outdoor Fitness, Inc. (Greenfields) in the amount One Hundred Forty-Seven Thousand Three Hundred Twenty and Ten Cents ($147,320.10) utilizing the Sourcewell cooperative purchasing contract. In order to maintain consistency/continuity of fitness equipment across the parks, the department is recommending the purchase of the equipment from Greenfields Outdoor Fitness, Inc., which has been purchased and installed at other parks. The Department knows this equipment to be reliable and long-lasting in the outdoor environment of South Florida. The Dania Beach Code of Ordinances, Chapter 2, Article 1, Section 2-10, Subsection (a), sets the monetary threshold or limitation at $50,000. As this purchase exceeds Fifty Thousand Dollars ($50,000), the City vendor threshold for a single vendor, the purchase must be approved by City Commission. Budgetary Impact Funds are available and appropriated in the Parks and Recreation, Admin, Infrastructure Improvements other than Bldgs., 001-72-01-572-63-10, in the amount of $133,000.00. A budget transfer in the amount of $14,320.10 is needed from account number 001-72-01-572-46-50 - Repair & Maint. Services Grounds into account number 001-72-01-572-63-10 - Infrastructure Improvements other than Bldgs. Recommendation It is recommended that the City Commission adopt the Resolution to execute an agreement with Greenfields Outdoor Fitness, Inc under the Sourcewell contract solicitation number 010721- GRN for the purchase and installation of outdoor exercise equipment for William “Bill” Harris Linear Park. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH GREENFIELDS OUTDOOR FITNESS, INC., FOR OUTDOOR FITNESS EQUIPMENT UNDER THE SOURCEWELL CONTRACT SOLICITATION NUMBER 010721-GRN IN AN AMOUNT OF ONE HUNDRED FORTY-SEVEN THOUSAND THREE HUNDRED TWENTY DOLLARS AND TEN CENTS ($147,320.10) FOR WILLIAM “BILL” HARRIS LINEAR PARK; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Charter of the City of Dania Beach, Part III, Article 3, Section 4, Subsection (j), authorizes the City Manager to purchase supplies, services, equipment and materials for the City government in amounts in excess of the established monetary threshold without competitive bidding and without advertisement for bids if she is authorized to do so in advance by a resolution adopted by the City Commission and if such purchases are made pursuant to a competitive bid obtained within the last eighteen (18) months by other government agencies, such as the federal government, state of Florida or a Florida municipality or county; and WHEREAS, the Dania Beach Code of Ordinances, Chapter 2, Article 1, Section 2-10, “Monetary thresholds for certain purchases and payment disbursement authorizations”, Subsection (a), sets the monetary threshold or limitation at $50,000.00; and WHEREAS, the Parks and Recreation Department is requesting approval to waive competitive bidding and utilize the Sourcewell Contract Solicitation Number 010721-GRN to purchase outdoor fitness equipment from Greenfields Outdoor Fitness, Inc. in the amount of One Hundred Forty-Seven Thousand Three Hundred Twenty and Ten Cents ($147,320.10); and WHEREAS, the Parks and Recreation Department received approval for this project, and the funding is budgeted for in the amount of One Hundred Thirty-Three Thousand ($133,000.00); WHEREAS, with the rising cost of materials there has been an increase in the price of the product and equipment since the original quote was received in May 2024, which leaves a difference of Fourteen Thousand Three Hundred Twenty and Ten Cents ($14,320.10); and WHEREAS, purchases from Greenfields Outdoor Fitness, Inc. will exceed the City vendor threshold of Fifty Thousand Dollars ($50,000.00) for Fiscal Year 2024-25. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1. That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. 2 RESOLUTION #2025-______ Section 2. That the City Commission approves the purchase and installation of outdoor fitness equipment under the Sourcewell contract, solicitation number 010721-GRN, from Greenfields Outdoor Fitness, Inc. in an amount that will exceed the annual vendor $50,000.00 purchase threshold from a single vendor. Section 3. That funding for these purchases is planned and appropriated in the FY 2024-25 budget in account number 001-72-01-572-63-10 - Infrastructure Improvements other than Bldgs., in the amount of One Hundred Forty-Seven Thousand Three Hundred Twenty and Ten Cents ( $147,320.10). A budget transfer in the amount of $14,320.10 is needed from account number 001-72-01-572-46-50 - Repair & Maintenance Services Grounds into account number 001-72-01-572-63-10 - Infrastructure Improvements other than Buildings. Section 4. That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 5. That this Resolution shall take effect immediately upon its passage and adoption. Section 6. That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 7. That this Resolution shall be effective 10 days after passage. PASSED AND ADOPTED on __________________, 2025. Motion by __________________________, second by ___________________________. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ SIGNATURES ON THE FOLLOWING PAGE 3 RESOLUTION #2025-______ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY 010721-GRN Rev. 10/2020 1 Solicitation Number: 010721 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Greenfields Outdoor Fitness, Inc., 2617 West Woodland Drive, Anaheim, CA 92801 (Vendor). Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Outdoor Fitness Equipment with Related Accessories and Services from which Vendor was awarded a contract. Vendor desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires February 5, 2025, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended up to one additional one-year period upon request of Sourcewell and with written agreement by Vendor. C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Vendor’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract.             010721-GRN Rev. 10/2020 2 All Equipment and Products provided under this Contract must be new/current model. Vendor may offer close-out or refurbished Equipment or Products if they are clearly indicated in Vendor’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Vendor warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Vendor warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Vendor’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that is effective past the expiration of the Vendor’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will make available to Sourcewell a means to validate or authenticate Vendor’s authorized dealers, distributors, and/or resellers relative to the Equipment, Products, and Services related to this Contract. This list may be updated from time-to-time and is incorporated into this Contract by reference. It is the Vendor’s responsibility to ensure Sourcewell receives the most current version of this list. 3. PRICING All Equipment, Products, or Services under this Contract will be priced as stated in Vendor’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Vendor must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable             010721-GRN Rev. 10/2020 3 time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally delivers substandard or inferior Equipment or Products. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon as possible and the Vendor will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Vendor may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Vendor may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Contract Administrator. This form is available from the assigned Sourcewell Contract Administrator. At a minimum, the request must: x Identify the applicable Sourcewell contract number; x Clearly specify the requested change; x Provide sufficient detail to justify the requested change; x Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and x Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing             010721-GRN Rev. 10/2020 4 restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Vendor understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Vendor’s employees may be required to perform work at government- owned facilities, including schools. Vendor’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration of this Contract; however, Vendor performance, Participating Entity payment, and any applicable warranty periods or other Vendor or Participating Entity obligations may extend beyond the term of this Contract.             010721-GRN Rev. 10/2020 5 Vendor’s acceptable forms of payment are included in Attachment A. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Vendor, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entitles may require the use of a Participating Addendum; the terms of which will be worked out directly between the Participating Entity and the Vendor. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements (such as e-commerce specifications, specialized delivery requirements, or other specifications and requirements) not addressed in this Contract, the Participating Entity and the Vendor may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Vendor in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the goods to be purchased; 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements; or 3. Vendor commits any material breach of this Contract or the additional terms agreed to between the Vendor and a Participating Entity. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: x Maintenance and management of this Contract; x Timely response to all Sourcewell and Participating Entity inquiries; and x Business reviews to Sourcewell and Participating Entities, if applicable.             010721-GRN Rev. 10/2020 6 B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract sales activity report (Report) to the Sourcewell Contract Administrator assigned to this Contract. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made). The Report must contain the following fields: x Customer Name (e.g., City of Staples Highway Department); x Customer Physical Street Address; x Customer City; x Customer State/Province; x Customer Zip Code; x Customer Contact Name; x Customer Contact Email Address; x Customer Contact Telephone Number; x Sourcewell Assigned Entity/Participating Entity Number; x Item Purchased Description; x Item Purchased Price; x Sourcewell Administrative Fee Applied; and x Date Purchase was invoiced/sale was recognized as revenue by Vendor. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Vendor may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Vendor will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Vendor’s name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter.             010721-GRN Rev. 10/2020 7 Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Vendor’s Authorized Representative is the person named in the Vendor’s Proposal. If Vendor’s Authorized Representative changes at any time during this Contract, Vendor must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or obligations under this Contract without the prior consent of the parties and a fully executed assignment agreement. Such consent will not be unreasonably withheld. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been fully executed by the parties. D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not waive the provision or the right to enforce it. E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between Sourcewell and Vendor. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their             010721-GRN Rev. 10/2020 8 respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. LIABILITY Vendor must indemnify, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees, arising out of the performance of this Contract by the Vendor or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. 12. GOVERNMENT DATA PRACTICES Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Vendor under this Contract. If the Vendor receives a request to release the data referred to in this article, the Vendor must immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond to the request. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Vendor a royalty-free, worldwide, non-exclusive right and license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Vendor. b. Vendor grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Vendor’s Trademarks in advertising and promotional materials for the purpose of marketing Vendor’s relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to its and their respective distributors, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control.             010721-GRN Rev. 10/2020 9 a. Sourcewell must not alter Vendor’s Trademarks from the form provided by Vendor and must comply with Vendor’s removal requests as to specific uses of its trademarks or logos. b. Vendor must not alter Sourcewell’s Trademarks from the form provided by Sourcewell and must comply with Sourcewell’s removal requests as to specific uses of its trademarks or logos. c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s Trademarks only in good faith and in a dignified manner consistent with such party’s use of the Trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor in violation of applicable patent or copyright laws. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of vendors which may be used until the next printing). Vendor must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Vendor individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator assigned to this Contract. D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW, JURISDICTION, AND VENUE Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls, Minnesota.             010721-GRN Rev. 10/2020 10 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found to be illegal, unenforceable, or void then both Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the remainder of this Contract is capable of performance, it will not be affected by such declaration or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Vendor will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher level of management. The Vendor will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Vendor must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Vendor fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed will be borne by the Vendor. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Written notice of default and a reasonable opportunity to cure must be issued by the party claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may:             010721-GRN Rev. 10/2020 11 x Exercise any remedy provided by law or equity, or x Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Vendor must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Vendor will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products-Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit             010721-GRN Rev. 10/2020 12 4. Umbrella Insurance. During the term of this Contract, Vendor will maintain umbrella coverage over Workers’ Compensation, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional Liability. During the term of this Contract, Vendor will maintain coverage for all claims the Vendor may become legally obligated to pay resulting from any actual or alleged negligent act, error, or omission related to Vendor’s professional services required under this Contract. Minimum Limits: $2,000,000 per claim or event $2,000,000 – annual aggregate Failure of Vendor to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Vendor’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Vendor, and products and completed operations of Vendor. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Vendor or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance             010721-GRN Rev. 10/2020 13 maintained by the Vendor or its subcontractors. Where permitted by law, Vendor must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Vendor must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Vendor conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in writing. Vendor certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Vendor further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may also require additional requirements based on specific funding specifications. Within this Article, all references to “federal” should be interpreted to mean the United States federal government.             010721-GRN Rev. 10/2020 14 The following list only applies when a Participating Entity accesses Vendor’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Vendor must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40             010721-GRN Rev. 10/2020 15 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file any required certifications. Vendors must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any             010721-GRN Rev. 10/2020 16 agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Vendors must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Vendor that are directly pertinent to Vendor’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor’s personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines.             010721-GRN Rev. 10/2020 17 22. CANCELLATION Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Vendor’s Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell Greenfields Outdoor Fitness, Inc. By: __________________________ By: __________________________ Jeremy Schwartz Samuel Mendelsohn Title: Director of Operations & Procurement/CPO Title: CEO/President Date: ________________________ Date: ________________________ Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date: ________________________                       5)32XWGRRU)LWQHVV(TXLSPHQWZLWK5HODWHG $FFHVVRULHVDQG6HUYLFHV  9HQGRU'HWDLOV &RPSDQ\1DPH *UHHQILHOGV2XWGRRU)LWQHVV,QF $GGUHVV :HVW:RRGODQG'ULYH $QDKHLP&$ &RQWDFW 6DP0HQGHOVRKQ (PDLO 6DP#*UHHQILHOGV)LWQHVVFRP 3KRQH )D[  +67  6XEPLVVLRQ'HWDLOV &UHDWHG2Q 6DWXUGD\'HFHPEHU 6XEPLWWHG2Q 7KXUVGD\-DQXDU\ 6XEPLWWHG%\ 6DELQD0DMGDQLFV (PDLO 6DELQD#*UHHQILHOGV)LWQHVVFRP 7UDQVDFWLRQFIIEHDIF 6XEPLWWHU V,3$GGUHVV  Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQV DSSOLHVWRDOO7DEOHV 6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ3OHDVHGRQRWPHUHO\ DWWDFKDGGLWLRQDOGRFXPHQWVWR\RXUUHVSRQVHZLWKRXWDOVRSURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNPDUN³1$´LI WKHTXHVWLRQGRHVQRWDSSO\WR\RX SUHIHUDEO\ZLWKDQH[SODQDWLRQ   /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URSRVHUௐ/HJDOௐ1DPHௐ DQGௐ DSSOLFDEOHௐGEDௐLIௐDQ\  *UHHQILHOGVௐ2XWGRRUௐ)LWQHVVௐ,QF  3URSRVHUௐ$GGUHVV ௐ:HVWௐ:RRGODQGௐ'ULYH $QDKHLPௐ&$ௐ  3URSRVHUௐZHEVLWHௐDGGUHVVZZZ*UHHQILHOGV)LWQHVVFRP   3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐ QDPHௐWLWOHௐ DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH ௐ 7KHௐUHSUHVHQWDWLYHௐPXVWௐKDYHௐ DXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ $VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐ EHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐ HYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐௐWRௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFW  6DPXHOௐ0HQGHOVRKQ&(2ௐ3UHVLGHQW ௐ:HVWௐ:RRGODQGௐ'ULYH $QDKHLPௐ&$ௐ 7ௐ (ௐ6DP#*UHHQILHOGV)LWQHVVFRP   3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐ SURSRVDOௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH  6DELQDௐ0DMGDQLFV &RQWUDFWௐ$GPLQLVWUDWLRQௐ0DQDJHUௐ:HVWௐ:RRGODQGௐ'ULYH$QDKHLPௐ&$ௐ 7ௐ (ௐ6DELQD#*UHHQILHOGV)LWQHVVFRP   3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐDQ\ௐ QDPHௐWLWOHௐ DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH  1$ 7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH ,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.              3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐ LQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐ EXVLQHVVௐSKLORVRSK\ௐDQGௐLQGXVWU\ௐORQJHYLW\ௐ UHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHV %DVHGௐLQௐ2UDQJHௐ&RXQW\ௐ&DOLIRUQLDௐVLQFHௐௐ*UHHQILHOGVௐ2XWGRRUௐ)LWQHVVௐ,QFௐ Dௐ &DOLIRUQLDௐFRUSRUDWLRQ ௐKDVௐEHHQௐSXUVXLQJௐLWVௐJRDOௐRIௐILJKWLQJௐREHVLW\ௐDQGௐLPSURYLQJௐ FRPPXQLW\ௐZHOOQHVVௐE\ௐLQVWDOOLQJௐRXWGRRUௐILWQHVVௐ]RQHVௐWKDWௐDUHௐIUHHௐIRUௐSXEOLFௐXVH 6LQFHௐRXUௐLQFHSWLRQௐ*UHHQILHOGV¶ௐHTXLSPHQWௐEUDQGௐKDVௐEHHQௐHQWKXVLDVWLFDOO\ௐHPEUDFHGௐE\ௐFRPPXQLWLHVௐDFURVVௐ1RUWKௐ$PHULFDௐIRUௐLWVௐKLJKௐTXDOLW\ௐPXOWLJHQHUDWLRQDOௐDSSHDOௐ IRFXVௐRQௐLQFOXVLRQௐDQGௐPXOWLIXQFWLRQDOௐIHDWXUHVௐ:HௐDUHௐSURXGௐRIௐKDYLQJௐGHYHORSHGௐ SDUWQHUVKLSVௐRYHUௐWKHௐSDVWௐGHFDGHௐZLWKௐQDWLRQDOௐQRQSURILWௐRUJDQL]DWLRQVௐDQGௐ KHDOWKFDUHௐSURYLGHUVௐDQGௐZHௐKDYHௐVHHQௐJUHDWௐVXFFHVVௐKHOSLQJௐEXLOGௐKHDOWK\ௐ FRPPXQLWLHVௐEULQJLQJௐIUHHௐH[HUFLVHௐWRௐORZLQFRPHௐQHLJKERUKRRGVௐDQGௐKHOSLQJௐILJKWௐ WKHௐQDWLRQDOௐREHVLW\ௐHSLGHPLF :HௐVWULYHௐWRௐVHUYHௐRXUௐFXVWRPHUVௐZKRௐDUHௐRIௐXWPRVWௐLPSRUWDQFHௐWRௐXVௐDQGௐFRQWLQXHௐWRௐGHYHORSௐDQGௐH[SDQGௐRXUௐGLIIHUHQWௐFDWHJRULHVௐRIௐRXWGRRUௐILWQHVVௐHTXLSPHQWௐLQFOXGLQJ 5HVLVWDQFH)UHHௐ6\VWHPVௐ±ௐSDUWௐRIௐ*UHHQILHOGV¶ௐWLPHWHVWHGௐ/HJDF\ௐ6HULHVௐGHVLJQHGௐ IRUௐORZௐLPSDFWௐDQGௐPRELOLW\ %RG\ZHLJKWHGௐ/HYHUDJHௐ6\VWHPVௐ±ௐDOVRௐSDUWௐRIௐ*UHHQILHOGV¶ௐWLPHWHVWHGௐ/HJDF\ௐ 6HULHVௐGHVLJQHGௐIRUௐORZௐLPSDFWௐH[HUFLVHVௐHPSOR\LQJௐDௐSRUWLRQௐRIௐWKHௐXVHU¶VௐRZQௐERG\ௐPDVV :KHHOFKDLUௐ$FFHVVLEOHௐ6\VWHPVௐ±ௐSDUWௐRIௐ*UHHQILHOGV¶ௐSDWHQWHGௐ6LJQDWXUHௐ $FFHVVLEOH 70 ௐGHVLJQௐ 86ௐ3DWHQWௐ ௐDFFRPPRGDWLQJௐWKRVHௐLQௐZKHHOFKDLUV $GMXVWDEOHௐ5HVLVWDQFHௐ6\VWHPVௐ±ௐGHVLJQHGௐWRௐEULQJௐLQGRRUௐJ\PௐFLUFXLWௐWUDLQLQJௐLQWRௐ WKHௐRXWGRRUVௐWKHVHௐௐGLIIHUHQWௐXQLWVௐDOORZௐXVHUVௐWRௐDGMXVWௐWKHௐOHYHOௐRIௐUHVLVWDQFHௐRIௐWKHLUௐZRUNRXWVௐ7KLVௐOLQHௐLQFOXGHVௐௐXQLWVௐIRUௐWKRVHௐLQௐZKHHOFKDLUV )XQFWLRQDOௐ)LWQHVVௐ5LJVௐ±ௐWDNLQJௐLQVSLUDWLRQௐIURPௐWKHௐ&URVV)LWௐPRYHPHQWௐ*UHHQILHOGVௐ RIIHUVௐFXVWRPL]DEOHௐ)XQFWLRQDOௐ)LWQHVVௐ5LJVௐWRௐILWௐWKHௐDYDLODEOHௐVSDFHௐDQGௐFRPPXQLW\ௐ QHHGV ;WUHPHௐ1LQMDௐ&RXUVHௐ±ௐXQLTXHௐDGYDQFHGௐGHVLJQVௐWDNLQJௐDIWHUௐWKHௐ$PHULFDQௐ1LQMDௐ :DUULRUௐ*DPHV 0LOLWDU\ௐ)LWQHVVௐ6\VWHPVௐ±ௐFXVWRPL]HGௐXQLTXHௐGHVLJQVௐWRௐVXSSRUWௐDOOௐEUDQFKHVௐRIௐRXUௐ $UPHGௐ)RUFHVௐ PD\ௐQRWௐEHௐVXLWHGௐWRௐSXEOLFௐVSDFHV *UHHQILHOGV¶ௐLQVWDOODWLRQVௐZRUOGZLGHௐDUHௐDௐWHVWDPHQWௐWRௐWKHௐHTXLSPHQW¶VௐUXJJHGௐ FRQVWUXFWLRQௐDVௐWKH\ௐKDYHௐVWRRGௐXSௐWRௐ\HDUVௐRIௐXVHௐLQௐVRFLDOO\ௐDQGௐHFRQRPLFDOO\ௐ GLVDGYDQWDJHGௐLQQHUFLW\ௐQHLJKERUKRRGVௐDVௐZHOOௐDVௐHYHU\ௐFRQFHLYDEOHௐFOLPDWH %\ௐFRQWLQXDOO\ௐEUHDNLQJௐQHZௐJURXQGௐLQௐWKHௐRXWGRRUௐILWQHVVௐLQGXVWU\ௐZHௐFRQVWDQWO\ௐ UHILQHௐDQGௐDGGௐWRௐRXUௐH[WHQVLYHௐSURGXFWௐOLQHௐ:HௐUHPDLQௐWUXHௐDQGௐGHGLFDWHGௐWRௐ IXOILOOLQJௐRXUௐPLVVLRQௐWRௐ³3URPRWHௐ:HOOQHVVௐ ௐ)LJKWௐ2EHVLW\ௐ2QHௐ&RPPXQLW\ௐDWௐDௐ7LPH´   :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐHYHQWௐRIௐDQௐDZDUG":HௐKRSHௐWRௐUHDFKௐPRUHௐFRPPXQLWLHVௐDQGௐFXVWRPHUVௐIURPௐWKHௐDGGHGௐH[SRVXUHௐRIௐ6RXUFHZHOO VௐPDUNHWLQJௐWRௐWKHLUௐPHPEHUV 2YHUௐWKHௐ\HDUVௐZHௐIDFHGௐFRXQWOHVVௐLQVWDQFHVௐLQௐZKLFKௐPXQLFLSDOLWLHVௐZHUHௐQRWௐDEOHௐWRௐ SXUFKDVHௐZKDWௐWKH\ௐZDQWHGQHHGHGௐGXHௐWRௐFRQYROXWHGௐSXUFKDVLQJௐSURFHVVHVௐ:LWKௐWKHௐ KHOSௐRIௐDௐ6RXUFHZHOOௐFRQWUDFWௐZHௐZLOOௐEHௐDEOHௐWRௐVHUYHௐPRUHௐFRPPXQLWLHVௐDFURVVௐWKHௐ FRXQWU\ௐE\ௐRIIHULQJௐWKLVௐPXFKௐQHHGHGௐDPHQLW\   'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐ VWDELOLW\ௐZLWKௐPHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐ LQFOXGHௐVXFKௐLWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ 6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐRIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOH ௐ LQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH *UHHQILHOGVௐLVௐDௐPXOWLPLOOLRQௐGROODUௐSULYDWHO\ௐRZQHGௐFRUSRUDWLRQௐFODLPLQJௐDௐVWURQJHUௐ PDUNHWௐVKDUHௐ\HDUௐDIWHUௐ\HDUௐVLQFHௐLWVௐLQFHSWLRQௐDQGௐFRQWLQXRXVO\ௐLQFUHDVLQJௐUHYHQXHVௐ RQௐDQௐDQQXDOௐEDVLVௐ:HௐPDLQWDLQௐDௐODUJHௐVWHDG\ௐLQYHQWRU\ௐZLWKRXWௐFUHDWLQJௐDQ\ௐORQJ WHUPௐGHEWௐDQGௐOLDELOLWLHVௐ:HௐFXUUHQWO\ௐKDYHௐEXVLQHVVௐFKHFNLQJௐDQGௐVDYLQJௐDFFRXQWVௐLQௐWZRௐEDQNVௐ SOHDVHௐILQGௐOHWWHUVௐRIௐUHIHUHQFHVௐDWWDFKHGௐIURPௐERWKௐEDQNV ௐOLQHௐRIௐFUHGLWௐZLWKௐ]HURௐEDODQFHௐDQGௐFUHGLWௐWHUPVௐH[WHQGHGௐWRௐXVௐE\ௐPDQ\ௐORQJWHUPௐVXSSOLHUVௐ)RUௐ LOOXVWUDWLRQௐSOHDVHௐILQGௐDWWDFKHGௐOHWWHUVௐRIௐUHIHUHQFHVௐIURPௐRXUௐEDQNVௐVXSSOLHUVௐDQGௐ FUHGLWRUV $VௐDௐSULYDWHO\ௐRZQHGௐFRUSRUDWLRQௐZHௐKDYHௐWRௐRSWௐRXWௐRIௐSURYLGLQJௐGHWDLOHGௐILQDQFLDOௐ LQIRUPDWLRQௐWKDWௐZRXOGௐEHFRPHௐSXEOLFௐUHFRUG   :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" $Vௐ2XWGRRUௐ)LWQHVVௐLVௐDௐXQLTXHௐDQGௐVSHFLDOL]HGௐLQGXVWU\ௐLWௐLVௐGLIILFXOWௐWRௐREWDLQௐH[DFWௐ DQGௐDFFXUDWHௐPDUNHWௐVKDUHௐLQIRUPDWLRQௐ%DVHGௐRQௐRXUௐPDUNHWௐUHVHDUFKௐDQGௐIHHGEDFNௐ ZHௐGRௐNQRZௐIRUௐFHUWDLQௐWKDWௐ*UHHQILHOGVௐLVௐRQHௐRIௐWKHௐODUJHVWௐVXSSOLHUVௐDQGௐDௐOHDGHUௐ LQௐWKHௐLQGXVWU\ௐௐ6RPHௐHYHQௐUHIHUௐWRௐ*UHHQILHOGVௐEUDQGௐDVௐWKHௐ*ROGௐ6WDQGDUG   :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" ,QௐFRPSDULVRQௐZLWKௐWKHௐ86ௐPDUNHWௐ&DQDGD¶VௐPDUNHWௐLVௐVLJQLILFDQWO\ௐVPDOOHUௐ+RZHYHUௐ *UHHQILHOGVௐLQVWDOODWLRQVௐFDQௐEHௐIRXQGௐLQௐௐSURYLQFHVௐ$%ௐ%&ௐ0%ௐ21ௐ1/ௐ4&ௐ ௐ 6.ௐௐLQFOXGLQJௐDQௐLQVWDOODWLRQௐZLWKௐWKHௐ&DQDGLDQௐ$UPHGௐ)RUFHV :HௐDUHௐORRNLQJௐWRௐLQFUHDVHௐRXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐWKURXJKௐ6RXUFHZHOO   +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐ EDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO 1Rௐ*UHHQILHOGVௐKDVௐQHYHUௐSHWLWLRQHGௐIRUௐEDQNUXSWF\ௐSURWHFWLRQ Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.              +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐ DௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐRUௐ DௐVHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐ TXHVWLRQௐ HLWKHUௐD ௐRUௐE ௐMXVWௐEHORZ ௐEHVWௐDSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQD ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐVLPLODUௐHQWLW\ ௐ SURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐ RIௐWKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,Iௐ DSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐ LQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG"E ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐPDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ \RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐ IRUFHௐDQGௐZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐ GHOLYHULQJௐWKHௐSURGXFWVௐDQGௐVHUYLFHVௐSURSRVHGௐ LQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ\RXUௐ HPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" *UHHQILHOGVௐ2XWGRRUௐ)LWQHVVௐ,QFௐLVௐDௐPDQXIDFWXUHUௐGHVLJQHUௐDQGௐUHVHOOHUௐRIௐLWVௐRZQௐ EUDQGௐ*UHHQILHOGVௐ2XWGRRUௐ)LWQHVVௐௐ*UHHQILHOGVௐDOVRௐIDFLOLWDWHVௐWXUQNH\ௐSURMHFWVௐ ZKLFKௐLQFOXGHௐLQVWDOODWLRQVௐVKDGHௐFDQRSLHVௐDQGௐRWKHUௐVLWHௐDPHQLWLHVௐௐ *UHHQILHOGVௐLVௐXQLTXHௐLQௐWKLVௐDVSHFWௐDVௐERWKௐDUHௐDSSOLFDEOHௐVLQFHௐZHௐDUHௐDௐPDQXIDFWXUHUௐDQGௐGHDOHUௐGLVWULEXWRUௐRIௐRXUௐRZQௐEUDQGௐ:HௐGHVLJQௐPDQXIDFWXUHௐDQGௐ DOVRௐVHOOௐRXUௐRZQௐEUDQGௐ:HௐVHOOௐRXUௐSURGXFWௐGLUHFWO\ௐWRௐFXVWRPHUVௐXWLOL]LQJௐRXUௐ *UHHQILHOGV¶ௐHPSOR\HGௐLQKRXVHௐLQVLGHௐDQGௐRXWVLGHௐVDOHVௐWHDPVௐDVௐZHOOௐDVௐ LQGHSHQGHQWௐGHDOHUV 8QOLNHௐSOD\JURXQGௐPDQXIDFWXUHUௐUHSVௐ±ௐZKRௐDUHௐERXQGௐE\ௐSUHGHWHUPLQHGௐWHUULWRULHVௐ GHVLJQDWHGௐE\ௐWKHௐPDQXIDFWXUHUVௐZKLFKௐJUDQWௐWKHௐUHSVௐH[FOXVLYLW\ௐLQௐWKHLUௐWHUULWRULHVௐ±ௐ *UHHQILHOGV¶ௐSKLORVRSK\ௐLVௐWRௐDOORZௐDFFHVVௐWRௐ$//ௐPDQXIDFWXUHUௐUHSVௐWRௐSURYLGHௐWKLVௐPXFKQHHGHGௐDPHQLW\ௐWRௐWKHௐSXEOLFௐௐ)RUௐWKLVௐUHDVRQௐ*UHHQILHOGVௐZRUNVௐZLWKௐPDQ\ௐRIௐWKHௐPDQXIDFWXUHUௐUHSVௐLQௐWKHௐSDUNVௐ ௐUHFUHDWLRQௐLQGXVWU\ௐDVௐZHOOௐDVௐUHSVௐZLWKLQௐWKHௐ LQGRRUௐJ\PௐDQGௐDVVLVWHGௐOLYLQJௐLQGXVWULHVௐ±ௐVRPHௐRSHUDWLQJௐZLWKLQௐWKHௐVDPHௐ JHRJUDSKLFௐDUHDௐ7KHUHIRUHௐRXUௐLQGHSHQGHQWௐGHDOHUௐQHWZRUNௐFRQVLVWVௐRIௐௐ PDQXIDFWXUHUௐVDOHVௐUHSUHVHQWDWLYHVௐZKRௐDUHௐDXWKRUL]HGௐWRௐUHVHOOௐRXUௐEUDQGௐLQௐ1RUWKௐ DQGௐ&HQWUDOௐ$PHULFDௐ2XUௐLQGHSHQGHQWௐGHDOHUௐQHWZRUNௐHQKDQFHVௐRXUௐDELOLW\ௐWRௐUHDFKௐ WKHௐJUHDWHVWௐQXPEHUௐRIௐSRWHQWLDOௐFXVWRPHUV :HௐDUHௐDOVRௐDQௐDXWKRUL]HGௐUHVHOOHUௐGHDOHUௐRIௐVKDGHௐFDQRSLHVௐPDQXIDFWXUHGௐE\ௐ6KDGHௐ6\VWHPVௐ3OHDVHௐILQGௐZULWWHQௐDXWKRUL]DWLRQௐDWWDFKHGௐ6KDGHௐ6\VWHPVௐFDQRSLHVௐ FRPSOHPHQWௐRXUௐHTXLSPHQWௐDQGௐLQௐWXUQௐKHOSௐSURYLGHௐWXUQNH\ௐVROXWLRQVௐIRUௐRXUௐ FXVWRPHUVௐ7KHVHௐDGGLWLRQDOௐDPHQLWLHVௐPD\ௐEHௐSXUFKDVHGௐGLUHFWO\ௐWKURXJKௐ*UHHQILHOGVௐ DVௐZHௐVWULYHௐWRௐPDNHௐWKHௐVKRSSLQJௐH[SHULHQFHௐIRUௐRXUௐFXVWRPHUVௐDVௐHDV\ௐDVௐSRVVLEOH $VௐPHQWLRQHGௐSUHYLRXVO\ௐ*UHHQILHOGVௐ2XWGRRUௐ)LWQHVVௐLVௐXQLTXHௐLQௐWKLVௐDVSHFWௐ:Hௐ GHVLJQௐPDQXIDFWXUHௐDQGௐDOVRௐVHOOௐRXUௐRZQௐEUDQGௐ:HௐVHOOௐRXUௐSURGXFWௐGLUHFWO\ௐWRௐFXVWRPHUVௐXWLOL]LQJௐRXUௐ*UHHQILHOGVௐLQKRXVHௐLQVLGHௐVDOHVௐWHDPௐDQGௐLQKRXVHௐRXWVLGHௐVDOHVௐWHDPௐ:HௐDOVRௐZRUNௐZLWKௐDQௐLQGHSHQGHQWௐ GHDOHUௐQHWZRUNௐZKLFKௐFRQVLVWVௐRIௐௐPDQXIDFWXUHUௐUHSUHVHQWDWLYHVௐZKRௐDUHௐ DXWKRUL]HGௐWRௐUHVHOOௐRXUௐEUDQGௐLQௐ1RUWKௐDQGௐ&HQWUDOௐ$PHULFDௐ2XUௐLQGHSHQGHQWௐGHDOHUௐ QHWZRUNௐHQKDQFHVௐRXUௐDELOLW\ௐWRௐUHDFKௐWKHௐJUHDWHVWௐQXPEHUௐRIௐSRWHQWLDOௐFXVWRPHUV   ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐ RXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐ DUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐ KHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐ SDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVH ௐLQௐ SXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ 5)3 *UHHQILHOGVௐPDLQWDLQVௐDௐFXUUHQWௐEXVLQHVVௐOLFHQVHௐ1RௐRWKHUௐVSHFLILFௐOLFHQVHVௐDUHௐ QHHGHGௐWRௐVHOOௐRXUௐSURGXFWௐ:HௐZRUNௐZLWKௐPXOWLSOHௐVXEFRQWUDFWRUVௐDFURVVௐWKHௐFRXQWU\ௐ WRௐLQVWDOOௐRXUௐSURGXFWௐDQGௐSURYLGHௐWXUQNH\ௐVROXWLRQVௐIRUௐRXUௐFXVWRPHUVௐௐ$OOௐ VXEFRQWUDFWRUVௐSHUIRUPLQJௐLQVWDOODWLRQVௐIRUௐ*UHHQILHOGVௐKROGௐYDOLGௐOLFHQVHVௐDSSOLFDEOHௐLQௐ WKHLUௐVWDWHௐLHௐJHQHUDOௐFRQWUDFWRUVௐOLFHQVHV   3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐ LQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐ RUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV 1$ௐ±ௐ*UHHQILHOGVௐKDVௐQHYHUௐEHHQௐVXEMHFWௐWRௐDௐVXVSHQVLRQௐRUௐGLVEDUPHQW  Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐ UHFRJQLWLRQௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐILYHௐ\HDUV 1DWLRQDOௐ5HFUHDWLRQௐ ௐ3DUNVௐ$VVRFLDWLRQௐௐ$QQXDOௐ9,3ௐIRUௐWKHௐSDVWௐௐ\HDUV 1DWLRQDOௐ5HFUHDWLRQௐ ௐ3DUNVௐ$VVRFLDWLRQௐௐ$QQXDOௐ3ODWLQXPௐ6SRQVRUௐIRUௐWKHௐSDVWௐௐ\HDUV1DWLRQDOௐ5HFUHDWLRQௐ ௐ3DUNVௐ$VVRFLDWLRQௐௐ3DUNVௐ%XLOGௐ&RPPXQLW\ௐ3DUWQHUௐIRUௐWKHௐ SDVWௐௐ\HDUV )ORULGDௐ5HFUHDWLRQௐ ௐ3DUNௐ$VVRFLDWLRQௐௐ9,3ௐ3DUWQHUௐIRUௐWKHௐSDVWௐௐ\HDUV   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV 7KHௐSHUFHQWDJHௐRIௐRXUௐVDOHVௐWRௐJRYHUQPHQWDOௐVHFWRUௐIRUௐWKHௐSDVWௐWKUHHௐ\HDUVௐLVௐ  :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐHGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV 7KHௐSHUFHQWDJHௐRIௐRXUௐVDOHVௐWRௐHGXFDWLRQDOௐVHFWRUௐIRUௐWKHௐSDVWௐWKUHHௐ\HDUVௐLVௐ  /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐ SXUFKDVLQJௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐ WKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" *UHHQILHOGVௐKROGVௐWKHௐIROORZLQJௐFRQWUDFWV &OD\ௐ&RXQW\ௐ&RQWUDFWௐ3DOPௐ%HDFKௐ&RXQW\ௐ&RQWUDFW &LW\ௐRIௐ/RVௐ$QJHOHVௐ&RQWUDFW &RXQW\ௐRIௐ/RVௐ$QJHOHVௐ&RQWUDFWௐௐ0$,6 &0$6ௐ&RQWUDFWௐ$ 6LQFHௐZHௐDUHௐDௐSULYDWHO\RZQHGௐFRUSRUDWLRQௐZHௐSUHIHUௐQRWௐWRௐSURYLGHௐGHWDLOHGௐ ILQDQFLDOௐLQIRUPDWLRQௐWKDWௐZRXOGௐEHFRPHௐSXEOLFௐUHFRUGௐLQௐDFFRUGDQFHௐZLWKௐ0LQQHVRWDௐ6WDWXWHVௐ6HFWLRQௐ   /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐ DQGௐ6XSSO\ௐ$UUDQJHPHQWVௐ 626$ ௐWKDWௐ\RXௐ KROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" <HVௐ*UHHQILHOGVௐLVௐDௐ*6$ௐFRQWUDFWௐKROGHU *6$ௐ&RQWUDFWௐ*6)*$ 6LQFHௐZHௐDUHௐDௐSULYDWHO\RZQHGௐFRUSRUDWLRQௐZHௐSUHIHUௐQRWௐWRௐSURYLGHௐGHWDLOHGௐILQDQFLDOௐLQIRUPDWLRQௐWKDWௐZRXOGௐEHFRPHௐSXEOLFௐUHFRUGௐLQௐDFFRUGDQFHௐZLWKௐ0LQQHVRWDௐ 6WDWXWHVௐ6HFWLRQௐ  7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU &LW\ௐRIௐ/RVௐ$QJHOHVௐ&$ 0LNHௐ6KXOO*HQHUDOௐ0DQDJHU &LW\ௐRIௐ/RVௐ$QJHOHV  0LDPL'DGHௐ&RXQW\ௐ)/ 0DULDௐ1DUGL'LUHFWRU 0LDPL'DGHௐ&RXQW\ௐ3DUNVௐ5HFUHDWLRQௐDQGௐ2SHQௐ 6SDFHV   &LW\ௐDQGௐ&RXQW\ௐRIௐ6DQௐ)UDQFLVFRௐ&$ 3KLOLSௐ$ௐ*LQVEXUJ*HQHUDOௐ0DQDJHU 6DQௐ)UDQFLVFRௐ5HFUHDWLRQௐDQGௐ3DUNௐ'HSDUWPHQW  &LW\ௐRIௐ0LDPLௐ)/ 7RPௐ&DODXWWLௐ%6ௐ0$ௐ&36,6HQLRUௐ&RQVWUXFWLRQௐ&RRUGLQDWRU &LW\ௐRIௐ0LDPLௐ3DUNVௐ ௐ5HFUHDWLRQௐ'HSDUWPHQW  /RVௐ$QJHOHVௐ3DUNVௐ)RXQGDWLRQௐ&$ -XGLWKௐ.LHIIHU([HFXWLYHௐ'LUHFWRU/RVௐ$QJHOHVௐ3DUNVௐ)RXQGDWLRQ  Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUV HQWLW\QDPHLVRSWLRQDO  LQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFW V VL]HRIWUDQVDFWLRQ V DQGGROODU YROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH 3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV /RFDOௐ *RYHUQPHQWௐௐ&LW\ *RYHUQPHQW )ORULGD)/ (TXLSPHQWௐ ௐ,QVWDOODWLRQௐWXUQNH\ௐ SURMHFWV UDQJHௐRIௐ.ௐ 0ௐ  /RFDOௐ *RYHUQPHQWௐௐ&LW\ *RYHUQPHQW &DOLIRUQLD&$ (TXLSPHQWௐ ௐ,QVWDOODWLRQௐWXUQNH\ௐ SURMHFWV UDQJHௐRIௐ.ௐ .ௐ  /RFDOௐ *RYHUQPHQWௐௐ&LW\ *RYHUQPHQW )ORULGD)/ (TXLSPHQWௐ ௐ,QVWDOODWLRQௐWXUQNH\ௐ SURMHFWV UDQJHௐRIௐ.ௐ .ௐ  /RFDOௐ *RYHUQPHQWௐௐ &RXQW\ *RYHUQPHQW &DOLIRUQLD&$ (TXLSPHQW UDQJHௐRIௐ.ௐ .ௐ  /RFDOௐ *RYHUQPHQWௐௐ &LW\ *RYHUQPHQW 0LFKLJDQ0, (TXLSPHQW UDQJHௐRIௐ.ௐ .ௐ  7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH<RXU UHVSRQVHVKRXOGDGGUHVVLQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURI ZRUNHUV IXOOWLPHHTXLYDOHQWV LQYROYHGLQHDFKVHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHV RUHPSOR\HHVRIDWKLUGSDUW\  DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH,WHP 4XHVWLRQ 5HVSRQVH  6DOHVௐIRUFH *UHHQILHOGV¶ௐVDOHVௐIRUFHௐFRQVLVWVௐRIௐDQௐLQKRXVHௐLQVLGHௐVDOHVௐWHDPௐ ௐLQKRXVHௐRXWVLGHௐ VDOHVௐWHDPௐHPSOR\HGௐE\ௐ*UHHQILHOGV 2XUௐKLJKO\ௐWUDLQHGௐDQGௐH[SHULHQFHGௐVDOHVௐWHDPVௐZRUNௐUHOHQWOHVVO\ௐZLWKௐRXUௐSRWHQWLDOௐDQGௐ H[LVWLQJௐFXVWRPHUVௐ2XUௐLQKRXVHௐLQVLGHௐVDOHVௐWHDPௐFRPPXQLFDWHVௐZLWKௐRXUௐNH\ௐKRXVHௐ DFFRXQWVௐUHDFKHVௐRXWௐWRௐSRWHQWLDOௐFXVWRPHUVௐYLDௐSKRQHௐHPDLOௐDQGௐRQOLQHௐSRUWDOVௐDQGௐ VXSSRUWVௐRXUௐRXWVLGHௐVDOHVௐWHDPௐ2XUௐRXWVLGHௐVDOHVௐWHDPௐPHPEHUVௐIUHTXHQWO\ௐWUDYHOௐDURXQGௐWKHௐ86ௐ ௐ&DQDGDௐWRௐH[KLELWௐDWௐWUDGHௐVKRZVௐ DQGௐGXULQJௐௐH[KLELWௐDQGௐ SUHVHQWௐDWௐYLUWXDOௐWUDGHௐVKRZVௐ ௐFRQIHUHQFHV ௐ$Wௐ*UHHQILHOGVௐZHௐEHOLHYHௐLQௐWKHௐ SHUVRQDOௐWRXFKௐDVௐZHௐKLJKO\ௐYDOXHௐSHUVRQDOௐUHODWLRQVKLSVௐZLWKௐRXUௐFXVWRPHUVௐ3ULRUௐWRௐ WKHௐௐSDQGHPLFௐRXUௐVDOHVௐWHDPௐWUDYHOHGௐRQௐDௐUHJXODUௐEDVLVௐWRௐYLVLWௐFXVWRPHUVௐDQGௐ PDNHௐSUHVHQWDWLRQVௐLQௐSHUVRQௐ(YHQௐGXULQJௐௐSDQGHPLFௐWRௐWKHௐH[WHQWௐDOORZHGௐDQGௐ UHFRPPHQGHGௐE\ௐ&'&ௐZHௐKDYHௐFRQWLQXHGௐWRௐPDNHௐSUHVHQWDWLRQVௐLQௐSHUVRQௐDQGௐYLDௐ RQOLQHௐUHPRWHௐSRUWDOVௐVXFKௐDVௐ=RRPௐ,QௐDGGLWLRQௐRXUௐVDOHVௐWHDPௐIUHTXHQWO\ௐKROGVௐHGXFDWLRQDOௐVHPLQDUVௐLQௐSHUVRQௐDQGௐUHPRWHO\ௐIRUௐRXUௐGHDOHUVௐDQGௐSRWHQWLDOௐFXVWRPHUVௐ'XULQJௐWKHௐXQSUHFHGHQWHGௐDQGௐFKDOOHQJLQJௐ\HDUௐௐRXUௐVDOHVௐIRUFHௐTXLFNO\ௐDGMXVWHGௐ DQGௐKDVௐEHHQௐDEOHௐWRௐUHDFKௐPDQ\ௐFXVWRPHUVௐYLDௐ=RRPௐDQGௐRWKHUௐUHPRWHௐRQOLQHௐ SRUWDOVௐ:LWKௐWKHௐHYHUFKDQJLQJௐHQYLURQPHQWௐQRZௐPRUHௐVRௐWKDQௐHYHUௐ*UHHQILHOGVௐ FRQWLQXHVௐWRௐDGMXVWௐWKHௐZD\ௐRXUௐVDOHVௐIRUFHௐZRUNVௐWRௐHQVXUHௐZHௐXWLOL]HௐWKHௐODWHVWௐ WHFKQRORJ\ௐLQௐUHDFKLQJௐRXUௐSRWHQWLDOௐFXVWRPHUVௐZKLOHௐPDLQWDLQLQJௐRXUௐSHUVRQDOௐWRXFK   'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV *UHHQILHOGVௐZRUNVௐZLWKௐPDQ\ௐPDQXIDFWXUHUௐUHSVௐLQௐWKHௐSDUNVௐ ௐUHFUHDWLRQௐLQGXVWU\ௐDVௐ ZHOOௐDVௐUHSVௐZLWKLQௐWKHௐLQGRRUௐJ\PௐDQGௐDVVLVWHGௐOLYLQJௐLQGXVWULHVௐ*UHHQILHOGV¶ௐ LQGHSHQGHQWௐGHDOHUௐQHWZRUNௐRIௐௐVDOHVௐUHSUHVHQWDWLYHVௐ DVௐH[SODLQHGௐLQௐ4XHVWLRQௐ D ௐLVௐZRUNLQJௐDFURVVௐWKHௐ86ௐ&DQDGDௐDQGௐ&HQWUDOௐ$PHULFDௐ:HௐZRUNௐFORVHO\ௐZLWKௐ RXUௐGHDOHUௐQHWZRUNௐWRௐHQVXUHௐWKH\ௐDUHௐDOZD\VௐHGXFDWHGௐDQGௐXSௐWRௐVSHHGௐRQௐRXUௐSURGXFWௐ3ULRUௐWRௐௐZHௐKHOGௐIUHTXHQWௐLQSHUVRQௐHGXFDWLRQDOௐVHPLQDUVௐIRUௐRXUௐGHDOHUVௐDQGௐLQௐௐGXHௐWRௐWKHௐ&29,'ௐSDQGHPLFௐZHௐTXLFNO\ௐDGMXVWHGௐKROGLQJௐ HGXFDWLRQDOௐDQGௐWUDLQLQJௐVHVVLRQVௐYLDௐ=RRPௐRUௐRWKHUௐRQOLQHௐSRUWDOVௐ:HௐPDLQWDLQௐFORVHௐ UHODWLRQVKLSVௐZLWKௐRXUௐGHDOHUVௐWRௐVXSSRUWௐWKHLUௐHIIRUWVௐLQௐUHSUHVHQWLQJௐ*UHHQILHOGVௐLQௐWKHௐ PDUNHWSODFH  Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.              6HUYLFHௐIRUFH &XVWRPHUௐ6XSSRUWௐ&HQWHUௐ &6& ௐௐ *UHHQILHOGV¶ௐ&XVWRPHUௐ6XSSRUWௐ&HQWHUௐ &6& ௐSURYLGHVௐUHPRWHௐVXSSRUWௐWRௐFXVWRPHUVௐ DQGௐLQVWDOOHUVௐZRUOGZLGHௐ2XUௐKLJKO\ௐH[SHULHQFHGௐWHDPௐGHOLYHUVௐH[SHUWௐWHFKQLFDOௐ DVVLVWDQFHௐWRௐFXVWRPHUVௐGXULQJௐLQVWDOODWLRQௐDQGௐVHUYHVௐDVௐWKHௐSRLQWௐRIௐFRQWDFWௐIRUௐPDLQWHQDQFHௐSHUVRQQHOௐRQFHௐWKHௐSURMHFWௐLVௐFRPSOHWHGௐௐ)LHOGௐ6HUYLFHௐ)RUFHௐ 2XUௐILHOGௐVHUYLFHௐIRUFHௐFRQVLVWVௐRIௐ*UHHQILHOGVHPSOR\HGௐWHFKQLFLDQVௐDQGௐ&XVWRPHUௐ 6XSSRUWௐ&HQWHUௐWHDPௐPHPEHUVௐ2XUௐILHOGௐVHUYLFHௐWHFKQLFLDQVௐDUHௐWKRURXJKO\ௐWUDLQHGௐLQௐ RXUௐVSHFLILFௐLQGXVWU\ௐDQGௐRXUௐ*UHHQILHOGVௐEUDQGௐWRௐEHௐDEOHௐWRௐUHVROYHௐDQ\ௐWHFKQLFDOௐ DQGRUௐPDLQWHQDQFHௐLVVXHௐWKDWௐPD\ௐDULVHௐ %RWKௐRXUௐWHFKQLFLDQVௐDQGௐRXUௐ&XVWRPHUௐ6XSSRUWௐ&HQWHUௐWHDPௐUHFHLYHௐPDQ\ௐSRVLWLYHௐUHYLHZVௐDQGௐIHHGEDFNௐIURPௐVDWLVILHGௐFXVWRPHUVௐ:HௐSULGHௐRXUVHOYHVௐRQௐWKHௐIULHQGOLQHVVௐSURIHVVLRQDOLVPௐDQGௐVSHHGௐLQௐZKLFKௐZHௐUHVROYHௐDOOௐFXVWRPHUௐVHUYLFHௐ QHHGV   'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐSURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐVHUYLFHௐ SURJUDPௐLIௐDSSOLFDEOHௐௐ,QFOXGHௐ\RXUௐ UHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐ FRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐWKDWௐ KHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐ VHUYLFHௐJRDOVௐRUௐSURPLVHV 2XUௐFXVWRPHUௐVXSSRUWௐFHQWHUௐUHVSRQGVௐWRௐFXVWRPHUௐUHTXHVWVௐUHFHLYHGௐYLDௐSKRQHௐHPDLOௐRXUௐZHEVLWHௐRUௐID[ௐ2XUௐRIILFLDOௐFXVWRPHUௐVXSSRUWௐKRXUVௐDUHௐDPௐ±ௐSPௐEXWௐRXUௐ GHGLFDWHGௐWHDPௐZRUNVௐRYHUWLPHௐRQௐPDQ\ௐRFFDVLRQVௐWRௐPDNHௐVXUHௐDQ\ௐFXVWRPHUௐQHHGVௐ DUHௐUHVROYHGௐ$6$3ௐ3KRQHVௐDUHௐDQVZHUHGௐE\ௐDௐOLYHௐSHUVRQௐZLWKௐOLWWOHௐWRௐQRௐKROGௐWLPHௐ GXULQJௐWKHௐKRXUVௐRIௐDPௐ±ௐSPௐ(PDLOௐZHEVLWHௐRUௐID[ௐLQTXLULHVௐDUHௐUHVSRQGHGௐWRௐ ZLWKLQௐPLQXWHVௐWRௐDQௐKRXUௐLQௐPRVWௐFDVHVௐDQGௐQRௐODWHUௐWKDQௐௐKRXUVௐ2XUௐGHGLFDWHGௐ DQGௐKLJKO\ௐWUDLQHGௐFXVWRPHUௐVXSSRUWௐWHDPௐDVVLVWVௐFXVWRPHUVௐZLWKௐVROXWLRQVௐIRUௐDOOௐ FXVWRPHUௐVHUYLFHௐUHTXHVWVௐ5HSODFHPHQWௐSDUWVௐDUHௐVKLSSHGௐZLWKLQௐௐKRXUVௐRIௐUHFHLSWௐRIௐRUGHUௐ2XUௐILHOGௐWHFKQLFLDQVௐDUHௐVFKHGXOHGௐDFFRUGLQJO\ௐIRUௐVHUYLFHௐDQGRUௐUHSDLUVௐ:HௐFRQVWDQWO\ௐPRQLWRUௐDQGௐUHYLHZௐWKHௐFXVWRPHUௐVHUYLFHௐWHDP¶VௐSHUIRUPDQFHௐDQGௐ SURFHGXUHVௐWRௐHQVXUHௐRXUௐFXVWRPHUௐVHUYLFHௐLVௐDWௐWKHௐKLJKHVWௐVWDQGDUGௐ2XUௐFRPPLWPHQWௐ DQGௐHIIRUWௐLVௐFRQILUPHGௐE\ௐVDWLVILHGௐFXVWRPHUVௐZKRௐWDNHௐWLPHௐRXWௐRIௐWKHLUௐEXV\ௐGD\VௐWRௐ VHQGௐXVௐQRWHVௐRIௐDSSUHFLDWLRQ   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHௐ 8QLWHGௐ6WDWHV :HௐKDYHௐEHHQௐSURYLGLQJௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐHQWLWLHVௐWKURXJKRXWௐ8QLWHGௐ6WDWHVௐ DQGௐ86ௐWHUULWRULHVௐVLQFHௐRXUௐLQFHSWLRQௐDQGௐZLOOௐFRQWLQXHௐWRௐGRௐVR  'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD :HௐKDYHௐEHHQௐSURYLGLQJௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ&DQDGDௐVLQFHௐLQFHSWLRQௐDQGௐZLOOௐ FRQWLQXHௐWRௐGRௐVRௐ*UHHQILHOGVௐFDQௐEHௐIRXQGௐLQௐௐSURYLQFHVௐLQௐ&DQDGDௐ$%ௐ%&ௐ0%ௐ 21ௐ1/ௐ4&ௐ ௐ6.   ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐRUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐ VHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW 1RQHௐZHௐFDQௐSURYLGHௐJRRGVௐ ௐVHUYLFHVௐWKURXJKRXWௐWKHௐ86ௐ ௐ&DQDGD  ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐ VHFWRUVௐ LHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRU SURILW ௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐ WKURXJKௐWKHௐSURSRVHGௐFRQWUDFWௐ([SODLQௐLQௐ GHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐ KDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐ FRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐDELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" 1RWௐDSSOLFDEOHௐ:HௐFDQௐVHUYHௐDOOௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV   'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐ UHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐDQGௐLQௐ86ௐ7HUULWRULHV 1RௐVSHFLILFௐUHVWULFWLRQVௐDSSO\ௐ:HௐKDYHௐEHHQௐDQGௐDUHௐDEOHௐWRௐVHUYLFHௐDOOௐRIௐ+DZDLLௐ $ODVNDௐDQGௐ86ௐ7HUULWRULHV Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             7DEOH0DUNHWLQJ3ODQ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐ SURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐPDUNHWLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐ WKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH *UHHQILHOGVௐDGYHUWLVHVௐDQGௐPDUNHWVௐLWVௐSURGXFWௐYLDௐDௐYDULHW\ௐRIௐPDUNHWLQJௐSODWIRUPV ௐ7KHௐ6RXUFHZHOOௐ&RQWUDFWௐ1XPEHUௐ ௐ/RJRௐZLOOௐEHௐSURPRWHGௐYLDௐDOOௐRXUௐPDUNHWLQJௐSODWIRUPVௐLQFOXGLQJௐ*UHHQILHOGV¶ௐKRPHSDJHௐWRௐHQVXUHௐRXUௐFXUUHQWௐ ௐIXWXUHௐFXVWRPHUVௐDUHௐDZDUHௐRIௐRXUௐ FRQWUDFWௐZLWKௐ6RXUFHZHOOௐDQGௐXQGHUVWDQGௐLWVௐEHQHILWVௐ ‡ௐௐௐௐ0XOWLSOHௐLQGXVWU\OHDGLQJௐSXEOLFDWLRQVௐYLDௐSULQWௐ ௐHPDLOௐEODVWVௐ ‡ௐௐௐௐ5HJXODUௐGLUHFWௐHPDLOௐEODVWVௐWRௐRXUௐOHDGVௐ ‡ௐௐௐௐ6RFLDOௐPHGLDௐ ‡ௐௐௐௐ7UDGHௐVKRZVௐDQGௐRWKHUௐLQGXVWU\ௐHYHQWVௐ‡ௐௐௐௐ2XUௐPDLQௐDQQXDOௐ6RXUFHௐ%RRNௐ FDWDORJ ௐGLVWULEXWHGௐWRௐDOOௐRXUௐGHDOHUVௐDVௐZHOOௐDVௐDௐYDULHW\ௐRIௐEURFKXUHVௐVSHFLILFௐWRௐRXUௐVSHFLDOW\ௐSURGXFWௐOLQHVௐ ‡ௐௐௐௐ*UHHQILHOGV¶ௐZHEVLWHௐ±ௐWKHௐ6RXUFHZHOOௐORJRௐZLOOௐEHௐSODFHGௐLQௐDௐSULPHௐORFDWLRQௐRQௐRXUௐ ZHEVLWH¶VௐKRPHSDJHௐDQGௐZHௐZLOOௐGHYHORSௐDௐGHGLFDWHGௐ6RXUFHZHOOௐZHESDJHௐWRௐWKRURXJKO\ௐ H[SODLQௐDOOௐEHQHILWVௐRIௐWKHௐ&RQWUDFWௐWRௐRXUௐH[LVWLQJௐDQGௐSRWHQWLDOௐFXVWRPHUVௐ ‡ௐௐௐௐ9LUWXDOௐDQGௐOLYHௐHGXFDWLRQDOௐVHVVLRQVௐௐZHௐZLOOௐLQFOXGHௐ6RXUFHZHOOௐLQௐRXUௐHGXFDWLRQDOௐ VHVVLRQVௐIRUௐFXVWRPHUVௐDVௐZHOOௐDVௐRXUௐGHDOHUV   'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐ GLJLWDOௐGDWDௐ HJௐVRFLDOௐPHGLDௐ PHWDGDWDௐXVDJH ௐWRௐHQKDQFHௐ PDUNHWLQJௐHIIHFWLYHQHVV :HௐLQYHVWௐDௐJUHDWௐDPRXQWௐRIௐWLPHௐDQGௐHIIRUWௐLQௐNHHSLQJௐRXUௐZHEVLWHௐH[FLWLQJௐXSௐWRௐGDWHௐ UHOHYDQWௐDQGௐXVHUௐIULHQGO\ௐ2XUௐZHEVLWHௐLVௐRSWLPL]HGௐWRௐUDQNௐKLJKௐRQௐDOOௐPDMRUௐVHDUFKௐ HQJLQHVௐௐ:HௐXVHௐVRFLDOௐPHGLDௐ )DFHERRNௐ,QVWDJUDPௐ7ZLWWHUௐ3LQWHUHVW ௐWRௐSURPRWHௐRXUௐ SURGXFWௐDQGௐSRVWௐXSGDWHVௐRQௐUHJXODUௐEDVLVௐ:HௐPDNHௐRXUௐSRVWVௐIXQௐDQGௐLQWHUDFWLYHௐWRௐHQJDJHௐRXUௐIROORZHUV   ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐ LQௐSURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐ WKLVௐ5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐ VDOHVௐSURFHVV" :LWKௐWKHௐFXUUHQWௐSDQGHPLFௐLWௐKDVௐEHFRPHௐHYLGHQWௐWKDWௐRXWGRRUௐILWQHVVௐLVௐDQௐHVVHQWLDOௐ DPHQLW\ௐ:HௐZRXOGௐOLNHௐWRௐVHHௐ6RXUFHZHOOௐSURPRWLQJௐ*UHHQILHOGVௐWRௐWKHLUௐ0HPEHUVௐYLDௐWKHLUௐ ZHEVLWHௐVRFLDOௐPHGLDௐSXEOLFDWLRQVௐDQGௐWUDGHௐVKRZVௐWRௐFUHDWHௐDௐPXWXDOO\ௐEHQHILFLDOௐHQYLURQPHQWௐDOORZLQJௐERWKௐ*UHHQILHOGVௐDQGௐ6RXUFHZHOOௐWRௐVHUYHௐPDQ\ௐQHZௐFXVWRPHUVௐDQGௐ FRPPXQLWLHVௐQDWLRQZLGHௐௐ :HௐZLOOௐLQWHJUDWHௐ6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐRXUௐVDOHVௐSURFHVVௐE\ௐDXWRPDWLFDOO\ௐ HGXFDWLQJௐRXUௐFXVWRPHUVௐYLDௐWKHௐILUVWௐFRPPXQLFDWLRQௐZHௐKDYHௐZLWKௐWKHPௐDERXWௐWKHௐEHQHILWVௐ RIௐEHFRPLQJௐDௐ6RXUFHZHOOௐPHPEHUௐDQGௐWKHௐHDVHௐRIௐSXUFKDVLQJௐWKURXJKௐ6RXUFHZHOO   $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐ DYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐ RUGHULQJௐSURFHVV"ௐ,IௐVRௐGHVFULEHௐ\RXUௐ HSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐ JRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐFXVWRPHUVௐKDYHௐXVHGௐLW <HVௐZHௐXWLOL]Hௐ8QLVRQௐ0DUNHWSODFHௐ XQLVRQJOREDOFRP  7DEOH9DOXH$GGHG$WWULEXWHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐ PDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐ SURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐ WUDLQLQJௐLVௐVWDQGDUGௐRUௐRSWLRQDOௐ ZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐ FRVWVௐWKDWௐDSSO\ :HௐSURYLGHௐGHWDLOHGௐPDLQWHQDQFHௐDQGௐRSHUDWRUHQGௐXVHUௐWUDLQLQJௐSURJUDPௐ2XUௐPDLQWHQDQFHௐ WUDLQLQJௐSURJUDPௐWDNHVௐWKHௐIRUPௐRIௐGHWDLOHGௐDௐ2 0ௐ2ZQHU¶Vௐ0DQXDOௐZKLFKௐLVௐSURYLGHGௐ FRPSOLPHQWDU\ௐZLWKௐHYHU\ௐSURMHFWRUGHUௐ2XUௐILHOGௐWHFKQLFLDQVௐDORQJௐZLWKௐRXUௐFXVWRPHUௐVXSSRUWௐWHDPௐJXLGHௐPDLQWHQDQFHௐWHDPVௐWKURXJKௐHTXLSPHQWௐPDLQWHQDQFHௐUHTXLUHPHQWVௐ2XUௐHTXLSPHQWௐLVௐGHVLJQHGௐIRUௐRXWGRRUௐXVHௐE\ௐXQVXSHUYLVHGௐPDVVHVௐZLWKௐYHU\ௐPLQLPDOௐPDLQWHQDQFHௐ UHTXLUHPHQWVௐ7KLVௐPDLQWHQDQFHௐJXLGDQFHௐDQGௐWUDLQLQJௐLVௐVWDQGDUGௐDQGௐFRPSOLPHQWDU\ௐ 2SHUDWRUௐWUDLQLQJௐSURJUDPVௐZRXOGௐUHIHUௐWRௐWKHௐXVHௐRIௐRXUௐILWQHVVௐHTXLSPHQWௐE\ௐWKHௐHQGௐXVHUௐ 7KLVௐLVௐGRQHௐLQௐIRUPௐRIௐLQVWUXFWLRQDOௐODEHOVௐRQௐHDFKௐRIௐRXUௐXQLWVௐZLWKௐGHWDLOHGௐGHVFULSWLRQVௐRIௐ VXJJHVWHGௐH[HUFLVHVௐ7KHௐLQVWUXFWLRQDOௐODEHOVௐDOVRௐIHDWXUHௐ45ௐFRGHVௐZKLFKௐSURYLGHௐXVHUVௐWKHௐ DELOLW\ௐWRௐYLHZௐYLGHRௐGHPRQVWUDWLRQVௐRQௐWKHLUௐVPDUWSKRQHVௐ:HௐSURYLGHௐRSHUDWRUHQGௐXVHUௐJXLGDQFHௐDQGௐWUDLQLQJௐRQௐRXUௐZHEVLWHௐDQGௐLQௐRXUௐXSFRPLQJௐDSSௐ$OOௐRIௐWKHௐRSHUDWRUHQGௐXVHUௐJXLGDQFHௐLVௐDOVRௐFRPSOLPHQWDU\ௐ ,QௐFDVHVௐLQௐZKLFKௐRXUௐHTXLSPHQWௐLVௐLQVWDOOHGௐE\ௐRWKHUVௐZHௐRIIHUௐDQௐRQVLWHௐVXSHUYLVLRQௐDQGௐ ZDUUDQW\ௐLQVSHFWLRQௐGXULQJௐLQVWDOODWLRQௐ VPDOOௐIHHௐDSSOLFDEOH   Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.              'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐ DGYDQFHVௐWKDWௐ\RXUௐSURSRVHGௐ SURGXFWVௐRUௐVHUYLFHVௐRIIHU :HௐVWULYHௐWRௐVWD\ௐRQௐWRSௐRIௐDQ\ௐWHFKQRORJLFDOௐDGYDQFHVௐDSSOLFDEOHௐWRௐRXUௐLQGXVWU\ௐWKDWௐFDQௐ LPSURYHௐRXUௐFXVWRPHUV¶ௐH[SHULHQFHௐZLWKௐ*UHHQILHOGV¶ௐSURGXFWVௐDQGௐVHUYLFHVௐ:HௐLPSOHPHQWௐ WKHௐODWHVWௐWHFKQRORJ\ௐWRௐVWUHDPOLQHௐWKHௐRUGHULQJௐSURFHVVௐVKLSSLQJௐFXVWRPHUௐVXSSRUWௐDQGௐ SURMHFWௐGHVLJQVௐ2XUௐ5 'ௐWHDPௐFRQWLQXDOO\ௐUHVHDUFKHVௐDQGௐLPSOHPHQWVௐQHZௐDQGௐLPSURYHGௐSURGXFWௐGHVLJQVௐDQGௐPDWHULDOVௐ:HௐRSWLPL]HௐRXUௐZHEVLWHௐWRௐWKHௐODWHVWௐVWDQGDUGVௐ *UHHQILHOGVௐ3URIHVVLRQDOௐ6HULHVௐIHDWXUHVௐDௐWRSRIWKHOLQHௐDGMXVWDEOHௐUHVLVWDQFHௐPHFKDQLVPௐ ZLWKௐDௐUHFHQWO\HQKDQFHGௐUHVLVWDQFHௐUDQJHௐXQPDWFKHGௐE\ௐDQ\ௐRWKHUௐVXSSOLHUௐLQௐWKHௐRXWGRRUௐ ILWQHVVௐLQGXVWU\ௐ7KHௐK\GUDXOLFௐSLVWRQௐRIIHUVௐERWKௐSXVKௐDQGௐSXOOௐUHVLVWDQFHௐLQௐDOOௐDSSOLFDEOHௐ XQLWVௐ7KLVௐPHFKDQLVPௐLVௐWKHௐIRXUWKJHQHUDWLRQௐPRGHOௐWHVWHGௐIRUௐௐPLOOLRQௐUHSHWLWLRQVௐWRௐ HQVXUHௐTXDOLW\ௐDQGௐGXUDELOLW\ௐ *UHHQILHOGVௐKDVௐUHFHQWO\ௐLQWURGXFHGௐDௐQHZௐDQWLEDFWHULDOௐJULS   'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐ WKDWௐUHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDQGௐLQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐ DJHQF\ௐIRUௐHDFK *UHHQILHOGVௐLVௐFRPPLWWHGௐWRௐFRQVWDQWO\ௐLPSURYLQJௐLWVௐJUHHQௐLQLWLDWLYHV 3URGXFW‡ௐௐௐௐ(TXLSPHQWௐGRHVௐQRWௐXVHௐHOHFWULFLW\‡ௐௐௐௐ%HLQJௐLQVWDOOHGௐH[FOXVLYHO\ௐLQௐRXWGRRUௐHQYLURQPHQWVௐRXUௐJ\PVௐUHTXLUHௐQRௐDLUௐFRQGLWLRQLQJௐ IXUWKHUௐUHGXFLQJௐFXVWRPHUV ௐFDUERQௐIRRWSULQW ‡ௐௐௐௐ1RௐHTXLSPHQWௐOXEULFDWLRQௐQHFHVVDU\ ‡ௐௐௐௐ0LQLPDOௐPDLQWHQDQFH ‡ௐௐௐௐ0ROGHGௐSURGXFWௐPDGHௐRIௐUHF\FOHGௐFRPSRQHQWVௐVXFKௐDVௐVWHHOௐ+3'(ௐ//'3(ௐUXEEHUௐ JULSVௐ 5HF\FOLQJௐLQௐWKHௐPDQXIDFWXULQJௐSURFHVV‡ௐௐௐௐ:HௐUHF\FOHௐDOOௐVFUDSௐPHWDOௐDQGௐRWKHUௐPDWHULDOVௐVXFKௐDVௐSDFNDJLQJௐSODVWLFVௐHWF *UHHQௐLQLWLDWLYHVௐLQௐWKHௐRIILFHV ‡ௐௐௐௐ8VHௐRIௐHQHUJ\ௐHIILFLHQWௐOLJKWௐEXOEVௐWKURXJKRXWௐRXUௐEXLOGLQJV ‡ௐௐௐௐ5HGXFLQJௐSULQWHGௐPDWHULDOVௐDQGௐSULQWLQJௐDOWRJHWKHUௐHPSKDVL]LQJௐRXUௐGLJLWDOௐOLWHUDWXUH   ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFR ODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐ HTXLSPHQWௐRUௐSURGXFWVௐLQFOXGHGௐLQௐ \RXUௐ3URSRVDOௐUHODWHGௐWRௐHQHUJ\ௐHIILFLHQF\ௐRUௐFRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐ FUDGOHWRFUDGOH ௐRUௐRWKHUௐ JUHHQVXVWDLQDELOLW\ௐIDFWRUV 1RWௐ$SSOLFDEOH   'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ%XVLQHVVௐ(QWLW\ௐ :0%( ௐ6PDOOௐ %XVLQHVVௐ(QWLW\ௐ 6%( ௐRUௐYHWHUDQௐ RZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐRUௐKXEௐSDUWQHUVௐ KDYHௐREWDLQHGௐ8SORDGௐ GRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐ DVௐ DSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1RWௐ$SSOLFDEOH   :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐ FRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐ VHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV"ௐ:KDWௐPDNHVௐ\RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ \RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" 6LQFHௐQRௐFRPPXQLW\ௐLVௐWKHௐVDPHௐWKHௐ*UHHQILHOGVௐWHDPௐWDNHVௐWKHௐQHFHVVDU\ௐWLPHௐWRௐ FXVWRPL]HௐDQGௐSHUVRQDOL]HௐRXUௐJ\PௐGHVLJQVௐIRUௐHDFKௐSURMHFWௐ2XUௐGHGLFDWHGௐVDOHVௐWHDPௐDQGௐ GHDOHUVௐWDNHௐWKHௐWLPHௐZLWKௐHYHU\ௐFXVWRPHUௐWRௐDVVXUHௐZHௐFDWHUௐWRௐWKHLUௐVSHFLILFௐQHHGVௐDQGௐFXVWRPL]HௐHDFKௐSURMHFWௐDFFRXQWLQJௐIRUௐWKHௐGHPRJUDSKLFVௐRIௐHQGௐXVHUVௐVSDFHௐEXGJHWௐDQGௐDQ\ௐRWKHUௐFRQVLGHUDWLRQV ௐ :LWKௐWKHௐFXUUHQWௐSDQGHPLFௐWKHௐQDWLRQௐKDVௐUHFRJQL]HGௐWKHௐQHHGௐIRUௐRXWGRRUௐDFWLYLWLHVௐ:LWKௐ OLPLWHGௐDFFHVVௐWRௐLQGRRUௐJ\PVௐWKHௐGHPDQGௐIRUௐRXWGRRUௐILWQHVVௐ]RQHVௐKDVௐLQFUHDVHGௐ H[SRQHQWLDOO\ௐ:HௐDUHௐSURXGௐWRௐSURYLGHௐXQLTXHௐDQGௐFXVWRPL]HGௐVROXWLRQVௐZLWKௐRXUௐRXWGRRUௐ ILWQHVVௐ]RQHV 5HJDUGOHVVௐRIௐWKHௐVL]HௐRIௐWKHௐSURMHFWௐ*UHHQILHOGVௐRIIHUVௐFRPSOLPHQWDU\ௐFRQVXOWDWLRQௐVLWHௐ OD\RXWௐDQGௐGHVLJQௐ :HௐRIIHUௐWKHௐODUJHVWௐVHOHFWLRQௐRIௐRXWGRRUௐILWQHVVௐHTXLSPHQWௐLQௐ1RUWKௐ$PHULFDௐZLWKௐRYHUௐௐ FRPSRQHQWVௐLQFOXGLQJௐEXWௐQRWௐOLPLWHGௐWR ‡ௐௐௐௐ3DWHQWHGௐ:KHHOFKDLUௐ$FFHVVLEOHௐOLQHௐ 86ௐ3DWHQWௐ ௐ±ௐௐGLIIHUHQWௐH[HUFLVHV ‡ௐௐௐௐ3DWHQWHGௐ%L'LUHFWLRQDOௐ$GMXVWDEOHௐ5HVLVWDQFHௐPHFKDQLVPௐ±ௐௐGLIIHUHQWௐH[HUFLVHV‡ௐௐௐௐ&XVWRPL]HGௐIXQFWLRQDOௐILWQHVVௐ±ௐ%XLOGௐ<RXUௐ2ZQௐ5LJௐ±ௐௐGLIIHUHQWௐFRPSRQHQWVௐIHDWXULQJௐFRXQWOHVVௐH[HUFLVHV ‡ௐௐௐௐ:HௐLQWURGXFHௐQHZௐGHVLJQVௐDQGௐSURGXFWVௐHYHU\ௐ\HDUௐ,QௐௐZHௐLQWURGXFHGௐRXUௐH[FLWLQJௐ QHZௐ;7UHPHௐ1LQMDௐ&RXUVHௐ ‡ௐௐௐௐ&XVWRPL]HGௐPLOLWDU\ௐILWQHVVௐXQLWVௐௐௐௐ 7RௐDFFRPPRGDWHௐHYHU\ௐWHUUDLQௐORFDWLRQௐDQGௐJHRJUDSKLFௐ]RQHௐZHௐRIIHUௐWZRௐLQVWDOODWLRQௐ PHWKRGVௐIRUௐRXUௐHTXLSPHQWௐ,Q*URXQGௐGLUHFWௐEXU\ௐDQGௐ6XUIDFHௐ0RXQWௐ7KHVHௐWZRௐRSWLRQVௐDUHௐUHYLHZHGௐDQGௐGLVFXVVHGௐZLWKௐWKHௐFXVWRPHUௐWRௐGHWHUPLQHௐZKLFKௐRSWLRQௐILWVௐWKHLUௐQHHGVௐWKHௐEHVW  Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             7DEOH:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUH DQGRYHUDOOVWUXFWXUH<RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQW XSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐ ODERU" <HVௐRXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERUௐ /LPLWHGௐ\HDUௐZDUUDQW\ௐRQௐPDLQௐSRVWௐDQGௐPHWDOௐVWUXFWXUHV/LPLWHGௐ\HDUௐZDUUDQW\ௐRQௐPRYLQJௐSDUWVௐDQGௐEHDULQJV /LPLWHGௐ\HDUௐZDUUDQW\ௐRQௐVHDWVௐDQGௐEUDFNHWV /LPLWHGௐ\HDUௐZDUUDQW\ௐRQௐK\GUDXOLFௐSLVWRQV /LPLWHGௐ\HDUௐZDUUDQW\ௐRQௐIRRWUHVWVௐDUPUHVWVௐUXEEHUௐSDUWVௐDQGௐFKDLQV /LPLWHGௐ\HDUௐZDUUDQW\ௐRQௐVRIWௐJRRGVௐVXFKௐDVௐEDWWOHௐURSHVௐFOLPELQJௐURSHVௐ DQGௐVXVSHQVLRQௐWUDLQHUV $OOௐZDUUDQWLHVௐFRYHUௐIDLOXUHௐGXHௐWRௐQDWXUDOௐGHWHULRUDWLRQௐRUௐPDQXIDFWXULQJௐGHIHFWVௐDQGௐGRௐQRWௐLQFOXGHௐDQ\ௐFRVPHWLFௐLVVXHVௐRUௐZHDUௐDQGௐWHDUௐIURPௐQRUPDOௐXVHௐ 'HWDLOHGௐZDUUDQW\ௐDWWDFKHG   'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐRWKHUௐOLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH"<HVௐWKHUHௐDUHௐIHZௐUHVWULFWLRQVௐWKDWௐDIIHFWௐZDUUDQW\ௐFRYHUDJHௐDVௐOLVWHGௐEHORZ ௐ8VHUௐZHLJKWௐOLPLWௐLVௐௐOEV ௐ9DQGDOLVPௐLVௐQRWௐFRYHUHGௐE\ௐZDUUDQW\ ௐ5HFODLPHGௐZDWHUௐVSUD\ௐE\ௐLUULJDWLRQௐYRLGVௐWKHௐZDUUDQW\ ௐ1DWXUDOௐGLVDVWHUVௐDUHௐQRWௐFRYHUHGௐE\ௐZDUUDQW\ௐ IDOOLQJௐWUHHVௐHTXLSPHQWௐ EHLQJௐVXEPHUJHG   'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐ WHFKQLFLDQV¶ௐWUDYHOௐWLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐ ZDUUDQW\ௐUHSDLUV" <HVௐZKHQௐDSSOLFDEOHௐ*UHHQILHOGVௐKDVௐFRYHUHGௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQ¶Vௐ WUDYHOௐWLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV  $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐRUௐ&DQDGDௐ DVௐDSSOLFDEOH ௐIRUௐZKLFKௐ\RXௐ FDQQRWௐSURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐ ZDUUDQW\ௐUHSDLUV"ௐௐ+RZௐZLOOௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ HQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐVHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" :HௐFRYHUௐDOOௐJHRJUDSKLFௐUHJLRQVௐRIௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐ,QௐPDQ\ௐFDVHVௐ UHSDLUVௐFDQௐEHௐSHUIRUPHGௐE\ௐPDLQWHQDQFHௐVWDIIௐXQGHUௐWKHௐJXLGDQFHௐRIௐRXUௐ WUDLQHGௐWHFKQLFLDQVௐ,IௐIRUௐDQ\ௐUHDVRQௐUHSDLUVௐFDQQRWௐEHௐSHUIRUPHGௐE\ௐ PDLQWHQDQFHௐVWDIIௐ*UHHQILHOGVௐGHSOR\VௐWKHLUௐRZQௐWHFKQLFLDQVௐWRௐWKHௐVLWHௐ:Hௐ VHUYLFHௐDOOௐRIௐ86ௐDQGௐ&DQDGD   :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐ RWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐ RUௐDUHௐWKHVHௐZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" $Q\ௐLWHPVௐPDGHௐE\ௐRWKHUௐPDQXIDFWXUHUVௐZLOOௐEHௐFRYHUHGௐXQGHUௐWKHLUௐRZQௐ DSSOLFDEOHௐZDUUDQW\ௐ,QௐRXUௐFDVHௐWKLVௐZRXOGௐEHௐDSSOLFDEOHௐWRௐ6KDGHVௐDQGௐRUௐ DQ\ௐDGGLWLRQDOௐVLWHௐDPHQLWLHVௐQRWௐPDQXIDFWXUHGௐE\ௐ*UHHQILHOGVௐ$OOௐRXWGRRUௐILWQHVVௐHTXLSPHQWௐKRZHYHUௐLVௐPDQXIDFWXUHGௐE\ௐ*UHHQILHOGVௐDQGௐWKHUHIRUHௐ FRYHUHGௐXQGHUௐRXUௐZDUUDQW\   :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐSURJUDPVௐDQGௐSROLFLHV"'XHௐWRௐWKHௐXQLTXHௐQDWXUHௐRIௐRXWGRRUௐILWQHVVௐHTXLSPHQWௐEHLQJௐLQVWDOOHGௐLQௐWKHௐJURXQGௐZHௐDWௐ*UHHQILHOGVௐPDNHௐVXUHௐWKDWௐHDFKௐSURMHFWௐDQGௐSURGXFWௐLVௐFDUHIXOO\ௐKDQGSLFNHGௐE\ௐRXUௐH[SHUWVௐSHUௐFXVWRPHUௐVSHFLILFDWLRQVௐWKHUHIRUHௐ H[FKDQJHVௐDQGௐUHWXUQVௐDUHௐQRWௐUHTXLUHGௐ6KRXOGௐDௐVLWXDWLRQௐDULVHௐZKHUHௐRXUௐ SURGXFWௐLVௐGDPDJHGௐGXULQJௐWUDQVLWௐDQ\ௐQHFHVVDU\ௐH[FKDQJHௐRUௐUHSDLUௐLVௐ FRYHUHGௐXQGHUௐ*UHHQILHOGVௐZDUUDQW\ௐௐFXVWRPHUௐVDWLVIDFWLRQௐLVௐRIௐXWPRVWௐ LPSRUWDQFHௐWRௐ*UHHQILHOGV   'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐ LQFOXGHGௐLQௐ\RXUௐSURSRVDO 6LQFHௐ*UHHQILHOGV¶ௐHTXLSPHQWௐLVௐH[WUHPHO\ௐGXUDEOHௐDQGௐUHTXLUHVௐPLQLPDOௐ PDLQWHQDQFHௐFXVWRPHUVௐVKRXOGௐQRWௐKDYHௐDQ\ௐRXWRISRFNHWௐH[SHQVHVௐIRUௐWKHௐ ILUVWௐILQHௐ  ௐ\HDUVௐ RWKHUௐWKDQௐSRVVLEOHௐYDQGDOLVP ௐௐ3DVWௐWKHௐILUVWௐௐ\HDUVௐ UHSODFHPHQWௐSDUWVௐDUHௐHDVLO\ௐLQVWDOOHGௐZLWKௐPLQLPDOௐHIIRUWௐE\ௐWKHௐORFDOௐ PDLQWHQDQFHIDFLOLWLHVௐFUHZVௐ7KHUHIRUHௐWKHUHௐLVௐQRௐUHDVRQௐWRௐHQJDJHௐLQௐDௐFRVWO\ௐPDLQWHQDQFHௐDJUHHPHQW+RZHYHUௐVKRXOGௐWKHௐFXVWRPHUௐZLVKௐWRௐKDYHௐDௐPDLQWHQDQFHௐDJUHHPHQWௐ *UHHQILHOGVௐZLOOௐEHௐKDSS\ௐWRௐDFFRPPRGDWHௐVXFKௐUHTXHVWV  Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  :KDWௐDUHௐ\RXUௐSD\PHQWௐWHUPVௐ HJௐQHWௐௐQHWௐ " *UHHQILHOGV¶ௐWHUPVௐDUHௐ1HWௐௐIRUௐDOOௐSXEOLFௐDJHQFLHV  'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐXVHௐ E\ௐHGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV <HVௐ*UHHQILHOGVௐSURYLGHVௐILQDQFLQJௐRSWLRQV  %ULHIO\ௐGHVFULEHௐ\RXUௐSURSRVHGௐRUGHUௐSURFHVVௐ,QFOXGHௐ HQRXJKௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐ VDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWHௐ )RUௐH[DPSOHௐLQGLFDWHௐZKHWKHUௐ\RXUௐGHDOHUௐQHWZRUNௐLVௐ LQFOXGHGௐLQௐ\RXUௐUHVSRQVHௐDQGௐZKHWKHUௐHDFKௐGHDOHUௐ RUௐ VRPHௐRWKHUௐHQWLW\ ௐZLOOௐSURFHVVௐWKHௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV¶ௐSXUFKDVHௐRUGHUV 2XUௐSURSRVHGௐRUGHUௐSURFHVVௐZLOOௐLQFOXGHௐWKHௐIROORZLQJௐVWHSV 'HWHUPLQHௐQHHGVௐLQFOXGLQJௐGHPRJUDSKLFVௐVSDFHௐEXGJHWௐDQGௐDQ\ௐ RWKHUௐVSHFLILFDWLRQVௐ 3URSRVHௐDQGௐH[SODLQௐ6RXUFHZHOOௐFRQWUDFWௐRSWLRQௐWRௐWKHௐFXVWRPHUௐHPSKDVL]LQJௐWKHௐEHQHILWVௐRIௐDQௐHDV\ௐSXUFKDVHௐUHIOHFWLQJௐ6RXUFHZHOOௐGLVFRXQWHGௐSULFLQJௐZLWKRXWௐKDYLQJௐWRௐJRௐWKURXJKௐWKHௐH[SHQVLYHௐDQGௐ OHQJWK\ௐSXEOLFௐELGௐSURFHVV ,QௐFDVHௐWKHௐFXVWRPHUௐLVௐQRWௐDௐ6RXUFHZHOOௐPHPEHUௐ\HWௐDQVZHUௐDQ\ௐ TXHVWLRQVௐWKH\ௐPD\ௐKDYHௐDERXWௐWKHௐ6RXUFHZHOOௐSXUFKDVLQJௐSURFHVVௐ DQGௐKLJKOLJKWௐWKHௐEHQHILWVௐRIௐDௐ6RXUFHZHOOௐFRRSHUDWLYHௐSXUFKDVLQJௐ DJUHHPHQW *XLGHௐPHPEHUௐWRௐWKHௐ6RXUFHZHOOௐZHEVLWHௐDQGௐH[SODLQௐWKHௐHDV\ௐ SURFHVVௐRIௐEHFRPLQJௐDௐPHPEHU )LQDOL]HௐWKHௐSURMHFWௐZLWKௐFXVWRPHUௐSURYLGHௐSULFLQJௐTXRWHௐZLWKௐRXUௐ 6RXUFHZHOOௐFRQWUDFWௐQXPEHUௐDQGௐH[SLUDWLRQௐGDWHௐ 5HFHLYHௐ32ௐIURPௐFXVWRPHUௐILQDOL]HௐVDOH 'RFXPHQWௐ6RXUFHZHOOௐVDOHௐXWLOL]LQJௐRXUௐDFFRXQWLQJௐV\VWHPௐ DFFXUDWHO\ௐUHSRUWLQJௐTXDUWHUO\ௐ6RXUFHZHOOௐVDOHVௐDQGௐSURFHVVLQJௐ SD\PHQWௐYLDௐSURYLGHGௐ6RXUFHZHOOௐUHSRUWLQJௐDQGௐSD\PHQWௐWHPSODWH $OOௐRUGHUVௐVDOHVௐREWDLQHGௐWKURXJKௐRXUௐGHDOHUௐQHWZRUNௐDUHௐ SURFHVVHGௐWKURXJKௐ*UHHQILHOGV¶ௐLQWHUQDOௐDFFRXQWLQJௐV\VWHPௐDQGௐ6DOHVIRUFHௐWKHUHIRUHௐWKHௐVDPHௐWUDFNLQJௐRIௐVDOHVௐDSSOLHV   'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐ SURFHVV"ௐ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" *UHHQILHOGVௐDFFHSWVௐ3FDUGௐDVௐDௐIRUPௐRIௐSD\PHQWௐ:HௐFKDUJHௐDௐ ௐSURFHVVLQJௐIHHௐRQௐFUHGLWௐFDUGௐWUDQVDFWLRQVௐ7KLVௐIHHௐLVௐIXOO\ௐ DEVRUEHGௐE\ௐWKHௐFUHGLWௐFDUGௐSURFHVVLQJௐSRUWDOV  7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQ EHPDGHGXULQJWKHWHUPRIDQDZDUGHG&RQWUDFWDVGHVULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW &KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐ HJௐOLQHLWHPௐGLVFRXQWVௐRUௐ SURGXFWFDWHJRU\ௐGLVFRXQWV ௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐ LQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐ GLVFRXQWHGௐSULFH ௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ 6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,Iௐ DSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ 8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH $ௐOLQHௐLWHPௐGLVFRXQWௐRIௐௐRIIௐRXUௐFXUUHQWௐSULFLQJௐOLVWௐDSSOLHVௐ6RPHௐ SULFHௐLQFUHDVHVௐPD\ௐEHௐDSSOLFDEOHௐDQQXDOO\ௐGXHௐWRௐFKDQJHVௐLQௐ PDWHULDOௐFRVWVௐDQGௐRWKHUௐDVSHFWVௐ7KHௐSURSRVHGௐௐFRQWUDFWௐ GLVFRXQWௐZLOOௐEHௐDSSOLHGௐWRௐWKHௐPRVWௐFXUUHQWௐSULFHௐ$OOௐSULFLQJௐLVௐOLVWHGௐ LQௐ86ௐGROODUV  4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐ SURSRVDOௐLQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ \RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐRUௐOLVWௐVWDWHௐWKHௐSHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH 7KHௐSHUFHQWDJHௐGLVFRXQWௐIURPௐOLVWௐSULFHVௐRIIHUHGௐXQGHUௐWKLVௐ5)3ௐLVௐ   'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐ SURJUDPVௐWKDWௐ\RXௐRIIHU *UHHQILHOGVௐRIIHUVௐYROXPHௐGLVFRXQWௐ EDVHGௐRQௐSHUௐRUGHUௐDPRXQW ௐLQௐ DGGLWLRQௐWRௐWKHௐVWDQGDUGௐௐGLVFRXQWௐRIIHUHGௐWRௐ6RXUFHZHOOௐPHPEHUVௐDVௐIROORZV.ௐௐ.ௐௐௐௐ .ௐௐ.ௐௐ $ERYHௐ.ௐௐ  Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.              3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐ UHODWHGௐVHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐ LWHPVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐ VXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW *UHHQILHOGVௐKDVௐWKHௐDELOLW\ௐDQGௐFDSDELOLW\ௐWRௐSURYLGHௐRSHQௐPDUNHWௐ LWHPVௐWRௐWKHௐ6RXUFHZHOOௐPHPEHUௐEDVHGௐRQௐFXVWRPHUௐDQGௐSURMHFWௐ QHHGVௐ$Q\ௐRSHQௐPDUNHWௐLWHPௐRUௐQRQVWDQGDUGௐRSWLRQVௐZRXOGௐEHௐ FDUHIXOO\ௐUHYLHZHGௐZLWKௐWKHௐFXVWRPHUௐDVVXULQJௐWKHௐEHVWௐSULFHௐ:HௐFDQௐRIIHUௐVLWHௐDPHQLWLHVௐDVௐRSHQௐPDUNHWௐLWHPVௐWRௐFUHDWHௐWXUQNH\ௐSURMHFWVௐIRUௐFXVWRPHUVௐLIௐGHVLUHGௐ$Q\ௐRSHQௐPDUNHWௐLWHPVௐRUௐQRQVWDQGDUGௐ RSWLRQVௐZLOOௐEHௐTXRWHGௐWRௐFXVWRPHUVௐDKHDGௐRIௐWLPHௐXQGHUௐWKHௐ 6RXUFHZHOOௐFRQWUDFW   ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ 127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ 7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐ SXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐ VKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUH GHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐRUௐ LQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐFRVWVௐDQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU :HௐKDYHௐLQFOXGHGௐWKHௐEDVLFௐFRQVWUXFWLRQௐFRVWVௐIRUௐWXUQNH\ௐSURMHFWVௐLQௐ WKLVௐ5)3ௐSULFHOLVWௐ$GGLWLRQDOௐFRVWVௐPD\ௐRFFXUௐLQௐFDVHௐWKHUHௐDUHௐ DGGLWLRQDOௐUHTXLUHPHQWVௐEDVHGௐRQௐWKHௐVLWHௐORFDWLRQௐORFDOௐJRYHUQPHQWௐ SHUPLWWLQJௐIHHVௐDGGLWLRQDOௐFRQFUHWHௐDQGௐRUௐODERUௐUHTXLUHGௐ$OOௐWKHVHௐ FRVWVௐDUHௐFDOFXODWHGௐDQGௐTXRWHGௐWRௐWKHௐFXVWRPHUௐDKHDGௐRIௐWLPHௐ GLUHFWO\ௐE\ௐ*UHHQILHOGV   ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐ FRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP *UHHQILHOGVௐSURGXFWௐFRQVLVWVௐRIௐYHU\ௐKHDY\ௐVWHHOEDVHGௐH[HUFLVHௐ HTXLSPHQWௐ'XHௐWRௐWKHௐQDWXUHௐRIௐRXUௐSURGXFWௐVKLSSLQJௐLVௐDQௐ DGGLWLRQDOௐFRVWௐWRௐRXUௐFXVWRPHUVௐ*UHHQILHOGVௐXVHVௐPXOWLSOHௐWKLUGSDUW\ௐIUHLJKWௐFDUULHUVௐWRௐHQVXUHௐWKHௐEHVWௐDQGௐPRVWௐHFRQRPLFDOௐGHOLYHU\ௐPHWKRGௐIRUௐRXUௐFXVWRPHUVௐ6KLSSLQJௐFKDUJHVௐDUHௐTXRWHGௐDKHDGௐRIௐ WLPHௐWRௐFXVWRPHUௐRQௐWKHௐRULJLQDOௐSURSRVDOVௐ(DFKௐRUGHUௐLVௐFDUHIXOO\ௐ SDFNHGௐDQGௐZUDSSHGௐLQVLGHௐODUJHௐZRRGHQௐFUDWH V ௐWRௐSUHYHQWௐ GDPDJHௐGXULQJௐWUDQVIHUௐ(DFKௐFUDWHௐLVௐFOHDUO\ௐPDUNHGௐZLWKௐWKHௐSURMHFWௐ QDPHௐGHOLYHU\ௐDGGUHVVௐDQGௐRWKHUௐGHWDLOVௐ2XUௐORJLVWLFVௐWHDPௐ FRPPXQLFDWHVௐFORVHO\ௐZLWKௐHDFKௐFXVWRPHUௐWRௐFRRUGLQDWHௐVKLSSLQJௐDQGௐ GHOLYHU\ௐWRௐWKHLUௐGHVLUHGௐORFDWLRQ   6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐ SURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐ RIIVKRUHௐGHOLYHU\ 7KHௐVDPHௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDPௐDQGௐSURFHGXUHVௐDSSO\ௐDVௐ WRௐWKHௐFRQWLQHQWDOௐ8QLWHGௐ6WDWHVௐ)RUௐ$ODVNDௐDQGௐ+DZDLLௐRUௐDQ\ௐ RIIVKRUHௐ86ௐORFDWLRQVௐZHௐFDOFXODWHௐWKHௐHVWLPDWHGௐGHOLYHU\ௐWLPHௐDQGௐFRVWௐLPSOHPHQWLQJௐVDPHௐVKLSSLQJௐSURFHGXUHVௐDQGௐTXRWHௐWKHௐFXVWRPHUௐDKHDGௐRIௐWLPHௐ 7KHௐVDPHௐSURFHGXUHௐDSSOLHVௐIRUௐ&DQDGDௐ ZLWKௐWKHௐH[FHSWLRQௐRIௐ LPSRUWLQJௐH[SRUWLQJௐGRFXPHQWDWLRQௐDQGௐIHHV ௐ:HௐFRPPXQLFDWHௐZLWKௐ HDFKௐFXVWRPHUௐLQௐ&DQDGDௐUHJDUGLQJௐWKHௐLPSRUWLQJH[SRUWLQJௐSURFHVVௐ :HௐHLWKHUௐXVHௐRXUௐFXVWRPHU¶VௐSUHIHUUHGௐEURNHUௐ±ௐLIௐWKH\ௐKDYHௐDௐ SUHIHUHQFHௐ±ௐRUௐZHௐXVHௐ*UHHQILHOGV¶ௐEURNHUௐWRௐH[SRUWௐWKHௐJRRGVௐ$VௐZLWKௐDQ\ௐRWKHUௐVDOHௐDOOௐVKLSSLQJௐDQGௐGHOLYHU\ௐIHHVௐDUHௐREWDLQHGௐDQGௐ TXRWHGௐWRௐWKHௐFXVWRPHUௐDKHDGௐRIௐWLPHௐHQVXULQJௐWKHௐPRVWௐHFRQRPLFDOௐ RSWLRQVௐIRUௐRXUௐFXVWRPHUV   'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐRSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO:HௐPDLQWDLQௐDௐVWHDG\ௐLQYHQWRU\ௐRIௐFRPSRQHQWVௐQHHGHGௐWRௐEXLOGௐRXUௐXQLWVௐௐ7KLVௐDOORZVௐXVௐWRௐRIIHUௐWKHௐIDVWHVWௐGHOLYHU\ௐVFKHGXOHௐLQௐWKHௐ LQGXVWU\ௐ ௐ2XUௐVWDQGDUGௐOHDGWLPHௐWRௐVKLSௐRXWௐLVௐௐZHHNV ௐ5XVKௐRUGHUVௐFDQௐEHௐSULRULWL]HGௐWRௐVKLSௐRXWௐZLWKLQௐௐZHHNVௐ ௐ&XVWRPௐRUGHUVௐUHTXLUHௐDGGLWLRQDOௐWLPHௐIRUௐGHVLJQௐDQGௐIDEULFDWLRQௐ ௐ2XUௐSURGXFWௐLVௐFDUHIXOO\ௐZUDSSHGௐDQGௐSDFNHGௐLQௐODUJHௐZRRGHQௐ FUDWHVௐDWௐRXUௐGLVWULEXWLRQௐIDFLOLW\ௐௐ0RVWௐRIௐRXUௐXQLWVௐFRPHௐIXOO\ௐDVVHPEOHGௐDQGௐFDUHIXOO\ௐZUDSSHGௐWRௐSUHYHQWௐDQ\ௐGDPDJHௐGXULQJௐWUDQVSRUWDWLRQ ௐ:HௐFRPPXQLFDWHௐGLPHQVLRQVௐDQGௐZHLJKWௐDVௐZHOOௐDVௐWUDFNLQJௐ LQIRUPDWLRQௐDQGௐSURYLGHௐUHFHLYLQJௐLQVWUXFWLRQVௐLQௐDGYDQFH  7DEOH3ULFLQJ2IIHUHG /LQH ,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV  FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJGHSDUWPHQWV Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐ SODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐZLWKௐ6RXUFHZHOOௐ7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐWKDWௐWKHௐ9HQGRUௐ UHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ 9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOO :HௐHQVXUHௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐJHWௐWKHௐ FRUUHFWௐSULFLQJௐE\ௐLQWHUQDOO\ௐYHULI\LQJௐHDFKௐTXRWHௐ:KHQௐDௐFXVWRPHUௐTXRWHௐLVௐJHQHUDWHGௐLWௐJRHVௐWKURXJKௐPXOWLSOHௐLQWHUQDOௐFKDQQHOVௐVWDUWLQJௐZLWKௐWKHௐVDOHVௐUHSUHVHQWDWLYHௐWKHQௐWKHௐ HVWLPDWRUௐDQGௐWKHQௐPRYLQJௐWRௐWKHௐDFFRXQWLQJௐGHSDUWPHQWௐ &RPSOLDQFHௐDQGௐSULFLQJௐDUHௐWKHUHIRUHௐDWௐOHDVWௐWULSOHௐFKHFNHGௐ RQௐHDFKௐRUGHU *UHHQILHOGVௐDOUHDG\ௐLPSOHPHQWVௐDௐVHOIDXGLWௐSURFHVVௐWRௐYHULI\ௐ LQWHUQDOௐSURFHVVHVௐDQGௐVDOHVௐWUDFNLQJ 2XUௐDFFRXQWLQJௐV\VWHPௐDOUHDG\ௐKDVௐVXFKௐWUDFNLQJௐLQௐSODFHௐLQௐ ZKLFKௐZHௐSUHSDUHௐUHSRUWVௐDQGௐWUDFNௐVDOHVௐE\ௐWKHLUௐ RULJLQVRXUFHௐ $QௐDFFRXQWLQJௐPDQDJHUௐZLOOௐSUHSDUHௐPRQWKO\ௐDQGௐTXDUWHUO\ௐ VDOHVௐUHSRUWVௐIRUௐWKHௐ6RXUFHZHOOௐWUDFNLQJௐFRGHௐ7KLVௐUHSRUWௐLVௐ YHULILHGௐDQGௐYDOLGDWHGௐE\ௐWKHௐ$FFRXQWLQJௐ'HSDUWPHQWௐILUVWௐ:HௐGRXEOHௐFKHFNௐDQGௐFRPSDUHௐDOOௐ32¶VௐDQGௐ6DOHVIRUFHௐWUDFNLQJௐ DJDLQVWௐWKHௐUHSRUWௐ$IWHUௐWKHௐUHSRUWௐLVௐYDOLGDWHGௐE\ௐ$FFRXQWLQJௐ 'HSWௐLWௐLVௐVXEPLWWHGௐWRௐ*UHHQILHOGV¶ௐ&(2ௐDQGௐXSSHUௐ PDQDJHPHQWௐIRUௐILQDOௐDSSURYDOௐ 2UGHUௐGRFXPHQWDWLRQௐLQFOXGLQJௐLQYRLFHVௐIRUௐDOOௐ6RXUFHZHOOௐ VDOHVௐDUHௐDYDLODEOHௐIRUௐUHYLHZௐXSRQௐUHTXHVW   ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ 6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ &RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ\RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐLVௐ W\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐ DGGLWLRQDOௐGHWDLOV *UHHQILHOGVௐSURSRVHVௐDௐௐDGPLQLVWUDWLYHௐIHHௐSD\DEOHௐWRௐ 6RXUFHZHOOௐ7KLVௐIHHௐZLOOௐEHௐFDOFXODWHGௐTXDUWHUO\ௐIRUௐDOOௐ 6RXUFHZHOOௐRUGHUVௐSHUௐFRQWUDFW  Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐ HTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐDUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO 2XUௐILWQHVVௐHTXLSPHQWௐUHODWHGௐDFFHVVRULHVௐDQGௐVLWHௐDPHQLWLHVௐDUHௐGHVLJQHGௐIRU ௐ&DUGLRௐWUDLQLQJௐ6WUHQJWKௐDJLOLW\ௐDQGௐPRELOLW\ௐWUDLQLQJ ௐ9RFDWLRQDOௐDQGௐH[HUFLVHVSRUWVௐUHKDELOLWDWLRQௐRUௐWKHUDS\ௐRIௐMRLQWௐDQGௐPXVFOH LQMXULHV *UHHQILHOGVௐSURGXFWௐOLQHVௐDUHௐGLYLGHGௐLQWRௐWKHௐIROORZLQJௐFDWHJRULHV 5HVLVWDQFH)UHHௐ6\VWHPVௐ±ௐSDUWௐRIௐ*UHHQILHOGV¶ௐWLPHWHVWHGௐ/HJDF\ௐ6HULHVௐGHVLJQHGௐIRUௐORZௐLPSDFWௐDQGௐPRELOLW\ %RG\ZHLJKWHGௐ/HYHUDJHௐ6\VWHPVௐ±ௐDOVRௐSDUWௐRIௐ*UHHQILHOGV¶ௐWLPHWHVWHGௐ/HJDF\ௐ 6HULHVௐGHVLJQHGௐIRUௐORZௐLPSDFWௐH[HUFLVHVௐHPSOR\LQJௐDௐSRUWLRQௐRIௐWKHௐXVHU¶VௐRZQௐ ERG\ௐPDVV :KHHOFKDLUௐ$FFHVVLEOHௐ6\VWHPVௐ±ௐSDUWௐRIௐ*UHHQILHOGV¶ௐSDWHQWHGௐ6LJQDWXUHௐ $FFHVVLEOH 70 ௐGHVLJQௐ 86ௐ3DWHQWௐ ௐDFFRPPRGDWLQJௐWKRVHௐLQௐZKHHOFKDLUV $GMXVWDEOHௐ5HVLVWDQFHௐ6\VWHPVௐ±ௐGHVLJQHGௐWRௐEULQJௐLQGRRUௐJ\PௐFLUFXLWௐWUDLQLQJௐLQWRௐ WKHௐRXWGRRUVௐWKHVHௐௐGLIIHUHQWௐXQLWVௐDOORZௐXVHUVௐWRௐDGMXVWௐWKHௐOHYHOௐRIௐUHVLVWDQFHௐRIௐ WKHLUௐZRUNRXWVௐ7KLVௐOLQHௐLQFOXGHVௐௐXQLWVௐIRUௐWKRVHௐLQௐZKHHOFKDLUV )XQFWLRQDOௐ)LWQHVVௐ5LJVௐ±ௐWDNLQJௐLQVSLUDWLRQௐIURPௐWKHௐ&URVV)LWௐPRYHPHQWௐ*UHHQILHOGVௐ RIIHUVௐFXVWRPL]DEOHௐ)XQFWLRQDOௐ)LWQHVVௐ5LJVௐWRௐILWௐWKHௐDYDLODEOHௐVSDFHௐDQGௐFRPPXQLW\ௐ QHHGV ;WUHPHௐ1LQMDௐ&RXUVHௐ±ௐXQLTXHௐDGYDQFHGௐGHVLJQVௐWDNLQJௐDIWHUௐWKHௐ$PHULFDQௐ1LQMDௐ :DUULRUௐ*DPHV 0LOLWDU\ௐ)LWQHVVௐ6\VWHPVௐ±ௐFXVWRPL]HGௐXQLTXHௐGHVLJQVௐWRௐVXSSRUWௐDOOௐEUDQFKHVௐRIௐRXUௐ $UPHGௐ)RUFHVௐ PD\ௐQRWௐEHௐVXLWHGௐWRௐSXEOLFௐVSDFHV ௐ*UHHQILHOGV ௐSUHGHVLJQHGௐSDFNDJHVௐௐVLPSOLI\LQJௐWKHௐRUGHULQJௐSURFHVVௐHYHQௐIXUWKHUௐWKHVHௐSDFNDJHVௐDUHௐFRPELQDWLRQVௐRIௐRXUௐPRVWௐSRSXODUௐHTXLSPHQWௐSURYHQௐWRௐVHUYHௐDௐ ZLGHௐXVHUௐEDVHௐDOUHDG\ௐLQVWDOOHGௐDWௐPXOWLSOHௐORFDWLRQVௐQDWLRQZLGH ,QௐDGGLWLRQௐWRௐ*UHHQILHOGVௐEUDQGௐSURGXFWௐOLQHVௐZHௐRIIHUௐ6KDGHௐFDQRSLHVௐFXVWRPL]HGௐ WRௐHDFKௐSURMHFWௐDQGௐVLWHௐDPHQLWLHV $ORQJௐZLWKௐWKHௐSURGXFWௐZHௐRIIHUௐWKHௐIROORZLQJௐVHUYLFHV ௐ'HVLJQௐDQGௐFRQVXOWDWLRQௐௐFRPSOLPHQWDU\ ௐ&$'ௐ ௐ'ௐVHUYLFHVௐௐFRPSOLPHQWDU\ ௐ,QVWDOODWLRQௐVHUYLFHVௐ±ௐWRௐSURYLGHௐFXVWRPHUVௐZLWKௐWXUQNH\ௐVROXWLRQV ௐ3RVWௐLQVWDOODWLRQௐWHFKQLFDOௐVHUYLFHV ௐ&XVWRPHUௐVXSSRUWௐDQGௐUHSODFHPHQWௐSDUWV   :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐ VXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐ WLWOHVௐWKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐ VHUYLFHV ௐௐௐௐ3XEOLFௐ3DUNௐ'HVLJQௐ±ௐFXVWRPL]HGௐOD\RXWௐGHVLJQௐ ௐXQLWௐVHOHFWLRQVௐWRௐILWௐWKHௐ QHHGVௐRIௐORFDOௐSDUNௐSDWURQVௐ ௐௐௐௐ$FWLYHௐ6HQLRUVௐ2OGHUௐ$GXOWௐ)LWQHVVௐ±ௐFXVWRPL]HGௐGHVLJQVௐFDWHULQJௐWRௐWKHௐQHHGௐ RIௐWKHௐJURZLQJௐDFWLYHௐVHQLRUௐFRPPXQLWLHVௐQDWLRQZLGHௐ VHQLRUௐFHQWHUVௐDFWLYHௐVHQLRUௐOLYLQJௐFRPPXQLWLHVௐHWF ௐௐௐௐ6FKRROௐ ௐ8QLYHUVLW\ௐ)LWQHVVௐ3URJUDPௐ±ௐFXVWRPL]HGௐGHVLJQௐWRௐKHOSௐVFKRROVௐEULQJௐ ILWQHVVௐWRௐDOOௐVWXGHQWV ௐௐௐௐ527&ௐ ௐ-527&ௐ±ௐQDWLRQZLGHௐSURJUDPV ௐௐௐௐ9$ௐKRVSLWDOVௐDQGௐIDFLOLWLHVௐ±ௐFXVWRPL]HGௐGHVLJQVௐWRௐSURYLGHௐILWQHVVௐDQGௐSK\VLFDOௐWKHUDS\ௐRSWLRQVௐIRUௐYHWHUDQVௐLQFOXGLQJௐWKRVHௐZLWKௐGLVDELOLWLHV ௐௐௐௐ+RVSLWDOVௐ ௐ5HKDEௐ)DFLOLWLHVௐ±ௐFXVWRPL]HGௐGHVLJQVௐDUHௐKHOSLQJௐKHDOWKFDUHௐ ZRUNHUVௐWRௐVWD\ௐKHDOWK\  7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV ,QGLFDWHEHORZLIWKHOLVWHGW\SHVRUFODVVHVRIHTXLSPHQWSURGXFWVDQGVHUYLFHVDUHRIIHUHGZLWKLQ\RXUSURSRVDO3URYLGHDGGLWLRQDO Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             FRPPHQWVLQWKHWH[WER[SURYLGHGDVQHFHVVDU\ /LQH,WHP &DWHJRU\RU7\SH 2IIHUHG &RPPHQWV  &DUGLRௐ7UDLQLQJௐ(TXLSPHQW <HV 1R 6LQJOHௐ6NL 3HUVRQௐ6NL 6LQJOHௐ$LUZDONHU 3HUVRQௐ$LUZDONHU 5HFXPEHQWௐ%LNH8SULJKWௐ%LNH (OOLSWLFDOௐ&URVVௐ7UDLQHU +DQGௐ&\FOHௐ±ௐ6HDWHG +DQGௐ&\FOHௐ±ௐ:KHHOFKDLU &DUGLRௐ6WHSSHUௐZLWKௐDGMXVWDEOHௐ UHVLVWDQFH %DWWOHௐ5RSH3O\RPHWULFௐ6WHSV5RZLQJௐ0DFKLQH 5RZHUௐZLWKௐDGMXVWDEOHௐUHVLVWDQFH   6WUHQJWKௐDJLOLW\ௐDQGௐPRELOLW\ௐWUDLQLQJௐHTXLSPHQW <HV 1R 3URIHVVLRQDOௐ6HULHV%XWWHUIO\ௐ3UHVVௐ $GMXVWDEOHௐ5HVLVWDQFH /HJௐ3UHVVௐ $GMXVWDEOHௐ5HVLVWDQFH 6TXDWௐ3UHVVௐ $GMXVWDEOHௐ5HVLVWDQFH $Eௐ7RQHUௐ $GMXVWDEOHௐ5HVLVWDQFH ,QQHUௐ7KLJKௐ$GGXFWRUௐ $GMXVWDEOHௐ 5HVLVWDQFH %DFNௐ([WHQVLRQௐ6LW8Sௐ%HQFK7ULFHSVௐ3UHVVௐ $GMXVWDEOHௐ5HVLVWDQFH &KHVWௐ3UHVVௐ $GMXVWDEOHௐ5HVLVWDQFH 6KRXOGHUௐ3UHVVௐ $GMXVWDEOHௐ 5HVLVWDQFH 9HUWLFDOௐ3UHVVௐ $GMXVWDEOHௐ5HVLVWDQFH $UPௐ&XUOௐ $GMXVWDEOHௐ5HVLVWDQFH +LS7ZLVWௐ $GMXVWDEOHௐ5HVLVWDQFH 5RZHUௐ $GMXVWDEOHௐ5HVLVWDQFH %HQFKௐ3UHVVௐ $GMXVWDEOHௐ5HVLVWDQFH /HJௐ([WHQVLRQௐௐ&XUOௐ $GMXVWDEOHௐ 5HVLVWDQFH /HJDF\ௐ6HULHV %XWWHUIO\ௐ ERG\ZHLJKWௐOHYHUDJHௐV\VWHP 5HYHUVHௐIO\ௐ ERG\ZHLJKWௐOHYHUDJHௐV\VWHP %DFNௐ3UHVVௐ ERG\ZHLJKWௐOHYHUDJHௐ V\VWHP 7ULFHSVௐ3UHVVௐ ERG\ZHLJKWௐOHYHUDJHௐ V\VWHP &KHVWௐ3UHVVௐ ERG\ZHLJKWௐOHYHUDJHௐ V\VWHP /DWௐ3XOOௐ'RZQௐ ERG\ZHLJKWௐOHYHUDJHௐV\VWHP 9HUWLFDOௐ3UHVVௐ ERG\ZHLJKWௐOHYHUDJHௐ V\VWHP /HJௐ3UHVVௐ ERG\ZHLJKWௐOHYHUDJHௐ V\VWHP /HJௐ([WHQVLRQௐ ZHLJKW /HJௐ&XUOௐ ZHLJKW :HLJKWௐ/LIWௐ ZHLJKW /RZHUௐ%RG\ௐ6WUHWFKLQJௐVWDWLRQ 3HUVRQௐ7ZLVWLQJௐௐVWUHWFKLQJௐ6WDWLRQ 2EVWDFOHௐ&RXUVH 5RSHௐ:DOO &DUJRௐ1HW 5RSHௐ&OLPE6ODORP2YHUௐ ௐXQGHU %DODQFHௐEHDP 6ODQWHGௐ-XPSௐ%RDUGV 2YHUKHDGௐ/DGGHU ௐௐௐௐௐ )XQFWLRQDOௐ)LWQHVV 6WDQGDUGௐ3XOO8SV3DUDOOHOௐ3XOO8SV /DWௐ3XOO8SV  Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             &DQQRQௐ%DOOௐ3XOOௐ8SV 5RWDWLQJௐ3XOO8SV 'LSV /HJௐ5DLVHV .QHHௐ5DLVHV3DUDOOHOௐEDUV +LJK5LQJ 5LQJ5RZV /DGGHUVௐ ௐW\SHV %XOJDULDQௐ6SOLWௐVTXDWV :DOOௐ%DOO 6ZHGLVKௐ9HUWLFDOௐ/DGGHU6ZHGLVKௐ&XUYHGௐ9HUWLFDOௐ/DGGHU,QFOLQHௐ/DGGHU .HWWOHௐ%HOOV 1LQMDௐ&RXUVH +RUL]RQWDOௐ3HJௐ*ULS %DOOௐ*ULSௐ &RQHௐ*ULS5LQJௐ9HUWLFDOௐ3HJௐ*ULS &OLPELQJௐ5RSH %DOORRQV &KHHVHௐ:DOOV 3HJௐ:DOOௐ 7LUH 3XOO8Sௐ%DU6SLGHUௐ:HE 5RWDWLQJௐ5LQJV )ORDWLQJௐ%ULGJH 6SLGHUௐ:DONௐ 7UDSH]H )LQDOௐ:DOO 3XOO8Sௐ:KHHO3XOO8Sௐ7ULDQJOHௐ6ZLQJௐ 6ODQWHGௐ-XPSௐ%RDUGV  9RFDWLRQDOௐDQGௐH[HUFLVHVSRUWVௐUHKDELOLWDWLRQௐRUௐWKHUDS\<HV 1R ௐGLIIHUHQWௐH[HUFLVHVௐIRUௐWKRVHௐLQௐDௐZKHHOFKDLU :KHHOFKDLUௐ$FFHVVLEOHௐ/DW3XOOௐ'RZQௐ IL[HGௐZHLJKW :KHHOFKDLUௐ$FFHVVLEOHௐ9HUWLFDOௐ3UHVVௐ IL[HGௐZHLJKW :KHHOFKDLUௐ$FFHVVLEOHௐ&KHVWௐ3UHVVௐ IL[HGௐZHLJKW :KHHOFKDLUௐ$FFHVVLEOHௐ%XWWHUIO\ௐ IL[HGௐZHLJKW :KHHOFKDLUௐ$FFHVVLEOHௐ5HYHUVHIO\ௐ IL[HGௐZHLJKW :KHHOFKDLUௐ$FFHVVLEOHௐ+DQGF\FOH :KHHOFKDLUௐ$FFHVVLEOHௐ7ULFHSVௐ3UHVVௐ $GMXVWDEOHௐ5HVLVWDQFH :KHHOFKDLUௐ$FFHVVLEOHௐ9HUWLFDOௐ3UHVVௐ $GMXVWDEOHௐ5HVLVWDQFH :KHHOFKDLUௐ$FFHVVLEOHௐ6KRXOGHUௐ 3UHVVௐ $GMXVWDEOHௐ5HVLVWDQFH :KHHOFKDLUௐ$FFHVVLEOHௐ%LJௐ:KHHOௐ 6WUHWFK /RZௐLPSDFWௐPRYHPHQWVௐIRUௐ UHKDELOLWDWLRQௐ5HFXPEHQWௐ%LNHௐ UHVLVWDQFHௐIUHH 8SULJKWௐ%LNHௐ UHVLVWDQFHௐIUHH 0LG6HFWLRQௐVWUHWFKLQJௐVWDWLRQ /RZHUௐERG\ௐVWUHWFKLQJௐVWDWLRQ 8SSHUௐERG\ௐVWUHWFKLQJௐVWDWLRQ $LUZDONHU  Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.              6HUYLFHVௐUHODWHGௐWRௐWKHௐVROXWLRQVௐDERYH <HV 1R 3URYLGHௐ&RPSOLPHQWDU\ௐGHVLJQௐ FRQVXOWDWLRQௐVHUYLFH 3URYLGHௐ&RPSOLPHQWDU\ௐVLWHௐOD\RXWௐ GHVLJQௐ3URYLGHௐ&RPSOLPHQWDU\ௐ&$'ௐ':*ௐVHUYLFH 3URYLGHௐ&RPSOLPHQWDU\ௐ'ௐVHUYLFH 3URYLGHௐ&RPSOLPHQWDU\ௐFXVWRPL]DWLRQௐ RIௐ)XQFWLRQDOௐ)LWQHVVௐ5LJV 3URYLGHௐDGGLWLRQDOௐ6LWHௐ$PHQLWLHVௐ±ௐ VXFKௐDVௐ%HQFKHVௐ7UDVKௐ5HFHSWDFOHVௐ DQGௐ%LNHௐ5DFNV3URYLGHௐ&XVWRPௐ6KDGHௐ ZKHQௐDSSOLFDEOH 3URYLGHௐ,QVWDOODWLRQௐVHUYLFHVௐ ZKHUHௐ DSSOLFDEOH 3URYLGHௐ3RVWௐ,QVWDOODWLRQௐ7HFKQLFDOௐ VXSSRUW 3URYLGHௐ&XVWRPHUௐ6XSSRUWௐ6HUYLFH  Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             7DEOH,QGXVWU\6SHFLILF4XHVWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐ IHZௐH[DPSOHVௐRIௐLQWHUQDOௐPHWULFVௐWKDWௐZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐVXFFHVVௐZLWKௐWKHௐFRQWUDFW ௐௐௐௐ,QWHUQDOௐ6DOHVIRUFHௐSURJUDPௐௐOHDGௐIROORZXSVௐ ௐௐௐௐ,QWHUQDOௐ6DOHVIRUFHௐSURJUDPௐௐIRUௐUHSRUWLQJௐௐௐௐ$FFRXQWLQJௐV\VWHPௐௐPRQWKO\ௐDQGௐTXDUWHUO\ௐVDOHVௐUHYLHZVௐௐௐௐ6RXUFH:HOOௐ±ௐTXDUWHUO\ௐUHSRUWLQJ   'HVFULEHௐWKHௐVHUYLFHDELOLW\ௐRIௐ\RXUௐSURGXFWVௐ DQGௐKRZௐWKDWௐLPSDFWVௐWKHௐGXUDELOLW\ௐRUௐORQJHYLW\ௐRIௐ\RXUௐSURGXFW ௐௐௐௐ,WௐVWDUWVௐZLWKௐVWUXFWXUHVௐWKDWௐDUHௐGHVLJQHGௐWRௐEHௐVLPSOHௐWRௐXVHௐDQGௐGXUDEOHௐ HQRXJKௐWRௐZLWKVWDQGௐWKHௐHOHPHQWVௐௐௐௐ)URPௐDௐVWHHOௐSURGXFWLRQௐVWDQGSRLQWௐJDOYDQL]DWLRQௐDQGௐSRZGHUௐFRDWLQJௐDUHௐVWDQGDUG ௐௐௐௐ(UJRQRPLFௐVHDWVௐ ௐEDFNUHVWVௐDQGௐRWKHUௐUHODWHGௐSODWIRUPVௐDUHௐPDGHௐZLWKௐORZ KHDWௐFRQGXFWLQJௐ/'3(ௐ ௐ+'3(ௐPDWHULDOV ௐௐௐௐ8VHௐRIௐWDPSHUௐUHVLVWDQWௐKDUGZDUH ௐௐௐௐ$OOௐJULSVௐDUHௐPDGHௐRIௐORZKHDWௐFRQGXFWLQJௐUXEEHUௐVKDSHGௐIRUௐHDV\ௐXVH ௐௐௐௐ$OOௐSDUWVௐDUHௐVLPSOHௐWRௐUHSODFHௐௐௐ ௐௐௐௐ'HVLJQHGௐWRௐUHTXLUHௐPLQLPDOௐPDLQWHQDQFHௐௐௐௐ,QVWDOODWLRQVௐDFURVVௐWKHௐFRXQWU\ௐFRQWLQXHௐWRௐVHUYHௐWKHௐFRPPXQLWLHVௐSDVWௐWKHLUௐ ZDUUDQW\ௐSHULRG   'HVFULEHௐDQ\ௐGHVLJQௐRUௐPDWHULDOௐVSHFLILFDWLRQUHODWHGௐDWWULEXWHVௐWKDWௐGLIIHUHQWLDWHௐ\RXUௐRIIHULQJ ௐௐௐௐ6DIHW\ௐPHFKDQLVPVௐDUHௐLQVWDOOHGௐLQௐDOOௐXQLWVௐZLWKௐPRYLQJௐSDUWVௐ±ௐ6DIH6WRSௐLVௐDQௐLQWHUQDOௐUDQJHௐOLPLWHUௐGHVLJQHGௐWRௐSURWHFWௐWKHௐXVHUௐDQGௐWKHௐHTXLSPHQWௐIURPௐRYHUH[WHQVLRQௐDQGௐGDPDJH ௐௐௐௐ*DOYDQL]HGௐVWHHOௐDQGௐWZRௐOD\HUVௐRIௐSRZGHUௐFRDWLQJௐWRௐLQFUHDVHௐWKHௐORQJHYLW\ௐDQGௐ GXUDELOLW\ௐRIௐRXUௐSURGXFWV ௐௐௐௐ'XUDEOHௐ/'3(ௐ ௐ+'3(ௐPDWHULDOV ௐௐௐௐ1HZௐDQWLEDFWHULDOௐJULSV   ,GHQWLI\ௐDQ\ௐLQGXVWU\ௐFHUWLILFDWLRQ V ௐWKDWௐ\RXUௐ EXVLQHVVௐRUௐWKHௐSURGXFWVௐLQFOXGHGௐLQௐ\RXUௐ SURSRVDOௐKDYHௐDWWDLQHGௐRUௐUHFHLYHG *UHHQILHOGVௐLVௐFRPPLWWHGௐWRௐHQVXULQJௐVDIHௐDQGௐLQFOXVLYHௐH[HUFLVHௐRSSRUWXQLWLHVௐIRUௐ WHHQVௐDGXOWVௐDQGௐVHQLRUVௐ7RௐHQVXUHௐXVHUௐVDIHW\ௐ*UHHQILHOGVௐVWULYHVௐWRௐFRPSO\ௐZLWKௐ DOOௐRIௐWKHௐYROXQWDU\ௐVSHFLILFDWLRQVௐRIௐ$670ௐ)ௐ2XUௐSDWHQWHGௐ6LJQDWXUHௐ $FFHVVLEOHௐILWQHVVௐHTXLSPHQWௐ 86ௐ3DWHQWௐ ௐUHSUHVHQWVௐWKHௐLQGXVWU\ VௐPRVWௐ VXEVWDQWLDOௐRIIHULQJௐRIௐRXWGRRUௐILWQHVVௐHTXLSPHQWௐIRUௐWKRVHௐZLWKௐGLVDELOLWLHVௐDQGௐLVௐGHVLJQHGௐWRௐDOORZௐZKHHOFKDLUௐXVHUVௐWKHௐRSSRUWXQLW\ௐWRௐH[HUFLVHௐDORQJVLGHௐWKHௐDEOHERGLHG   'HVFULEHௐDQ\ௐPDQXIDFWXULQJௐSURFHVVHVௐRUௐ PDWHULDOௐVSHFLILFDWLRQUHODWHGௐDWWULEXWHVௐ ZLQGௐVSHHGௐRUௐVQRZௐORDGௐVSHFLILFDWLRQV ௐ WKDWௐGLIIHUHQWLDWHௐ\RXUௐRIIHULQJௐIURPௐ\RXUௐ FRPSHWLWRUV 5HVLVWDQFHௐ0HFKDQLVP *UHHQILHOGV¶ௐ3URIHVVLRQDOௐ6HULHVௐUHVLVWDQFHௐF\OLQGHUௐZLWKௐDௐSDWHQWHGௐDFWLYHௐYDOYHௐIXQFWLRQௐDOORZVௐIRUௐERWKௐDௐVLOHQWௐDQGௐVPRRWKௐRSHUDWLRQௐ:LWKௐQHDUO\ௐOLQHDUௐORDGௐ FKDUDFWHULVWLFVௐLQYDULDQWௐWRௐVSHHGௐWKHௐPRWLRQௐFKDUDFWHULVWLFVௐDUHௐRSWLPL]HGௐIRUௐWKHௐ PRVWௐJHQWOHௐDQGௐVDIHௐPXVFXODUௐH[HUFLVHௐ7KHௐPLQLPXPௐORDGௐRIௐDௐIHZௐSRXQGVௐFDQௐEHௐ VHWௐDQGௐFRQWUROOHGௐWRௐILWௐWKHௐHOGHUO\ௐDQGௐWKRVHௐXQGHUJRLQJௐUHKDELOLWDWLRQௐ5HVLVWDQFHௐ FDQௐEHௐDGMXVWHGௐJUDGXDOO\ௐWRௐௐSRXQGVௐUHVLVWDQFHௐGHSHQGLQJௐRQௐWKHௐXQLW 7KHௐUHVLVWDQFHௐPHFKDQLVPௐKDVௐEHHQௐWHVWHGௐIRUௐௐUHSHWLWLRQV %HDULQJV*UHHQILHOGV¶ௐGHVLJQVௐERDVWௐDௐVPRRWKௐRSHUDWLRQௐDQGௐDQௐXQSDUDOOHOHGௐUDQJHௐRIௐPRWLRQௐௐ 7KLVௐLVௐDFKLHYHGௐE\ௐWKHௐXVHௐRIௐ+5%ௐVWDLQOHVVௐVHDOHGௐEDOOௐEHDULQJVௐZLWKௐDௐOLIHௐF\FOHௐ RIௐௐKUV :LQGௐORDG $OOௐILWQHVVௐHTXLSPHQWௐPDLQௐVWUXFWXUHVௐ SRVWV ௐDUHௐGHVLJQHGௐWRௐPHHWௐ0LDPL'DGHௐ FRXQW\¶VௐUHTXLUHPHQWௐRIௐDௐOLYHORDGௐEHLQJௐௐOEVTIWௐDVௐZHOOௐDVௐDௐௐPSKௐZLQGௐORDG 6QRZௐ/RDG *LYHQௐWKHௐVPDOOௐSURILOHௐRIௐ*UHHQILHOGVௐHTXLSPHQWௐWKHUHௐLVௐQRௐFRQFHUQௐIRUௐVQRZௐORDGௐ DVௐLWௐZLOOௐMXVWௐVXUURXQGௐWKHௐXQLWௐௐ*UHHQILHOGV¶ௐJDOYDQL]LQJௐ ௐSRZGHUௐFRDWLQJௐSURFHVVHVௐ KDYHௐDௐSURYHQௐUHFRUGௐLQௐVQRZௐDQGௐFROGௐFRQGLWLRQV &ODPSVௐIRUௐSXOOXSௐEDUV $OOௐ*UHHQILHOGV¶ௐEDUVௐFRQQHFWLRQVௐWRௐFODPSVௐDUHௐZHOGHGௐௐ7KLVௐLVௐWRௐSUHYHQWௐWKHௐEDUVௐIURPௐVSLQQLQJௐLQௐWKHLUௐKRXVLQJVௐPDNLQJௐWKHPௐWKHௐVDIHVWௐEDUVௐLQௐWKHௐLQGXVWU\ +RW'LSௐ*DOYDQL]H 7KHௐKRWGLSௐJDOYDQL]LQJௐSURFHVVௐFRDWVௐWKHௐIDEULFDWHGௐVWUXFWXUHௐERWKௐLQVLGHௐ ௐRXWௐ SURYLGLQJௐH[WUDௐGXUDELOLW\ௐIRUௐRFHDQௐIURQWௐSURMHFWV  Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc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id Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc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¶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³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´OLVWPDLQWDLQHGE\WKH2IILFHRI)RUHLJQ$VVHWV&RQWURO RIWKH8QLWHG6WDWHV'HSDUWPHQWRIWKH7UHDVXU\IRXQGDWKWWSVZZZWUHDVXU\JRYRIDFGRZQORDGVVGQOLVWSGI E ,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDW KWWSVVDPJRY6$0RU F 3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHG Bid Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             E\WKH6WDWHRI0LQQHVRWDWKH8QLWHG6WDWHVIHGHUDOJRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\ 3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULWQRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDORIIHQVH UHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶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id Number: RFP 010721 Vendor Name: Greenfields Outdoor Fitness Inc.             Rev. 7/2022 1 CONTRACT EXTENSION Contract Number: Sourcewell and 202 12th Street Northeast P.O. Box 219 Staples, MN 56479 (Sourcewell) (Vendor) have entered into Contract Number: 110719- for the procurement of: The Contract has an expiration date of Decemb r, but the parties may extend the Contract by mutual consent. Sourcewell and Vendor acknowledge that extending the Contract benefits the Vendor, Sourcewell and Sourcewell’s Members. Vendor and Sourcewell agree to extend the Contract listed above for an additional period, with a new Contract expiration date of Dece mber , . All other terms and conditions of the Contract remain in full force and effect. Sourcewell ________________________________ Authorized Signature ________________________________ Name ________________________________ Title ________________________________ Date ________________________________ Authorized Signature ________________________________ Name ________________________________ Title ________________________________ Date DocuSign Envelope ID: A707AF42-80BF-469C-BD98-FDCAA808E8F4 Outdoor Fitness Equipment with Related Accessories and Services 010721-GRN Chief Operating and Procurement Officer Anaheim, California 2026-02-05 Greenfields Outdoor Fitness 2617 West Woodland Drive Jeremy Schwartz 010721-GRN 92801 3/6/2024 | 10:43 AM CST 2025-02-05 Sam Mendelsohn 3/6/2024 | 10:36 AM PST President & CEO PROPOSED FITNESS ZONE Linear Park 2025 City of Dania Beach, FL VERSION3 REV1 2025-03-12 Index Why Greenfields Outdoor Fitness? It’s never been more important to get everyone in the community exercising! Since 2007, Greenfields Outdoor Fitness has led the way in creating fun, interactive exercise areas available to the public 24/7. INTRODUCING THE GREENFIELDS OUTDOOR FITNESS APP! CUSTOMIZE IT! Need to modify one of our packages to your project’s needs? Our design team is ready to help. Looking for custom colors? Just let us know what you need. FITNESS FOR YOUR COMMUNITY There’s no one-size-fits-all approach to fitness! We specialize in making sure that everyone – from teens to adults to seniors, and even people in wheelchairs – can exercise on equipment that’s suited to their needs. By helping people overcome the obstacles in their journey to becoming healthier, Greenfields is improving the quality of life for people across the world. PEACE OF MIND Our industry-leading warranty means you should expect no out-of-pocket maintenance costs for at least the first five years. Greenfields’ equipment in installed across the U.S. from Alaska to Miami, and even overseas. In case of any issues, our expert support team is just a phone call away. 888-315-9037 | www.greenfieldsfitness.com Proposed Design Unit Selection Critical Fall Heights Project Layout Unit Details Custom Color Signage Installation & Maintenance Warranty 03-06 07 08 09 10-16 17 18-19 21-23 24 see page 20 for details 3888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Station 1 Station 2 Station 3 4888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Station 1 5888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Station 2 6888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Station 3 7888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 E F J G Q AS D O N L C K P S B H I S R M UNITS SGR048CWUBX208UBX211UBX215UBX217UBX221UBX223UBX244UBX246UBX247UBX248UBX249UBX258UBX289UBX290UBX292 X2UBX293UBX298SGR105 These 19 units may serve up to 20 people at a time. 2-Person Accessible Combo Lat Pull & Vertical PressButterfly (adjustable resistance)Ab Toner (adjustable resistance)Leg Press (adjustable resistance)Squat (adjustable resistance)Back Extension ProSit-Up BenchTricep Press (adjustable resistance)Chest Press (adjustable resistance)Vertical Press (adjustable resistance)Shoulder Press (adjustable resistance)Recumbent Bike (with resistance)Hip Twist (adjustable resistance)Upright Bike (with resistance)Rower (adjustable resistance)Stepper (adjustable resistance)Bench Press (adjustable resistance)Leg Extension & Curl (adjustable resistance)Customized Announcement Sign ABCDEFGHIJKLMNOPQRS In order to honor our commitment to quality and safety, Greenfields Outdoor Fitness reserves the right to make changes and revise the design specifications without notice. The equipment shown in this document is a representation only; exact product ordered and shipped may differ from designs shown. Should there be a discrepancy between items listed or depicted in this document and items listed or depicted in Greenfields’ estimates and order confirmations, the information listed in estimates and order confirmations will prevail. SURFACE MOUNTED ON TURF 8888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 < 24” CFH User’s Feet Touch Ground Maximum critical fall height (CFH) is defined as the distance between the designated use surface and the surface beneath it. 9888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Customized Announcement SignSGR105Greenfields Outdoor Fitness, Inc. 27' 36' 16' 36' 16' 27' 28' 18'-9" Customized Announcement SignSGR105Greenfields Outdoor Fitness, Inc. Customized Announcement SignSGR105Greenfields Outdoor Fitness, Inc. DATE DRAWING #INITIALS Customized Announcement SignSGR105Greenfields Outdoor Fitness, Inc. 27' 36' 16' 36' 16' 27' 28' 18'-9" Customized Announcement SignSGR105Greenfields Outdoor Fitness, Inc. Customized Announcement SignSGR105Greenfields Outdoor Fitness, Inc. DATE DRAWING #INITIALS In order to honor our commitment to quality and safety, Greenfields Outdoor Fitness reserves the right to make changes and revise the design specifications without notice. The equipment shown in this document is a representation only; exact product ordered and shipped may differ from designs shown. Should there be a discrepancy between items listed or depicted in this document and items listed or depicted in Greenfields’ estimates and order confirmations, the information listed in estimates and order confirmations will prevail. 10888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Sit-Up BenchUBX223 Leg Press (adjustable resistance)UBX215 Chest Press (adjustable resistance)UBX246 11888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Hip Twist (adjustable resistance)UBX258Ab Toner (adjustable resistance)UBX211 12888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Squat (adjustable resistance)UBX217 Stepper (adjustable resistance)UBX292 Butterfly (adjustable resistance)UBX208 13888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Back Extension ProUBX221 Upright Bike (with resistance)UBX289 Rower (adjustable resistance)UBX290 14888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 2-Person Accessible Combo Lat Pull & Vertical PressSGR048CW Bench Press (adjustable resistance)UBX293 Recumbent Bike (with resistance)UBX249 15888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Vertical Press (adjustable resistance)UBX247Tricep Press (adjustable resistance)UBX244 16888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Shoulder Press (adjustable resistance)UBX248Leg Extension & Curl (adjustable resistance)UBX298 17888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Signature:Name:Date: RAL 6005Greenfields Green Post Caps, HDPE Custom Color SGR048CW 2-PERSON ACCESSIBLE COMBO LAT PULL & VERTICAL PRESS 18888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 This announcement board can be used to: • State safety guidelines • Acknowledge project donors/sponsors • Encourage healthy lifestyle choices • Provide sample workouts Customization available at no charge (text, logos, etc.) CUSTOMIZEDANNOUNCEMENTBOARD SGR105 EX A M P L E S O F C O M P L E T E D S I G N S The City of Coral Gables shall not be liable for any personal injury to any person resulting from the use of the exercise equipment at this facility. The tness equipment is designed for your enjoyment. For your safety, we ask you to comply with the following: William H. Kerdyk, Jr., and Family Park FITNESS ZONE 2 You must be at least 14 years old to use this equipment. 1 You assume all risk and responsibility for use of the exercise equipment at this facility 3 Parents/Guardians: To avoid injuries, do not let your underage children use the equipment. 4 Consult your physician prior to starting any physical tness training program. 5 The City of Coral Gables does not provide any supervision for the use of the equipment. 6 Any potential users with known adverse health conditions should not use this equipment. 7 Before using the equipment, check for loose parts, breaks, cracks or other conditions needing attention. If any abnormalities are noticed, do not use the equipment. Please contact parks@coralgables.com or (305)460-5600. 8 Perform exercises according to instructions on each piece of equipment. 9 Breathe normally during physical activity. 10 Perform resistance exercises according to instructions in a slow, controlled manner over the full range of motion. Performing the movements too quickly may result in an injury. 11 During exercise, pay attention to how your body feels. If pain or discomfort occurs, STOP THE EXERCISE IMMEDIATELY. 12 Rest and recovery are important between sets and exercises. Please allow 2 minutes of rest between exercises. 13 Keep a safe distance from exercise equipment when in use by others. Pr o j e c t n a m e : Do n C a l l e j o n Sig n V e r s i o n # 5 Cli e n t : EN G L I S H SI G N A P P R O V A L I h e r e b y a p p r o v e t h i s d e s i g n f o r a r t i s t i c l a y o u t , l o g o p l a c e m e n t , co n t e n t a n d t e x t c o p y a c c u r a c y . N a m e : _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ D a t e : _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ S i g n a t u r e : _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ FRONT FRONT You assume all risk and responsibility for use of the exercise equipment at this facility. You must be at least 14 years old to use this equipment. Parents/Guardians: To avoid injuries, do not let your underage children use the equipment. Consult your physician prior to starting any physical fitness training program. The City does not provide any supervision for the use of the equipment. Any potential users with known adverse health conditions should not use this equipment. Before using the equipment, check for loose parts, breaks, cracks or other conditions needing attention. If any abnormalities are noticed, do not use the equipment. Please call 408-986-4820. Perform exercises according to instructions on each piece of equipment. Breathe normally during physical activity. Perform resistance exercises according to instructions in a slow, controlled manner over the full range of motion. Performing the movements too quickly may result in an injury. During exercise, pay attention to how your body feels. If pain or discomfort occurs, STOP THE EXERCISE IMMEDIATELY. Rest and recovery are important between sets and exercises. Please allow 2 minutes of rest between exercises or sessions. Keep a safe distance from exercise equipment when in use by others. 1. 2. 3. 4. 5. 6. 7. 8. 9.10. 11. 12. 13. The fitness equipment is designed for your enjoyment. For your safety, we ask you to comply with the following: Welcome to YourFitness Zone ® ™ A Complete Exercise Program Includes3 TYPES OF ACTIVITY: Get Active! Try to be active every day. Even if you’ve never exercised or haven’t exercised in many years, you can benefit from fitness at any age. • • • Before You Start: Take it easy. Moderate exercise can benefit you as much as intense exercise. Start slowly. Warm up for 5 to 10 minutes with easy stretching or brisk walking. Read and understand all exercise instructions. AEROBIC EXERCISE(minimum 30 minutes a day) • Raises your heart rate• Uses the large muscles of the body (arms, legs, back)• Decreases risk of chronic disease • Helps you lose weight • Increases strength • Improves balance• Increases bone density • Loosens stiff joints• Lengthens and loosens muscles STRENGTH-BUILDING (minimum 10 minutes a day)STRETCHING (minimum 5 to 10 minutes a day) FITNESS ZONE AREAS ARE A PROJECT OF THE TRUST FOR PUBLIC LAND TO HELP COMMUNITIES GET FIT AND STAY HEALTHY. tpl.org/fitnesszones FITNESS ZONE The City of Detroit shall not be liable for any personal injury to any person resulting from the use of the exercise equipment at this facility. The fitness equipment is designed for your enjoyment. For your safety, we ask you to comply with the following: Riverside Park 2 You must be at least 14 years old to use this equipment. 1 You assume all risk and responsibility for use of the exercise equipment at this facility 3 Parents/Guardians: To avoid injuries, do not let your underage children use the equipment. 4 Consult your physician prior to starting any physical fitness training program. 5 The city does not provide any supervision for the use of the equipment. 6 Any potential users with known adverse health conditions should not use this equipment. 7 Before using the equipment, check for loose parts, breaks, cracks or other conditions needing attention. If any abnormalities are noticed, do not use the equipment. Please call 313-628-0900. 8 Perform exercises according to instructions on each piece of equipment. 9 Breathe normally during physical activity. 10 Perform resistance exercises according to instructions in a slow, controlled manner over the full range of motion. Performing the movements too quickly may result in an injury. 11 During exercise, pay attention to how your body feels. If pain or discomfort occurs, STOP THE EXERCISE IMMEDIATELY. 12 Rest and recovery are important between sets and exercises. Please allow 2 minutes of rest between exercises. 13 Keep a safe distance from exercise equipment when in use by others. Pr o j e c t n a m e : Do n C a l l e j o n Si g n V e r s i o n # 5 Cl i e n t : EN G L I S H SI G N A P P R O V A L I h e r e b y a p p r o v e t h i s d e s i g n f o r a r t i s t i c l a y o u t , l o g o p l a c e m e n t , co n t e n t a n d t e x t c o p y a c c u r a c y . N a m e : _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ D a t e : _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ S i g n a t u r e : _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ FRONT FRONT You assume all risk and responsibility for use of the exercise equipment at this facility. You must be at least 14 years old to use this equipment. Parents/Guardians: To avoid injuries, do not let your underage children use the equipment. Consult your physician prior to starting any physical fitness training program. The City does not provide any supervision for the use of the equipment. Any potential users with known adverse health conditions should not use this equipment. Before using the equipment, check for loose parts, breaks, cracks or other conditions needing attention. If any abnormalities are noticed, do not use the equipment. Please call 408-986-4820. Perform exercises according to instructions on each piece of equipment. Breathe normally during physical activity. Perform resistance exercises according to instructions in a slow, controlled manner over the full range of motion. Performing the movements too quickly may result in an injury. During exercise, pay attention to how your body feels. If pain or discomfort occurs, STOP THE EXERCISE IMMEDIATELY. Rest and recovery are important between sets and exercises. Please allow 2 minutes of rest between exercises or sessions. Keep a safe distance from exercise equipment when in use by others. 1. 2. 3. 4. 5. 6. 7. 8. 9.10. 11. 12. 13. The fitness equipment is designed for your enjoyment. For your safety, we ask you to comply with the following: Welcome to YourFitness Zone ® ™ EL AREA DE LA ZONAS DE EJERCICIOS ES UN PROYECTO DE THE TRUST FOR PUBLIC LAND PARA AYUDAR A LAS COMUNIDADES A ADAPTARSE Y MANTENRSE SALUDABLE. tpl.org/fitnesszones Un programa completo de ejercicios incluye 3 TIPOS DE ACTIVIDAD: ¡Actívate! Antes de que empieces: • Aumenta tu ritmo cardíaco • Utiliza los músculos grandes del cuerpo (brazos, piernas, espalda) • Disminuye el riesgo de enfermedades crónicas • Te ayuda a perder peso • Aumenta masa múscular • Fortalece los músculos• Aumenta la densidad ósea • Afloja las articulaciones rígidas • Alarga y afloja los músculos ESTIRAMIENTOEJERCICIO AEROBICO FORTALECER LOS MÚSCULOS(mínimo 30 minutos al día)(mínimo 10 minutos al día)(mínimo de 5 a 10 minutos al día) •Tómalo con calma. El ejercicio moderado puede beneficiarlo tanto como el ejercicio intenso. •Comience lentamente. Calentar durante 5 a 10 minutos con estiramientos fáciles o caminatas rápidas. •Lea y comprenda todas las instrucciones de ejercicio. ZONA DEEJERCICIOS Intenta estar activo todos los días. Incluso si nunca ha hecho ejercicios o no lo ha hecho en muchos años, puede beneficiarte del ejercicio físico a cualquier edad. front frontfront back backback 19888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 UNIT LABELS Unit labels feature safety guidelines, exercise instructions and more! ADA Label included on units from Greenfields’ Signature Accessible™ line L00005 20888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 EXPLORE THE GREENFIELDSOUTDOOR FITNESS APP WORKOUT SCAN Search for gyms near you.Customize your routine.Quickly find videos & more. greenfieldsfitness.com/app-download/ The Greenfields App is the perfect companion to our multigenerational outdoor gyms, giving users the ability to search for gyms near their location, explore exercises available on Greenfields units, create workouts, and log their progress. Now available on iOS and Android. 21888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 22888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 23888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 ® © 2022 Greenfields Outdoor Fitness, Inc. In order to honor our commitment to quality and safety, Greenfields Outdoor Fitness reserves the right to make changes and revise the design specifications without notice. The following document is supplied as a general inspection document to be performed during regular park inspections. Our support team can be reached at (888) 315-9037 x105 or csc@greenfieldsfitness.com. Visual Inspection ‰Check all plastic footrests, backrests, seats, etc. for any cracks. If items are cracked in an unsafe manner, take photos and contact Greenfields to order new pieces. ‰Check all rubber grips for any signs of wear, and make sure they are functioning correctly. If grips are torn or cut, exposing handlebars, take photos and report to Greenfields. ‰Inspect welds for any signs of wear. If there is any damage, take photos and report to Greenfields. ‰Check round safety labels for any signs of wear or vandalism, and send photos if there is. ‰If unsafe for public use, please wrap portion of that unit with a caution-tape to prevent use while maintenance is in progress. Internal Inspection ‰Engage moving parts and ensure full, uninhibited functionality. If units are making noises when in use, do NOT lubricate the bearings. Check for any metal on metal contact and send photos to Greenfields for review. ‰Inspect bolts and caps to ensure equipment is fully tightened. If screws are loose or missing, tighten or install new screws using a thread-locking compound. If new screws are needed, take photos of the location they are needed and contact Greenfields to order new screws. ‰If unsafe for public use, please wrap portion of that unit with caution tape to prevent use while maintenance is in progress. Documentation ‰Greenfields takes great pride in providing amazing outdoor fitness gyms that are intended for use by the unsupervised masses in public settings. We do realize that left unattended, units may be subject to improper use or even abuse. We rely on the local maintenance staff to provide the necessary support in order to keep all units and parts in optimal operating condition for years to come. ‰Please use the inspection log provided. Reporting ‰Greenfields Customer Support Center is available to help with all inquiries. Please feel free to contact us at: csc@GreenfieldsFitness.com or 888-315-9037 x 105 ‰Please be sure to include photos and name of the park, city, state, country and on-site contact person with whom to communicate. Inspection Checklist General Guidelines for Outdoor Fitness Equipment ‰Visual Inspection ‰Internal Inspection ‰Documentation ‰Reporting Inspection process Questions? Please call 888-315-9037 x105 ® © 2022 Greenfields Outdoor Fitness, Inc. In order to honor our commitment to quality and safety, Greenfields Outdoor Fitness reserves the right to make changes and revise the design specifications without notice. Greenfields Outdoor Fitness equipment is intended to be used by the unsupervised public in a variety of outdoor settings. Greenfields is extremely proud of the safe and durable design of its products, which are built to surpass their warranty under normal usage. Installations throughout the hemisphere prove this equipment’s success in both hot and cold climates, as well as dry and humid conditions. While the units are designed to be, for the most part, maintenance free, Greenfields recognizes that heavy and constant usage will require a minimal level of maintenance. Greenfields recommends periodic visual inspections of all outdoor fitness equipment to ensure that each unit is functioning normally and safely. In environments prone to vandalism, local maintenance teams should inspect more frequently. Periodic inspection is at the owners’ discretion. Greenfields’ Inspection Checklist is a suggestion only and is not intended to replace owners’ own internal inspection system. The following information is intended to provide some guidance for local maintenance teams: Age Appropriate Use This fitness equipment is classified as Adult Fitness Equipment and is designed to be used by individuals 14 years or older. Please take necessary precautionary steps to prevent use (and mis-use) by individuals younger than 14. Parental supervision should be enforced. Normal Wear & TearAs with any equipment, certain parts may wear more rapidly due to the type and frequency of usage. Most of Greenfields’ replacement parts are designed to be installed easily—with specific instructions provided as needed. Every owners’ manual contains a detailed replacement parts list for each unit purchased. [Please be advised that the use of decomposed granite (DG) is known to increase the normal wear of footrests and platforms. DG particles attach to the soles of shoes and, like sandpaper, grind these surfaces continually.] Surface Touch-upDuring handling and/or installation, the various surfaces of the equipment may become scratched or disfigured. Greenfields provides touch-up paint with each shipment, and a “Touch-up Guide” is included in this manual. Greenfields’ support staff is always available to answer questions regarding the above. Vandalism Greenfields’ equipment is installed in all types of environments. In some cases, these installations face the challenges of vandalism, graffiti, theft, etc. In some instances touch-up paint is a simple remedy; in other cases a replacement part may have to be purchased. While the warranty does not cover cases of vandalism, Greenfields’ customer service team will strive to resolve issues quickly and fairly. Improper Usage Since Greenfields’ equipment is used without supervision, it may be subject to improper use—that for which it was not designed. Over the years, through its R&D efforts, Greenfields has been able to modify the equipment design to minimize damages caused by improper use. Nevertheless, improper use may compromise a unit’s integrity, leading to unnecessary repair expense and/or unsafe conditions. Signs of improper use can sometimes be detected through visual inspections. Safety and Upkeep Information 24888-315-9037 | www.greenfieldsfitness.com Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are “one size fits most.” This document is for presentation purposes only, not for construction. Before you begin installation, please contact Greenfields at (888) 315-9037 or csc@greenfieldsfitness.com for up to date installation instructions. This presentation has been designed for printing on tabloid (11”x17”) sized paper. GREENFIELDS PROPOSED OUTDOOR FITNESS ZONE Florida - City of Dania Beach - Linear Park 2025 VERSION3 REV1 - 2025-03-12 Warranty • Limited 10-year warranty on main posts and metal structures• Limited 5-year warranty on moving parts, bearings, seats, backrests, and HDPE panels• Limited 3-year warranty on hydraulic pistons• Limited 2-year warranty on footrests, armrests, rubber parts, chains, rings, other grips, and polyurethane components• Limited 1-year warranty on battle ropes, climbing ropes, suspension trainers, and cargo netsAll warranties cover failure due to natural deterioration or manufacturing defects and do not include any cosmetic issues or wear and tear from normal use. This warranty does not cover cosmetic items such as scratches, dents, marring, fading, discoloring, weathering, wear and tear, or normal level of rusting. Warranty is valid only if the equipment is installed and maintained in conformity with Greenfields’ installation and maintenance procedures furnished by Greenfields Outdoor Fitness. Equipment should not be exposed to any irrigation, especially with reclaimed water, as this will void the warranty. Equipment must be installed on a surface with proper drainage and or slope to prevent water buildup around the base of the equipment. Equipment should not be installed in basins or in low-lying areas which result in equipment being submerged. Equipment should be installed in a timely fashion after delivery; however, if the equipment must be stored for an extended period of time, crates should be stored in a dry, indoor environment. OTHER PRODUCT INFORMATIONGreenfields will continue to develop its line of products and therefore reserves the right to change the design specifications without notice. The equipment is designed for use by individuals weighing up to 300 pounds. The equipment is NOT intended to be used by individuals younger than 14 years of age unless supervised by adults. Greenfields’ units are designed to accommodate the majority of users age 14 and above; however, due to the nature of outdoor fitness equipment, units are regarded as “one size fits most, but not all.” CUSTOMER SUPPORTUpon written notification (email or fax) to Greenfields of a product’s failure to conform to any of the aforementioned warranties during the applicable warranty period, Greenfields shall correct such failure/nonconformity by repairing the defective part(s) or providing replacement part(s) within 60 calendar days of receipt of the notification. Greenfields shall ship the required replacement part(s) to the site free of charge, but will not be responsible for providing labor or the cost of labor for removing defective part(s) or installing replacement part(s). Greenfields will warranty the replacement part(s) for the remainder of the original warranty period. Furthermore, no representation, oral or written, of any individual may be substituted for this exclusive limited warranty. To the extent permitted by law, Greenfields shall not be liable for any direct, indirect, special, incidental or consequential damages, which are expressly excluded from the sale of its product. To make claims under the terms of this warranty, please contact Greenfields’ Customer Support Center at CSC@GreenfieldsFitness.com. Please include photos or video. INSTALLATIONGreenfields’ equipment is constructed from heavy steel pipes and is subject to heavy forces and torques when in use as intended. Extra care must be taken to ensure that the equipment is securely installed so that it can be safely enjoyed for years to come. There are two methods of installation for the equipment:• Surface mount installation with posts bolted to a reinforced concrete slab a minimum of 6”-8” thick (please refer to Installation Instructions & Video for detailed guidelines)888-315-9037 | greenfieldsfitness.com Updated 1/29/2024• Permanent in-ground installation in which the equipment post extensions are placed in concrete footings and use provided rebar pegs (please refer to Installation Instructions & Video for detailed guidelines)Installers and project managers are encouraged to contact Greenfields’ Customer Support Center with any questions before, during, and/or after installation. Detailed installation instructions are available for all products and are included in the crates for every order. Often the installation of Greenfields’ products is assigned to the lowest bidding contractor. The contractor may not have been in contact with Greenfields prior to the project or seen the detailed Installation Instructions. It is the responsibility of the project manager to ensure installing contractor is provided with the most updated set of Greenfields’ Installation Instructions & Installation Video to ensure the validity of the warranty. Should the project installer need a copy of the Installation Instructions, please contact Greenfields’ Customer Support Center at 888-315-9037 x105 or by email at CSC@GreenfieldsFitness.com. SAFETY STANDARDSThis adult outdoor fitness equipment is not intended for use by unsupervised individuals younger than 14 years of age. ASTM recently adopted ASTM F3101−21A Standard Specification for Unsupervised Public Use Outdoor Fitness Equipment. While playgrounds are subject to laws in various states requiring compliance with ASTM and/or Consumer Product Safety Commission (CPSC) guidelines, at time of this publication, and to the best knowledge of Greenfields Outdoor Fitness, there are no state laws requiring compliance with standards set forth by ASTM for outdoor fitness equipment (nor with CPSC guidelines, as none currently exist.) Play equipment can be certified to be in compliance with ASTM by the International Playground Equipment Manufacturers Association (IPEMA), and many agencies have a requirement that they only purchase equipment that is IPEMA certified. However, at this time, this is not possible with outdoor fitness equipment, as IPEMA does not currently certify compliance of outdoor fitness equipment. In addition, at this time there are no programs in place to train certified inspectors for outdoor fitness equipment. Without a state law that requires compliance, specifications are voluntary only. However, Greenfields Outdoor Fitness strives to comply with all of the voluntary specifications of ASTM F3101-21A. Greenfields recommends adding a customized sign to each project to limit liability. SURFACING MATERIALSOver the years, Greenfields’ product has been installed using the following various types of surfacing. ASTM 3101-21A suggests impact attenuating surfacing for some scenarios. The type of surfacing used is ultimately the choice of the owner and their project manager. When it comes to Functional Fitness, Challenge Course and any other apparatus with an overhead structure, it is advised to use fall attenuating surfacing. Greenfields does not promote the use of one type of surfacing over another – the decision is ultimately up to project owners and their architects / engineers. For project specific information, please contact a Greenfields project manager. MAINTENANCE & EQUIPMENT UPKEEPGreenfields Outdoor Fitness equipment is intended to be used by the unsupervised public in a variety of outdoor settings. Greenfields is extremely proud of the safe and durable design of its products, which are built to surpass their warranty under normal usage. Installations worldwide prove this equipment’s success in both hot and cold climates, as well as dry and humid conditions. While the units are designed to require, for the most part, little to no maintenance, Greenfields recognizes that heavy and constant usage will require a minimal level of maintenance which will be scheduled based on the specific nature of each project. Installation on an ocean front, or with a direct line of sight to the ocean, will expose the units to salt and will require additional maintenance which is not required at inland sites or in dry climates. Such installations will require a regular freshwater rinse to remove the salt from the units (do not use reclaimed water - exposing the equipment to reclaimed water will void warranty). Greenfields recommends periodic inspection by a maintenance team to ensure each and every apparatus functions as intended. Please refer to the Periodic Inspection Checklist provided with the O&M Owner’s Manuals. For project specific information, please contact a Greenfields project manager. 2617 West Woodland Drive Anaheim, CA 92801 Phone: 888-315-9037 Fax: 866-308-9719 Email: orders@greenfieldsfitness.com Greenfields Outdoor Fitness,Inc Estimate Order #Date S28972 04/02/2025 FL - City of Dania Beach - Linear Park City of Dania Beach Anthony Ifedi 100 W Dania Beach Blvd Dania Beach, FL 33004 Contact: FL - City of Dania Beach - Lin Ship To:Bill To: FL - City of Dania Beach - Linear Park City of Dania Beach Anthony Ifedi 100 W Dania Beach Blvd Dania Beach, FL 33004 Customer: FL - City of Dania Beach - Linear Park PROJECT - FL - Dania Beach - Linear Park 2025 Upgrade - V2 POC: Cassi Waren Director of Parks and Recreation E: cwaren@daniabeachfl.gov Notes: Sales Rep Payment Terms FOB Point Carrier Date Scheduled SM NET 30 Origin Freight 04/01/2025 Item #Number Description Color Unit Price Qty Total Price 1 Sourcewell Contract # Sourcewell Contract# 010721-GRN City of Dania Beach Sourcewell Member ID#25520 $0.00 1 ea $ 0.00 2 SURFACE MOUNT INSTALLATION METHOD DESIGN V3 - 20250312 3 STATION #1 4 UBX211-01K Ab Toner (Adjustable Resistance)Green $6,595.00 1 ea $ 6,595.00 7 UBX215-01K Leg Press (Adjustable Resistance)Green $6,595.00 1 ea $ 6,595.00 10 UBX217-01 Squat (adjustable resistance)Green $6,595.00 1 ea $ 6,595.00 11 UBX221-01K Back Extension Pro Green $2,595.00 1 ea $ 2,595.00 14 UBX223-01 Sit-Up Bench Green $2,795.00 1 ea $ 2,795.00 15 UBX258-01 Hip Twist (adjustable resistance)Green $6,595.00 1 ea $ 6,595.00 16 UBX298-01 Leg Extension & Curl (adjustable resistance)Green $6,595.00 1 ea $ 6,595.00 17 SGR105-01K Customized Announcement Sign (formerly SGR2005- 1-105) Green $1,795.00 1 ea $ 1,795.00 20 STATION #2 21 UBX208-01 Butterfly (adjustable resistance)Green $6,595.00 1 ea $ 6,595.00 22 UBX244-01 Tricep Press (adjustable resistance)Green $6,595.00 1 ea $ 6,595.00 23 UBX246-01 Chest Press (adjustable resistance)Green $6,595.00 1 ea $ 6,595.00 24 UBX247-01 Vertical Press (adjustable resistance)Green $6,595.00 1 ea $ 6,595.00 25 UBX248-01 Shoulder Press (adjustable resistance)Green $6,595.00 1 ea $ 6,595.00 26 UBX290-01 Rower (adjustable resistance)Green $6,595.00 1 ea $ 6,595.00 27 UBX292-01 Stepper (adjustable resistance)Green $7,695.00 1 ea $ 7,695.00 28 SGR105-01K Customized Announcement Sign (formerly SGR2005- 1-105) Green $1,795.00 1 ea $ 1,795.00 31 STATION #3 Page 1 of3April 2, 2025 11:12:00 AM PDT 2617 West Woodland Drive Anaheim, CA 92801 Phone: 888-315-9037 Fax: 866-308-9719 Email: orders@greenfieldsfitness.com Greenfields Outdoor Fitness,Inc Estimate Order #Date S28972 04/02/2025 Item #Number Description Color Unit Price Qty Total Price 32 SGR048CW-11 2 Person Accessible Combo Lat Pull & Vertical Press (Formerly SGR2005-1-48C-W) Custom Colors: All metal parts: RAL 6005 - Green All Plastics: Black CUSTOM $7,995.00 1 ea $ 7,995.00 33 UBX289-01 Upright Bike (with resistance)Green $2,795.00 1 ea $ 2,795.00 34 UBX292-01 Stepper (adjustable resistance)Green $7,695.00 2 ea $ 15,390.00 35 UBX249-01K Recumbent Bike (with resistance)Green $2,895.00 1 ea $ 2,895.00 38 SGR105-01K Customized Announcement Sign (formerly SGR2005- 1-105) Green $1,795.00 1 ea $ 1,795.00 41 Installation Installation Scope Of Work GENERAL CONDITIONS ($3,500) - Offload Crates - Temp Toilet - Dumpsters for trash - Construction Orange fencing DEMOLITION ($4,960) - Removal & Disposal of Existing fitness equipment and signs - Grind posts flush with concrete SURFACING ($19600) - Artificial Turf glued onto existing concrete 1660 SF - No Padding, aluminum edging (to be approved by owner) ASSEMBLY (15,000) - Install 19 pieces of equipment plus 3 signs all Surface Mount EXCLUSIONS: - Permit is not included - Inspections of any kind are not included N/A $43,080.00 1 ea $ 43,080.00 42 Subtotal $ 163,170.00 43 Discount Discount -$ 9,600.00 44 Subtotal $ 153,570.00 45 Sourcewell Member Discount Sourcewell Member Discount 7%-$ 10,749.90 46 Shipping & Handling Ships in large crates - forklift is needed to unload $4,500.00 1 ea $ 4,500.00 47 SM Installation All units are Surface Mount installation method.$0.00 1 ea $ 0.00 Page 2 of3April 2, 2025 11:12:00 AM PDT 2617 West Woodland Drive Anaheim, CA 92801 Phone: 888-315-9037 Fax: 866-308-9719 Email: orders@greenfieldsfitness.com Greenfields Outdoor Fitness,Inc Estimate Order #Date S28972 04/02/2025 Total: Subtotal: Sales Tax: $147,320.10 $0.00 $147,320.10 Page 3 ofApril 2, 2025 11:12:00 AM PDT 3 Prices are valid for 60 days from the Estimate date. CUSTOMER APPROVAL: I hereby approve this order, the item selection, color selection, and overall Terms & Conditions. I understand should collection of this agreement become necessary, I agree to pay all collection fees and attorney fees/ court costs, etc. The undersigned customer authorizes Greenfields to ship items on this estimate and pay Greenfields the amount specified per payment terms listed on this estimate. Approval signature: :_______________________________ Date:_____________ Signed by (print name) ________________________________________________ City of Dania Beach Finance Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Yeimy Guzman, Chief Financial Officer SUBJECT: Approval of resolution establishing the official intent of the City to issue tax- exempt financing and use a portion of the proceeds to reimburse expenditures incurred prior to issuance. Request: The Finance Department requests approval of a resolution establishing the official intent of the City to issue tax-exempt financing and use a portion of the proceeds to reimburse expenditures incurred prior to issuance. Background: The City intends to issue tax-exempt financing for the purchase of land located at 400 South Federal Highway, Dania Beach, FL, and to bring the property to an operational condition (the “Project”) in the amount of Three Million One Hundred Thousand Dollars ($3,100,000.00). The City may proceed with other professional services associated with the Project prior to securing the tax-exempt financing. The Internal Revenue Service (IRS) stipulates that if the City intends to reimburse costs incurred for capital projects financed with future tax-exempt financing proceeds, it must express a declaration of official intent as defined in Section 1.150-2 of the Federal Income Tax Regulations. Budgetary Impact None Recommendation Approval of resolution establishing the official intent of the City to issue tax-exempt financing and use a portion of the proceeds to reimburse expenditures incurred prior to issuance. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, ESTABLISHING ITS INTENT TO REIMBURSE CERTAIN CAPITAL EXPENDITURES INCURRED IN CONNECTION WITH THE ACQUISITION, CONSTRUCTION, RENOVATION, AND EQUIPPING OF CERTAIN CAPITAL PROJECTS BY THE CITY, AS MORE FULLY DESCRIBED HEREIN, WITH PROCEEDS OF A FUTURE TAX-EXEMPT FINANCING; PROVIDING CERTAIN OTHER MATTERS IN CONNECTION THEREWITH; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Dania Beach, Florida (the "City") has determined that it is necessary and desirable and in the best interest of the inhabitants of the City to borrow money to finance the acquisition, construction, renovation, and equipping of certain capital improvements, including, but not limited to, the acquisition of certain real property and the improvements thereon and the development and redevelopment of such property for City purposes (the "Project"); and WHEREAS, it is expected that the costs of the Project will be reimbursed by and financed with the proceeds of a future tax-exempt financing, in a principal amount not to exceed $3,100,000.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the foregoing recitals are true and correct and are incorporated herein by this reference. Section 2.That this resolution is adopted pursuant to the Constitution of the State of Florida, Chapter 166, Florida Statutes, the Charter of the City of Dania Beach, Florida, and other applicable provisions of law. Section 3.That the City hereby expresses its intention to be reimbursed from proceeds of a future tax-exempt financing for capital expenditures to be paid by the City for the purpose of financing the costs of the Project. The City expects to use legally available funds on deposit in the general fund or other appropriate fund or account to pay for costs of the Project, including, but not limited to, capital expenditures, costs of design and engineering, and other costs associated with the incurrence of debt. It is reasonably expected that the total amount of debt to be incurred by the City with respect to the Project will not exceed $3,100,000.00. This resolution is intended to constitute a "declaration of official intent" within the meaning of 2 RESOLUTION #2025-______ Section 1.150-2 of the Income Tax Regulations, which were promulgated pursuant to the Internal Revenue Code of 1986, as amended, with respect to the debt incurred, in one or more financings, to finance the costs of the Project. Section 4.That if any provision of this resolution shall be held or deemed to be or shall, in fact, be illegal, inoperative, or unenforceable in any context, the same shall not affect any other provision herein or render any other provision (or such provision in any other context) invalid, inoperative, or unenforceable to any extent whatever. Section 5.That this resolution supersedes all prior actions of the City inconsistent herewith. All resolutions or portions thereof in conflict with the provisions of this Resolution are hereby repealed to the extent of any such conflict. Section 6.That this resolution shall take effect immediately upon its adoption by the City Commission. PASSED AND ADOPTED on __________________, 2025. Motion by __________________________, second by ___________________________. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY City of Dania Beach Public Services Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Fernando J. Rodriguez, Public Services Director Sean Schutten, Deputy Public Services Director SUBJECT: AUTHORIZATION TO ENTER TO AN AGREEMENT WITH AAA FLAG BANNER MFG. FOR “LIGHT POLE BANNER PRODUCTION AND INSTALLATION” SERVICES Request: The Public Services Department (PSD) is requesting the City Commission's approval to enter into an agreement with AAA Flag and Banner MFG for “Light Pole Banner Production and Installation" to authorize exceeding the single vendor annual expenditure of $50,000 for the terms of the contract period. Background: The City Commission awarded Invitation to Bid (ITB) No. 25-003 “Light Pole Banner Production and Installation” to AAA Flag and Banner MFG via Resolution 2025-XXX on April 8, 2025. This year-round service provides for the installation and change out of decorative pole- mounted banners citywide to highlight various seasonal periods and special celebrations. Most recently, this included Dania Beach’s 120th anniversary; however, banners are also used annually for the Memorial Day and Independence Day events, the holiday season, etc. The City has purchased well over one hundred banners which are designed, manufactured and installed on a calendar-driven schedule. Budgetary Impact Based on FY24 expenditures on banner purchases, installations and changeouts, the projected cost for the current fiscal year and for the remaining contract periods will exceed $50,000. Funding for this contract will be appropriated from the Contractual Services General Account No. 001-39-06-541-34-10. Recommendation PSD recommends approval to enter into an agreement with AAA Flag and Banner MFG for “Light Pole Banner Production and Installation” and to authorize exceeding the annual single-vendor $50,000 expenditure threshold for the term of the contract. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE CITY TO ENTER INTO AN AGREEMENT WITH AAA FLAG AND BANNERS MFG FOR LIGHT POLE BANNER PRODUCTION AND INSTALLATION AND TO EXCEED THE $50,000.00 (FIFTY THOUSAND DOLLAR) SINGLE VENDOR ANNUAL THRESHOLD FOR THE DURATION OF THE CONTRACT PERIOD; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City requires light decorative banner production, installation and changeout services on a year-round basis to signal seasonal periods such as the holidays, patriotic dates, and anniversaries; and WHEREAS, ITB No. 25-003 "Light Pole Banner Production and Installation" was awarded on April 8, 2025; and WHEREAS, the required contract specifying the services’ scope has been prepared and reviewed and agreed upon by both parties. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. Section 2.That the City Commission authorizes the proper City officials to execute an agreement with AAA Flag and Banner MFG, which Agreement is attached as Exhibit “A” and incorporated into this Resolution by this reference, for the provision of decorative pole-mounted banner manufacturing and installation/changeouts. Section 3.That the City Manager and City Attorney are authorized to make revisions to such Amendment as are deemed necessary and proper and in the best interests of the City. Section 4.The funding for this installation, expected to exceed $50,000.00 annually for the applicable contract periods, will be appropriated from the Streets Contractual Services General Account No. 001-39-06-541-34-10 Section 5.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 6.That this Resolution shall be effective 10 days after passage. 2 RESOLUTION #2025-______ PASSED AND ADOPTED on __________________, 2025. Motion by __________________________, second by ___________________________. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY 1 AGREEMENT BETWEEN THE CITY OF DANIA BEACH, FLORIDA AND AAA FLAG AND BANNER MFG CO OF FLORIDA LLC, TO PROVIDE AND INSTALL LIGHT POLE BANNERS AS FURTHER DESCRIBED IN THE CITY’S INVITATION TO BID (“ITB”) NO. 25-003. This is an Agreement (“Agreement”) dated _________________________, 2025, between the City of Dania Beach, Florida, a Florida municipal corporation (“City”), with its principal place of business located at 100 West Dania Beach Boulevard, Dania Beach, Florida 33004 and AAA Flag & Banner MFG Co of Florida, LLC, with a mailing address of 1450 E. 11th Avenue, Hialeah, Florida 33010. AGREEMENT In consideration of the mutual covenants, terms and conditions contained in this Agreement, and other good and valuable consideration, the adequacy and receipt of which are acknowledged and agreed upon, the parties agree to the following: 1. Parties. City of Dania Beach, Florida, a Florida municipal corporation (“City”), with its principal place of business located at 100 West Dania Beach Boulevard, Dania Beach, Florida 33004 and AAA Flag & Banner MFG Co of Florida, LLC, with a mailing address of 1450 E. 11th Avenue, Hialeah, Florida 33010. 2. Term. This Agreement between the Contractor and the City under the City of Dania Beach Invitation to Bid (“ITB”) No. 25-003 is effective upon execution by all parties for a term of three (3) years. The City reserves the right to renew the contract for two (2) additional one (1) year periods, under the same terms, conditions, and specifications, by written notification to the Contractor by the City. A copy of ITB No. 25-003 is attached as Exhibit “A” and made a part of and incorporated into this Agreement by this reference) and shall be considered as part of this Agreement. 3. Payment. The Contractor has submitted their Bid Form in response to ITB No. 25-003. The rates for services and terms of payment are provided in attached Exhibit “B” and is incorporated into this Agreement by this reference. 4. Scope of Services. Contractor shall be responsible for printing and installation of banners for approximately 125 light poles throughout the City on an as-needed basis. Banners will be changed periodically to reflect seasons and advertise City events and milestones, as directed by the City. The Contractor is responsible for the provision, installation and performance of all equipment, materials, and services offered in their Bid. Additionally, the awarded contractor must hold a Florida Department of Transportation (FDOT) permit for performing requested services on FDOT roadways Bonds required. 5. Advertisement and Artwork. A) All advertisements shall be submitted for prior approval. 2 B) It is expressly understood that the City shall have the right to disapprove of any particular advertisements and thereby prevent it from being displayed, especially in instances in which the advertisement is adverse to the City’s interests or in poor taste, but this right of disapproval shall not be unreasonably exercised. If this right is exercised, Contractor shall have no claim or recourse against the City. C) The City will not accept advertisements: -Containing or promoting obscene material; Containing or promoting material that is harmful to minor -Containing political or controversial content -Containing profane content -Containing violent or criminal content -Promoting alcohol, tobacco, or firearms -Promoting or denigrating groups based on gender, religion, race, ethnicity or political affiliation. D) The City retains the right to terminate any advertising displays based on adverse publicity or complaints. E) All costs of the advertisement and the artwork for the advertisement shall be borne by the Contractor. 6. Rules and Regulations. Contractor shall comply with all rules and regulations of the City of Dania Beach and with all federal and state regulatory measures and laws of any kind applicable. Specifically, Contractor warrants that all approved designs do not infringe upon any trademark or copyrights, state or federal. 7. Merger. The parties agree that this writing together with the Exhibits attached and incorporated herein constitutes the entire agreement between them and that there are no other oral or collateral agreements or understandings of any kind or character except those contained herein. No modification or amendments to this Agreement shall be valid, unless evidenced by a writing signed by the parties hereto. 8. Governing Law. This Agreement shall be construed, interpreted and governed exclusively by and pursuant to the laws of the State of Florida, without reference to any conflicts-of-laws rules or principles that may or would require the application of the law of any other jurisdiction. 9. Venue. The Parties agree that any controversy, disagreement, claim, dispute or other proceeding between them which relates to or arises out of this Agreement, or which is otherwise related in any manner to the relationship between the Parties, shall be subject to the exclusive jurisdiction and venue of the courts of the State of Florida located in Broward County, Florida. Each party irrevocably waives any right that it may have to a trial by jury in connection with any dispute arising out of or in connection with this Agreement. 10. Default. In the event of any lawsuit, litigation, proceeding or action (collectively, "Action") necessitated by a party's default with respect to its obligations under this Agreement, the prevailing party shall be reimbursed by the other party for all costs and expenses incurred in connection with the Action, including, but not limited to, 3 reasonable attorneys' fees and costs. 11. Severability. If, at any time, any provision in this agreement is or becomes illegal, invalid or unenforceable in any respect under the law of any jurisdiction, the legality, validity or enforceability of the remaining provisions shall in no way be affected or impaired thereby. The invalid provision shall be replaced by a valid one which achieves to the extent possible the original purpose and commercial goal of the invalid provision. 12. Indemnification and Hold Harmless. To the fullest extent permitted by laws and regulations, Contractor shall defend, indemnify, and hold harmless the City, its elected and appointed officials, attorneys, administrators, consultants, agents, and employees from and against all claims, damages, losses, and expenses, whether direct, indirect, or consequential (including but not limited to fees and charges of attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the services provided hereunder, in whole or in part by either (i) any willful, intentional, reckless, or negligent act or omission of Contractor any subconsultant, subcontractor, or any person or organization directly or indirectly employed by any of them to perform or furnish any of the services or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder and regardless of the negligence of any such indemnified party, or (ii) any willful, intentional, reckless, or negligent act or omission of any individual or entity not a party to this agreement. The parties expressly agree that this provision shall be construed broadly, and Contractor’s obligations to pay for the City's legal defense hereunder shall arise and be fully enforceable when Contractor (or any subconsultant or any person or organization directly or indirectly employed by Contractor) is alleged to have acted willfully, intentionally, recklessly, or negligently in the performance of the services required under this Agreement. For any matters in which Contractor is obligated to pay for the City’s legal defense hereunder, Contractor shall be permitted to retain counsel of its choosing for both Contractor and the City, provided that such legal counsel is reasonably acceptable to the City, which consent shall not be unreasonably withheld. Any failure of Contractor to comply with the terms of this provision shall be deemed a material breach of this Agreement and may subject Contractor to debarment from consideration for future award of City contracts. This provision shall survive termination of the Agreement. In any and all claims against the City or any of its elected or appointed officials, consultants, agents, or employees by any employee of Contractor any subconsultant, any person or organization directly or indirectly employed by any of them to perform or furnish any of the services or anyone for whose acts any of them may be liable, the indemnification obligation under the above paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such subconsultant or other person or organization under workers' or workman's compensation acts, disability benefit acts, or other employee benefit acts. Moreover, nothing in this Indemnification and Hold Harmless provision shall be considered to increase or otherwise waive any limits of 4 liability, or to waive any immunity, established by Florida Statutes, case law, or any other source of law. 13. Remedies and Waivers. No failure to exercise, nor any delay in exercising, on the part of either party, any right or remedy hereunder shall operate as a waiver thereof, nor shall any single or partial exercise of any right or remedy prevent any further or other exercise thereof or the exercise of any other right or remedy. 14. Assignment. This Agreement shall not be assignable by either party, in whole or in part, without the written consent of the other party, which consent shall not be unreasonably withheld or denied. 15. Construction and Interpretation. The rule requiring construction or interpretation against the drafter is waived. This Agreement and all Addendums hereto shall be deemed as if they were drafted by both Parties in a mutual effort. 16. Entire Agreement. This Agreement and the Addendum(s) hereto form the entire agreement between the Parties relating to the subject matter hereof. Except as otherwise agreed in this Agreement, all amendments and modifications to this Agreement shall be made by a written document executed by both Parties. 17. Waiver of Consequential Damages. Contractor waives claims against the City for consequential damages arising out of or related to this Agreement or its performance including, but not limited to, damages for lost income, profit, lost bonding capacity, financing, business and reputation, or for loss of management or labor productivity, damages incurred for principal office expenses, including the compensation of personnel stationed there, and for anticipated profit on any work not performed by Contractor. 18. Florida Public Records Law, Florida Statutes Chapter 119. Records subject to the provisions of Public Records Law, Florida Statutes Chapter 119, shall be kept and maintained in accordance with such Statute. Contractor acknowledges that records and books, not subject to exemption under Chapter 119, may be disclosed and/or produced to third parties by the City in accordance with requests submitted under Chapter 119 or court orders without penalty or reprisal to the City for such disclosure and/or production. Contractor also agrees to assert, in good faith, any relevant exemptions provided for under Chapter 119 for records in its possession on behalf of the City. Furthermore, Contractor agrees to comply with the provisions outlined in Section 119.0701 of the Florida Statutes, the requirements of which are incorporated by reference herein. 5 19. Sovereign Immunity. Contractor acknowledges that the Florida Doctrine on Sovereign Immunity bars all claims by Contractor against the City unless the claim is based upon a breach of this Agreement.. Further, the Contractor recognizes the City is a sovereign with regulatory authority that it exercises for the health, safety, and welfare of the public. This Agreement in no way estops or affects the City’s exercise of that regulatory authority. In addition, the City retains the full extent of its sovereign immunity in relation to the exercise of its regulatory authority. The Contractor acknowledges that it has no right and will not make claim based upon any of the following: a. Claims based upon any alleged breach by the Contractor of implied warranties or representations not specifically set forth in this Agreement, as the parties stipulate that there are no such implied warranties or representations of the Contractor. All obligations of the Contractor are only as set forth in this Agreement; b. Claims based upon negligence or any tort arising out of this Agreement; c. Claims upon alleged acts or inaction by the City, its commissioners, attorneys, administrators, Contractors, agents, or any Contractor employee; d. Claims based upon an alleged waiver of any of the terms of this Agreement unless such waiver is in writing and signed by an authorized representative for the Contractor and Contractor. 20. Scrutinized Companies. Contractor shall certify that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2018), and that it is not engaged in a boycott of Israel. The City may terminate this Agreement at the City's option if Contractor is found to have submitted a false certification as provided under subsection (5) of section 287.135, Florida Statutes (2018), as may be amended or revised, or been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2018), as may be amended or revised, or is engaged in a boycott of Israel. 21. Verification of Employment Eligibility. Contractor represents that Contractor and each Subcontractor has registered with and uses the E-Verify system maintained by the United States Department of Homeland Security to verify the work authorization status of all newly hired employees in compliance with the requirements of Section 448.095, Florida Statutes, and that entry into this Agreement will not violate that statute. If Contractor violates this section, the City may immediately terminate this Agreement for cause and Contractor shall be liable for all costs incurred by Municipality due to the termination. 22. Insurance. Contractor shall provide insurance as required in attached Exhibit C. SIGNATURES ON THE FOLLOWING PAGES 6 IN WITNESS OF THE FOREGOING, the parties have set their hand and seal the day and year first written above. ATTEST: CITY OF DANIA BEACH, FLORIDA, a Florida municipal corporation ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS EVE A. BOUTSIS ANA M. GARCIA, ICMA-CM CITY ATTORNEY CITY MANAGER 7 WITNESSES: CONTRACTOR: AAA Flag & Banner MFG Co of Florida, LLC a Florida limited liability company Signature Signature PRINT Name PRINT Name Title Signature Dated: ___________________, 2025 PRINT Name STATE OF FLORIDA) COUNTY OF MIAMI DADE) The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, on , 2025 by , as of AAA Flag & Banner MFG Co of Florida, LLC, a Florida limited liability company. He/she is personally known to me or has produced as identification. My Commission Expires: Notary Public, State of Florida Print Name : 1 CITY OF DANIA BEACH, FLORIDA Light Pole Banner Production and Installation CITY INVITATION TO BID (“ITB”) NO. 25-003 Prepared by: City of Dania Beach, Florida 100 W. Dania Beach Boulevard Dania Beach, FL 33004 Tuesday, January 21, 2025 Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 2 Table of Contents 1. NOTICE TO BIDDERS 2. GENERAL TERMS & CONDITIONS 3. SPECIAL CONDITIONS 4. SCOPE OF WORK 5. BID FORM 6. BIDDER SUBMISSIONS Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 3 1. NOTICE TO BIDDERS CITY OF DANIA BEACH, FLORIDA INVITATION TO BID FOR "Light Pole Banner Production and Installation" 25-003 NOTICE IS GIVEN that the City of Dania Beach, Florida (the “City” or “Owner”) will be accepting sealed Bids for its “Light Pole Banner Production and Installation, 25-003”. Bids will be accepted on the City's e-Procurement Portal at https://procurement.opengov.com/portal/daniabeachfl until Wednesday, February 19, 2025, at 10:00 am. Bids received after this time will be rejected. All submissions will remain confidential and exempt from public record disclosure requirements until the response opening is conducted. PROJECT DOCUMENTS Documents may be obtained from https://procurement.opengov.com/portal/daniabeachfl/projects/127045. BID DOCUMENTS Bids must be submitted electronically on the City's e-Procurement Portal at https://procurement.opengov.com/portal/daniabeachfl, the City’s designated electronic bidding system. All bid prices shall be guaranteed firm for a minimum of one hundred twenty (120) calendar days after the submission of the bid. No bidder may withdraw a bid within ninety (90) calendar days after the bid opening date. Pursuant to Florida law, all Bids are exempt public records until thirty (30) days after opening, or award of bid, whichever is sooner. In the event presentations are necessary, all non-presenting bidders will be required to exit the room during the presentations of each of the other bidders as portions of selection committee meetings at which presentations are made are exempt from Florida’s public meeting laws. Bids will be publicly opened and read aloud immediately after the submission deadline on the Bid due date referenced above using Microsoft Teams meeting software. Award of a contract will be made at a subsequent City Commission meeting. All bidders are advised that the City has not authorized the use of the City seal or logo by individuals or entities responding to City bids. Bidders shall demonstrate successful performance of projects of a similar magnitude, scope and value as this project. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 4 The City Commission of the City of Dania Beach reserves the right to reject any and all bids, to waive any informality in a bid and to make an award in the best interests of the City, as Owner. CITY OF DANIA BEACH, FLORIDA Published on: Tuesday, January 21, 2025 Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 5 2. GENERAL TERMS & CONDITIONS 2.1 NO BIDS OR PROPOSALS If a Bidder or Offeror does not intend to bid or submit a proposal, please indicate the reason, such as insufficient time to respond, do not offer product or service, unable to meet specifications, schedule would not permit, or any other reason. 2.2 CAUSES FOR REJECTION OF A BID OR PROPOSAL A. No bid or proposal will be considered or accepted that, in the opinion of the City, is informal or unbalanced, or contains inadequate or unreasonable prices for any items; each item must carry its own proportion of the cost as nearly as is practicable. However, the City shall be under no obligation to investigate the correctness of any bid or proposal, and the Bidder or Offeror by signing the bid or proposal shall be deemed to have verified that no errors appear in the bid or proposal as submitted. Any alterations, erasures, interlineations or failures of a bid or proposal to contain all items called for in the solicitation may result in rejection of the bid or proposal. B. If any Bidder or Offeror violates any provision in the solicitation, such Bidder or Offeror may be disqualified from performing the Project Work, or from furnishing the requested services for which the bid or proposal was submitted, and the Bidder or Offeror may be further disqualified from bidding or submitting proposals on any future bids or proposals for work, for goods, or for services for the City. 2.3 GENERAL CONDITIONS A. Purpose: The purpose of the Invitation to Bid is to establish between the City and the Contractor an agreement to perform the project work. The successful Bidder shall provide a Performance Bond for One Hundred Ten percent (110%) of the contract price made payable to the City of Dania Beach, Florida, within fourteen (14) days of notification of the award of the agreement. A copy of the Performance Bond form can be found in the attachments; it is made a part of and is incorporated into the ITB by this reference. B. Documentation: Bidder shall submit in its bid the following: 1. Evidence that the Bidder is certified and licensed to perform the required services in the State of Florida. The successful Bidder must be in compliance with all applicable laws and regulations; 2. A statement stating the number of years the Contractor has been a qualified provider of the requested services; and 3. A complete Bidder’s Questionnaire; it is made a part of and is incorporated into the ITB by this reference. C. Bidder Expenses: Bidders are solely responsible for their own expenses in preparing and submitting Bids, and for any meetings, negotiations or discussions with the City or its representatives and consultants, relating to or arising from this ITB. The City and its representatives, agents, consultants and advisors shall not be liable to any Bidder for any claims, whether for costs, expenses, losses or damages, Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 6 or loss of anticipated profits, or for any other matter whatsoever, incurred by any Bidder in preparing and submitting a Bid, or participating in negotiations for a contract, or any other activity related to or arising out of this ITB. D. No Contract: By submitting a Bid and participating in the process as outlined in this ITB, Bidders expressly agree that no contract of any kind is formed under or arises from this ITB prior to the complete signing by both parties of a formal written contract. E. Conflict of Interest: Bidders shall disclose any potential conflicts of interest and existing business relationships they may have with the City. If requested by the City, a Bidder should provide all pertinent information regarding ownership of the entity within forty-eight (48) hours of the City’s request. F. General Conditions: The agreement to be awarded will be subject to the provisions of the United States Constitution, Florida laws, statutes and ordinances of the United States of America, the State of Florida, Broward County and the City of Dania Beach. 2.4 SPECIAL CONDITIONS A. Any and all Special Conditions contained in the solicitation that may be in variance or conflict with the General Conditions shall have precedence over the General Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Conditions shall prevail in their entirety. B. The solicitation, Bidder Submissions, Specifications, Attachments, Addendum or Addenda, the legal advertisement of the solicitation and any other pertinent documents form a part of the solicitation, and ultimately, the agreement; all of the documents are made a part of and are incorporated into the solicitation and the awarded agreement. 2.5 PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who, or which has been placed on the State of Florida convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid or proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids or proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor or consultant under an agreement with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 F. S. for CATEGORY TWO, which is $35,000.00, for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. A form to that effect, as mentioned above, must be submitted by the Bidder or Offeror. A copy of the Sworn Statement on Public Entities Crimes can be found in the attachments; a copy is made a part of and is incorporated into the solicitation by this reference. 2.6 PRICES, TERMS ARE TO BE FIRM A. The Bidder or Offeror warrants by virtue of its Bid or proposal that the prices, terms and conditions contained in the solicitation shall be firm for a period of no less than one hundred twenty (120) calendar days from the date of the solicitation opening. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 7 B. The bid or proposal prices shall include all permit fees, royalties, license fees, taxes and other costs arising from the use of the materials and equipment in any way involved in the Project Work, as well as all costs of packaging, transporting and delivery of any materials and equipment to the designated location within the City, and the site cleanup. C. The City may require the addition or deletion of services from the Contractor if the requirements and needs of the City change, in City’s sole opinion. This may entail additional services and additional locations. The Contractor shall provide the City with costs for these additional services and additional locations or both, based upon the cost structure utilized in establishing the pricing for listed locations in initially contracted areas. Deletion of locations, services, or both shall be handled in the same manner as described above. If the costs offered are not acceptable to the City, the City reserves the right to procure the additional services from one or more other Contractors. 2.7 PROTECTION OF PROPERTY A. The successful Bidder or Offeror shall at all times guard against damage or loss to City property or property of other persons, vendors or Contractors and shall be responsible for replacing or repairing any such damage or loss. The Contractor will be required to report any such damages immediately to the City’s representative in charge of the Project. The successful Bidder or Offeror shall ensure that the area in which the sidewalks are being replaced that pedestrians, and the general public are not injured nor have access to the area (safety screening) in which work is proceeding. B. The City reserves the right to repair any damages created by the Contractor and to deduct the appropriate amount from any payment due to the Contractor. In all cases, the decision of the City is final. 2.8 TRASH Contractor shall be responsible for the daily removal of trash and debris from the Project work sites and upon completion of the Project Work. 2.9 INSTRUCTIONS TO BIDDERS Taxes: The City is exempt from any taxes related to the requested services, which may otherwise be imposed by the state or federal government. This exemption does not transmit to suppliers in their purchases of goods or services, used in work or goods supplied to the City. The Contractor shall pay all applicable sales, consumer, use and other similar taxes required by law. The Contractor is responsible for reviewing the pertinent state statutes involving the sales tax and complying with all requirements. 2.10 RETENTION OF RECORDS AND RIGHT TO ACCESS The successful Bidder or Offeror shall preserve and make available all financial records, supporting documents, statistical records, and any other documents pertinent to the agreement for a period of three (3) years after termination or conclusion of the agreement, or if an audit has been initiated and audit findings have not been resolved at the end of these three (3) years, the records shall be retained by the City until resolution of audit finding. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 8 2.11 NON-COLLUSION STATEMENT By submitting a bid or proposal, the Bidder or Offeror affirms that the bid or proposal is without previous understanding, agreement, or connection with any person, business, or corporation and that the bid or proposal is in all respects fair, and made without collusion or fraud. The Non-Collusion Affidavit form must be executed by the Bidder or Offeror; a copy of the form can be found in the Bidders Submissions; it is made a part of and is incorporated into the solicitation by this reference. 2.12 MINIMUM AND MANDATORY TECHNICAL SPECIFICATIONS The technical specifications may include items that are considered minimum, mandatory, or required. If any Bidder or Offeror is unable to provide these items, and feels that the technical specifications are overly restrictive, the Bidder or Offeror must notify the City of Dania Beach in writing immediately. Such notification must be received by the City prior to the deadline contained in the solicitation, for questions of a material nature, at least ten (10) calendar days prior to the solicitation opening date. If no such notification is received prior to that deadline, the City will consider the technical specifications to be acceptable to the Bidder or Offeror. 2.13 PUBLIC RECORDS A. Bid or Proposal Submissions Shall Become City Property: All submissions become the property of the City and will not be returned to the Bidder or Offeror. The City will hold all submissions in confidence unless otherwise required by law. B. Contractor’s Obligations: Bidders or Offerors should be aware the City is a “public body” as defined in Florida Statutes, Section 119.011(2) and that it is subject to Florida Statutes, Section 119.0701(2) (a), and the related provisions of the Florida Public Records Law. If awarded this project, the following will apply: 1. Documents to Be City Property: Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with the contract are and shall remain the property of the City. 2. Maintenance of Records: Bidder or Offeror agrees to keep and maintain public records in Bidder’s or Offeror's possession or control in connection with Bidder’s or Offeror's performance under the contract. Bidder or Offeror additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Bidder or Offeror shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract, and following completion of the contract until the records are transferred to the City. 3. Response to Public Records Requests: Upon request from the City custodian of public records, Bidder or Offeror shall provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 9 4. Delivery of Records: Upon completion of the contract or in the event of termination by either party, any and all public records relating to the contract in the possession of the Bidder or Offeror shall be delivered by the Bidder or Offeror to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Bidder or Offeror shall be delivered to the City in a format that is compatible with the City’s information technology systems. Once the public records have been delivered upon completion or termination of the contract, the Bidder or Offeror shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. Any compensation due to Bidder or Offeror shall be withheld until all records are received as provided in this solicitation. 5. Failure to Comply: Bidder’s or Offeror's failure or refusal to comply with the provisions of this section shall result in the immediate termination of the contract by the City. C. Florida Public Records Law: Pursuant to Section 119.0701(2) (a), Florida Statutes: IF THE BIDDER OR OFFEROR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S OR OFFEROR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, THE BIDDER OR OFFEROR MUST CONTACT THE CITY CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: Elora Riera, City Clerk Mailing Address: 100 W. Dania Beach Boulevard, Dania Beach, Florida 33004 Telephone number: 954-924-6800, Ext. 3623 Email: eriera@daniabeachfl.gov 2.14 SUCCESSORS AND ASSIGNS The City and Contractor, respectively, will bind themselves, their partners, successors, assigns and legal representatives to the agreement. Neither party to the agreement shall assign or subcontract it or any portion of it, without the advance written consent of the other. 2.15 QUALIFICATION OF BIDDERS OR OFFERORS A. Bidders’ or Offeror's Qualifications: The Bidder or Offeror shall complete the Questionnaire Section, along with any other evidence of satisfactory experience and ability to perform the proposed Work. The failure of Bidder or Offeror to demonstrate successful performance of projects of a similar magnitude, scope and value as this project may be deemed to be grounds for declaring the Bidder or Offeror to be non-responsible. B. Certified Financial Statement: If requested by the Owner, the Bidder or Offeror shall submit a certified financial statement, prepared within thirty (30) days of submission of the bid, indicating current financial resources, liabilities, capital equipment, and financial history performance. C. Disqualification: A Bidder or Offeror shall be disqualified and its unopened Bid or Proposal shall be rejected by the City for any one or more of the following reasons: Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 10 1. Reason to believe that collusion exists among the Bidders or Offerors. 2. The Bidder or Offeror is or has been involved directly or indirectly in litigation or arbitration against the Owner within the past ten (10) years. 3. The Bidder or Offeror has defaulted on any previous contract with the Owner within the past ten (10) years or is in arrears on an existing contract. 4. The submittal of more than one Bid or Proposal from an individual, firm, partnership, corporation or association under the same or different names. All such parties shall be disqualified. 5. Untimely bids or proposal shall be automatically and absolutely disqualified and returned unopened. Excuses for the untimely submittal shall not be accepted. The time of bid or proposal receipt documented by the City Clerk’s office shall determine the timeliness of the Bid or Proposal. D. Non-responsible Bidder or Offeror : A Bidder or Offeror may be determined by the Owner to be “non-responsible” once Bids or Proposals are opened, and a Bid or Proposal may be rejected for any one or more of (but not limited to) the following reasons: Determination of a lack of competency as may be revealed by qualification statements, financial statements, experience records or other information disclosed to Owner by other sources. The Bidder's or Offeror's uncompleted or pending workload on other projects, which in the judgment of the Owner may cause detrimental impact on timely completion of the Work. The appearance of an unbalanced Bid or Proposal, as determined by the Owner. If the Bidder or Offeror makes one or more false statements or provides false information in connection with any portion of the bidding documents. If the Bidder or Offeror fails to demonstrate successful performance and completion of projects of a similar magnitude, scope or value as this project. E. Non-responsive Bidder or Offeror : A Bidder or Offeror may be deemed to be non-responsive and a Bid or Proposal may be rejected for any of, but not limited to, the following reasons: 1. If the Bidder or Offeror fails to submit a complete Bid or Proposal, including but not limited to, submitting evidence of all insurance coverages required by the Bid or Proposal and the Contract Documents. 2. If the Bidder or Offeror fails in any way to abide by any of the provisions of the Contract Documents. 2.16 CONTRACTOR'S RELATION TO THE CITY - INDEPENDENT CONTRACTOR It is expressly agreed upon and understood that the Contractor will be in all respects an independent contractor as to the Project Work, and that the Contractor is in no respect an agent or employee of the City. The agreement will specify the Project Work to be done by the Contractor, but the method to be employed to accomplish the work shall be the responsibility of the Contractor, unless otherwise provided in writing in the agreement. Contractor and its employees are not entitled to any of the benefits that the City provides for City employees. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 11 2.17 EMPLOYEES OF THE CONTRACTOR A. Contractors shall only designate employees who are sufficiently skilled to provide the required services specified in the solicitation. Any person employed to provide the services who fails, refuses or neglects to obey the instructions of the City's representative in anything relating to these services, or who appears to be disorderly, insubordinate, or incompetent shall upon the order of City's representative, be immediately relieved by the Contractor from the Project Work. Any interference with, or any abusive or threatening conduct toward any City representative, its assistants or inspectors by the Contractor, its employees or agents, or any member of the public shall be grounds for the City to terminate the agreement and re-let the work. The Contractor shall furnish all labor, materials, supplies and equipment necessary to properly maintain all Project Work areas in an acceptable and safe condition. B. Contractor agrees that it and its officers shall be held fully responsible, except as otherwise prohibited by law, for all acts of their employees while in their employ. 2.18 AVAILABILITY OF FUNDS The obligations of the City under the awarded agreement will be subject to the availability of funds. 2.19 LICENSES, PERMITS, AND FEES In accordance with the Public Bid Disclosure Act, Section 218.80, Florida Statutes, each license, permit, or fee a Contractor will have to pay the City before or during the work, items or services to be provided or the percentage method or unit method of all licenses, permits, and fees required by the City and payable to the City by virtue of the work, items, or services as part of the agreement are as follows: A. Contractor shall have and maintain during the term of the agreement any and all appropriate City licenses, fees (and business tax receipts, if applicable), which shall be paid in full in accordance with the City's fee structure for such items. THERE WILL NOT BE ANY PERCENTAGE REDUCTION OR WAIVING OF CITY LICENSES, FEES (OR BUSINESS TAX RECEIPTS, IF APPLICABLE). B. During the performance of the agreement, there may be times when the Contractor will be required to obtain a permit for such work, or in connection with the items or services. It is the responsibility of the Contractor to ensure that it has the appropriate permits as may become necessary during the performance of the work. Any fees related to the required permits in connection with the agreement will be the sole responsibility of the Contractor. C. Licenses, permits, and fees may be required by Broward County, the state of Florida or the federal government. D. City will reimburse permit fee costs related to dewatering and National Pollutant Discharge Elimination System (NPDES). Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 12 2.20 TERMINATION OF AGREEMENT If the successful Bidder or Offeror who or which is awarded the contract fails to provide the services, or shall in any other manner commit a breach of the agreement and fails to remedy the same within five (5) calendar days after receipt of written notice from the City, the City may terminate the agreement resulting from the solicitation without any further notice to the Contractor. City representatives will review the construction services periodically to assure that the requirements of the agreement are being met. If any work is unsatisfactory, the Contractor shall be contacted, and the discrepancies corrected at no additional cost to the City. If deficiencies are not corrected within five (5) working days, the City may, at its option, perform the required services or contract to have them performed and deduct the cost of those services from the agreement cost. 2.21 TERMINATION OF AGREEMENT FOR CAUSE If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner its obligations under the agreement, or if the Contractor shall violate any of the provisions of the agreement, the City may upon written notice to the Contractor, terminate the right of the Contractor to proceed under the agreement, or as to such part or parts of the agreement for which there has been a default, and may hold the Contractor liable for any damages caused to the City by reason of such default and termination. In the event of such default and termination, any completed services performed by the Contractor under the agreement shall, at the option of the City become the City's property and the Contractor shall be entitled to receive equitable compensation for any work completed to the satisfaction of the City. The Contractor, however, shall not be relieved of liability to the City for damages sustained by the City by reason of any breach of the agreement by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the amount of damages due to the City from the Contractor can be determined. The City reserves the right to terminate the agreement upon thirty (30) calendar days’ written notice, without cause. 2.22 INDEMNIFICATION AND HOLD HARMLESS PROVISIONS A. The selected Contractor shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, including its agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), or costs arising out of any actual or alleged: 1. bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the work; 2. any violation of law, statute, ordinance, governmental administrative order, rule, regulation, or infringement of patent rights by Contractor in the performance of the work; 3. liens, claims, actions made by the Contractor or other party performing the work; and 4. claims of whatsoever nature related to collection practices or any actions of a contradictory nature pursuant to the Agreement or in an attempt to collect monies due or claimed to be due to the City. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 13 B. Indemnification for Construction Contracts. In the event that the performance of services under the Contract is deemed to be a “construction contract” pursuant to §725.06, Florida Statutes, as it may be amended from time to time, the following indemnification shall apply: 1. To the fullest extent permitted by Chapter 725, Florida Statutes, as it may be amended, the Contractor agrees to indemnify and hold harmless the Owner, its officers, employees, and assigns from liabilities, damages, losses, and costs including, but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or intentionally wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of the provisions in the Contract Documents. 2.23 INSURANCE REQUIREMENTS A. Insurance Required Before Commencement of Work: The Contractor shall not commence Work under the Agreement until Contractor has obtained all insurance required under this Section, and not until such time that the coverages are approved by the Risk Manager of the City. The Contractor shall not allow any employee of Contractor or any Subcontractor to commence Work on any subcontract until the Subcontractor and all Coverages required of any Subcontractor have been obtained and approved by the Risk Manager of the City. In addition, Contractor shall be responsible for any and all policy deductibles and self-insured retentions. B. Insurance Requirements: Coverages shall be in force until all Work required to be performed under the terms of the Agreement, including any applicable warranty period, is satisfactorily completed as evidenced by the formal written acceptance by the City. In the event insurance certificates provided to City indicate that the insurance shall terminate and lapse during the period of the Agreement, including any applicable warranty period, then in that event, the Contractor shall furnish, at least thirty (30) days prior to the expiration of the date of such insurance, a renewed Certificate of Insurance as proof that equal and like coverages for the balance of the period of the Agreement, including any extension of it, and including any applicable warranty period, is in effect. THE CONTRACTOR AND ANY SUBCONTRACTOR SHALL NOT PERFORM OR CONTINUE WORK PURSUANT TO THE AGREEMENT, UNLESS ALL COVERAGES REMAIN IN FULL FORCE AND EFFECT. ANY DELAY IN THE WORK CAUSED BY A LAPSE IN COVERAGE SHALL BE NON- EXCUSABLE, SHALL NOT BE GROUNDS FOR A TIME EXTENSION, AND WILL BE SUBJECT TO ANY OTHER APPLICABLE PROVISIONS DESCRIBED IN THE AGREEMENT OR ELSEWHERE IN THE SOLICITATION DOCUMENTS CONCERNING CONTRACTOR DELAY. C. Required Minimum Coverages: The below coverages are minimum limit requirements. Umbrella or Excess Liability policies are acceptable to provide the total required liability limits, as long as the Risk Manager of the City reviews and approves in writing the insurance limits on each of the policies. The City must approve any changes to these specifications and has the right to review and amend coverage requirements. The CONTRACTOR shall be held responsible for any modifications, deviations, or Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 14 omissions in these insurance requirements. CONTRACTOR shall be responsible for any deductible amounts. D. GENERAL LIABILITY INSURANCE is to include bodily injury, broad form property damage, products/completed operations, blanket contractual liability, and personal/advertising injury with limits of no less than One Million Dollars ($1,000,000.00) per occurrence, and Two Million Dollars ($2,000,000.00) annual aggregate. E. SPECIAL PROVISIONS AS TO GENERAL LIABILITY INSURANCE (to be confirmed on or attached to the Official Certificate of Insurance): 1. Annual Aggregate shall apply “Per Job”; 2. “The City of Dania Beach, Florida” is added as a named “Additional Insured”; 3. Additional Insured status is included for Products completed operations coverage for a period of no less than five (5) years following the completion of the Work or Project; 4. Additional insured coverage shall be no more restrictive than Insurance Services Office (ISO) form CG 2037 (07 04); 5. Contractor’s insurance shall be primary and non-contributory; 6. Waiver of Subrogation in favor of the City; 7. 30 Days’ Notice of Cancellation or modification to City (if not available on the insurance policies, then Contractor has responsibility for notification); and 8. Copy of Additional Insured Endorsement or other endorsements may be attached to the Certificate. F. WORKERS’ COMPENSATION INSURANCE must be provided for all persons fulfilling this agreement whether employed, contracted, temporary, or subcontracted for the life of the agreement, including any applicable warranty period(s), and it is to apply to all “statutory employees” of Contractor (as that phrase is defined by Chapter 440, Florida Statutes), in compliance with the “Workers’ Compensation Law" of the State of Florida and all applicable federal laws, for the benefit of the Contractor, its employees, and Subcontractors. G. In the case any work is sublet as otherwise addressed in the Agreement or Solicitation Documents, the Contractor shall require any Subcontractors similarly to provide Workers’ Compensation Insurance for all of the latter’s employees, in addition to any coverage afforded by the Contractor, by furnishing Statutory Limits Part A, and no less than One Million Dollars ($1,000,000.00) Employers’ Liability Limits Part B. H. IN NO EVENT SHALL THE CONTRACTOR BE PERMITTED TO UTILIZE IN THE PROSECUTION OF THE WORK, THE FOLLOWING: Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 15 1. ANY EMPLOYEE, SUBCONTRACTOR OR SUBCONTRACTOR EMPLOYEE WHO IS EXEMPTED OR PURPORTED TO BE EXEMPT FROM WORKERS’ COMPENSATION INSURANCE COVERAGE; OR 2. ANY EMPLOYEE, SUBCONTRACTOR OR SUBCONTRACTOR EMPLOYEES WHO WILL BE COVERED BY AN EMPLOYEE LEASING ARRANGEMENT. I. SPECIAL PROVISIONS AS TO WORKERS’ COMPENSATION INSURANCE (to be confirmed on or attached to the Official Certificate of Insurance): 1. 30 Days’ Notice of Cancellation or Modification to City (if not available on the insurance policies, then Contractor has responsibility for notification); and 2. Waiver of Subrogation. J. AUTOMOBILE LIABILITY INSURANCE shall be maintained with combined single limits of no less than One Million Dollars ($1,000,000.00), to include coverage for owned, hired, and non-owned vehicles. K. SPECIAL PROVISIONS AS TO AUTOMOBILE LIABILITY INSURANCE (to be confirmed on or attached to the Official Certificate of Insurance): 1. “The City of Dania Beach” is added as a named “Additional Insured”; 2. 30 Days’ Notice of Cancellation or modification to City (if not available on the insurance policies, then Contractor has responsibility for notification); and 3. Waiver of Subrogation. L. Proof of Insurance: The following are requirements that must be met regarding the Bidder’s or Offeror's delivery of Certificates of Insurance for all coverages required in the Agreement and Solicitation Documents: 1. “Preliminary” certificate means that certificates of insurance verifying all general insurance requirements (as noted below) must be included with Bid or Proposal at submittal on the date and time of the Bid or Proposal opening. If the “preliminary” certificates are not included with a Bid or Proposal submittal, then the City has the right to consider the submitted Bid or Proposal as non- responsive on the date and time of the Bid or Proposal opening. “Preliminary” Certificates may be issued without documentation of all “Special Provisions”. However, Contractor does understand that all provisions, including “Special Provisions” noted below are expected to be fully documented on or attached to the “Official” Certificates of Insurance as described below. 2. “Official” Certificates of Insurance must be delivered to the City Clerk’s office and Risk Manager of the City. If the “Official” certificates are not delivered before or on the fourteenth (14th) Business Day after the issuance by the City of the “Notice of Intent to Award”, then the City has the right to consider the awarded Agreement to the successful Bidder or Offeror as void and to negotiate a Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 16 contract with the next lowest responsive and responsible Bidder or Offeror. “Special Provisions”, as referenced below under each type of insurance requirement shall be fully confirmed on or attached to the “Official” certificates. 3. All Certificates of Insurance must clearly identify the contract to which they pertain, including a brief description of the subject matter of the contract. The certificates shall contain a provision that coverage afforded under the policies will not be canceled until at least thirty (30) days’ prior written notice has been given to City. If this coverage is not provided, then Contractor is responsible for such notice to City. Insurance policies for required coverages shall be issued by companies authorized to do business under the laws of the State of Florida and any such companies’ financial ratings must be no less than A-VII in the latest edition of the “BEST’S KEY RATING GUIDE”, published by A.M. Best Guide. In the event that the insurance carrier’s rating shall drop, the insurance carrier shall immediately notify the City in writing. 2.24 SAFETY A. The successful Bidder or Offeror shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project Work. The successful Bidder or Offeror shall comply with the rules and regulations of the Florida Department of Commerce regarding industrial safety (Florida Statutes, Section 440.56) and with the standards set forth in the federal Occupational Safety and Health Act of 1970 (OSHA), and its amendments. B. Bidder or Offeror, by submitting a bid or proposal, certifies that all materials and equipment to be supplied for the Project will meet all federal and state requirements, including but not limited to, the Occupational Safety and Health Act (OSHA). 2.25 WARRANTY The Contractor shall warrant to the City that materials and equipment furnished under the agreement will be of good quality and new unless otherwise required or permitted by the Contract Documents; that the Work will be free from defects, and that the Work will conform to the terms and conditions of the agreement. Work not conforming to those terms and conditions, including substitutions not properly approved and authorized may be considered defective. The Contractor's warranty may exclude damage or defect caused by abuse, modifications not executed by the Contractor, improper or insufficient City maintenance, improper operation, or normal wear and tear under normal usage. The Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. All manufacturers’ product warranties shall be registered in the City’s name and for its sole benefit. 2.26 RESPONSIBLE BIDDER OR OFFEROR No bid or proposal will be accepted from, nor will any agreement be awarded to, any person or entity who or which is in arrears to the City of Dania Beach upon any debt or agreement, who or which is in default as surety or otherwise upon any obligation to the City, who is deemed irresponsible or unreliable by the City, or who or which has been found guilty or convicted of a Public Entity crime in any federal or state trial court of record. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 17 2.27 PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING Bidders or Offerors are hereby notified of the provisions of section 287.05701, Florida Statutes, as amended, that the City will not request documentation of or consider a Bidder's or Offeror's social, political, or ideological interests when determining if the Bidder or Offeror is a responsible Bidder or Offeror. Bidders or Offerors are further notified that the City's governing body may not give preference to a Bidder or Offeror based on the Bidder's or Offeror's social, political, or ideological interests. 2.28 CONTRACTOR'S FINANCIAL/EXPERIENCE RECORD The City shall have the right to investigate the financial condition and experience record of the Bidder or Offeror, and determine to its satisfaction the competency of the Bidder or Offeror to undertake the requested services in the solicitation. 2.29 SOLICITATION PROTEST PROCEDURE A. After a Notice of Intent to Award a contract is posted, any actual or prospective Bidder or Offeror claiming to be aggrieved in connection with the pending award of the Contract or any element of the process leading to the award of the Contract may protest to the City Manager. A protest must be filed by 5:00 PM on the third (3rd) Business Day after posting of the Notice of Award (excluding the day that the Notice is posted) or any right to protest is waived. The protest must be in writing, must identify the name and address of the protester, and must include a factual summary of, and the basis for, the protest. Filing shall be considered complete when the protest and a Bid Protest Bond are timely received by the City Manager’s Office. B. A Bid Protest Bond shall accompany the written protest, to compensate City for the expenses of administering the protest. If the protest is decided in the protester's favor, the entire deposit shall be returned to the protester. If the protest is not decided in the protester's favor, the deposit shall be retained by the City. The deposit shall be in the form of a cashier's check, and shall be the one percent (1%) of the amount of the pending award to the initial successful Bidder or five thousand ($5,000.00) dollars, whichever is less. C. The Protest Committee shall have the authority to review, settle, and resolve all protests. Members of the Protest Committee will be appointed by the City Manager. If the Protest Committee determines that the pending award of a contract or any element of the process leading to the award involved a significant violation of law, applicable rule or regulation, all steps necessary and proper to correct the violation shall be taken. If the Protest Committee determines that the protest has merit, the City Manager shall direct that all appropriate steps are to be taken to remedy it. D. In the event of a timely protest, the City Manager shall stay the award of the Contract unless, after consulting with the City Attorney and a representative from the City’s Department for which the services are being obtained, the City Manager determines that the award of the Contract without delay is necessary to protect the substantial interests of the City. The continuation of the bid award process under these circumstances shall not preempt or otherwise affect the protest. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 18 2.30 LITIGATION A. In addition to any other provision of this solicitation, the City may, in its absolute discretion, reject a Bid or Proposal if the Bidder or Offeror, or any officer or director of the Bidder or Offeror submitting the Bid or Proposal, is or has been engaged directly or indirectly in legal action against the City, its elected or appointed officers, representatives or employees in relation to any matter. B. In determining whether or not to reject a Bid or Proposal under this section, the City will consider whether the litigation is likely to affect the Bidder’s or Offeror's ability to work with the City, its consultants and representatives and whether the City’s experience with the Bidder or Offeror indicates that there is a risk that the City will incur increased staff and legal costs in the administration of the contract if it is awarded to the Bidder or Offeror. C. A contract with the successful Bidder or Offeror will include the following: GOVERNING LAW; CONSENT TO JURISDICTION. The law of the State of Florida shall govern the contract. The contract is not subject to arbitration. THE PARTIES EXPRESSLY WAIVE ALL RIGHTS TO TRIAL BY JURY FOR ANY DISPUTES ARISING FROM, OR IN ANY WAY CONNECTED WITH THIS AGREEMENT. THE PARTIES UNDERSTAND AND AGREE THAT THIS WAIVER IS A MATERIAL CONTRACT TERM. D. All claims, counterclaims, disputes and other matters in question between City and the Contractor arising out of, relating to or pertaining to the Contract, the breach of it, the services of it, or the standard of performance required in it, are to be addressed by resort to non-binding mediation as authorized under the laws and rules of Florida; provided, however, that in the event of any dispute between the parties, the parties agree to first negotiate with each other for a resolution of the matter or matters in dispute and, upon failure of such negotiations to resolve the dispute, the parties shall resort to mediation. If mediation is unsuccessful, any such matter may be determined by litigation in a court of competent jurisdiction in Broward County, Florida, or the Federal District Court of the Southern District of Florida and appropriate appellate courts for such venue and jurisdiction. If City or Contractor incurs any expense in enforcing the terms of the Contractor, whether suit is brought or not, each party shall bear its own costs and expenses including, but not limited to, court costs and reasonable attorney fees. 2.31 CONTRACT AWARD AND EXECUTION A. Bid or Proposal Opening and Evaluation: The City will publicly open and announce all bids or proposals it receives by total amount in accordance with the terms of the advertisement. The City will verify all bidders or offerors have properly submitted and executed all required solicitation documents and forms; review all bids or proposals for accuracy; prepare a tabulation of the bids showing the item details and total bid for all responsible bids; check for conformance of all bids or proposals to the engineer's estimate; evaluate unbalanced bid or proposal items; confirm the bid tabulations; and provide a recommendation for award of bid or proposal or recommendation for re-advertisement, if appropriate, to the City Commission. B. Rejection of Bids or Proposals: The City may reject bids or proposals in the following circumstances: Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 19 1. where the low bid differs from the engineer's estimate by an unreasonable amount (reasonable conformance pursuant to 23 CFR 635.114(c)) 2. where obvious unbalancing of unit prices has occurred, or 3. where competition is considered to be inadequate relative to the size, type, and location of the project. C. Prohibition of Negotiations with Contractors or Bidders or Offerors: Negotiations with contractors are not permitted during the advertisement, award, or execution period of the contracting process. D. Contract Award and Execution: The City will enter into a contract with the lowest priced and the most responsive and responsible bidder. The contract term shall be for a period of three (3) years. In addition, contingent upon Budget approval, the City reserves the right to renew the contract for two (2) additional one (1) year periods, under the same terms, conditions, and specifications, by written notification to the Contractor by the City.If the City is unable to come to terms with the lowest priced and the most responsive and responsible bidder, the City shall initiate the award process with the next lower priced most responsive and responsible bidder, and so on, until a contract is executed.The City is under no obligation to accept any Bid submitted. The City reserves the right in its sole discretion to waive informalities in, or, at any time in the process and to reject any or all Bids at any time. All costs incurred in the preparation and presentation of any Bid shall be wholly absorbed by the Bidder. All supporting documentation and manuals submitted with any Bid will become the property of the City of Dania Beach unless otherwise requested by the Bidder at the time of submission. 2.32 CONE OF SILENCE A. Cone of Silence: Definitions: “Cone of Silence,” as used in this solicitation, means a prohibition on any communication regarding a particular Request for Proposal (“RFP”), Request for Qualification (“RFQ”) or Invitation to Bid (“ITB”), between: 1. a potential vendor, service provider, Bidder or Offeror, bidder, lobbyist, or consultant, and: 2. a City Commission member, City’s professional staff including, but not limited to, the City Manager and her staff, or any member of the City’s Selection Committee. Restriction; Notice: A Cone of Silence shall be imposed upon this solicitation upon the advertisement of the solicitation. At the time of imposition of the Cone of Silence, the City Manager or designee shall provide for public notice of the Cone of Silence by posting a notice at City Hall. The City Manager shall issue a written notice as to the Cone of Silence to the affected departments, file a copy of such notice with the City Clerk, with a copy to each City Commissioner, and shall include in any public solicitation for goods or services a statement disclosing the requirements of this section. Termination of Cone of Silence: The Cone of Silence shall terminate at the beginning of the City Commission meeting (whether a regular or special meeting) at which the City Manager makes a written recommendation of award to the City Commission. However, if the City Commission refers the City Manager’s recommendation Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 20 back to the City Manager or staff for further review, the Cone of Silence shall be re-imposed until such time as the City Manager makes a subsequent written recommendation. Exceptions to Applicability: The provisions of this section shall not apply to: 1. Oral communications at pre-bid or pre-proposal conferences; 2. Oral presentations before the Selection Committee; 3. Public presentations made to the City Commission members during any duly noticed public meeting; 4. Communications in writing at any time with any City employee, unless specifically prohibited by the solicitation. The Bidder or Offeror shall file a copy of any written communication with the City Clerk. The City Clerk shall make copies available to any person upon request; 5. Communications regarding the solicitation between a potential vendor, service provider, Bidder or Offeror, lobbyist or consultant and the City’s Procurement and Contract Services Agent or City employee designated as responsible for administering the procurement process for the solicitation, provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document; 6. Communications with the City Attorney and his staff; 7. Duly noticed site visits to determine the competency of a Bidder or Offeror regarding the solicitation during the time period between the opening of Bids or Proposals and the time the City Manager makes a written recommendation; 8. Any emergency procurement of goods or services pursuant to City Code; 9. Responses to the City’s request for clarification or additional information; 10. Contract negotiations during any duly noticed public meeting; 11. Communications to enable City staff to seek and obtain industry comment or perform market research, provided all related communications between a potential vendor, service provider, Bidder or Offeror, lobbyist, or consultant and any member of the City’s professional staff including, but not limited to, the City Manager and his staff are in writing or are made at a duly noticed public meeting. Penalties: Violation of this section by a particular Bidder or Offeror shall render any solicitation award or contract to the Bidder or Offeror voidable by the City Commission or City Manager. Any person who violates a provision of this section may be prohibited from serving on a City selection or evaluation committee. In addition to any other penalty provided in this solicitation, violation of any provision of this section by a City employee may subject the employee to disciplinary action. Please contact the City Attorney for any questions concerning “Cone of Silence” compliance. 2.33 ADDITIONAL GENERAL CONDITIONS A. Liquidated Damages: Liquidated Damages will be assessed as stated in the contract for each non- compliant day that any requirements listed in this section are not met. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 21 1. Staging of Material in Right-Of- Way: Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Staging area shall be fenced and screened from public sight. Contractor shall not store material such as pipes, drainage structures and equipment within a right of way without prior approval by the City. Material shall be properly secured and screened neatly and will not remain on right of way for more than a week. All equipment must be stored in a designated staging area. 2. Site Restoration: Contractor shall remove all excess material and shall clean up and restore the site to its original condition or better. All damage, as a result of work under this Contract, done to existing structures, pavement, driveways, paved areas, curbs and gutters, sidewalks, shrubbery, grass, trees, fences, walls, utility poles, utility pipe lines, conduits, drains, catch basins, flagstones, rocked graveled or stabilized areas or driveways, and including all obstructions not specifically named in this provision, shall be repaired, or replaced, as determined by the Engineer. Site restoration shall be done in a timely manner as the work progresses. Site restoration work shall be completed on private property within 30 days after being disturbed. 3. Access: As applicable, Contractor shall provide one lane open to through-traffic for each section of construction in each direction at all times unless a complete road closure is required. The Contractor shall make every effort to provide access to driveways at the end of the working day. If a driveway is not accessible, homeowners should have access to a neighboring swale area for temporary parking. When vehicular access to homes is not possible for parking of vehicles, an area for parking shall be provided within one block of the furthest home affected. This condition is to be avoided whenever possible and not last more than three (3) days. Vehicular access must be provided by the end of each business working day. The parking area location shall be coordinated by the Contractor, with the City's approval.” In the event that this option is approved by the City, the Contractor shall notify affected residents at least 48 hours in advance. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 22 3. SPECIAL CONDITIONS 3.1 INTERPRETATION AND CLARIFICATION OF BIDDING DOCUMENTS A. All questions requiring interpretation or clarification of the bidding documents shall be submitted to the project’s Q&A in the portal by NO VALUE at NO VALUE. Questions received after this time will not be addressed. B. For information pertaining to this ITB, Bidders shall submit questions to the portal. Such contact shall be for clarification purposes only. Material changes, if any, to the scope of services or Proposal procedures will be transmitted only by written addendum. C. Interpretations or modifications of the bidding documents made in any manner other than Addendum or Addenda issued by the City shall not be binding and shall have no effect. D. The Bidder, prior to submitting a bid, shall acknowledge any Addendum or Addenda issued by the City for this Project. E. Costs for those matters not questioned and not addressed in an Addendum or Addenda, shall be the responsibility of the Bidder, and Bidder shall be responsible to include such costs within the submitted Bid. F. Bidders shall use the Bid Document Forms furnished in the ITB. G. In the event of a mathematical error in the extension of any unit price, or addition of total price, the unit price shall prevail. H. Insurance Coverage: Bidders who are responding to the Invitation to Bid (“ITB”) MUST comply with all of the Insurance Requirements specified in the General Terms and Conditions of the Bid Documents and the Agreement upon award to the successful Bidder. 3.2 BID SECURITY A. Bid Security: Not required. 3.3 FLORIDA TRENCH SAFETY ACT The Bidder shall include with its Bid, when applicable, all documentation required by the Florida "Trench Safety Act", Section 553.63, Florida Statutes. The unit prices and total prices presented in the Bid, and those presented in any subsequent change orders shall include the Bidder's cost for compliance with the applicable trench safety standards. 3.4 QUALIFICATION OF BIDDERS A. Bidders’ Qualifications: The Bidder shall complete the Bidders’ Questionnaire Section, along with any other evidence of satisfactory experience and ability to perform the proposed Work. The failure of Bidder to demonstrate successful performance of projects of a similar magnitude, scope and value as this project may be deemed to be grounds for declaring the Bidder to be non-responsible. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 23 B. Certified Financial Statement: If requested by the Owner, the Bidder shall submit a certified financial statement, prepared within thirty (30) days of submission of the bid, indicating current financial resources, liabilities, capital equipment, and financial history performance. C. Disqualification: A Bidder shall be disqualified and its unopened Bid shall be rejected by the City for any one or more of the following reasons: 1. Reason to believe that collusion exists among the Bidders. 2. The Bidder is or has been involved directly or indirectly in litigation or arbitration against the Owner within the past ten (10) years. 3. The Bidder has defaulted on any previous contract with the Owner within the past ten (10) years or is in arrears on an existing contract. 4. The submittal of more than one Bid from an individual, firm, partnership, corporation or association under the same or different names. All such parties shall be disqualified. 5. Untimely bids shall be automatically and absolutely disqualified and returned unopened. Excuses for the untimely submittal shall not be accepted. The time of bid receipt documented by the City Clerk’s office shall determine the timeliness of the Bid. D. Non-responsible Bidder: A Bidder may be determined by the Owner to be “non-responsible” once Bids are opened, and a Bid may be rejected for any one or more of (but not limited to) the following reasons: Determination of a lack of competency as may be revealed by qualification statements, financial statements, experience records or other information disclosed to Owner by other sources. The Bidder's uncompleted or pending workload on other projects, which in the judgment of the Owner may cause detrimental impact on timely completion of the Work. The appearance of an unbalanced Bid, as determined by the Owner. If the Bidder makes one or more false statements or provides false information in connection with any portion of the bidding documents. If the Bidder fails to demonstrate successful performance and completion of projects of a similar magnitude, scope or value as this project. E. Non-responsive Bidder: A Bidder may be deemed to be non-responsive and a Bid may be rejected for any of, but not limited to, the following reasons: 1. If the Bidder fails to submit a complete Bid, including but not limited to, submitting evidence of all insurance coverages required by the Bid and the Contract Documents. 2. If the Bidder fails in any way to abide by any of the provisions of the Contract Documents. 3.5 BILLING PROCEDURE The preferred method for invoices is to send via email to ap@daniabeachfl.gov. A copy may also be mailed to City Hall. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 24 City of Dania Beach Finance Department Attn: Accounts Payable 100 West Dania Beach Boulevard Dania Beach, Florida 33004 with a copy to: City of Dania Beach Public Services Department Attn: Fernando Rodriguez 100 West Dania Beach Boulevard Dania Beach, Florida 33004 The City will pay to the Contractor for the faithful performance of the Contract, in lawful money of the United States, and subject to adjustments as provided in the Contract Documents, the amounts equal to the sum of the unit, lump sum price or both established for each separately identified work item, times the estimated quantity of that item, as indicated in the Schedule of Prices. As provided in the Bid, the quantities entered in the Schedule of Prices for each item of work is an estimate only and the final Contract amount and the total payment made to the Contractor will be based on the actual number of units of each work item incorporated in the Work of the Contract. It is understood that the unit prices quoted or established for work items will be used for computing the amount to be paid to the Contractor, based on the quantities actually constructed as determined by the applicable measurement and payment portion of the Specifications. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 25 4. SCOPE OF WORK 4.1 SCOPE A. The City of Dania Beach, Florida (the “City” or “Owner”), is actively seeking bids from qualified Contractors (the “Contractor”), for a project known as “Light Pole Banner Production and Installation”. The City seeks to contract with a vendor for printing and installation of banners for approximately 125 light poles throughout the City on an as-needed basis. Banners will be changed periodically to reflect seasons and advertise City events and milestones, as directed by the City.The Contractor is responsible for the provision, installation and performance of all equipment, materials, and services offered in their Bid. Additionally, the awarded contractor must hold a Florida Department of Transportation (FDOT) permit for performing requested services on FDOT roadways.BANNER CONSTRUCTION SPECIFICATION o Banner sizes:  36” x 84” (3 feet wide by 7 feet high)  24” x 48” (2 feet wide by 4 feet high) o All banners shall be made of sixteen (16) ounce heavy duty vinyl or approved equal. o Artwork will be provided by the City. o Banners will be printed on both sides. o Banners shall be printed with 4‐color process, 360 dpi outdoor heavy ink coverage and bleed resistant technology with 3‐inch double stitch pocket at top and bottom. o Metal grommets in corners for fastening to brackets for added security. o Banners should be UV coated and/or be able to withstand direct sunlight as well as wind and rainfall. o The Contractor shall provide shop drawings and details for method of installation of banners to pole. o The banner installation and materials must be approved by the City or designated representative prior to installation. o The City may request a banner sample which should be the same quality as the finished product. • INSTALLATION AND REMOVAL o The Contractor shall be responsible for obtaining and paying for any and all permits and/or fees required by any City, County or State permitting authority for the installation of banners. o Any fees shall be a direct pass-through cost and will be reimbursed by the City. o The Contractor shall be responsible for the installation and removal of approved banners. o The Contractor shall ensure that all permits are submitted at least two (2) weeks before installation. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 26 o The Contractor will sort, supply, deliver and install the banners. o Banners shall be installed in a professional manner only at approved locations. o The Contractor must coordinate with the City of Dania Beach Public Services Department for the location, and schedule for the installation. o The schedule for seasonal or holiday changes will be managed by the Public Services Department. B. MAINTENANCE: Contractor shall provide general inspections, as needed, or per City’s request. Contractor shall provide repair or replacements within 48 hours of identification or notification of damage caused by vandalism, an act of God, or a display failure and replacement of banners that are defective, torn, worn, or frayed. Broken brackets will be replaced, and contractor shall dispose of defective brackets and/or banners in a legal and environmentally safe manner. HURRICANE SEASON (JUNE 1- NOV 30): A Hurricane Watch is a warning which indicates that hurricane conditions, including winds of 74 mph (64 knots) or higher are expected. When a watch is announced, hurricane conditions are expected within 36 hours. In the event of impending tropical weather, the Contractor may be requested to remove banners.The contractor is not expected to bear the replacement cost of banners damaged by storm force winds or other “Acts of God”. PERFORMANCE: The Contractor shall be fully responsible for the performance of their company and completion of all work as outlined in these specifications. The Contractor shall employ sound MOT practices and methods standard in the industry when installing or removing banners. Supervision of personnel shall be conducted in a competent and professional manner and is the sole responsibility of the Contractor. Any damage to the road, brick pavers, curbing, facilities, services, utilities, irrigation systems, street furniture, tree stakes or straps, vegetation, light pole, banner arms, etc., caused by the action of the contractor shall be repaired or replaced at the expense of the contractor to the satisfaction of the City. Failure to restore said property within five (5) working days following notification will result in a deduction from the next invoice of expenses incurred through the execution of appropriate labor, material, and equipment use or rental to restore the property to its original condition. All equipment shall be maintained in a safe operating condition while performing work under this contract. Contractor shall have proper safety devices maintained at all times while in use. If equipment does not contain proper safety devices and/or is being operated in an unsafe manner, the City shall direct the Contractor to remove such equipment and/or operator until the deficiency is corrected to the satisfaction of the City. The Contractor shall be responsible for injury to persons caused by the operation of equipment.OSHA Rules prohibit the use of Ariel buckets 15 feet above ground level when sustained winds speeds are in excess of 30 mph. C. Such requests will be made no later than 72 hours in advance of the issuance of a Hurricane Watch. D. By submitting a bid, the Bidder acknowledges that he, she, or it is familiar with the scope of services prior to submitting a bid. Failure of a Bidder to be familiar with the requirements of the Project Work does not relieve the Contractor of the responsibility for completion of all required services for the Project. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 27 E. It shall also be the Bidder's responsibility to visit the proposed Project Site to become thoroughly familiar with the nature and extent of the Work to be performed and all local existing site conditions, and to make his or her own estimate of the facilities and difficulties attending the execution of the Work; no allowance shall be made by the Owner for the Bidder's failure to do so. F. Bids will be considered if submitted by qualified Contractors who or which have experience, including similar previous work in the provision of the requested services. Contractors offering full service will receive the highest consideration. G. Applicants should include the following items in the submitted Bid: 1. Letter of Transmittal; 2. Anticipated time line to begin delivery of services; 3. A breakdown of the costs for the delivery of services described above. 4. Résumés of key personnel who will actually be assigned to the Project Work and a description of the role of each person within the company. 5. NOTE: The City expects those personnel listed to be those who will be actually performing the Project Work. Substitutions (Contractors only) will be permitted only upon written approval of the City’s representative or designee who is in charge of the Project. 6. A list of five (5) similar projects performed in South Florida (see the BIDDER SUBMISSIONS) and it includes the following information: a. Name of each entity for which the work was performed; b. Brief description of the scope of work; c. Amount of initial contract award; and d. Name of contact person and contact information with the entity who can knowledgeably discuss your company’s performance. 7. Indication that the Contractor can provide increased levels of service (additional hours) at the same cost per hour; and 8. Any other information that the Contractor feels is relevant to assist the City in evaluating Contractor’s qualifications. 9. The City intends to award an agreement to the lowest, responsive, responsible Bidder for the requested services specified in the ITB, taking into consideration experience, staffing, equipment, materials, references and past performance. The City reserves the right to reject any and all bids, to waive any informality in a bid and to make an award in the best interests of the City. In case of disputes in the award of the agreement, the decision of the City shall be final and binding on both parties. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 28 10. If the Bidder to whom or to which an award is made fails to enter into an agreement, the award may be annulled and the agreement offered to the next most qualified Bidder or to the Bidder which offered the next lowest, responsive and responsible bid in the opinion of the City. THE CONTRACTOR AND ANY SUBCONTRACTOR(S) SHALL NOT COMMENCE WORK ON THE PROJECT UNTIL AN AGREEMENT HAS BEEN FULLY EXECUTED BY BOTH PARTIES. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 29 5. BID FORM Line Item Description Quantity Unit of Measure Unit Cost Total 1 Production of 24"x48" Banner 1 EA 2 Production of 34"x84" Banner 1 EA 3 Installation 1 EA 4 Banner Change Out 1 EA 5 Emergency Removal & Re-installation 1 EA Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 30 6. BIDDER SUBMISSIONS 1 BIDDER QUALIFICATIONS Note: Information requested in the ITB and submitted by the Bidders will be analyzed by the City of Dania Beach and will be a factor considered in awarding any resulting contract. The purpose is to ensure that the successful Bidders in the sole opinion of the City of Dania Beach can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms or conditions that are in conflict, the most stringent requirement shall apply. 1.1 Authorized representative contact information?* Please include the name, title, phone and email of the authorized representative *Response required 1.2 Entity type?* ☐ Corporation ☐ Partnership ☐ Individual ☐ Other (specify below) *Response required 1.3 If you selected other please specify: 1.4 If you selected corporation please enter date of incorporation and state in which incorporated: 1.5 If an out-of-state Corporation or entity, must be currently authorized to do business in Florida by the Office of the Florida Secretary of State ☐ Please confirm 1.6 Please include the name and title of Principal Officers and the date they were elected:* *Response required 1.7 How many years has your organization been in business?* Enter years *Response required 1.8 The length of time (continuous) in business in Florida:* Enter years *Response required 1.9 Please upload a copy of a county or municipal Business Tax Receipt* *Response required 1.10 Please upload the Resumes of key personnel who will be assigned to Project Work and a description of the role of each person within the company* *Response required 1.11 Have you ever failed to complete any work awarded to you?* ☐ Yes Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 31 ☐ No *Response required When equals "Yes" 1.11.1 If yes, please explain below* *Response required 1.12 Within the last five years, has any officer or partner of your organization ever been an officer or partner of another organization that failed to complete an Agreement?* ☐ Yes ☐ No *Response required When equals "Yes" 1.12.1 If yes, please explain below* *Response required 1.13 Within the last five years, have you ever had a performance, payment or bid bond called?* ☐ Yes ☐ No *Response required When equals "Yes" 1.13.1 If yes, please explain below* *Response required 1.14 Have you, any officer or partner of your organization, or the organization been involved in any litigation or arbitration against the City?* ☐ Yes ☐ No *Response required When equals "Yes" 1.14.1 If yes, please explain below* *Response required 1.15 Within the last five years, have you, any officer or partner of your organization, or the organization or parent company or its subsidiaries been involved in any litigation or arbitration against any other Florida public entity?* ☐ Yes ☐ No *Response required Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 32 When equals "Yes" 1.15.1 If yes, please explain below* *Response required 1.16 Within the last five years, have you, any officer or partner of your organization, or the organization or parent company or its subsidiaries been involved in any litigation or arbitration against any private entity for an amount greater than $100,000?* ☐ Yes ☐ No *Response required When equals "Yes" 1.16.1 If yes, please explain below* *Response required 1.17 Has your organization or any of its partners, officers, or key personnel, or its subsidiaries or parent company been charged or indicted for any criminal activity within the last five years?* ☐ Yes ☐ No *Response required When equals "Yes" 1.17.1 If yes, please explain below* *Response required 1.18 Has your organization or any of its partners, officers, or key personnel, or its subsidiaries or parent company been convicted or fined for any criminal activity within the last five years?* ☐ Yes ☐ No *Response required When equals "Yes" 1.18.1 If yes, please explain below* *Response required 1.19 Within the last five years, have you, any officer or partner of your organization, or the organization been investigated by any local, state, or federal law enforcement agency, criminal justice agency or inspector general office?* ☐ Yes ☐ No *Response required When equals "Yes" Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 33 1.19.1 If yes, please explain below* *Response required 1.20 Within the last five years, have you, any officer or partner of your organization, or the organization communicated with any local, state, or federal law enforcement agency, criminal justice agency or inspector general office relating to goods or services provided or performed for any governmental entity?* ☐ Yes ☐ No *Response required When equals "Yes" 1.20.1 If yes, please explain below* *Response required 1.21 Within the last five years, have there been any reports or audits relating to you, any officer or partner of your organization, or the organization issued by any local, state, or federal law enforcement agency, criminal justice agency or inspector general office.* ☐ Yes ☐ No *Response required When equals "Yes" 1.21.1 If yes, please explain below* *Response required 1.22 Within the last five years, have you, any officer or partner of your organization, or the organization failed to disclose or made misrepresentations to any governmental entity regarding conflicts of interest or potential or apparent conflicts of interest?* ☐ Yes ☐ No *Response required When equals "Yes" 1.22.1 If yes, please explain below* *Response required 2 Commercial/Government References Provide a list of at least five commercial or government references that the successful Bidder has supplied service/commodities meeting the requirements of the City of Dania Beach specifications, within the last five (5) years 2.1 Reference 1* Please include: Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 34 Project Title Address Owner & Owner's Telephone Number Contract Value Percent Complete and Completion Date *Response required 2.2 Reference 2* Please include: Project Title Address Owner & Owner's Telephone Number Contract Value Percent Complete and Completion Date *Response required 2.3 Reference 3* Please include: Project Title Address Owner & Owner's Telephone Number Contract Value Percent Complete and Completion Date *Response required 2.4 Reference 4* Please include: Project Title Address Owner & Owner's Telephone Number Contract Value Percent Complete and Completion Date *Response required Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 35 2.5 Reference 5* Please include: Project Title Address Owner & Owner's Telephone Number Contract Value Percent Complete and Completion Date *Response required 3 BIDDER'S QUESTIONNAIRE The undersigned guarantees the truth and accuracy of all statements and answers contained below: 3.1 List below all pertinent information and data that would indicate the ability of your organization and management personnel to perform satisfactorily.* *Response required 3.2 Have you personally completed a plan for performance of the work?* *Response required 3.3 Have you ever failed to complete work awarded to you?* ☐ Yes ☐ No *Response required When equals "Yes" 3.3.1 If so, when, where and why?* *Response required 3.4 What equipment do you own that is available for work? 3.5 Has your company ever been debarred or held in default in Broward, Miami-Dade, or Palm Beach Counties or elsewhere by any other governmental entity?* *Response required 3.6 How many employees (Contractors only) will be assigned to perform the services?* *Response required 3.7 How many supervisors will be assigned to perform the services?* *Response required 3.8 Will personnel be part of a regular crew assigned to perform the services? * ☐ Yes ☐ No *Response required Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 36 3.9 Will you be able to provide service for emergency situations? * ☐ Yes ☐ No *Response required When equals "Yes" 3.9.1 If so, how much notice is required?* *Response required 3.10 What equipment do you own that is available to complete the Project?* EVERY PIECE OF EQUIPMENT MUST HAVE ORIGINAL FACTORY GUARDS AND SHIELDS INSTALLED AND FUNCTIONING AT THE TIME OF WORK. *Response required 3.11 Please attach copies of any licenses, awards, certificates, etc., that you may have. 4 REQUIRED FORMS 4.1 DRUG-FREE WORKPLACE CERTIFICATION* Whenever two (2) or more bids/Bids, which are equal with respect to price, quality, and service, are received by the CITY OF DANIA BEACH for the procurement of commodities or contractual services, a bid/Bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). D. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. E. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community by any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Section 287.087, Florida Statutes. Light Pole Banner Production and Installation Invitation To Bid (“ITB”) No. 25-003 37 By confirming I certify that said Company has implemented a drug-free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in letters (A) through (F) above. ☐ Please confirm *Response required 4.2 Affidavit of Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding. • Anti-Human_Trafficking_Exhi... *Response required 4.3 Non-Collusion Affidavit* Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding. • Non_Collusion_Affidavit.pdf *Response required 4.4 Independence Affidavit * Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding. • Independence_Affidavit.pdf *Response required 4.5 Sworn Statement on Public Entity Crimes* Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding. [AAA FLAG AND BANNER MFG] RESPONSE DOCUMENT REPORT ITB No. 25-003 Light Pole Banner Production and Installation [AAA FLAG AND BANNER MFG] RESPONSE DOCUMENT REPORT Invitation To Bid - Light Pole Banner Production and Installation Page 15 Line Item Description Quantity Unit of Measure Unit Cost Total 1 Production of 24"x48" Banner 1 EA $64.50 $64.50 2 Production of 34"x84" Banner 1 EA $74.50 $74.50 3 Installation 1 EA $36.00 $36.00 4 Banner Change Out 1 EA $36.00 $36.00 5 Emergency Removal & Re-installation 1 EA $650.00 $650.00 EXHIBIT “C” INSURANCE REQUIREMENTS 2.23 INSURANCE REQUIREMENTS A. Insurance Required Before Commencement of Work: The Contractor shall not commence Work under the Agreement until Contractor has obtained all insurance required under this Section, and not until such time that the coverages are approved by the Risk Manager of the City. The Contractor shall not allow any employee of Contractor or any Subcontractor to commence Work on any subcontract until the Subcontractor and all Coverages required of any Subcontractor have been obtained and approved by the Risk Manager of the City. In addition, Contractor shall be responsible for any and all policy deductibles and self-insured retentions. B. Insurance Requirements: Coverages shall be in force until all Work required to be performed under the terms of the Agreement, including any applicable warranty period, is satisfactorily completed as evidenced by the formal written acceptance by the City. In the event insurance certificates provided to City indicate that the insurance shall terminate and lapse during the period of the Agreement, including any applicable warranty period, then in that event, the Contractor shall furnish, at least thirty (30) days prior to the expiration of the date of such insurance, a renewed Certificate of Insurance as proof that equal and like coverages for the balance of the period of the Agreement, including any extension of it, and including any applicable warranty period, is in effect. THE CONTRACTOR AND ANY SUBCONTRACTOR SHALL NOT PERFORM OR CONTINUE WORK PURSUANT TO THE AGREEMENT, UNLESS ALL COVERAGES REMAIN IN FULL FORCE AND EFFECT. ANY DELAY IN THE WORK CAUSED BY A LAPSE IN COVERAGE SHALL BE NON-EXCUSABLE, SHALL NOT BE GROUNDS FOR A TIME EXTENSION, AND WILL BE SUBJECT TO ANY OTHER APPLICABLE PROVISIONS DESCRIBED IN THE AGREEMENT OR ELSEWHERE IN THE SOLICITATION DOCUMENTS CONCERNING CONTRACTOR DELAY. C. Required Minimum Coverages: The below coverages are minimum limit requirements. Umbrella or Excess Liability policies are acceptable to provide the total required liability limits, as long as the Risk Manager of the City reviews and approves in writing the insurance limits on each of the policies. The City must approve any changes to these specifications and has the right to review and amend coverage requirements. The CONTRACTOR shall be held responsible for any modifications, deviations, or omissions in these insurance requirements. CONTRACTOR shall be responsible for any deductible amounts. D. GENERAL LIABILITY INSURANCE is to include bodily injury, broad form property damage, products/completed operations, blanket contractual liability, and personal/advertising injury with limits of no less than One Million Dollars ($1,000,000.00) per occurrence, and Two Million Dollars ($2,000,000.00) annual aggregate. E. SPECIAL PROVISIONS AS TO GENERAL LIABILITY INSURANCE (to be confirmed on or attached to the Official Certificate of Insurance): 1. Annual Aggregate shall apply “Per Job”; 2. “The City of Dania Beach, Florida” is added as a named “Additional Insured”; 3. Additional Insured status is included for Products completed operations coverage for a period of no less than five (5) years following the completion of the Work or Project; 4. Additional insured coverage shall be no more restrictive than Insurance Services Office (ISO) form CG 2037 (07 04); 5. Contractor’s insurance shall be primary and non-contributory; 6. Waiver of Subrogation in favor of the City; 7. 30 Days’ Notice of Cancellation or modification to City (if not available on the insurance policies, then Contractor has responsibility for notification); and 8. Copy of Additional Insured Endorsement or other endorsements may be attached to the Certificate. F. WORKERS’ COMPENSATION INSURANCE must be provided for all persons fulfilling this agreement whether employed, contracted, temporary, or subcontracted for the life of the agreement, including any applicable warranty period(s), and it is to apply to all “statutory employees” of Contractor (as that phrase is defined by Chapter 440, Florida Statutes), in compliance with the “Workers’ Compensation Law" of the State of Florida and all applicable federal laws, for the benefit of the Contractor, its employees, and Subcontractors. G. In the case any work is sublet as otherwise addressed in the Agreement or Solicitation Documents, the Contractor shall require any Subcontractors similarly to provide Workers’ Compensation Insurance for all of the latter’s employees, in addition to any coverage afforded by the Contractor, by furnishing Statutory Limits Part A, and no less than One Million Dollars ($1,000,000.00) Employers’ Liability Limits Part B. City of Dania Beach Public Services Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Fernando J. Rodriguez, Public Services Director Sean Schutten, Public Services Deputy Director SUBJECT: AUTHORIZATION FOR A SECOND RENEWAL OF BID RFP #20-004 “DISASTER DEBRIS REMOVAL AND DISPOSAL SERVICES” TO PRIMARY, SECONDARY AND TERTIARY FIRMS Request: The City administration is requesting adoption of a resolution authorizing retroactive renewal of agreements associated with the award of RFP #20-004“Disaster Debris Removal and Disposal Services” to Bergeron Emergency Services Inc. as the primary service provider, Custom Tree Care Inc. as the secondary, and KDF Enterprises, LLC as the tertiary. Background: The City administration is requesting adoption of a resolution authorizing retroactive renewal of agreements associated with the award of RFP #20-004“Disaster Debris Removal and Disposal Services” to Bergeron Emergency Services Inc. as the primary service provider, Custom Tree Care Inc. as the secondary, and KDF Enterprises, LLC as the tertiary. Budgetary Impact Projected expense based on the estimated type and quantities of debris removed is $430,116 for the primary contractor. This cost will initially be covered by the City’s Disaster Reserves Account No. 001-271-08-00 and submitted to FEMA for reimbursement. Recommendation The City Administration recommends that the City Commission adopt a second renewal (retroactively) of the resolution to award RFP #20-004 “City of Dania Beach Disaster Debris Removal and Disposal Services” contract to Bergeron Emergency Services as primary, Custom Tree Care Inc. as secondary and KDF Enterprises, LLC as tertiary service providers. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE RETROACTIVE SECOND RENEWAL OF EMERGENCY DEBRIS REMOVAL AND DISPOSAL SERVICES CONTRACTS FOR PRIMARY, SECONDARY AND TERTIARY SERVICES WITH BERGERON EMERGENCY SERVICES, CUSTOM TREE CARE, INC. AND KDF ENTERPRICES, LLC, RESPECTIVELY; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, in December 2020, the City entered into a three-year agreement for emergency debris removal and disposal services with Bergeron Emergency Services (BES), Custom Tree Care, Inc. (CTC) and KDF Enterprises, LLC (KDF) via a competitive qualifications review process through RFQ No. 20-004; and WHEREAS, this type of service is critical for properly addressing post storm debris management needs that directly impact on the public’s health and safety; and WHEREAS, the Agreements provide for three (3) 1-year renewal options; and WHEREAS, the Public Services Department (PSD) has determined that exercising the second renewal option is beneficial to the City; and WHEREAS, BES, CTC and KDF have formally agreed to the one-year renewal. WHEREAS, the agreements officially expired on March 11, 2025, requiring the renewal to be effected retroactively to that date. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. Section 2. That the proper City officials are authorized to execute Second Renewal Agreement with BES, CTC and KDF which copies of the Second Renewal Agreements are attached as composite Exhibit “A” and are incorporated into this Resolution by this reference. Section 3. That funding may be required to cover the cost of services and is available in Operating Supplies Hurricane Expenses No. 001-18-00519-52-90 and submitted to FEMA for reimbursement. Section 4.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. 2 RESOLUTION #2025-______ Section 5 .That this Resolution shall be effective 10 days after passage. PASSED AND ADOPTED on __________________, 2025. Motion by __________________________, second by ___________________________. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY 1 SECOND RENEWAL BETWEEN THE CITY OF DANIA BEACH, FLORIDA AND BERGERON EMERGENCY SERVICES, INC., A FLORIDA CORPORATION, FOR DISASTER DEBRIS REMOVAL AND DISPOSAL SERVICES. This is the Second (the “Renewal”) between the City of Dania Beach, Florida, a Florida municipal corporation (“City”) and Bergeron Emergency Services, Inc., a Florida corporation (“Contractor”), with its principal mailing address of 19612 SW 69 Place, Pembroke Pines, Florida 33332. In consideration of the mutual covenants, terms and conditions contained in this Agreement, and other good and valuable consideration, the adequacy and receipt of which are acknowledged and agreed upon, the parties agree to the following: 1. The agreement existing between the Contractor and the City of Dania Beach and any amendment(s) to it, dated February 11, 2021, along with the First Renewal dated April 10, 2024, a copy of each are attached as composite Exhibit “A”, and made a part of and are incorporated into this Renewal by this reference), shall be considered as part of this Renewal between the City and the Contractor. 2. The current Agreement expired on March 11, 2025 and this Renewal is retroactive to that date and it is valid through March 11, 2026. 3. Pursuant to Resolution No. 2020-151, the City wishes to exercise the second of three (3) one (1) year renewal options with the Contractor. 4. That in all other respects, the terms of the Agreement apply to this Renewal. SIGNATURES ON FOLLOWING PAGES 2 IN WITNESS of the foregoing, the parties have executed this First Renewal on . 2025. CITY: CITY OF DANIA BEACH, FLORIDA, ATTEST: a Florida municipal corporation ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: ANA M. GARCIA, ICMA-CM CITY MANAGER EVE A. BOUTSIS CITY ATTORNEY 3 WITNESSES: CONTRACTOR: Bergeron Emergency Services, Inc. Signature Signature PRINT Name PRINT Name Signature Title PRINT Name Date STATE OF FLORIDA ) COUNTY OF BROWARD) The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, on , 2025, by , as of Bergeron Emergency Services, Inc., a Florida corporation. He/she is personally known to me or has produced as identification. Notary Signature Notary Seal: Printed Name 1 SECOND RENEWAL BETWEEN THE CITY OF DANIA BEACH, FLORIDA AND CUSTOM TREE CARE, INC. A FOREIGN CORPORATION AUTHORIZED TO CONDUCT BUSINESS IN FLORIDA, FOR DISASTER DEBRIS REMOVAL AND DISPOSAL SERVICES. This is the Second (the “Renewal”) between the City of Dania Beach, Florida, a Florida municipal corporation (“City”) and Custom Tree Care, Inc., a foreign corporation authorized to conduct business in Florida (“Contractor”), with its principal mailing address of 6021 SW 29 Street, PMB #130, Topeka, Kansas 66614. In consideration of the mutual covenants, terms and conditions contained in this Agreement, and other good and valuable consideration, the adequacy and receipt of which are acknowledged and agreed upon, the parties agree to the following: 1. The agreement existing between the Contractor and the City of Dania Beach and any amendment(s) to it, dated February 10, 2021, along with the First Renewal dated March 22 2024, a copy of each are attached as composite Exhibit “A”, and made a part of and are incorporated into this Renewal by this reference), shall be considered as part of this Renewal between the City and the Contractor. 2. The current Agreement expired on March 11, 2025 and this Renewal is retroactive to that date and it is valid through March 11, 2026. 3. Pursuant to Resolution No. 2020-151, the City wishes to exercise the second of three (3) one (1) year renewal options with the Contractor. 4. That in all other respects, the terms of the Agreement apply to this Renewal. SIGNATURES ON FOLLOWING PAGES 2 IN WITNESS of the foregoing, the parties have executed this First Renewal on . 2025. CITY: CITY OF DANIA BEACH, FLORIDA, ATTEST: a Florida municipal corporation ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: ANA M. GARCIA, ICMA-CM CITY MANAGER EVE A. BOUTSIS CITY ATTORNEY 3 WITNESSES: CONTRACTOR: CUSTOM TREE CARE, INC. a foreign corporation Signature Signature PRINT Name PRINT Name Signature Title PRINT Name Date STATE OF ) COUNTY OF ) The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, on , 2024, by , as of Custom Tree Care, Inc/ a foreign corporation authorized to conduct business in Florida. He/she is personally known to me or has produced as identification. Notary Signature Notary Seal: Printed Name 1 SECOND RENEWAL BETWEEN THE CITY OF DANIA BEACH, FLORIDA AND KDF ENTERPRISES LLC, A FOREIGN LIMITED LIABILITY COMPANY AUTHORIZED TO CONDUCT BUSINESS IN FLORIDA, FOR DISASTER DEBRIS REMOVAL AND DISPOSAL SERVICES. This is the Second (the “Renewal”) between the City of Dania Beach, Florida, a Florida municipal corporation (“City”) and KDF Enterprises, LLC, a foreign limited liability company authorized to conduct business in Florida (“Contractor”), with its principal mailing address of 370 Mountain View Road, Springville, Alabama 35146. In consideration of the mutual covenants, terms and conditions contained in this Agreement, and other good and valuable consideration, the adequacy and receipt of which are acknowledged and agreed upon, the parties agree to the following: 1. The agreement existing between the Contractor and the City of Dania Beach and any amendment(s) to it, dated March 15, 2021, along with a copy of the First Renewal dated March 20, 2024, which both are attached as composite Exhibit “A”, and made a part of and are incorporated into this Renewal by this reference), shall be considered as part of this Renewal between the City and the Contractor. 2. The current Agreement expired on March 11, 2025 and this Renewal is retroactive to that date and it is valid through March 11, 2026. 3. Pursuant to Resolution No. 2020-151, the City wishes to exercise the second of three (3) one (1) year renewal options with the Contractor. 4. That in all other respects, the terms of the Agreement apply to this Renewal. SIGNATURES ON FOLLOWING PAGES 2 IN WITNESS of the foregoing, the parties have executed this First Renewal on . 2025. CITY: CITY OF DANIA BEACH, FLORIDA, ATTEST: a Florida municipal corporation ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: ANA M. GARCIA, ICMA-CM CITY MANAGER EVE A. BOUTSIS CITY ATTORNEY 3 WITNESSES: CONTRACTOR: KDF Enterprises, LLC a foreign limited liability company Signature Signature PRINT Name PRINT Name Signature Title PRINT Name Date STATE OF ) COUNTY OF ) The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, on , 2025, by , as of KDF Enterprises, LLC, a foreign limited liability company authorized to conduct business in Florida. He/she is personally known to me or has produced as identification. Notary Signature Notary Seal: Printed Name 1 SECOND RENEWAL BETWEEN THE CITY OF DANIA BEACH, FLORIDA AND BERGERON EMERGENCY SERVICES, INC., A FLORIDA CORPORATION, FOR DISASTER DEBRIS REMOVAL AND DISPOSAL SERVICES. This is the Second (the “Renewal”) between the City of Dania Beach, Florida, a Florida municipal corporation (“City”) and Bergeron Emergency Services, Inc., a Florida corporation (“Contractor”), with its principal mailing address of 19612 SW 69 Place, Pembroke Pines, Florida 33332. In consideration of the mutual covenants, terms and conditions contained in this Agreement, and other good and valuable consideration, the adequacy and receipt of which are acknowledged and agreed upon, the parties agree to the following: 1. The agreement existing between the Contractor and the City of Dania Beach and any amendment(s) to it, dated February 11, 2021, along with the First Renewal dated April 10, 2024, a copy of each are attached as composite Exhibit “A”, and made a part of and are incorporated into this Renewal by this reference), shall be considered as part of this Renewal between the City and the Contractor. 2. The current Agreement expired on March 11, 2025 and this Renewal is retroactive to that date and it is valid through March 11, 2026. 3. Pursuant to Resolution No. 2020-151, the City wishes to exercise the second of three (3) one (1) year renewal options with the Contractor. 4. That in all other respects, the terms of the Agreement apply to this Renewal. SIGNATURES ON FOLLOWING PAGES 2 IN WITNESS of the foregoing, the parties have executed this First Renewal on . 2025. CITY: CITY OF DANIA BEACH, FLORIDA, ATTEST: a Florida municipal corporation ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: ANA M. GARCIA, ICMA-CM CITY MANAGER EVE A. BOUTSIS CITY ATTORNEY 3 WITNESSES: CONTRACTOR: Bergeron Emergency Services, Inc. Signature Signature PRINT Name PRINT Name Signature Title PRINT Name Date STATE OF FLORIDA ) COUNTY OF BROWARD) The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, on , 2025, by , as of Bergeron Emergency Services, Inc., a Florida corporation. He/she is personally known to me or has produced as identification. Notary Signature Notary Seal: Printed Name 1 FIRST RENEWAL BETWEEN THE CITY OF DANIA BEACH, FLORIDA AND BERGERON EMERGENCY SERVICES, INC., A FLORIDA CORPORATION, FOR DISASTER DEBRIS REMOVAL AND DISPOSAL SERVICES. This is the First (the “Renewal”) between the City of Dania Beach, Florida, a Florida municipal corporation (“City”) and Bergeron Emergency Services, Inc., a Florida corporation (“Contractor”), with its principal mailing address of 19612 SW 69 Place, Pembroke Pines, Florida 33332. In consideration of the mutual covenants, terms and conditions contained in this Agreement, and other good and valuable consideration, the adequacy and receipt of which are acknowledged and agreed upon, the parties agree to the following: 1. The agreement existing between the Contractor and the City of Dania Beach and any amendment(s) to it, dated February 11, 2021, a copy of which is attached as Exhibit “A”, and made a part of and are incorporated into this Renewal by this reference), shall be considered as part of this Renewal between the City and the Contractor. 2. The current Agreement expires on March 11, 2024 and this Renewal is valid through March 11, 2025. 3. Pursuant to Resolution No. 2020-151, the City wishes to exercise the first of three (3) one (1) year renewal options with the Contractor. 4. That in all other respects, the terms of the Agreement apply to this Renewal. SIGNATURES ON FOLLOWING PAGES 2 IN WITNESS of the foregoing, the parties have executed this First Renewal on . 2024. CITY: CITY OF DANIA BEACH, FLORIDA, ATTEST: a Florida municipal corporation ELORA RIERA, MMC ARCHIBALD J. RYAN IV CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: ANA M. GARCIA, ICMA-CM CITY MANAGER EVE A. BOUTSIS CITY ATTORNEY April 10 04/08/2024 Brown & Brown of Florida, Inc. 3520 Thomasville Rd., Ste. 500 Tallahassee FL 32309 Tina Graham (850) 656-3747 (850) 656-4065 Tina.Graham@bbrown.com Bergeron Emergency Services, Inc. 19612 SW 69th Place Fort Lauderdale FL 33332 GuideOne National Insurance Company Auto-Owners Insurance Group 018988 Insurance Company of the West 27847 24-25 Master A Y ENV562008090-02 02/01/2024 02/01/2025 1,000,000 50,000 5,000 1,000,000 2,000,000 2,000,000 B 55-042686-00 02/01/2024 02/01/2025 1,000,000 PIP 10,000 A 0 ENV562008091-02 02/01/2024 02/01/2025 2,000,000 2,000,000 C N WFL 5064098 02 02/01/2024 02/01/2025 1,000,000 1,000,000 1,000,000 A Contractors Pollution Liability Professional Liability ENV562008090-02 02/01/2024 02/01/2025 Pollution Limit $1,000,000 Professional Limit $1,000,000 CITY OF DANIA BEACH IS ADDITIONAL INSURED AND WAIVER OF SUBROGATION APPLIES AS REQUIRED BY WRITTEN CONTRACT AND IF APPLICABLE. Blanket Additional Insured exists on the General Liability Policy per Forms CG 2010 & CG 2037. 30 Day Notice of Cancellation/10 DayNon-Pay per policy form CO 0221. CITY OF DANIA BEACH 100 W. DANIA BEACH BLVD DANIA BEACH FL 33004 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCEDAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY AGREEMENT Storm Debris Collection and Disposal __________________, 2021, between the City of Dania Beach, Florida, a Florida principal place of business located at 100 West Dania Beach Boulevard, Dania Beach, Florida 33004 and Bergeron Emergency Services, Inc., a Florida corporation , with its principal mailing address of 19612 SW 69 Place, Pembroke Pines, Florida 33332. WHEREAS, the City deems it to be in the best interest of the residents and citizens to accept the proposal from Contractor as the primary Contractor to perform Disaster Debris Removal and Disposal Services, in the event of a storm; and WHEREAS, City has determined that entering into this Agreement with Contractor for the Project contemplated by this Agreement is in the best interests of the health, safety, and welfare of the citizens and residents of the City; and WHEREAS, City and the Contractor have determined that it is in the best interests of the parties to enter into this Agreement for Storm Debris Collection and Disposal due to the potential of storms affecting the City and which will ultimately cause storm debris throughout the City that will require collection and disposal at approved disposal sites ( NOW, THEREFORE, IN CONSIDERATION of the mutual covenants and undertakings and other good and valuable consideration the receipt and sufficiency of which are acknowledged and agreed upon, the parties agree as follows: 1.0 Recitals. The foregoing "WHEREAS" clauses are true and correct and are ratified by the parties. 2.0 Definitions Wherever used in this Agreement or in the other RFP documents the following terms have the meanings indicated which are applicable to both the singular and plural: 2.1 City Representative - The City Manager, or designee, who shall have such duties and responsibilities as provided in this Agreement and by law. If the Manager shall cease to hold the position, it shall be the person so designated by the Mayor of the City. 2.2 Agreement - The written agreement between the City and Contractor covering the Work to be performed for the Project, including other Agreement and RFP Documents that are attached to the Agreement or made a part it. 2.3 Agreement Time A time frame after a storm when the debris collection and removal should be reasonable to be performed and concluded. 2.4 Change Order Work that is added to or deleted from the original scope of work of a contract, however, depending on the magnitude of the change, it may or may not alter the original contract amount, completion date or both. 2.5 City - The City of Dania Beach, Florida and its assigns, with which Contractor has entered into the Agreement and for which the Work is to be provided. 2 2.6 Agreement Documents - The Agreement Documents, to be completed by the parties through this Agreement, include this Agreement, Notice to Proceed, Certificate(s) of Insurance, additional documents which are required to be submitted under this Agreement, and all Written Amendments, Field Orders, and Work Directives issued on or after the effective date of the Agreement. Also included in entirety is RFP 20- the RFP except as may be inconsistent with the terms of this Agreement. 2.7 Defective - An adjective which when modifying the Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Agreement Documents, or does not meet the requirements of an inspection, reference standard, test or approval referred to in the Agreement Documents, or has been damaged prior to final payment. 2.8 Contractor Representative Or designee, who shall have such duties and responsibilities as provided in the Agreement. 2.9 Effective Date of the Agreement - The date indicated in the Agreement upon which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver the Agreement. 2.10 Field Order - A written order issued by the City Manager, or designee, which orders minor changes in the Work but which does not involve a change in Unit Price. 2.11 Agreement Price The unit price tables identified in Exhibit A. 2.12 Notice to Proceed - A written notice given by City to Contractor fixing the date upon which the Agreement Time will commence to run and on which Contractor shall start to perform Contractor obligations under the Agreement Documents. A notice to proceed is issued for each storm event before work commences. 2.13 Specifications - Those portions of the Agreement Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable to them. FEMA guidelines are considered specifications. 2.14 Subcontractor - An individual, firm or corporation having a direct Agreement with Contractor or with any other Subcontractor for the performance of a part of the Project Work. 2.15 Supplier - A manufacturer, fabricator, supplier, distributor, material man, or vendor. 2.16 Unit Price - An amount stated in the Agreement as a price per unit measurement for the Work as described in the Agreement Documents. 2.17 Work - Work means services to be performed, specifically including but not limited to, furnishing labor, equipment and materials, used or incorporated in the Work as required by the Agreement Documents. 3 2.18 Work Directive - A written directive to Contractor issued on or after the Effective Date of the Agreement and signed by the City Manager or designee ordering an addition, deletion, or revision in the Work. A Work directive shall not change the Unit Price included in Exhibit A, but it can add additional unit pricing for additional resources needed that were not anticipated when the Agreement was executed. Work Directives can be issued for unforeseen circumstances in the best interests of the health, safety, and welfare of the citizens and residents of the City. 2.18 Written Amendment - A written amendment of the Agreement Documents, approved by the City Commission and signed by City and Contractor on or after the Effective Date of the Agreement that adds or changes significant work or makes changes to terms and conditions. 2.20 Written Notice - Shall be deemed to be duly served if delivered in person to the individual or to an officer of the Contractor or City for whom it is intended, if delivered at or sent by certified mail, return receipt requested, to the last business address known to the person who gives notice. Facsimile, electronic (includes email) or telephonic transmission shall not be considered as written notice. 3.0 Agreement Documents 3.1 The Agreement Documents as defined above, comprise the entire Agreement between City and Contractor and consists of elements to be completed by the parties through this Agreement and includes any additional documents which are required to be submitted under this Agreement, and all Written Amendments, Field Orders, and Work Directives. RFP No. 20-004, FEMA Super Circular "2 CFR Chapter 2, Part 200 et al, and the CONTRACTORS proposal, are incorporated in their entirety into this Agreement. Compliance with FEMA Super Circular "2 CFR Chapter 2, Part 200 et al." is required. See the following link to the FEMA Super Circular: https://www.gpo.gov/fdsys/granule/CFR-2016-title2-vol1/CFR-2016-title2-vol1- part200/content-detail.html 3.2 This Agreement and the Agreement Documents listed in Paragraph 3.1 comprise the entire agreement between City and Contractor concerning the Work. The Agreement Documents are complimentary; what is called for by one is as binding as if called for by all. The Agreement Documents will be construed in accordance with the law of the State of Florida. 3.3 The intent of the Agreement is to describe a functionally complete Project, to be completed in accordance with the Agreement Documents. Any Work, materials or equipment that may reasonably be inferred from the Agreement Documents as being required to produce the intended result will be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe Work, materials or equipment such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of Agreement award, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Agreement Documents) shall be effective to change the duties and responsibilities of City, 4 Contractor, or any of their consultants, agents, employees or subcontractors from those set forth in the Agreement Documents. 3.4 City will not modify the terms and conditions to the Agreement Documents except in a manner allowed by the Agreement. Contractor covenants and agrees that City shall not be responsible for the costs above those set forth in this Agreement unless the same are set forth in a Written Amendment or Work Directive approved pursuant to the terms of this Agreement. Any and all modifications to terms and conditions issued by the authority of an entity not a party to this Agreement shall not be compensated by City. 3.5 The requirements of the Agreement Documents may be supplemented and minor variations and deviations in the Work may be authorized by the City Manager, or designee, by a written interpretation or clarification, or Field Order. 3.6 Execution of the Agreement by the Contractor is a representation that Contractor has become familiar with the local conditions and the City for which the Work is to be performed. 4.0 Scope of Work 4.1 Contractor is required to assist the City to recover after a major storm event where vegetative and construction and demolition debris are located in the City rights-of-way. Contractor must follow all Federal Emergen reasonably assure City receives reimbursement for debris disposal services. The City has an established goal of clearing at least one (1) lane of traffic on every City street within twenty-four (24) hours after a storm event. The storm debris will be arranged for accessibility to heavy equipment so the debris can be loaded into trucks and removed to a disposal site. The Contractor shall furnish all of the materials, tools, supplies, heavy equipment, vehicles and labor necessary to perform the work. Depending on a storm as determined by the City, the materials, tools, supplies, equipment, vehicles, and labor for the emergency push must be pre-positioned or in close proximity to the City prior to the storm. In the event the City is evacuated prior to the storm, the assets do not need to be prepositioned, but must be readily available within four (4) hours after the storm. The Contractor will bear all costs associated with the Project. Compliance with FEMA Super Circular "2 CFR Chapter 2, Part 200 et al." is required. Please see the following link to the FEMA Super Circular: https://www.gpo.gov/fdsys/granule/CFR-2016-title2-vol1/CFR-2016-title2-vol1- part200/content-detail.html 4.2 Contractor shall provide all expertise, personnel, tools, materials, equipment, transportation, supervision and all other services and facilities of any nature necessary to execute, complete and deliver the timely removal and lawful disposal of all eligible storm-generated debris. The term "eligible," as used in this Agreement, means qualifying for emergency funding under the standards promulgated by FEMA. The term "debris," as used in this Agreement, includes all forms of disaster-generated debris, such as vegetative, demolition, construction, d industrial waste materials. 5 4.3 removal of hangers, leaners, and stumps, and other Right of Entry services when determined as necessary to: 4.3.1 Eliminate immediate threats to life, public health, and safety. 4.3.2 Eliminate immediate threats of significant damage to improved public or private property. 4.3.3 Ensure the economic recovery of the affected community for the benefit of the community at large. Services include: Pre-event 4.3.4 Participate in meetings, workshops, training sessions and the refinement of the City Disaster Debris Management Plan. 4.3.5 Visit the City-designated temporary debris management site(s). 4.3.6 When requested by City, provide the necessary staff at the City Emergency Operations Center (EOC) to assist in the planning process. 4.3.7 Pre-positioning of equipment and personnel in close proximity to City prior to the storm for immediate use after the storm. Post Event 4.3.8. Provide technical advice to the City. 4.3.9 Emergency push/road clearance in coordination with debris monitoring firm(s). 4.3.10 Debris collection and hauling to City-designated locations. 4.3.11 Provide other as-requested field services. 4.3.12 Provide collection tickets and reports in electronic or hard copy format, as determined by City, compatible to the debris monitoring firm(s) and City systems. 4.3.13 Begin immediate emergency push of vegetative and construction and demolition debris from City streets. 6 4.3.14 Objective to clear at least one (1) lane of traffic on every City street within twenty-four (24) hours. 4.3.15 Vegetative and construction and demolition debris collection and disposal. 4.3.16 Follow FEMA policies for vehicle and equipment certification and collection and disposal procedures. 4.3.17 Maintain documentation necessary for verification for services rendered as necessary for FEMA reimbursements to City. 4.4 These contracted services shall provide for the cost effective and efficient removal and lawful disposal of debris on all public streets, roads, and other rights-of-way, including any other locally-owned facility or site as may be directed by the City, and in accordance with federal requirements. Agreement services will only be performed when requested and as designated by the City, by approved Work Authorization issued by the City. Contractor shall load and haul the debris from within the legal boundaries of the City to a site(s) specified by the City. Contractor shall use mechanical equipment to load and reasonably compact debris into the trucks and trailers. 4.5 tractor for storm debris collection and disposal and is expected to provide sufficient resources after the storm to perform the work. However, this is not a guarantee of work. City reserves the right to assign work to various contractors, at its sole discretion. Depending on the intensity of the storm, Contractor represents it has the ability to provide sufficient work forces and equipment after a storm for the performance of the Contractor and the City reserves the right to utilize one or more other contractors determined solely by the City. This approach will provide the City with the maximum flexibility to adequately react to the unknown variables of a storm event. 4.6 City reserves the right to approve in writing all subcontractors hired by the Contractor and to require the Contractor to dismiss a subcontractor upon request. 4.7 Contractor shall load and haul all eligible debris to an approved and certified temporary debris management site (TDMS) or other disposal destination, as specified by the City. All collection and hauling will be consistent with federal and state requirements applicable to the disaster event. The Contractor will ensure compliance with instructions from the City regarding the collection, hauling and disposal of hazardous wastes and other categories of debris. 4.8 Payment will be made to Contractor based on verification of the load tickets and verification that the debris was handled in accordance with FEMA requirements. 4.9 Contractor shall invoice City for debris handling regularly and for no more than thirty (30) day periods. 4.10 It is understood t in a manner consistent with FEMA reimbursement regulations. Payment will only be made for debris that FEMA determines eligible. In addition, payments based upon time and material costs 7 are limited to work performed during the first seventy (70) hours of work, or for a period as determined by FEMA rules, of actual work following a disaster event. 4.11 Contractor agrees to perform contracted services in a professional and workmanlike manner and in compliance with all applicable laws, ordinances, rules, regulations, and permits. Only the highest quality workmanship will be acceptable. Services, equipment and workmanship not conforming to the intent of Agreement or meeting the approval of the City may be rejected. Replacements, rework or both, completed as required, will be accomplished on a timely basis at no additional cost to the City. Contractor shall ensure that its workers, and those of its subcontractors, if any, are sufficiently trained on the scope of work, and the work to be done in order for the City to be reimbursed by FEMA for eligible debris removal. 4.12 within seven (7) days following the execution of this Agreement with the City. The City will approve the General Operations Plan prior to its implementation within the City. The Contractor shall have the authority to implement all actions required to begin the performance of contracted services as se 4.13 When a Notice to Proceed is given by City to the Contractor prior to a storm event, the Contractor is expected to pre-position equipment in close proximity to the City for immediate use after the storm winds subside to a safe level (under 40 miles per hour) and begin the emergency push. Contractor will make all necessary arrangements to mobilize a minimum of 50% of the required resources for the emergency push within two (2) hours and 100% of the required resources within eight (8) hours for the emergency push. Contractor will make all necessary arrangements to mobilize a minimum of 50% of the required resources within seventy- two (72) hours and 100% of the required resources within one hundred and twenty (120) hours to commence and conduct the storm debris collection and removal. The City may take actions as necessary to address the failure of the Contractor to mobilize resources on the schedule required by the City. 4.14 All Work shall be scheduled through the City Public Services Director or designee. Contractor will begin the emergency push immediately after a storm. 4.15 The Contractor shall preserve from damage all property adjacent to the Work sites. The Contractor shall erect and maintain all necessary barricades, suitable and sufficient red lights, danger signals, signs, and post flagmen, and shall take all necessary precautions for the protection of the Work and safety of the public. The Contractor is required to repair or replace any damages made to public and private property. 4.16 Contractor shall provide a safe and clean working environment for performing the services pursuant to this Agreement. 4.17 Contractor means and method of debris collection will be performed in a manner that does not leave storm debris and material on the streets. A combination of front end loaders and clam shell trucks will be used for debris removal. Immediately after storm debris piles are removed by large equipment, Contractor will ensure that the remains of the piles are also collected and hauled away. Contractor shall not leave storm debris and materials in the rights of way. 4.18 s Storm Debris Collection Monitoring and FEMA Public Assistance Grant Administrator Contractor. 8 5.0 Agreement Period 5.1 The initial Agreement period is for three (3) years beginning on _______ 1, 2020 and expiring on May 31, 2023. The Agreement can be extended for three (3) additional one (1) year periods with the written approval of the City Manager and Contractor executed no less than sixty (60) days prior to the expiration date. Unit prices will remain firm for the first three-year term and the City Manager may negotiate and approve reasonable price adjustments in the subsequent Contract years as long as acceptable within FEMA guidelines. 5.2 Contractor agrees that all Work shall be prosecuted regularly, diligently and uninterrupted at such rate of progress as will ensure full completion of it within a time specified by City. Failure to achieve timely, completion shall be regarded as a breach of this Agreement and subject to the appropriate remedies. A specific time limit on the period of performance for the work to be done will be identified for each storm event depending on the amount of debris that needs to be collected and disposed of. The City Manager will issue a written notice to proceed for each storm event. 6.0 Agreement Price and Payment The City agrees to pay Contractor unit pricing for the faithful performance of the Services of this Agreement. Prices for work completed by the Contractor are reflected i proposal. Mobilization, stand-by costs, and reduction in productivity are included in the Proposal attached as Exhibit A. All work will be paid on unit prices. Payment will be made only for Work that FEMA determines eligible. Payments will be made pursuant to Article 17 of this Agreement. 7.0 Contractor Responsibilities In addition to those responsibilities enumerated in Article 4.0 above, the Contractor shall be responsible for the following: 7.1 Contractor shall bear all of its own operating costs and is responsible for all permit and license fees, and maintenance of its own trucks and equipment to keep such property in a condition and manner adequate to accomplish contracted services. Upon receipt and acceptance of full documentation of the performance of services and an accurate invoice as specified by the City, the Contractor shall be reimbursed on a unit price basis as specified in the Agreement. 7.2 In addition, all costs related to labor, materials, and equipment shall be fair, reasonable, and consistent with costs set forth in the most current version of the FEMA Schedule of Equipment Rates, to be applied at all times for implementation of the Agreement. The City will not pay higher costs than the FEMA approved rate, or in a manner inconsistent with FEMA reimbursement regulations, regardless of what is identified in the proposal or Agreement. 7.3 The Contractor shall develop a system of cost control for the Work, including regular monitoring of actual costs for activities in progress and estimates for uncompleted tasks and proposed changes. Contractor will be required to provide debris volume estimates in support of proposed costs. Contractor will provide hard copies of volume estimates and all supporting documentation in order to determine if the methodology that the Contractor used to estimate debris was an acceptable and reasonable methodology. 9 7.4 As an inducement for City to enter into this Agreement, Contractor has represented an expertise in storm debris collection and removal following FEMA guidelines for approved collection methods, record keeping, and reimbursement by FEMA for the Work. In reliance upon those representations, City retained Contractor to provide storm debris collection and removal services. Contractor shall be liable for any negligence or breach of any other legal duty to the extent and in the manner as set forth in this Agreement. 7.5 Contractor shall supervise and direct the Work competently and efficiently, devoting such attention to it and applyi with the City, Contractor shall be responsible for and have control over the means, methods, techniques, sequences and procedures of construction. Contractor shall be responsible to see that the finished Work complies with FEMA guidelines. 7.6 During the progress of on-site work, Contractor shall provide full-time competent project supervision and any necessary assistants. The Contractor may, with the permission of the City Manager, or designee, schedule prosecution of the Work during times not otherwise allowable for work within the City as restricted by City ordinance. 7.7 The day-to- payment shall be conducted by a competent project manager. The project manager will regularly coordinate with the City Manager or 7.8 Contractor shall provide and pay for competent, suitably qualified personnel to perform the Work. Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. Contractor shall at all times maintain good discipline and order for the Work. 7.9 Contractor shall furnish, pay for and assume full responsibility for all materials, equipment, transportation, machinery, tools, appliances, water, heat, utilities and all other facilities and services necessary for the furnishing, performance, testing, start-up, mobilization, and proper completion of the Work. 7.10 Contractor shall be fully responsible to City for all acts and omissions of the by its subcontractors, suppliers and of persons for whose acts any of them may be liable and any other persons and organizations performing or furnishing of the Work under a direct or indirect Agreement with Contractor. Nothing in the Agreement Documents shall create any contractual relationship between City and any such subcontractor, supplier or other person or organization, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due any such subcontractor, supplier or other person or organization except as may otherwise be required by laws and regulations. 7.11 All Work performed for Contractor by a subcontractor will be pursuant to an appropriate agreement between Contractor and the subcontractor which specifically binds the subcontractor to the applicable terms and conditions of the Agreement Documents for the benefit of City, and consistent with a subcontract plan. Contractor must submit a subcontract plan including a clear description of the percentage of the work the Contractor may subcontract out and a list of subcontractors the Contractor plans to use. 10 7.12 Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. 7.13 Contractor shall comply with and give all notices required by laws, ordinances, rules, regulations and lawful orders of public authorities applicable to the performance of the Work. 7.14 Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the laws and regulations of the State of Florida and its political subdivisions. Contractor is responsible for reviewing the pertinent state statutes involving such taxes and complying with all requirements. City shall pay all tipping or disposal fees assessed, incurred, or charged at the temporary debris management site (TDMS) if any TDMS is used by the City, or other disposal destination that is specified by the City. 7.15 Contractor shall confine equipment, the storage of materials and equipment and the operations of workers to the Project areas and shall not unreasonably encumber any areas with equipment or other materials, particularly on private property. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant of them or of any land or areas contiguous to them, resulting from the performance of the Work. Should any claim be made against City by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim. The general indemnification provided elsewhere in the Agreement Documents specifically applies to claims arising out of Con 7.16 Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work to prevent damage, injury and loss to all employees performing the Work and other persons and organizations who may be affected by it and to all the Work and materials and equipment to be incorporated in it. Contractor shall provide a safe and clean working environment. 7.17 Contractor shall comply with all applicable laws and regulations of any public body having jurisdiction for the safety of persons and property and to protect them from damage, injury or loss. 7.18 If required by City, Contractor shall promptly, as directed, either correct all defective Work or, if the Work has been rejected by City, remove it and replace it with non-defective Work. Contractor shall bear all direct costs of such correction or removal (including but not limited to fees and charges of engineers, architects and other professionals) made necessary by such actions. 7.19 Contractor will pro reimbursement from FEMA for the Work, and that FEMA and the Monitoring Firm will require specific reporting and documentation from the Contractor. The Contractor shall participate in all the Work. with this paragraph, City shall have a right to recover all such non-reimbursed payments from Contractor. 11 7.20 In the event of post-event payment reviews and audits by any governmental entity that reimbursed the City for storm collection and disposal services and collection monitoring services, Contractor shall provide all required documentation in its possession related to such review and audit. 7.21 Environmental Protection - Any and all fluids or chemicals (work-related materials such as oil-drip, absorbents, etc.) used by the Contractor(s) must be used and disposed of in accordance with all rules and regulations of local, state and federal regulatory agencies. Contractor(s) and subcontractors shall not perform maintenance on over-the-road equipment at DMS(s). Maintenance of equipment that typically remain at the DMS (e.g., track hoes, front end loaders, grinders, etc.) may be conducted at the DMS provided best management practices are followed and all wastes are managed and disposed of in accordance with all rules and regulations of local, state and federal regulatory agencies. The Contractor(s) shall, at its own expense, ensure that noise and dust pollution is minimized to comply with all City and County and state laws and the approval of the City Debris Manager. The Contractor(s) shall comply in a timely manner with all directions of the City Debris Manager regarding the use of a water truck or other approved dust abatement measures. The Contractor(s) shall comply with all laws, rules, regulations and ordinances regarding environmental protection. The Contractor(s) shall immediately report and document all incidents to the City Debris Manager or the authorized representative that affect the environmental quality of DMS(s) such as, but not limited to, hydraulic fluid leaks, oil spills or fuel leaks. The Contractor must notify the City regarding any fluid or chemical spillage so that the City or its authorized representative can review and approve of the cleanup. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387), and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA). The Contractor shall take immediate containment action as necessary to minimize the effect of any spill or leak. Cleanup shall be done in accordance with applicable federal, state and local laws and regulations. Petroleum, oil, and lubricant spills shall be reported to the National Response Center, Broward County Environmental Protection Department and the City Debris Manager immediately following discovery. A written follow-up shall be submitted to the City Debris Manager not later than 7 days after the initial report. The written report shall be in narrative form and, as a minimum, shall include the following. Description of the material spilled (including any identity, quantity, etc.) Determination as to whether or not the amount spilled is EPD/DEP reportable and when and to whom it was reported. Exact time and location of spill, including description of the area involved. Receiving waters (including, but not limited to canals and drainage areas) Cause of incident and equipment and personnel involved. Injuries or property damage. Duration of discharge. Containment procedure implemented. Summary of all communications the Contractor has had with press or other officials. Description of cleanup procedures employed or to be employed at the site, including disposal location of spill residue. 12 8.0 Defective Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Agreement Documents, City may order Contractor to stop the Work, or any portion of it, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor or any other party. 9.0 City Manager Responsibilities 9.1 City Manager, or designee, such designation t contact person during the work period and until final close-out of the Project. 9.2 City Manager, or designee, will make visits to the work areas to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Agreement Documents. City Manager's, or designee's, efforts will be directed toward providing for City a greater degree of confidence that the completed Work will conform with FEMA guidelines and Agreement Documents. 9.3 City Manager, or designee, will issue, with reasonable promptness, such written clarifications or interpretations of the technical requirements of the Agreement Documents as City Manager or designee may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Agreement Documents. Should Contractor fail to request interpretation of questionable items in the Agreement Documents, City will thereafter not entertain any excuse for failure to execute the Work in a satisfactory manner, or for payment of work claimed by Contractor that is not authorized by the terms of this Agreement. 9.4 City Manager, or designee, will interpret and decide matters concerning performance under the requirements of the Agreement Documents upon written request of either City or Contractor. City Manager, or designee, will make initial decisions on all claims, disputes or other matters in question between City and Contractor. Written notice of each such claim, dispute or other matter will be delivered by claimant to City Manager, or designee, and the other party but in no event later than ten (10) calendar days after the occurrence of the event giving rise to it, together with written supporting data. 9.5 In the event City and Contractor disagree upon whether Contractor is entitled to be paid for Work required by City, or in the event of any other disagreements over the scope of Work included within the Agreement Price, City and Contractor agree to negotiate in good faith to resolve the issue amicably. As part of the negotiation process, Contractor shall furnish City with a good faith If the parties are unable to agree, and City expects Contractor to perform the Work in accordance erpretations, Contractor shall proceed to perform the disputed Work, conditioned interpretation of the Work that is to be performed. 9.6 City Manager or designee is authorized to make Field Orders and execute Work Directives in the best interests of the health, safety, and welfare of the citizens and residents of the City. 13 10.0 Insurance UPON EXECUTION OF THE AGREEMENT, THE CONTRACTOR SHALL SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING THE REQUIRED COVERAGES AND SPECIFICALLY PROVIDING THAT THE CITY OF DANIA BEACH IS AN ADDITIONAL NAMED INSURED OR ADDITIONAL INSURED WITH RESPECT TO THE REQUIRED COVERAGE AND THE OPERATIONS OF THE CONTRACTOR UNDER THE AGREEMENT. 10.1 The coverages are specified in the RFP and are incorporated by this reference. The Certificates of Insurance shall not only name the types of policies provided, but shall also specifically refer to this Agreement and shall state that such insurance is as required by Article 10 and its subparts of this Agreement. Contractor shall not commence work under this Agreement until after Contractor has obtained all of the minimum insurance herein described and the policies of such insurance detailing the provisions of coverage have been received and approved by City. Contractor shall not permit any Subcontractor to begin work until after similar minimum insurance to cover Subcontractor has been obtained and approved. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the term of this Agreement, then in that event, Contractor shall furnish a renewed Certificate of Insurance as proof that equal and like coverage and extension is in effect. Contractor shall not continue to perform the services required by this Agreement unless all required insurance remains in full force and effect. 10.2 Insurance Companies selected must be acceptable to the City. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, or renewal refused until at least thirty (30) calendar days written notice has been given to City by regular mail. 10.2.1 for statutory obligations imposed by Worker's Compensation or Occupational Disease Laws, United States bility Act, and the Homes Act shall be provided with a minimum of One Million dollars ($1,000,000) limit, and One Hundred Thousand dollars ($100,000) per accident. Contractor agrees to be responsible for the employment, conduct and control of its employees and for any injury sustained by such employees in the course of their employment. 10.2.2 Comprehensive Automobile Liability Insurance for all owned, non-owned and hired automobiles and other vehicles used by the Contractor in the performance of the work with the following minimum limits of liability: $1,000,000 Combined Single Limit, Bodily Injury and Property Damage Liability, per occurrence. 10.2.3 Comprehensive General Liability Insurance (occurrence form) with the following minimum limits of liability: $1,000,000 Combined Single Limit, Bodily Injury and Property Damage Liability, per occurrence and $2,000,000 annual aggregate Comprehensive General Liability coverage. City shall be named as an additional insured. 14 10.2.4 Coverage must be offered in a form no more restrictive than the latest edition of the Comprehensive General Liability Policy without restrictive endorsements, as filed by the Insurance Services Office and shall specifically include the following with minimum limits not less than those required for Bodily Injury Liability and Property Damage Liability: 10.2.4.1 Premises and Operations; 10.2.4.2 Independent Contractors; 10.2.4.3 Product and Completed Operations Liability; 10.2.4.4 Broad Form Property Damage; 10.2.4.5 Broad Form Contractual Coverage applicable to Agreement; 10.2.4.6 Personal Injury Coverage; 10.2.4.7 Explosion, collapse, underground coverage (XC-U) 10.3 The required insurance coverage shall be issued by an insurance company authorized and licensed to do business in the State of Florida, with the following minimum rating of B+ to A+, in accordance with the latest edition of A.M. Best's Insurance Guide. 10.4 All required insurance policies shall preclude any underwriter's rights of recovery or subrogation against City with the express intention of the parties being that the required insurance coverage protects both parties as the primary coverage for any and all losses covered by the above described insurance. 10.5 The Contractor shall ensure that any company issuing insurance to cover the requirements contained in this Agreement agrees that they shall have no recourse against City for payment or assessments in any form on any policy of insurance. 10.6 The clauses "Other Insurance Provisions" and "Insurers Duties in the Event of an Occurrence, Claim or Suit" as it may appear in any policy of insurance in which City is named as an additional named insured shall not apply to City. City shall provide written notice of occurrence 10.7 The Contractor agrees to perform the Work under the Agreement as an independent Contractor, and not as a Subcontractor, agent or employee of City. 10.8 Contractor shall require each of its Subcontractors of any tier to maintain the insurance required herein for each category, and Contractor shall provide verification thereof to City upon request of City. 10.9 Violation of the terms of this Article and its subparts, including without limitation, a lapse or cancellation of any required insurance, shall constitute a breach of the Agreement and City, at its sole discretion, may cancel the Agreement and all rights, title and interest of the Contractor shall thereupon cease and terminate. 15 10.10 City shall not be responsible for purchasing and maintaining any insurance to protect the interests of Contractor, Subcontractors or others on the Work; provided that should the insurance outlined above be canceled for any reason, the City shall have the right to purchase equivalent insurance and charge the cost of that insurance against any amount due the Contractor under the terms of this Agreement, or find the Contractor in default and terminate this Agreement; provided, that City specifically reserves all statutory and common law rights and immunities and nothing herein is intended to limit or waive same including, but not limited to, the procedural and substantive provisions of Section 768.28, Florida Statutes and Section 95.11, Florida Statutes. 11.0 Performance and Payment Bonds Contractor shall execute and furnish to City a Performance Bond and a Payment Bond when issued a Notice to Proceed for a storm event , each written by a corporate surety, having a resident agent in the State of Florida. The surety company shall have at least the following minimum qualification in accordance with the latest edition of A.M. Best's Insurance Guide, published by Alfred M. Best Company, Inc., Ambest Road, Oldwick, New Jersey 08858: A to A+. The penal sum stated in each Bond shall be the amount equal to the total one hundred and twenty-five percent (125%) of the amount payable under the terms of the Agreement. The Performance Bond shall be conditioned that the Contractor perform the Work in the time and manner prescribed in the Agreement. The Payment Bond shall be conditioned that the Contractor promptly make payments to all persons who supply the successful Proposer with labor, materials and supplies used directly or indirectly the prosecution of the Work. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, it shall be the duty of the Contractor to record the aforesaid Performance and Payment Bonds in the public records of Broward County, with the successful Proposer to pay all recording costs. 12.0 Warranties; Tests; Inspections; and Correction of Defective Work 12.1 The Contractor warrants that all services will be performed in a workmanlike manner. 12.2 Contractor warrants to the City that it will comply with all applicable federal, state and local laws, regulations, and orders, including without limitation those issued by FEMA in carrying out its obligations under the Agreement. 12.3 Contractor warrants to the City that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Agreement. 12.4 Contractor warrants to the City that the consummation of the Work provided for in the Agreement Documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, Agreement, or agreement to which the Contractor is a party. 12.5 No warranty, either express or implied, may be modified, excluded or disclaimed in any way by Contractor. All warranties shall remain in full force and effect, notwithstanding acceptance and payment by City. 12.6 Contractor warrants to City that the consummation of the work provided for in the Agreement documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, Agreement, or agreement to which Successful Proposer is a party. 16 12.7 Contractor shall furnish all guarantees and warranties to the Public Services Department prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 12.8 Conditions of Material All materials and products supplied by the Proposer in conjunction with this proposal shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Contractor at no cost to the City. 12.9 Copyrights Or Patent Rights The Proposer warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this Agreement. The Contractor agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 12.10 Safety Standards The Proposer warrants that the product(s) supplied to the City shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970 as amended, and shall be in compliance with Chapter 442, Florida Statutes as well as any industry standards, if applicable. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 13.0 Public Records 13.1 Contractor agrees to keep and maintain p performance under this Agreement. Contractor additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Contractor shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the Agreement, and following completion of the Agreement until the records are transferred to the Owner. 13.2 Upon request from the Owner custodian of public records, Contractor shall provide the Owner with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. 13.3 Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the Owner. 17 13.4 Upon completion of this Agreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the Contractor shall be delivered by the Contractor to the City Manager, at no cost to the Owner, within seven (7) days. All such records stored electronically by Owner shall be delivered to the Owner in a format that y systems. Once the public records have been delivered upon completion or termination of this Agreement, the Contractor shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 13.5 Any compensation due to Contractor shall be withheld until all records are received as provided in this Article. 13.6 result in the immediate termination of this Agreement by the Owner. Section 119.0701(2)(a), Florida Statutes IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: THOMAS SCHNEIDER, CITY CLERK Mailing Address: 100 W. Dania Beach Boulevard Dania Beach, Florida 33004 Telephone number: 954-924-9800, Ext. 3623 Email: tschneider@daniabeachfl.gov 14.0 Changes in Work 14.1 City, without invalidating this Agreement, may order additions, deletions or revisions to the Work. Such additions, deletions or revisions shall be authorized by a Written Amendment, or Work Directive executed by the City Manager. All Agreement amendments and modifications will be in writing. 14.2 No claim against City for extra Work in furtherance of such Written Amendment or Work Directive shall be allowed. 15.0 Contractor Indemnification The Indemnification provision in the RFP is incorporated in the Agreement by this reference. 18 16.0 Contracting with Small and Minority businesses, and Labor Surplus Area Firms The RFP provision in the RFP is incorporated in the Agreement by this reference. 17.0 Payments and Completion of Work 17.1 Contractor may requisition payments for Work completed during the Project at intervals of not more than once a month, with each invoice covering a period of no more than thirty components, the quantities completed and the amount due, together with a certification by the Contractor that the Contractor has disbursed to all subcontractors and suppliers their pro-rata shares of the payment out of previous progress payments received by the Contractor for all Work completed and materials furnished in the previous period or properly executed releases of liens by all Sub applications for payment, and any other supporting documentation as may be required by the City Manager or designee or Agreement Documents. Each requisition shall be submitted in duplicate to the City Manager, or designee, for approval; City shall have thirty (30) business days to approve or disapprove the requisition. If the requisition is not approved, the reasons therefor shall be stated with particularity. The City shall make payment to the Contractor within fifteen (15) calendar days ayment. 17.2 The final application for payment shall be accompanied by: (1) complete and legally effective releases or waivers of all liens arising out of or filed in connection with the Work; or (2) in full covering all labor, materials and equipment for which a lien or claim could be filed; or (3) a final affidavit stating that all laborers, materialmen, suppliers and subcontractors who worked for Contractor under this Agreement have been paid in full or if the fact be otherwise, identifying the name of each lienor/claimant who has not been paid in full and the amount due or to become due each for labor, services or materials furnished. If any Subcontractor or supplier fails to furnish a release or receipt in full, Contractor may furnish a bond satisfactory to City to indemnify City against any lien or claim. 17.3 If, on the basis of City Manager's, or designee's, observation of the Work during debris collection and removal and final inspection, and City Manager's, or designee's, review of the final Application for Payment and accompanying documentation, City Manager, or designee, is satisfied that the Work has been completed in accordance with the Agreement Documents and Cont or designee, will, present the Application to City for payment. Otherwise, City Manager, or designee, will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. Fifteen (15) calendar days after presentation to City of the Application and accompanying documentation, in appropriate form and substance, the amount recommended by City Manager, or designee, will become due and will be paid by City to Contractor. 17.4 Final payment, constituting the entire unpaid balance of the Agreement Price shall be paid by the City to the Contractor when the Work has been completed in accordance with the Agreement Documents, the Agreement has been fully performed, and a final certificate for payment has been issued by the City Manager, or designee. The making of final payment shall constitute a waiver of claims by City except those arising from: 19 17.4.1 Liens, claims, security interests or encumbrances arising out of this Agreement and unsettled. 17.4.2 Faulty or defective Work and latent defects discovered after acceptance. 17.4.3 Failure of the Work to comply with the requirements of the Agreement Documents. 17.4.4 Terms of special warranties required by the Agreement Documents. 17.4.5 under this Agreement. 17.5 The acceptance of final payment by Contractor or the Subcontractor for materials and supplies shall constitute a waiver of claims by that payee except those previously made in writing and identified by payee as unsettled at the time of final application for payment. 17.6 The City may withhold in whole or in part, final payment or any progress payment to such extent as may be necessary to protect itself from loss on account of: 17.6.1 Defective Work not remedied. 17.6.2 Claims filed or reasonable evidence indicating the probable filing of claims by other parties against the Contractor. 17.6.3 Failure of the Contractor to make payment to Subcontractors or suppliers for materials or labor. 17.6.4 Damage to another contractor not remedied. 17.6.5 Failure to carry out the Work in accordance with the Agreement Documents. 17.7 When the above issues are removed or resolved or the Contractor provides a surety bond or a consent of surety satisfactory to the City which will protect the City in the amount withheld, payment may be made in whole or in part. 18.0 18.1 It is expressly understood and agreed that the City may terminate this Agreement, in total or in part, at any time for cause or convenience without penalty. sole obligation to the Contractor shall be payment for services for work previously authorized and performed. Such payment shall be determined on the basis of the hours or percentage of work performed by the Contractor up to the time of termination. Upon such termination, the City may, without penalty or other obligation to the Contractor, elect to employ other persons to perform the same or similar services. City may terminate the Agreement upon the occurrence of any one or more of the following events: 20 18.1.1 If Contractor commences a voluntary case under any chapter of the Bankruptcy Code as now or hereafter in effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency. 18.1.2 If a petition is filed against Contractor under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against Contractor under any other federal or state law in effect at the time relating to bankruptcy or insolvency. 18.1.3 If Contractor makes a general assignment for the benefit of creditors. 18.1.4 If a trustee, receiver, custodian or agent of Contractor is appointed under applicable law or under an agreement, whose appointment or authority to take charge of property of Contractor is for the purpose of enforcing a lien against such property or for the purpose of general administration of such property for the benefit of Con 18.1.5 If Contractor admits in writing an inability to pay its debts generally as they become due. 18.1.6 If Contractor persistently fails to perform the Work in accordance with the Agreement Documents (including but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule as same may be revised from time to time). 18.1.7 If Contractor disregards laws or regulations of any public body having jurisdiction, state and FEMA guidelines, or acceptable safety practices. 18.1.8 If Contractor otherwise violates in any substantial way any provisions of the Agreement Documents. 18.2 City reserves the right to terminate this Agreement immediately for unsatisfactory performance. In such case Contractor shall not be entitled to receive any further payment for additional work performed. 18.3 Termination for convenience/no cause. notice to Contractor, City may, without cause and without prejudice to any other right or remedy, determines that such termination is in the best interests of City. Where the Agreement is terminated for the convenience of City, the notice of termination to Contractor must state that the Agreement is being terminated for the convenience of City under the termination clause, the effective date of the termination and the extent of termination. Upon receipt of the notice of termination for convenience, Contractor shall promptly discontinue all Work at the time and to the extent indicated on the notice of termination, terminate all outstanding subcontractors to the extent that they relate to the terminated portion of the Agreement, and refrain from placing further orders and subcontracts. Except as set forth below, Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 21 18.4 Termination for Cause. If the Contractor fails to provide the Services, or shall in any other manner commit a breach of the Agreement and fails to remedy the same within five (5) calendar days after written notice from the City, the City may terminate the Agreement resulting from the RFP without any further notice to the Contractor. City representatives will review the Services periodically to assure that the requirements of the Agreement are being met. If any portion of the Services are unsatisfactory, the Contractor shall be contacted, and the discrepancies corrected at no additional cost to the City. Failure on the part of the Contractor to comply with the conditions, terms, specifications and requirements of the Proposal shall be just cause for cancellation of the Proposal award. The City shall be the sole judge of nonperformance. 18.5 Liquidated Damages Should the Contractor fail to complete requirements set forth in this scope of work, the City will suffer damage. The amount of damage suffered by the City is difficult, if not impossible to determine at this time. Therefore, the Contractor shall pay the City, as liquidated damages, the following: a. The Contractor shall pay the City, as liquidated damages, $1,000.00 per calendar day of delay to mobilize in the City with the resources required to begin debris removal operations, within seventy-two (72) hours of being issued a Notice to Proceed. b. The Contractor shall pay the City, as liquidated damages, $500.00 per load of disaster debris collected in the City that is not disposed of at a City approved DMS or City approved Final Disposal Site and any associated fines levied by a third party. Application of liquidated damaged does not release the Contractor of all liability associated with hauling and depositing material to an unauthorized location. c. The Contractor shall pay the City, as liquidated damages, $500.00 per incident where the Contractor fails to repair damages that are caused by the Contractor or a subcontractor(s). Application of liquidated damages does not release the Contractor from the responsibility of resolving or repairing damages. The amounts specified above are mutually agreed upon as reasonable and proper amount of damage the City should suffer by failure of the Contractor to complete requirements set forth in the scope of work. 18.6 Change Orders The City, without invalidating this Agreement, may order additions, deletions or revisions to the Work. A written Amendment, Change Order or Work Change Directive shall authorize such additions, deletions or revisions. All Change Orders which, individually or when cumulatively added to amounts authorized pursuant to prior Change Orders for this Project, increase the cost of the Work to the City or which extend the time for completion, must be formally authorized and approved by the appropriate City authority prior to their issuance and before Work may begin. No claim against the City for extra Work in furtherance of a Change Order shall be allowed unless prior written City approval pursuant to this section has been obtained. The Contract Price and Contract Time shall be changed only by Change Order or written Amendment. The Project Manager shall prepare Proposed Change Orders on forms provided by the City. When submitted for approval, they shall carry the signature of the Public Works Director, the City Manager, and the Contractor. 22 If the City and the Contractor are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract times that should be allowed as a result of a Work Change Directive, a claim may be made for it. The Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice will be accordingly. Any claim for adjustment in the Contract Price or time shall be based upon written notice delivered by the party making the claim to the other parties and to the Engineer/Project Manager not later than fifteen (15) calendar days after the occurrence or event giving rise to the claims and stating the general nature of the claim. No claim for an adjustment in the Contract Price or an extension of the contract time will be valid if not submitted in accordance with this Paragraph. The cost or credit to the City from a change in the Work shall be determined by one or more of the following ways: 1) By a Cost Analysis process to be performed on all change orders. The cost analysis for all change orders will include a separate determination of profit for each change order requested. 2) When only nominal quantities are to be changed, a Change Order may be determined by existing unit prices stated in the Contract Documents or subsequently agreed upon in writing. For substantive changes in quantities, Contractor shall be required to perform a cost analysis as required in the previous paragraph. 19.0 Notice, Computation of Time 19.1 All notices required by any of the Agreement Documents shall be in writing and shall be deemed delivered upon mailing by certified mail, return receipt requested to the following: For City: Ana M. Garcia, ICMA-CM, City Manager City of Dania Beach 100 West Dania Beach Boulevard Dania Beach, FL 33004 Telephone: 954-824-6800 Copy to: Thomas Ansbro, City Attorney 100 West Dania Beach Boulevard Dania Beach, FL 33004 Telephone: 954-824-6800 For Contractor: Ronald M. Bergeron, Sr., President 19612 S.W. 69 Place Pembroke Pines, Florida 33332 23 Notice by facsimile shall not be deemed received until the party receiving such a notice receives a copy of such notice through certified mail, return receipt requested. 19.2 When any period of time is referred to in the Agreement Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. 20.0 Miscellaneous 20.1 The duties and obligations imposed by the Agreement Documents and the rights and remedies available to the parties in this Agreement, and, in particular but without limitation, the warranties, guaranties and obligations imposed upon Contractor and all of the rights and remedies available to City under them, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available to any or all of them which are otherwise imposed or available by laws or regulations, by special warranty or guarantee or by other provisions of the Agreement Documents, and the provisions of this Paragraph will be as effective as if repeated specifically in the Agreement Documents, and the provisions of this Paragraph will survive final payment and termination or completion of the Agreement. 20.2 Contractor shall not assign, sublet or transfer this Agreement or its rights, title or interests in it without City City Commission, which may be withheld for any or no reason. The obligations undertaken by Contractor pursuant to the Agreement shall not be delegated or assigned to any other person or firm unless City shall first consent in writing to the assignment, subletting or transfer of it. Violation of the terms of this Paragraph shall constitute a breach of Agreement by Contractor and the City may, at its discretion, cancel the Agreement and all rights, title and interest of Contractor shall thereupon cease and terminate. 20.3 Contractor and its employees, volunteers, subcontractors, and agents shall be and remain independent contractors and not agents or employees of City with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking or venture between the parties to this Agreement. 20.4 Contractor shall only designate employees who are sufficiently skilled to provide the required services specified in this Agreement. Any person employed to provide the Services who fails, refuses or neglects to obey the instructions of the City's representative in anything relating to the Services, or who appears to be disorderly, insubordinate, or incompetent shall upon the order of City's representative, be immediately relieved by the Contractor from performing the Services. Any interference with, or any abusive or threatening conduct toward any City representative, City assistants or inspectors by the Contractor, its employees or agents, or any member of the public shall be grounds for the City to terminate the Agreement and re-let the Services. The Contractor shall furnish all labor, materials, supplies and equipment necessary to properly maintain all Services areas where Services are conducted in an acceptable and safe condition. 24 20.5 Contractor agrees that it or its officers, if a corporation or other legal entity, shall be held fully responsible, except as otherwise prohibited by law, for all acts of their employees while in their employ. 20.6 The remedies expressly provided in this Agreement to City shall not be deemed to be exclusive but shall be cumulative and in addition to all other remedies in favor of City now or hereafter existing at law or in equity. 20.7 Should any part, term or provision of this Agreement be decided by a court to be invalid, illegal or in conflict with any law of the State, the validity of the remaining portion or provision shall not be affected. 20.8 Neither party, nor its employees, shall have or hold any continuing or frequently recurring employment or contractual relationship, or have any adverse claim against the other party, that is substantially antagonistic or incompatible with l and conscientious exercise or judgment related to its performance under this Agreement. This provision shall also 20.9 This Agreement may not be amended or modified except in writing, approved and executed by the parties with the same formalities and dignity as this Agreement. 20.10 The City reserves the right to assign work to various contractors, at its sole discretion, and this Agreement is not to be construed as a guarantee for work. 21.0 Nondiscrimination and Equal Opportunity Employment During the performance of this Agreement, Contractor agrees as follows: 21.1 The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 21.2 Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 21.3 Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other Agreement or understanding, a notice to be provided advising the labor union or workers' representatives of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 25 21.4 Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 21.5 Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 21.6 In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Agreement or with any of the rules, regulations, or orders, this Agreement may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts or federally assisted contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 21.7 Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 22.0 Compliance with the Copeland "Anti-Kickback" Act 22.1 Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this Agreement. 22.2 Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these Agreement clauses. 22.3 Breach. A breach of the Agreement clauses above may be grounds for termination of the Agreement, and for debarment as a contractor and subcontractor as provided in 29 C.F.R.§ 5.12. 26 23.0 Compliance with the Agreement Work Hours and Safety Standards Act 23.1 Overtime requirements. No Contractor or subcontractor contracting for any part of the Agreement work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such work week. 23.2 Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under Agreement for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. 23.3 Withholding for unpaid wages and liquidated damages. FEMA shall upon its own action or upon written request . of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other federal contract with the same prime contractor, or any other federally-assisted contract subject to the Agreement Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 23.4 Subcontracts. Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 24.0 Clean Air Act 24.1 Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 24.2 Contractor agrees to report each violation to the City and understands and agrees that the City will, in tum, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 24.3 Contractor agrees to include these requirements in each subcontract exceeding $100,000.00 financed in whole or in part with Federal assistance provided by FEMA. 27 25.0 Federal Water Pollution Control Act 25.1 Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 25.2 Contractor agrees to report each violation to the City and understandsand agrees that the City will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 25.3 Contractor agrees to include these requirements in each subcontract exceeding $100,000.00 financed in whole or in part with Federal assistance provided by FEMA. 26.0 Suspension and Debarment 26.1 This Agreement is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R.§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 26.2 The Contractor must comply with 2 C.P.R. pt. 180, subpart C and 2 C.P.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 26.3 Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any Agreement that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. 27.0 Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000.00 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the recipient. 28.0 Maximum use of products containing recovered materials 28.1 In the performance of this Agreement, Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired; (i) competitively within a timeframe providing for compliance with the Agreement performance schedule; (ii) meeting Agreement performance requirements; or (iii) at a reasonable price. 28 28.2 Information about this requirement is available at Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. The list of EPA-designate items is available at http://www.epa.gov/cpg/products.htm. 29.0 Access to Records 29.1 Contractor agrees to provide City, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this Agreement for the purposes of making audits, examinations, excerpts, and transcriptions. 29.2 Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 29.3 Contractor agrees to provide the FEMA Administrator or the authorized representatives access to work sites pertaining to the work being completed under the Agreement. 30.0 Compliance with Federal Law, Regulations, and Executive Orders This is an acknowledgement that FEMA financial assistance will be used to fund the Agreement only. Contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. 31.0 No Obligation by Federal Government The federal government is not a party to this Agreement and is not subject to any obligations or liabilities to the non-Federal entity, Contractor, or any other party pertaining to any matter resulting from the Agreement. 32.0 Program Fraud and False or Fraudulent Statements or Related Acts Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to actions pertaining to this Agreement. 33.0 Governing Law: 33.1 The laws of the State of Florida shall govern this Agreement. Venue shall be Broward County, Florida. The Agreement is not subject to arbitration. THE PARTIES EXPRESSLY WAIVE ALL RIGHTS TO TRIAL BY JURY FOR ANY DISPUTES ARISING FROM, OR IN ANY WAY CONNECTED WITH THIS AGREEMENT. THE PARTIES UNDERSTAND AND AGREE THAT THIS WAIVER IS A MATERIAL AGREEMENT TERM. 33.2 All claims, counterclaims, disputes and other matters in question between City and the Contractor arising out of, relating to or pertaining to the Agreement, the breach of it, the services of it, or the standard of performance required in it, are to be addressed by resort to non-binding mediation as authorized under the laws and rules of Florida; provided, however, that in the event of any dispute between the parties, the parties agree to first 29 negotiate with each other for a resolution of the matter or matters in dispute and, upon failure of such negotiations to resolve the dispute, the parties shall resort to mediation. If mediation is unsuccessful, any such matter may be determined by litigation in a court of competent jurisdiction in Broward County, Florida, or the Federal District Court of the Southern District of Florida and appropriate appellate courts for such venue and jurisdiction. IN WITNESS OF THE FOREGOING, City and Contractor have signed this Agreement, in duplicate. CITY OF DANIA BEACH, FLORIDA, THOMAS SCHNEIDER, CMC TAMARA JAMES, MAYOR CITY CLERK APPROVED AS TO LEGAL FORM AND CORRECTNESS; THOMAS J. ANSBRO, CITY ATTORNEY ANA M. GARCIA, ICMA-CM CITY MANAGER City of Dania Beach Public Services Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Fernando J. Rodriguez, Public Services Director Sean Schutten, Public Services Deputy Director SUBJECT: BROWARD COUNTY INTERLOCAL AGREEMENT (ILA) FOR OPTIONAL SERVICES AS PART OF THE “NATURESCAPE IRRIGATION SERVICE AND RESIDENTIAL IRRIGATION REBATE PROGRAM Request: City administration requests authorization to enter into an ILA with Broward County (County) for Optional Services as a part of the “NatureScape Irrigation Service (NIS) and Residential Irrigation Rebate Program” (RIR) effective upon execution through September 30, 2030. Background: The Program will provide Dania Beach lead staff and city residents with professional evaluations and recommendations to implement more efficient landscape irrigation systems, as well as rebates for participants. The City has previously participated in this program, with the last year being FY2023-24. Under the ILA, three initial inspections and follow-up evaluations are included in the NIS “base fee” each of the five years, with the annual fee starting at roughly $3,375.00 for the first year and escalating to $3,948.27 for the last year. The RIR component of the program follows a similar approach, but with a decreasing scale in the amount of the rebates’ base cost, from $6,750 in year 1 to $5,264.36 in year 5. There are not-to-exceed total amounts of $29,033.75 for the NIS and $46,123.45 for the RIR which apply for the 5-year contract term. Budgetary Impact The not to exceed amount of $75,157.20 will be funded from the Stormwater Mgmt./Other Current Charges/Obligations Permits & Licenses Account No. 403-38-01-538-49-30. Recommendation City Administration recommends the adoption of the resolution authorizing the City to enter into an ILA with Broward County for the NatureScape Irrigation Service and Residential Irrigation Rebate Program. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AN INTERLOCAL AGREEMENT (“ILA”) FOR OPTIONAL SERVICES WITH BROWARD COUNTY RELATING TO SERVICES FOR THE NATURESCAPE IRRIGATION SERVICE AND RESIDENTIAL IRRIGATION REBATE PROGRAMS AUTHORIZING BROWARD COUNTY TO CONDUCT SPECIFIC TECHNICAL ACTIVITIES REQUIRED AS PART OF LANDSCAPE AND IRRIGATION SYSTEM EVALUATIONS IN AN AMOUNT NOT-TO-EXCEED SEVENTY-FIVE THOUSAND ONE- HUNDRED FIFTY-SEVEN DOLLARS AND TWENTY CENTS ($75,157.20) OVER THE NEXT FIVE-AND-ONE-HALF YEARS (5.5); PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Dania Beach intends to enter into an Interlocal Agreement (“ILA”) with Broward County for Optional County Services for the NatureScape Irrigation Service (NIS) and the Residential Irrigation Rebate Program (RIR) providing municipalities and homeowners professional evaluations and recommendations for more efficient irrigation systems; and WHEREAS, the term of the ILA is five-and-one-half (5.5) years and the cost for the NIS program is not-to-exceed Twenty-Nine Thousand Thirty-Three and 75/100 Dollars ($29,033.75) and the cost of the RIR program is not-to-exceed Forty-Six Thousand One Hundred Twenty- Three and 45/100 Dollars ($46,123.45); and WHEREAS, the contract shall be in force upon execution through September 31, 2030; and WHEREAS, the Director of the Public Services Department recommends, and the Administration supports City Commission approval of the Optional Services to the Interlocal Agreement offered by the County. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. Section 2.That the proper City officials are authorized to execute a final agreement with Broward County for NIS and RIR programs, which agreement is attached and incorporated 2 RESOLUTION #2025-______ by reference as Exhibit “A”. Section 3.That funding will be appropriated and available within Stormwater Mgmnt. Other Charges/Obligation Permits & Licenses Account No. 403-38-01-538-49-30. Section 4. That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 5.That this Resolution shall be effective 10 days after passage. PASSED AND ADOPTED on __________________, 2025. Motion by __________________________, second by ___________________________. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 1 of 20 Interlocal Agreement between Broward County and City of Dania Beach for Participation in the NatureScape Irrigation Service and Residential Irrigation Rebate Programs This Interlocal Agreement (“Agreement”) is made and entered by and between Broward County, a political subdivision of the State of Florida (“County”), and City of Dania Beach, a municipal corporation of the State of Florida (“Participant”) (collectively referred to as the “Parties”). RECITALS A.The NatureScape Irrigation Services (“NIS Program”) provides irrigation system efficiency inspections on larger municipal and commercial sites. B. County established the Residential Irrigation Rebate Program (“RIR Program”) through its NIS Program whereby the County performs irrigation system efficiency inspections and facilitates rebates to residents to offset costs to upgrade water-efficient irrigation system components within each Participant’s water service area. C. Participant elected to participate in the NIS Program and RIR Program within its service area. Now, therefore, for good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: ARTICLE 1. DEFINITIONS 1.1.Board means the Board of County Commissioners of Broward County, Florida. 1.2.City Manager means the manager or administrator, whichever is applicable, that is the chief executive officer of the Participant. 1.3.Contract Administrator means the Director of the Natural Resources Division within Broward County’s Resilient Environment Department, or such other person designated by same in writing. 1.4.Services mean all work required under this Agreement including, without limitation, all deliverables, consulting, training, project management, or other Services specified in Exhibit A. ARTICLE 2. SCOPE OF SERVICES 2.1. County shall perform all County obligations identified in this Agreement including, without limitation, County Responsibilities specified in Exhibit A (the “Services” or “Scope of Services”). NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 2 of 20 2.2. Participant agrees to perform all Participant obligations identified in this Agreement including, without limitation, the Participant Responsibilities specified in the Scope of Services outlined in Exhibit A. 2.3. The Scope of Services is a description of the Parties’ obligations and responsibilities and is deemed to include preliminary considerations and prerequisites, and all labor, materials, equipment, and tasks that are such an inseparable part of the work described that exclusion would render performance by either party impractical, illogical, or unconscionable. 2.4. NIS Program. Participant has elected to participate in the NIS Program. The Services to be provided as part of the NIS Program are further identified in Exhibit A of this Agreement. Participant agrees to participate in the NIS Program and submitted a statement confirming to County the Participant’s desired not-to-exceed amount of Twenty-Nine Thousand Thirty-Three and 75/100 Dollars ($29,033.75) (“NIS Not-to-Exceed Amount”). The NIS Not-to-Exceed Amount includes Eighteen Thousand Two Hundred Eighty and 09/100 Dollars ($18,280.09) for the base cost (“Base Cost”) and Ten Thousand Seven Hundred Fifty-Three and 66/100 Dollars ($10,753.66) for additional evaluations the Participant wishes to offer (“Additional Evaluations Cost”). 2.5. RIR Program. Participant has elected to participate in the RIR Program. The Services to be provided as part of the RIR Program are further identified in Exhibit A of this Agreement. Participant agrees to participate in the RIR Program and submitted a statement confirming to County the Participant’s desired not-to-exceed amount of Forty-Six Thousand One Hundred Twenty-Three and 45/100 Dollars Dollars ($46,123.45) (“RIR Not-to-Exceed Amount”). The RIR Not-to-Exceed Amount includes Twenty-Six Thousand Six Hundred Twenty-Three and 45/100 Dollars ($26,623.45) for the base cost (“Base Cost”) and Nineteen Thousand Five Hundred and 00/100 Dollars ($19,500.00) as the amount Participant wishes to offer in rebates (“Rebate Amount”). 2.6. Participant may change the NIS Program and/or RIR Program Not-to-Exceed Amount by changing the number of additional evaluations or rebates, as applicable, it wishes to offer. Participant must notify the County at least thirty (30) days before any change to the Additional Evaluations Cost and/or Rebate Amount can become effective. Furthermore, the change is not effective until the County provides written notice affirmatively acknowledging the change. If such notice reduces the NIS Not-to-Exceed Amount for evaluations and/or RIR Program Not-to-Exceed Amount for rebates, County shall cease performing evaluations and/or accepting applications, as applicable, from Participant residents, if the residents’ participation would be in excess of the new Not-to-Exceed Amounts. However, decreasing the number of evaluations and/or rebates shall not relieve Participant of its obligation to compensate County for any evaluations actually conducted and/or rebates actually provided prior to the effective date of termination of this Agreement or prior to any notice of change pursuant to this section. 2.7. By participating in the NIS and RIR Programs, Participant acknowledges that County is responsible for administering the Programs. County shall make good faith efforts to consult with NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 3 of 20 Participant regarding the promotion and administration of the NIS and RIR Programs. Except as otherwise provided, all decisions including, without limitation, whether to offer a rebate on an individual basis, whether to offer an evaluation on an individual basis and the scope of the evaluations offered, the manner by which County promotes the NIS Program and the RIR Program, what rebates to offer, and the amount of the rebate shall be made in County’s sole discretion. ARTICLE 3. TERM AND TIME OF PERFORMANCE 3.1. Term. The term of this Agreement shall begin on the date it is fully executed by the Parties ("Effective Date") and continues through September 30, 2030 (“Initial Term”), unless otherwise terminated or extended as provided in this Agreement. The Initial Term and Extension Term(s), as those terms are defined in this article, are collectively referred to as the “Term.” 3.2. Extensions. The Participant may extend this Agreement for up to one (1) additional five (5) year term (each an “Extension Term”) on the same terms and conditions stated in this Agreement by sending notice to the County at least thirty (30) days prior to the expiration of the then-current term. By sending the thirty (30) day notice, the Participant agrees to any rate changes that will be applicable during the Extension Term. The County Administrator is authorized to accept any Extension Term and notice of same to Participant only by electronic mail shall be effective and sufficient. 3.3. Fiscal Year. The continuation of this Agreement beyond the end of any County fiscal year is subject to both the appropriation and the availability of funds pursuant to Chapter 129 and, if applicable, Chapter 212, Florida Statutes. If the County or Participant does not approve funding for any subsequent fiscal year, this Agreement shall terminate upon expenditure of the current funding, notwithstanding other provisions in this Agreement to the contrary. ARTICLE 4. COMPENSATION 4.1. For all Services provided under this Agreement, Participant will pay County up to a maximum amount as set forth below. For the NIS Program, the NIS Not-to-Exceed Amount shall consist of the Base Cost and Additional Evaluations Cost as outlined in Section 2.4 and reflected in the table below. For the RIR Program, the RIR Not-to-Exceed Amount consists of the Base Cost and the Rebate Amount as set forth in Section 2.5 and the table below. Participant will not front the cost of individual rebates and devices. Instead, County will invoice Participant up to the Maximum Not-to-Exceed costs reflected in the chart below for actual rebates and devices issued within Participant’s service areas within a given year. NIS Program Yr^ Base Cost (includes 3 initial and 3 follow up evaluations) Number of Additional Evaluations Additional Evaluations Cost* Maximum Not- to-Exceed Amount+ Invoice submitted by: NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 4 of 20 1 $3,375.00 3 $4,350.00 $7,725.00 August 20, 2026 2 $3,510.00 1 $1,508.00 $5,018.00 August 20, 2027 3 $3,650.40 1 $1,568.32 $5,218.72 August 20, 2028 4 $3,796.42 1 $1,631.05 $5,427.47 August 20, 2029 5 $3,948.27 1 $1,696.29 $5,644.56 August 20, 2030 ^Year 1 Base Cost covers Services from the Effective Date through September 2026. Years 2-5 include a four percent (4%) escalator per year on Services. *Additional Evaluations are initial evaluations unless otherwise requested by Participant. Year 1 Additional Evaluations Cost includes three (3) additional evaluations to cover the extended service period. +The Maximum Not-to-Exceed Amount includes the $3,375.00 Base Cost and an additional $1,450 per each additional evaluation. RIR Program Yr^ Base Cost (Administrative)Rebate Amount Maximum Not- to-Exceed Amount*Invoice submitted by: 1 $6,750.00 $5,500.00 $12,250.00 August 20, 2026 2 $4,680.00 $3,500.00 $8,180.00 August 20, 2027 3 $4,867.20 $3,500.00 $8,367.20 August 20, 2028 4 $5,061.89 $3,500.00 $8,561.89 August 20, 2029 5 $5,264.36 $3,500.00 $8,764.36 August 20, 2030 ^ Year 1 covers Services from the Effective Date through September 2026. Years 2-5 include a four percent (4%) escalator per year on the $4,500.00 Base Cost. County shall have the option to refuse to perform any additional evaluations and may notify Participant in writing of this fact. If County elects to not perform an additional evaluation, Participant shall not be invoiced for that additional evaluation. 4.2. County will make a good faith effort to conduct as many evaluations and distribute as many rebates as possible within the designated amount identified in Sections 2.4 and 2.5 of this Agreement. 4.3. County shall submit its first invoice on August 20, 2026. Thereafter, County shall annually submit invoices by August 20th for work actually performed and for the final number of evaluations and final amount distributed as rebates, if any. Participant shall pay County within forty-five (45) days following receipt of County’s invoice and as otherwise provided by Chapter 218, Florida Statutes. County may submit the final invoice up to sixty (60) days following the Term of this Agreement. NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 5 of 20 ARTICLE 5. INSURANCE The Parties are entities subject to Section 768.28, Florida Statutes, and shall furnish the other party with written verification of liability protection in accordance with state law upon request by a party subject to this Agreement. ARTICLE 6. TERMINATION 6.1. Termination for Cause. This Agreement may be terminated for cause by the aggrieved party if the party in breach has not corrected the breach within ten (10) days after receipt of written notice from the aggrieved party identifying the breach. This Agreement may be terminated for cause by County for reasons including, but not limited to, any of the following: 6.1.1. Participant’s failure to suitably or continuously perform the Services in a manner calculated to meet or accomplish the objectives in this Agreement; or 6.1.2. By the County Administrator for fraud, misrepresentation, or material misstatement by Participant in the award or performance of this Agreement or that violates any applicable requirement of Section 1-81 of the Code. Unless otherwise stated in this Agreement, if this Agreement was approved by Board action, termination for cause by County must be by action of the Board or the County Administrator; in any other instance, termination for cause may be by the County Administrator, the County representative expressly authorized under this Agreement, or the County representative (including any successor) who executed the Agreement on behalf of County. If County erroneously, improperly, or unjustifiably terminates this Agreement for cause, such termination shall be deemed a termination for convenience pursuant to Section 6.2 effective thirty (30) days after such notice was provided. 6.2. Termination for Convenience; Other Termination. This Agreement may also be terminated for convenience by either party with at least thirty (30) days advance written notice to the other party. The Parties acknowledges they received good, valuable, and sufficient consideration for the right to terminate this Agreement for convenience including in the form of the obligation to provide advance notice to the other party of such termination in accordance with this section. This Agreement may also be terminated by the County Administrator or City Manager upon such notice as the County Administrator or City Manager deems appropriate under the circumstances if the County Administrator or City Manager determines that termination is necessary to protect the public health, safety, or welfare. If this Agreement is terminated by either party pursuant to this section, County shall be paid for any Services properly performed through the termination date specified in the written notice of termination and neither party shall have any further obligation to pay County for Services under this Agreement. 6.3. Notice of termination shall be provided in accordance with the “Notices” section of this Agreement except that notice of termination by the County Administrator to protect the public health, safety, or welfare may be oral notice that shall be promptly confirmed in writing. NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 6 of 20 ARTICLE 7. EEO COMPLIANCE No party to this Agreement may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, gender identity and expression, or veteran or service member status in the performance of this Agreement. Failure by any party to carry out any of the requirements of this section shall constitute a material breach of this Agreement, which shall permit the other party to terminate this Agreement or to exercise any other remedy provided under applicable law, all such remedies being cumulative. ARTICLE 8. MISCELLANEOUS 8.1. Contract Administrator Authority. The Contract Administrator is authorized to coordinate and communicate with Participant to manage and supervise the performance of this Agreement. Participant acknowledges that the Contract Administrator has no authority to make changes that would increase, decrease, or otherwise materially modify the Scope of Services except as expressly set forth in this Agreement or, to the extent applicable, in the Broward County Procurement Code. Unless expressly stated otherwise in this Agreement or otherwise set forth in the Code or the Broward County Administrative Code, the Contract Administrator may exercise ministerial authority in connection with the day-to-day management of this Agreement. The Contract Administrator may also approve in writing minor modifications to the Scope of Services that do not increase the total cost to County or waive any rights of County. 8.2. Rights in Documents and Work. Any and all reports, photographs, surveys, documents, materials, data, or other work created by Participant in connection with performing Services, whether finished or unfinished (“Documents and Work”), shall be owned by County, and Participant hereby transfers to County all right, title, and interest, including any copyright or other intellectual property rights, in or to the Documents and Work. Upon expiration or termination of this Agreement, the Documents and Work shall become the property of County and shall be delivered by Participant to the Contract Administrator within seven (7) days after expiration or termination. 8.3. Public Records. Notwithstanding any other provision in this Agreement, any action taken by County in compliance with, or in a good faith attempt to comply with, the requirements of Chapter 119, Florida Statutes, shall not constitute a breach of this Agreement. If Participant is acting on behalf of County as stated in Section 119.0701, Florida Statutes, Participant shall: 8.3.1. Keep and maintain public records required by County to perform the Services; 8.3.2. Upon request from County, provide County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time and at a cost that does not exceed that provided in Chapter 119, Florida Statutes, or as otherwise provided by applicable law; 8.3.3. Ensure that public records that are exempt or confidential and exempt from public record requirements are not disclosed except as authorized by applicable law for the NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 7 of 20 duration of this Agreement and after completion or termination of this Agreement if the records are not transferred to County; and 8.3.4. Upon expiration of the Term or termination of this Agreement, transfer to County, at no cost, all public records in possession of Participant or keep and maintain public records required by County to perform the Services. If Participant transfers the records to County, Participant shall destroy any duplicate public records that are exempt or confidential and exempt. If Participant keeps and maintains the public records, Participant shall meet all requirements of applicable law for retaining public records. All records stored electronically must be provided to County upon request in a format that is compatible with the information technology systems of County. If Participant receives a request for public records regarding this Agreement or the Services, Participant must 1) respond to the request consistent with the requirements of Chapter 119, Florida Statutes, and 2) immediately notify the Contract Administrator in writing and provide all requested records to County to enable County to timely respond to the public records request or, if necessary, to supplement the Participant’s response. Participant must separately submit and conspicuously label as “RESTRICTED MATERIAL – DO NOT PRODUCE” any material (a) that Participant contends constitutes or contains its trade secrets under Chapter 688, Florida Statutes, or (b) for which Participant asserts a right to withhold from public disclosure as confidential or otherwise exempt from production under Florida public records laws (including Chapter 119, Florida Statutes) (collectively, “Restricted Material”). In addition, Participant must, simultaneous with the submission of any Restricted Material, provide a sworn declaration or affidavit in a form acceptable to County from a person with personal knowledge attesting that the Restricted Material constitutes trade secrets or is otherwise exempt or confidential under Florida public records laws, including citing the applicable Florida Statute and specifying the factual basis for each such claim. Upon request by County, Participant must promptly identify the specific applicable statutory section that protects any particular document. If a third party submits a request to County for records designated by Participant as Restricted Material, County shall refrain from disclosing such material unless otherwise ordered by a court of competent jurisdiction, authorized in writing by Participant, or the claimed exemption is waived. Any failure by Participant to strictly comply with the requirements of this section shall constitute Participant’s waiver of County’s obligation to treat the records as Restricted Material. IF PARTICIPANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO PARTICIPANT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 954-519-1270, NATURALRESOURCES@BROWARD.ORG, 115 S ANDREWS AVE, RM 329H, FORT LAUDERDALE, FLORIDA 33301. 8.4. Prohibited Telecommunications. Participant represents and certifies that Participant does not use, and for the Term will not provide or use, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 8 of 20 any system, or as critical technology as part of any system, as such terms are used in 48 C.F.R. §§ 52.204-24 through 52.204-26. 8.5. Independent Contractor. County is an independent contractor of Participant, and nothing in this Agreement shall constitute or create a partnership, joint venture, or any other relationship between the Parties. In providing Services, neither County nor its agents shall act as officers, employees, or agents of Participant. Neither party shall have the right to bind the other to any obligation not expressly undertaken by that party under this Agreement. 8.6. Regulatory Capacity. Notwithstanding the fact that County is a political subdivision with certain regulatory authority, County’s performance under this Agreement is as a party to this Agreement and not in its regulatory capacity. If County exercises its regulatory authority, the exercise of such authority and the enforcement of applicable law shall have occurred pursuant to County’s regulatory authority as a governmental body separate and apart from this Agreement and shall not be attributable in any manner to County as a party to this Agreement. 8.7. Governmental Immunity. Except to the extent sovereign immunity may be deemed waived by entering into this Agreement, nothing herein is intended to serve as a waiver of sovereign immunity by either party nor shall anything included herein be construed as consent by either party to be sued by a third party in any matter arising out of this Agreement. Each party is a state agency or political subdivision as defined in Section 768.28, Florida Statutes, and shall be responsible for the acts and omissions of its agents or employees to the extent required by applicable law. 8.8. Third-Party Beneficiaries. Neither Participant nor County intends to primarily or directly benefit a third party by this Agreement. Therefore, the Parties acknowledge that there are no third-party beneficiaries to this Agreement and that no third party shall be entitled to assert a right or claim against either of them based upon this Agreement. 8.9. Notice and Payment Address. Unless otherwise stated herein, for notice to a party to be effective under this Agreement, notice must be sent via U.S. first-class mail, hand delivery, or commercial overnight delivery, each with a contemporaneous copy via email, to the addresses listed below and shall be effective upon mailing or hand delivery (provided the contemporaneous email is also sent). Payments shall be made to the noticed address for Participant. Addresses may be changed by the applicable party giving notice of such change in accordance with this section. For County: Broward County Natural Resources Division NatureScape Irrigation Services Attn: Vanessa Balta, Water Conservation Manager Governmental Center, Room 329H 115 South Andrews Avenue Fort Lauderdale, Florida 33301 Email address: vbalta@broward.org NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 9 of 20 For Participant: ________________________ ________________________ Email address: _________________ 8.10. Assignment. Neither this Agreement nor any right or interest in it may be assigned, transferred, subcontracted, or encumbered by either party without the prior written consent of the other party. Any assignment, transfer, encumbrance, or subcontract in violation of this section shall be void and ineffective, constitute a breach of this Agreement, and permit County to immediately terminate this Agreement, in addition to any other remedies available to County at law or in equity. 8.11. Conflicts. Neither Participant nor its employees shall have or hold any continuing or frequently recurring employment or contractual relationship that is substantially antagonistic or incompatible with Participant’s loyal and conscientious exercise of judgment and care related to its performance under this Agreement. During the Term, none of Participant’s officers or employees shall serve as an expert witness against County in any legal or administrative proceeding in which they or Participant is not a party, unless compelled by legal process. Further, such persons shall not give sworn testimony or issue a report or writing as an expression of such person’s expert opinion that is adverse or prejudicial to the interests of County in connection with any such pending or threatened legal or administrative proceeding unless compelled by legal process. The limitations of this section shall not preclude Participant or any persons in any way from representing themselves, including giving expert testimony in support of such representation, in any action or in any administrative or legal proceeding. 8.12. Materiality and Waiver of Breach. Each requirement, duty, and obligation set forth in this Agreement was bargained for at arm’s-length and is agreed to by the Parties. Each requirement, duty, and obligation set forth in this Agreement is substantial and important to the formation of this Agreement, and each is, therefore, a material term. County’s failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any breach shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of this Agreement. To be effective, any waiver must be in writing signed by an authorized signatory of the party granting the waiver. 8.13. Compliance with Laws. Participant and the Services must comply with all applicable law, including, without limitation, the Americans with Disabilities Act, 42 U.S.C. § 12101, Section 504 of the Rehabilitation Act of 1973, and the requirements of any applicable grant agreements. 8.14. Severability. If any part of this Agreement is found to be unenforceable by any court of competent jurisdiction, that part shall be deemed severed from this Agreement and the balance of this Agreement shall remain in full force and effect. 8.15. Joint Preparation. This Agreement has been jointly prepared by the Parties and shall not be construed more strictly against either party. NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 10 of 20 8.16. Interpretation. The titles and headings contained in this Agreement are for reference purposes only and shall not in any way affect the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include any other gender, and the singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as “herein” refer to this Agreement as a whole and not to any particular sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a section or article of this Agreement, such reference is to the section or article as a whole, including all subsections thereof, unless the reference is made to a particular subsection or subparagraph of such section or article. Any reference to “days” means calendar days, unless otherwise expressly stated. Any reference to approval by County shall require approval in writing, unless otherwise expressly stated. 8.17. Priority of Provisions. If there is a conflict or inconsistency between any term, statement, requirement, or provision of any document or exhibit attached to, referenced by, or incorporated in this Agreement and any provision within an article or section of this Agreement, the article or section shall prevail and be given effect. 8.18. Law, Jurisdiction, Venue, Waiver of Jury Trial. This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. The exclusive venue for any lawsuit arising from, related to, or in connection with this Agreement shall be in the state courts of the Seventeenth Judicial Circuit in and for Broward County, Florida. If any claim arising from, related to, or in connection with this Agreement must be litigated in federal court, the exclusive venue for any such lawsuit shall be in the United States District Court or United States Bankruptcy Court for the Southern District of Florida. EACH PARTY HEREBY EXPRESSLY WAIVES ANY RIGHTS IT MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO THIS AGREEMENT. 8.19. Amendments. Unless expressly authorized herein, no modification, amendment, or alteration of any portion of this Agreement is effective unless contained in a written document executed with the same or similar formality as this Agreement and by duly authorized representatives of County and Participant. 8.20. Prior Agreements. This Agreement represents the final and complete understanding of the Parties regarding the subject matter of this Agreement and supersedes all prior and contemporaneous negotiations and discussions regarding same. All commitments, agreements, and understandings of the Parties concerning the subject matter of this Agreement are contained herein. 8.21. Payable Interest 8.21.1. Payment of Interest. Unless prohibited by applicable law, County shall not be liable for interest to Participant for any reason, whether as prejudgment interest or for any other purpose, and Participant waives, rejects, disclaims, and surrenders any and all entitlement to interest in connection with a dispute or claim arising from, related to, or in connection with this Agreement. NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 11 of 20 8.21.2. Rate of Interest. If the preceding subsection is inapplicable or is determined to be invalid or unenforceable by a court of competent jurisdiction, the annual rate of interest payable by County under this Agreement, whether as prejudgment interest or for any other purpose, shall be, to the full extent permissible under applicable law, one quarter of one percent (0.25%) simple interest (uncompounded). 8.22. Incorporation by Reference. Any and all Recital clauses stated above are true and correct and are incorporated in this Agreement by reference. The attached Exhibit is incorporated into and made a part of this Agreement. 8.23. Multiple Originals and Counterparts. This Agreement may be executed in multiple originals or in counterparts, whether signed physically or electronically; each of which shall be deemed to be an original, and all of which, taken together, shall constitute one and the same agreement. 8.24. Use of Parties’ Logo. The Parties shall not use each other’s name or logo in marketing or publicity materials without prior written consent from the other party. Consent to use the County’s logo may be provided by the Contract Administrator. Consent to use the Participant’s logo may be provided by the ____________________. 8.25. Representation of Authority. Each individual executing this Agreement on behalf of a party hereto hereby represents and warrants that he or she is, on the date he or she signs this Agreement, duly authorized by all necessary and appropriate action to execute this Agreement on behalf of such party and does so with full legal authority. [THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 12 of 20 IN WITNESS WHEREOF, the Parties hereto have made and executed this Agreement: Broward County, through its Board of County Commissioners, signing by and through its County Administrator, authorized to execute same by Board action on the _____ day of _________________, 20__; and City of Dania Beach, signing by and through its duly authorized representative. COUNTY BROWARD COUNTY, by and through its County Administrator By: ____________________________ County Administrator ____ day of ______________, 20__ Approved as to form by Andrew J. Meyers Broward County Attorney 115 South Andrews Avenue, Suite 423 Fort Lauderdale, Florida 33301 Telephone: (954) 357-7600 By____________________________ Attorney’s Name (Date) Senior/Assistant County Attorney By____________________________ Attorney’s Name (Date) Senior/Assistant County Attorney ABC/wp Name of Document 00/00/24 #[Imanage file #] NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 13 of 20 Interlocal Agreement between Broward County and City of Dania Beach for Participation in the NatureScape Irrigation Service and Residential Irrigation Rebate Programs Participant CITY OF Dania Beach ATTEST: By: JOYCE L. DAVIS, MAYOR _______________________________ ELORA RIERA, MMC CITY CLERK Print Name _____ day of __________, 20___ I HEREBY CERTIFY that I have approved this Agreement as to form and legal sufficiency subject to execution by the parties: EVE A. BOUTSIS, CITY ATTORNEY NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 14 of 20 Exhibit A SCOPE OF SERVICES Broward County NatureScape Irrigation & Residential Irrigation Rebate Programs 1. INTRODUCTION The NatureScape Irrigation Services Program (“NIS Program”) provides irrigation system efficiency inspections on larger municipal and commercial sites as identified by partner agencies or the County NIS Program. NIS program staff identify operational efficiencies, maintenance concerns, and potential upgrades of system components to achieve increased water use efficiency. The overall objective of the NIS Program is to further water conservation strategies in support of consumptive use permit requirements and achieve water quality improvements as part of the United States Environmental Protection Agency's National Pollutant Discharge Elimination System permitting program. The NIS Program seeks to encourage municipalities and businesses in Broward County to adopt an enduring water conservation ethic that supports long-term water resource sustainability and to achieve permanent and measurable water savings through repair and upgrade of irrigation system components and through proper management of those systems. The Residential Irrigation Rebate Program (“RIR Program”) provides irrigation system efficiency inspections and water conservation education to residents of partner municipalities and offers rebates to offset initial costs incurred in upgrading specified water-efficient irrigation system components. The RIR Program encourages Broward County residents to adopt an enduring water conservation ethic that supports long-term water resource sustainability and to achieve permanent and measurable water savings through repair and upgrade of irrigation system components and through proper management of those systems. 2. SCOPE OF SERVICES FOR THE NIS PROGRAM The NIS Program Scope of Services in support of this Agreement is undertaken through the following series of tasks. 2.1 COUNTY RESPONSIBILITIES A. ADMINISTRATION OF THE PROGRAM i.Provide overall administration of the Agreement. Except as otherwise provided, administration of the NIS Program will be left to the sole discretion of County. ii.Coordinate at least one (1) meeting annually with Participant to present annual NIS Program achievements, review administrative or logistical program issues, and consider new program promotions and opportunities for improvement. NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 15 of 20 iii.Provide reports to Participant and other partners as requested on inspection results, any rebate expenditures to implement recommended improvements, and water savings. An annual report will outline the performance of the NIS Program and the status of goals and objectives. The report will include a list of sites inspected and water savings. The report will also address any unanticipated delays and issues that necessitate modification of the NIS Program. County will provide the annual report within 30 days following the completion of the County’s fiscal year. iv.Optionally seek additional funds and support from local, state, and national sources including, but not limited to, SFWMD's Local Cooperative Funding Program, Water Sense Partnership (EPA), and local groups. In addition, County may solicit support from sponsors through County's Advantage Marketing program. Funds obtained from additional sources may be used to provide additional inspections or rebates, or to offset other costs at County's discretion. B. NIS PROGRAM i.Perform at least six (6) evaluations, which include three (3) initial and three (3) follow up, per year on properties selected in coordination with Participant and located within the water service area of Participant. Participant elected to receive one (1) additional evaluations per year. County shall perform such additional evaluations. An additional evaluation shall be either an original (i.e., initial) or follow-up evaluation, at Participant's election. During Year 1, three (3) additional evaluations will be completed to cover the extended service period. ii.Evaluations will be performed by a NIS Program staff person with training in irrigation system design and operation, expertise in landscape best management practices, and with permission and participation of the property owner/manager. The initial evaluation will serve to assess current rates of water consumption as a function of existing landscape design and maintenance and be based on the existing irrigation system's condition and standard operation. iii.Provide, following the initial evaluation, the property owner/manager with specific written recommendations for reducing total irrigation demands and increasing irrigation system efficiency through appropriate modifications in the NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 16 of 20 landscape design, as well as irrigation system maintenance and operation. NIS Program staff will provide the property owner/manager a summary of the results of the evaluation in a site report and include the results in the Participant’s annual program report. The site report will include a description of the irrigation system and site, a list of recommended improvements, and a summary of current water consumption and potential water savings if the recommended improvements are implemented. iv.Conduct follow up evaluations of sites inspected no more than three (3) months after the initial evaluation. Follow up evaluations will consist of an assessment of the degree to which the site-specific recommendations were implemented, and quantification of the water savings achieved by the implementation of the recommended improvements. v.Identify and coordinate property owners/managers interested in pursuing NatureScape Certification as part of the NIS evaluation. For interested property owners/managers, NIS Program staff will provide contact information for UF/IFAS Florida-Friendly Landscaping™ Program and National Wildlife Federation (NWF) Community Wildlife Habitats Program. Properties implementing an NIS evaluation and Florida-Friendly LandscapeTM or NWF Community Wildlife Habitats recommendations are eligible for certification as NatureScape properties. vi.Conduct additional NIS site evaluations within each service area Participant elected to fund. These additional NIS evaluation sites may be selected at the discretion of County in coordination with Participant. vii.Prepare a five-year summary of the N IS program accomplishments prior to conclusion of the five-year term, that includes: a.The total number and location of properties evaluated; b.An analysis of potential versus actual water savings achieved as a result of the NIS Program; c.A discussion of achieved improvements in landscape practices with consideration of water quality implications; NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 17 of 20 d.An identification of properties certified as meeting NatureScape Broward criteria a result of the NIS Program; and e.An assessment of the overall performance of the NIS Program. 2.2 PARTICIPANT RESPONSIBILITIES: A.Provide one point of contact to coordinate with NIS Program on matters pertaining to this Agreement and inform NIS Program in writing within thirty (30) days after a change in point of contact. B.Participate in NIS Program meetings and provide comments within thirty (30) days after request on programmatic matters. Following such thirty (30) day period, NIS Program may assume Participant has no comments if none have been provided. C.Provide NIS Program with a list of at least six (6) properties in Year 1 and, at least four (4) properties annually in Years 2-5 within its water service area to be potential targets for the NIS Program and coordinate with NIS Program staff to identify appropriate properties within thirty (30) days after the start of each Program year under this Agreement. D.Coordinate with County to: i.Identify and contact site managers of properties to be inspected under the NIS Program; ii.Coordinate access to properties to be inspected under the NIS Program; iii.Follow up with site managers to encourage improvements and repairs as identified in the inspection report; and iv. Promote the NIS Program and, if participating, the RIR Program. E.Inform NIS Program in writing no later than the start of the fourth (4th) quarter of each Program year of any increases or decreases in the amount of additional NIS Program inspections and/or RIR Program rebates for the upcoming program year. 3.0 SCOPE OF SERVICES FOR THE RIR PROGRAM The RIR Program Scope of Services in support of this Agreement is undertaken through the following series of tasks. NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 18 of 20 3.1 COUNTY RESPONSIBILITIES A.ADMINISTRATION OF THE RIR PROGRAM i. Provide overall administration of the Agreement. Except as otherwise provided, administration of the RIR Program will be left to the discretion of County. ii. Coordinate at least one (1) meeting annually with Participant to present annual program achievements, review administrative or logistical program issues, and consider new program promotions and opportunities for improvement. iii. Provide reports to Participant and other partners as requested on inspection results, rebate expenditures, and water savings. An annual report will outline the performance of the RIR Program and the status of goals and objectives. The report will include a list of sites inspected, rebates awarded, and water savings. The report will also address any unanticipated delays and issues that necessitate modification of the Program. County will provide the annual report within thirty (30) days following the completion of the County’s fiscal year. iv. Optionally seek additional funds and support from local, state, and national sources including, but not limited to, SFWMD’s Local Cooperative Funding Program, Water Sense Partnership (EPA), and local groups. In addition, County may solicit support from sponsors through County’s Advantage Marketing program. Funds obtained from additional sources may be used to provide additional inspections or rebates, or to offset other costs at County’s discretion. B. RIR PROGRAM i.Receive and evaluate resident applications for rebate eligibility, as funded by Participant, for residents that purchase and install specified water-saving measures including, but not limited to, adjustment of irrigation timing, zoning, head type and/or placement; and upgrades to irrigation system components such as valves, heads, timers, and sensing devices. ii. Schedule and perform initial system evaluation with residents. Evaluations will be performed by RIR Program staff person with training in irrigation system design and operation, expertise in NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 19 of 20 landscape best management practices, and with permission and participation of the property owner/manager. The initial evaluation will serve to assess the existing irrigation system’s type, size, and condition. Residents will receive a water conservation kit and information on County’s water conservation programs. iii. Manage the preparation and issuance of rebate checks. iv. Provide, following the initial evaluation, the property owner/manager with rebate fulfilment requirements aimed at reducing total irrigation demands and increasing irrigation system efficiency. Program staff will provide the property owner/manager a summary of the results of the evaluation in a site report and include the results in the Participant’s annual program report. The site report will include a detailed description of the irrigation system and site, a summary of current annual water consumption, and provide rebate fulfillment requirements. v. Identify and coordinate property owners/managers interested in pursuing NatureScape Certification as part of the NIS evaluation. For interested property owners/managers, NIS Program staff will provide contact information for UF/IFAS Florida-Friendly Landscaping™ Program and National Wildlife Federation (NWF) Community Wildlife Habitats Program. Properties implementing an NIS evaluation and Florida-Friendly Landscape™ or NWF Community Wildlife Habitats recommendations are eligible for certification as NatureScape properties. vi. Maintain a list of currently approved cost-saving measures along with the rebate amount being offered and provide the current, accurate list to Participant upon request. vii. Periodically assess available water-saving measures to be used for rebates to ensure the RIR Program stays current with technology and standards. viii. Adopt forms and documentation for use by residents who wish to request a rebate. County will design such forms in consultation with Participant, but approval of such forms shall be at the discretion of County. ix. Make a good faith effort to periodically communicate the availability of the rebate program to residents within Participant’s water service area, including all necessary qualifications. This will NatureScape Irrigation Services and Residential Irrigation Rebate Programs ILA Page 20 of 20 include, at a minimum, one (1) promotional campaign within Participant's water service area per RIR Program year. x. If rebate funds are exhausted before the final quarter in any RIR Program year, submit notice to Participant and cease performance on the RIR Program until additional funds become available. xi. Prepare a five-year summary of the RIR program accomplishments prior to conclusion of the five-year term, that includes: a. The total number of applications received, total number of sites visited, and total number and location of properties awarded rebates; b. Total estimated water savings achieved as a result of the RIR Program; c. A discussion of achieved improvements in landscape practices with consideration of water quality implications; d. An identification of properties certified as meeting NatureScape Broward criteria a result of the RIR Program; and e. An assessment of the overall performance of the RIR Program. 3.2 PARTICIPANT RESPONSIBILITIES: A. Provide one point of contact to coordinate with County on matters pertaining to this Agreement and inform County in writing within thirty (30) days after a change in point of contact. B.Participate in RIR Program meetings and provide comments within thirty (30) days after request on programmatic matters. Following such thirty (30) day period, County may assume Participant has no comments if none have been provided. C. Inform County in writing no later than the start of the fourth (4th) quarter of each Program year of any increases or decreases in the amount of RIR Program rebates for the upcoming program year. City of Dania Beach Public Services Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Fernando J. Rodriguez, Public Services Director Sean Schutten, Public Services Deputy Director SUBJECT: APPROVAL OF THE KIMLEY-HORN AND ASSOCIATES (KHA) PROPOSAL FOR PROFESSIONAL ENGINEERING DESIGN SERVICES FOR 934/938 NAUTILUS ISLE OUTFALL INSTALLATION AND STORMWATER DESIGN Request: The Public Services Department (PSD) requests approval for a proposal from KHA for design engineering services required for the installation of an outfall and stormwater system at 934/938 Nautilus Isle. Background: The City abandoned a drainage pipe to an outfall structure on Nautilus Isles in 2024 due to the system’s age, condition and erosion concern (it is adjacent to a canal). This system requires replacement for proper drainage to be provided on this roadway, which impacts much of the neighborhood. Consent was granted by the two residents/homeowners abutting the structure, granting a permanent easement to perform the work and any future maintenance required. Subsequently, engineering design services were sought by one of the City’s CCNA consultants, KHA, for the design of a replacement system. The proposal, which also includes construction management services such as bidding assistance and partial on-site oversight of the work, is priced at $86,245. Budgetary Impact Funding for this $86,245 proposal will be provided by Stormwater Mgmnt. Professional Services Engineering Account No. 001-39-538-31-30. Recommendation PSD recommends approval of the attached proposal from Kimley Horn and Associates for engineering design services required for installation of a new pipe/outfall system near the 900 block of Nautilus Isles. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE A WORK ORDER FOR PROFESSIONAL ENGINEERING DESIGN SERVICES PROVIDED BY KIMLEY-HORN AND ASSOCIATES, INC (KHA) FOR 934/938 NAUTILUS ISLE OUTFALL INSTALLATION AND STORMWATER DESIGN IN THE AMOUNT OF EIGHTY-SIX THOUSAND TWO HUNDRED FORTY-FIVE DOLLARS ($86,245.00) AND TO EXCEED THE $50,000.00 (FIFTY THOUSAND DOLLAR) SINGLE VENDOR ANNUAL THRESHOLD FOR THE DURATION OF THE CONTRACT PERIOD; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City abandoned a drainage pipe and outfall structure on Nautilus Isle in 2024 due to aging infrastructure and erosion concerns; and WHEREAS, the City is committed to fulfilling its duty to provide a new stormwater management system and outfall on Nautilus Isle.; and WHEREAS, the City has consent from two neighboring homeowners located at 934 and 938 Nautilus Isle to provide a permanent easement for the City to install a new subsurface drainage pipe connected to outfall; and WHEREAS, the Dania Beach Code of Ordinances, Chapter 2, Article 1, Section 2-10, “Monetary thresholds for certain purchases and payment disbursement authorizations”, Subsection (a), sets the monetary threshold at Fifty Thousand Dollars ($50,000.00) for a vendor each fiscal year; and WHEREAS, Kimley-Horn and Associates (KHA) submitted a Work Order to provide design and construction services in the amount of Eighty-Six Thousand Two-Hundred and Forty- Five Dollars ($86,245.00), which Work Order is attached as Exhibit “A” and incorporated into this resolution by this reference; and WHEREAS, the Public Services Department recommends the City enter into the agreement with KHA. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. 2 RESOLUTION #2025-______ Section 2.That the City Commission authorizes the proper City officials to execute an agreement with KHA for design services for the outfall penetration and stormwater services. Section 3.That funding for professional engineering and design services in the amount of ($86,245.00) will be appropriated from the Stormwater Mgmt. Professional Services Engineering Account No. 403-38-01-538-31-30. Section 4.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 5.That this Resolution shall be effective 10 days after passage. PASSED AND ADOPTED on __________________, 2025. Motion by __________________________, second by ___________________________. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 March 6, 2025 Sean Schutten, P.E. Public Services Deputy Director City of Dania Beach 1201 Stirling Road Dania Beach, FL 33004 Re: 934/938 Nautilus Isle Outfall Penetration Scope of Services for Professional Engineering Design Services Dear Mr. Schutten: Kimley-Horn and Associates, Inc., (hereinafter referred to as “Consultant” or “We”), in connection with the City of Dania Beach’s “Continuing Architectural, Surveying, Landscape Architecture and Engineering Consulting Services”; RFQ 20-005 is pleased to submit this proposal to the City of Dania Beach, (hereinafter referred to as “City”) to provide professional services. Our project understanding, scope of services, schedule, and fees are below. SCOPE OF SERVICES Kimley-Horn and Associates, Inc. will provide the services specifically set forth below. PROJECT UNDERSTANDING We understand that the City intends to install a drainage pipe between 934 Nautilus Isle and 938 Nautilus Isle, as generally outlined in “Exhibit A” as shown below. Consultant will prepare construction documents for recommended improvements for this project area. Consultant will proceed with the construction design documents, regulatory permitting assistance, bidding assistance and limited construction phase services for the recommended stormwater improvements according to the scope of services outlines within the following sections. “Exhibit A” March 6, 2025, Page 2 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 Scope of Services Task 1 – Site Investigation Task Task 1.1 – Topographic Survey The Consultant will engage a sub-consultant (licensed surveyor) to prepare a Topographic Survey meeting the Standards of Practice established by The Board of Prefessional Surveyors and Mappers within the State of Florida. The survey will include the following: · Establish horizontal and vertical control points to support the survey efforts · Vertical control (elevations) will be based on North American Vertical Datum of 1988 (NAVD88) · Horizontal control will be based on the Florida State Plan Coordinates System, East Zone, North American Datum of 83/2011 · Spot elevation will be measured approximately every 20 feet and at the high and low spots, also additional low and high point elevations that may exist between the intervals and at transitions such as driveways, private walkways, ramps, back of curb, flow line, etc. · The survey will extend to the right of way lines and 10’ beyond the existing catch basins. · Locate surface features within the survey limits as follows: utility poles, guy wires, street lighting, storm sewer structures, sanitary sewer structures, wire pull boxes, cable enclosures, utility cabinets, valves, valve boxes, meter boxes, backflow preventers, fire hydrants, and overhead utilities. · Obtain elevation at top of seawall cap and toe of seawall. · Measure the rim and invert elevation of sanitary and storm sewer structures that are accessible. Determine pipe types, size, and flow direction, when possible. · Locate road pavement striping. · Calculate and depict on the survey property lines and right of way lines adjacent to the survey area based on found monumentation. · The drafting scale of the survey will be 1” = 20’ unless otherwise specified by the City. · The proposal does not include a Boundary Survey of the properties of a road right of way survey. · Calculation of Digital Terrain Model (DTM) surface/Object Surface or Contour are not included. Two (2) sketch and legal descriptions is included in the scope of services. The two (2) easements will be located on both sides of the common property line between 934 Nautilus Isle and 938 Nautilus Isle, within the City of Dania Beach, FL 33004. The Consultant will coordinate directly with the surveyor to ensure the appropriate data is gathered during the completion of the topographic survey. Consultant will review topographic data upon completion of the survey and provide the comments to the surveyor, if necessary. Consultant will utilize the AutoCAD version of the topographic survey and establish the base plans for the project. All work under this task will be billed on a lump sum basis. March 6, 2025, Page 3 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 Task 1.2 – Subsurface Utility Verification The Consultant will retain a subsurface utility engineering consultant to perform subsurface services including air vacuum excavation test holes. The scope of work will include the following. · Utility Designation and Survey- Utility targeting will be performed to provide horizontal locations of utilities within the project limits. The project limits include the area outlined in Exhibit A. · Electronic Sweep/Targeting – An electronic sweep of the project site will be conducted. This sweep will verify the location of utilities that were identified during record review and to search for utilities that were not identified during record review and to search for utilities that were not identified during records review. · Field Drawings/Notes – Designators will draft field sheets that show the location, trend, and configuration of utilities detected. · The survey data will be processed into an existing utility file in AutoCAD format. Exclusions/Assumptions The targeting of subsurface utilities, although highly reliable, is expressly understood to represent an approximate location of the target facility as marked on the ground surface. The electronic equipment cannot locate non-conductive pipe systems and or fiber optic line without tracer wire. Concrete pavement with reinforcement, as well as guide rails and chain link fence, could interfere with the electronic equipment at time to locate utilities. Overhead utilities, irrigation systems, septic drain fields, residential/commercial services, and confined space entry are not included in the scope of work. In addition, gravity structure investigations including stormwater and sanitary sewer are not included. Large stones, shale, coral, construction debris, or other subsurface conditions including a high groundwater table may limit the ability to verify the utilities encountered. Consultant will review the subsurface utility engineering scope of work upon completion and provide any comments to the subsurface utility engineering consultant, if necessary. Consultant will incorporate the existing underground utilities into the base plans for the project based on the information included. All work under this task will be billed on a lump sum basis. Task 1.3 – Site Visit and Documentation Research/Review Consultant will perform a site visit to observe the constructed condition of the existing seawall. The purpose of the site visit is to observe the as-built condition of the wall to confirm location of proposed pipe penetration is suitable based on the condition and geometry of the existing wall. The existing wall geometry included spacing, materials, and sizes of piles and concrete cap height and width will be documented for development of the construction drawings. Consultant will also review any available as-built drawings, previous condition assessment reports, survey, and geotechnical data. This information will be provided by the City. The findings of this task will be utilized for the design for the proposed outfall penetration in Task 2. The Consultant will schedule one (1) virtual meeting with the City to discuss observed conditions. If significant deterioration is observed that will impact the penetration design, the Consultant will notify the City, and additional services will be required. March 6, 2025, Page 4 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 The Consultant will review readily available topographic surveys, atlas/as-built drawings, design drawings, record drawings, and permit documents relevant to the project limits. Consultant will use this information to determine and verify the configuration of existing conditions along with limitations on the proposed improvements. Consultant will contact the Sunshine State One Call Service to determine the existing utilities which are located in the project area. As necessary, Consultant will coordinate directly with the utility providers with existing infrastructure within the project area to obtain any available system maps. Consultant will incorporate the approximate location of the existing underground utilities into the design plans based on readily available drawings. All work under this task will be billed on a lump sum basis. Task 2 – 90% Design Documents Consultant will use the information collected in Task 1 and prepare and submit the 90% design documents for the Stormwater Improvements to the City for review and approval. All work under this task will be billed on a lump sum basis. The design documents for this task will include the following items: · Existing Condition Plan · General Notes · Erosion Control Plan, Notes, and Details · Demolition Plan · Paving, Grading, and Drainage Plan and Details · Pavement Markings and Signage Plans · Outfall Penetration Detail · Specifications for the delegated design of Manatee Grate · Bid Tabulations · Opinion of Probable Cost This task will include a pre vs post drainage basin analysis for the limits of affected area. No analysis beyond the limits as identified in “Exhibit A” is included in the scope of services. Task 3 – Civil Engineering Regulatory Agency Assistance The Consultant will prepare permit applications with supporting documentation to the following jurisdictional regulatory agencies. Consultant will address up to two (2) rounds of reasonable comments for the regulatory agency submittals identified below. Any plan revisions or comments that are required due to a significant design change by the City shall result in an additional service. 1. Broward County Environmental Protection and Growth Management Department (BCEPGMD)-Surface Water License 2. City of Dania Beach The regulatory agencies typically complete their initial review within 30 calendar days after the permit submittal. The required permit approvals must be obtained from the regulatory agencies prior to submitting the 100% Design Documents to the City. All work under this task will be billed on a lump sum basis. March 6, 2025, Page 5 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 No other agency approvals are included in this scope of services other than those identified above. Consultant does not guarantee the issuance of permits or approvals. If permits are issued for this project, the conditions and expiration dates are the sole responsibility of the City. The Consultant is not responsible for extending time limited entitlements or permits. Consultant can provide hourly additional services to file for extensions, if applicable, provided the City issues a direct written request for each requested entitlement, prior to the dates of expiration. The City shall provide all permit fees. Task 4 – Broward County Environmental Resource License (ERL) and ERP Applications The Consultant will prepare a Broward County Environmental Resource License (ERL) application for the proposed project. Due to the project taking place within the Delegation Area, an Environmental Resource Permit application will also be prepared and submitted to Broward County. Once the applications are submitted, Consultant will respond to up to two Requests for Additional Information (RAIs). One on-site visit with Broward County will be conducted if necessary. Any additional RAIs or meetings with Broward County will be considered additional services. All permit application fees shall be paid by the Client. It is assumed a benthic (seagrass) survey will not be required for this project, and therefore this survey is not included within this scope and fee. Task 5 – 100% Design Documents Consultant will prepare and submit the 100% design documents for the Stormwater Improvements to the City for review and approval. All work under this task will be billed on a lump sum basis. The design documents for this task will include the following items: · Existing Condition Plan · General Notes · Erosion Control Plan, Notes, and Details · Demolition Plan · Paving, Grading, and Drainage Plan and Details · Pavement Markings and Signage Plans · Outfall Penetration Detail · Specifications for the delegated design of Manatee Grate · Bid Tabulations · Opinion of Probable Cost This task will include a pre vs post drainage basin analysis for the limits of affected area. No analysis beyond the limits as identified in “Exhibit A” is included in the scope of services. Consultant will submit the 100% Design Documents to the City for incorporation into the bidding documents within 30 calendar days from the receipt of all permit approvals. Task 6 – Bidding Assistance It is our understanding that the City will use a competitive bidding process to award the contract March 6, 2025, Page 6 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 to a qualified contractor to construct the improvements in two separate phases. The Consultant will consult with and advise the City for the proposed improvements during the bidding process. This task is limited to attendance of one (1) pre-bid meeting and issuance of addenda in response to interested contractor questions or requests for information during the bid process. All responses by the Consultant will be approved by the City prior to issuance. Once bids are received, the Consultant will review the bids and provide a recommendation to the City of the apparent low bidder’s price proposal. The City will be responsible in making the award. Task 7 – Limited Construction Phase Services The following scope is based on a two (2) month construction duration and on the post design hours shown below for this task. · The Consultant will attend and prepare minutes for a pre-construction meeting. One meeting will be scheduled for the project. · The Consultant will review up to five (5) shop drawings or submittals to determine compliance with the drawings and specifications and recommend submittal action to the City. · The Consultant shall make periodic site visits for the purpose of determining general compliance with the approved project drawings. Site visits will be performed by the Consultant’s inspector. A total of Four (4) site visits estimated at three (3) hours per visit. · The Consultant will provide written responses to RFIs. Scope assumes a maximum of 4 RFI responses. · The Consultant will assist the City with review of the Contractor’s request for payments and provide comments and/or recommendations. Assume 2 requests for payment packages. This scope of work does not include assisting the City with preparation or submittal of reimbursement packages associated with the Hazard Mitigation Grant Program (HMGP) DR-4337-334-R, the Florida Division of Emergency Management, or the Federal Emergency Management Agency (FEMA). · The Consultant will coordinate permit closeout processes for the agencies list in Tasks 3 and 4 above. The Consultant shall not be responsible for the acts or omissions of any Contractor or subcontractor, any of the Contractor(s)’ or subcontractor(s)’ agents or employees, or any other persons (except the Consultant’s own employees and agents) at the site or otherwise performing any of the Contractor(s)’ work. All work under this task will be billed on a lump sum basis. Task 8 – Miscellaneous Services Miscellaneous services as requested by the City outside of items defined within the scope above, including but not limited to additional engineering services, geotechnical services, environmental services, permitting and additional construction phase services. All work under this task will be billed on an hourly not to exceed basis. March 6, 2025, Page 7 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 Deliverables Consultant will provide the following deliverables at each submittal: Design Documents: · Three (3) half size (11” x 17”) at each submittal · One (1) digital copy (AutoCAD format) at each submittal · One (1) digital copy (PDF format) at each submittal Project Assumptions · The City will provide all available topographic surveys, atlas/as-builts, record drawings, permit documents, reports and/or other relevant to the project area. · This scope does not include any services required for easement or right-of-way acquisitions. · Drainage analysis will only be provided for the areas within the Project limits. · The City will provide all required permit fees. · The selected contractor will be responsible for obtaining any City of Dania Beach Building Permit required for this project along with all related coordination and preparation of any backup documentation required for the City of Dania Beach Building Permit. Consultant will only be responsible for reasonable revisions requested by the City of Dania Beach Building Department. · The City will provide timely responses to information included within each submittal. · The City shall be responsible for bid advertisement, distribution of bid documents to interested bidders, processing all bid submittals, and verification that each bid submittal meets all Purchasing related requirements. · Consultant will submit monthly invoices, which will be payable by City within 25 days. · The City will reimburse Consultant for any document reproduction costs for all submittals to regulatory agencies. · Reimbursable expenses for mileage for any site visits have been included in the lump sum fees. · Additional reimbursable expense requested by the City outside of the items defined within scope, such as additional land surveying, geotechnical testing, utility testholes, laboratory testing, permit fees, shall be invoices as defined in our contract agreement with the City. · This scope of services does not include the development of technical specifications and bid forms. Technical specifications will be reflected on the construction plans as notes and details. · No US Army Corps of Engineers (Exhibits) or permitting assumed to be required and therefore not included in the scope of services. · Utility Relocations of any sort is not included in the scope of services. PROJECT SCHEDULE Consultant will start work immediately upon receipt of Notice to Proceed and an official authorization from the City of Dania Beach. March 6, 2025, Page 8 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 Method of Compensation Task Task Description Lump Sum Fees Hourly NTE Fees 1 Site Investigation Task $22,205 N/A 2 90% Design Documents $16,925 N/A 3 Civil Engineering Regulatory Agency Assistance $9,990 N/A 4 Broward County Environmental Resource License (ERL) and ERP Applications $12,820 5 100% Design Documents $5,745 N/A 6 Bidding Assistance $3,420 N/A 7 Limited Construction Phase Services $10,140 N/A 8 Miscellaneous Services N/A $5,000 Subtotal $81,245 $5,000 Total $86,245.00 March 6, 2025, Page 9 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 Closure The terms and conditions of the City of Dania Beach Request for Qualifications (RFQ) No. 20- 005, City of Dania Beach’s “Continuing Architectural, Surveying, Landscape Architecture and Engineering Consulting Services”; shall govern this scope of services. If you concur with the foregoing and wish to direct us to proceed with the aforementioned services, please issue a Notice to Proceed in writing to the Consultant. Fees and time stated in this agreement are valid for sixty (60) days after the date of issuance by the Consultant. We appreciate the opportunity to propose these services to you. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. George Balaban, P.E. Vice President City of Dania Beach Public Services Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Fernando J. Rodriguez, Public Services Director Sean Schutten, Public Services Deputy Director SUBJECT: APPROVAL OF THE KIMLEY-HORN AND ASSOCIATES (KHA) PROPOSAL FOR PROFESSIONAL ENGINEERING DESIGN SERVICES FOR THE STREETSCAPE BEAUTIFICATIONON NW 1ST STREET PROJECT Request: The Public Services Department (PSD) requests approval for a proposal from KHA for design engineering services required for the NW 1st Street Beautification Project (Project) in the amount of $428,264. Background: The City’s commitment to improve the safety and aesthetics of public spaces and transportation corridors led to the planning and funding efforts to complete a beautification project along NW 1st Street from Bryan Road to US1. Consequently, the City entered into a Local Agency Program (LAP) agreement with the Florida Department of Transportation (FDOT) that will provide up to $360,264 for project-related expenses. To obtain the required engineering design services for the Project, PSD undertook a consultant evaluation and ranking process (RFQ 2024- 150), which resulted in the selection of KHA. KHA’s proposal, priced at $428,288.46, was reviewed by both PSD and FDOT, meeting both Project and LAP requirements. Budgetary Impact The majority of the funding for this proposal will be provided by the FDOT LAP agreement ($360,264), while the remaining amount of $68,024.46 will be appropriated from Streets Professional Services Engineering Account No.001-39-06-541-31-30. Upon approval of this request, a budget transfer in the amount of $38,900 will be processed from the Landscape and Parks Maintenance Account No. 001-39-04-539-46-50 into the Beautification Project Account No. 103-39-68-539-31-30 to cover the cost of these services. Recommendation PSD recommends approval of the attached proposal from Kimley Horn and Associates for engineering design services required for the NW 1st Street Improvement Project. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, REQUESTING THE PROPER CITY OFFICIALS TO AUTHORIZE PROFESSIONAL ENGINEERING DESIGN SERVICES PROVIDED BY KIMLEY-HORN AND ASSOCIATES, INC (KHA) FOR STREETSCAPE BEAUTIFICATION PROJECT ON NW 1ST STREET, FROM BRYAN ROAD TO STATE ROAD 5/US 1, IN THE AMOUNT OF FOUR HUNDRED TWENTY-EIGHT THOUSAND TWO HUNDRED EIGHTY- EIGHT DOLLARS AND FORTY-SIX CENTS ($428,288.46); PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Dania Beach is committed to maintain and enhance public spaces and corridors to improve safety for vehicle, bicycle, and pedestrian traffic; and WHEREAS, in pursuit of the above, the City entered into a Local Agency Program (LAP) Agreement with the Florida Department of Transportation (FDOT) for the Streetscape Beautification Project on NW 1st Street from Bryan Road to State Rd 5/US 1 to provide up to $360,264.00 for project related expenses associated with design the phase of the project per Resolution No. 2024-030; and WHEREAS, on September 24, 2024, the Dania Beach City Commission approved Resolution No. 2024-150 authorizing the ranking of consultants that responded to RFQ No, 24- 012, selecting Kimley Horn & Associates (KHA) as the first ranked firm; and, WHEREAS, the City of Dania Beach, under the guidelines of the LAP Agreement, entered negotiations with KHA to provide a proposal and pricing for design services with review and guidance from FDOT, and the proposal from KHA is in the amount of $428,288.46; and WHEREAS, the City reviewed the KHA proposal along with FDOT, and FDOT has agreed that the proposal is acceptable under the LAP Agreement requirements; and WHEREAS, the Public Services Department recommends the City enter into the agreement with KHA. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. 2 RESOLUTION #2025-______ Section 2.That the City Commission authorizes the proper City officials to execute an agreement with KHA for design services for the Streetscape Beatification Project on NW 1st Street, which agreement is attached as Exhibit “A” and incorporated into this resolution by this reference. Section 3.That funding for this project is provided by the FDOT LAP Agreement in the amount of $360,264.00, and the remaining $68,024.46 will be appropriate from Streets Contractual Services General Account No. 001-39-06-541-31-30. Upon approval of this request a budget transfer in the amount of $38,900 will be processed from the Landscape and Parks Maintenance Account No. 001-39-04-539-46-50 into the Beautification Project Account No. 103-39-68-539-31-30 to cover the cost of these services. Section 4.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 5.That this Resolution shall be effective 10 days after passage. PASSED AND ADOPTED on __________________, 2025. Motion by __________________________, second by ___________________________. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY 1 FEDERALLY FUNDED LOCAL AGENCY PROGRAM (LAP) AGREEMENT BETWEEN THE CITY AND CONSULTANT THIS AGREEMENT is made this ____ day of ___________, 2025, between the CITY of Dania Beach, FLORIDA, a Political subdivision of the State of Florida hereinafter referred to as (“CITY”), whose address is 100 West Dania Beach Blvd., Dania Beach, Florida 33004, and KIMLEY HORN AND ASSOCIATES, INC., a foreign corporation authorized to do business in the State of Florida, hereinafter referred to as (“CONSULTANT”), whose address is 8201 Peters Road, Suite 2200 Plantation, Florida 33324. WHEREAS, the CITY desires to retain a CONSULTANT to provide Design Services for the Federally Funded Local Agency Program, under the CITYCITY’s Request For Qualifications For Design Services For The NW 1st Street Complete Streets Improvement Project, RFQ 2024- 012, as more particularly specified in the Scope of Services; and, WHEREAS, CONSULTANT desires to render services described in the Scope of Services and has the qualifications, experience, staff and resources to perform those services; and, WHEREAS, the CITY is the recipient of funds, which are administered through the Florida Department of Transportation as a Federally Funded Local Agency Program (LAP) project; and, WHEREAS, as a recipient of funds through the Florida Department of Transportation, the CITY is required to include certain terms and conditions in any Agreement with a CONSULTANT employed to perform the services described in Exhibit “A”, and the terms of the LAP Program, described in Exhibit “E” (Local Agency Program Federal-Aid Terms, For Professional Services Contracts); and, WHEREAS, through a competitive selection process conducted in accordance with the requirements of Florida law and CITY policy, the CITY has determined that it to be in the best interest of the CITY to award an Agreement to the CONSULTANT for the rendering of those services described in Exhibit A; and, NOW, THEREFORE, in consideration of the promises made herein and other good and valuable considerations, the following terms and conditions are hereby agreed to between the CITY and the CONSULTANT. 2 1. INCORPORATION BY REFERENCE AND ENTIRE AGREEMENT. The foregoing “Whereas” clauses are hereby incorporated by reference and affirmed and ratified by the parties as true and correct. The Documents which comprise this Agreement between the CITY and the CONSULTANT are attached hereto, made a part hereof and consist of the following: A. This Agreement; B. Scope of Services attached hereto as Exhibit “A”; C. Disadvantaged Business Enterprises Program Plan for Local Agencies attached hereto as Exhibit “B”. D. Equal Opportunity Employment “Executive Order 11246” attached hereto as Exhibit “C”. E. Terms for Federal-Aid Contract attached hereto as Exhibit “D”. F. Proposers’ Forms attached hereto as Exhibit “E”. G. Project Completion and Fee Schedule attached hereto as Exhibit “F”. In the event of a conflict between any of the terms and conditions in the Exhibits and this Agreement, this Agreement shall prevail. 2. DEFINITIONS. The following terms shall have the meanings expressed below unless otherwise indicated. Acceptance: Approval by the CITY of the Services as being fully complete in accordance with the Agreement and its attached Scope of Services. Administrative Agent: An authorized representative of the CITY assigned to observe the Work performed and materials furnished by the CONSULTANT or such other person as may be appointed by the CITY as its representative in the Work Assignment. Agreement: This Agreement between CITY and the CONSULTANT. Addenda: Written or graphic instruments issued prior to the execution of the Agreement which modify or interpret the Scope of Services, including drawings and specifications, by additions, deletions, clarifications or corrections to the Scope of Services. Application of Payment: The form furnished by the CONSULTANT to request progress payments and an affidavit of the CONSULTANT that progress payments theretofore received from the CITY on account of the Services has been applied by the CONSULTANT to discharge in full all of the CONSULTANT’S obligations stated in prior Applications for Payment. Approval: Acceptance by the CITY as satisfactory. Change Order: A written order to the CONSULTANT signed by the CITY authorizing an addition, deletion or revision in the Services, or an adjustment in the Agreement fee or the Time for performance. Consultant: The person, firm or corporation with whom the CITY has executed this Agreement. Contracting Officer: The CITY or the individual who is authorized to sign the Agreement on behalf of the CITY’S governing body. CITY: CITY of Dania Beach, Florida. CITY Code: The CITY of Dania Beach Code of Ordinances. Day: A calendar day of twenty-four (24) hours measured from midnight to the next midnight. 3 Drawings: The drawings which show the character and scope of the Services to be performed and which have been prepared or approved by the CITY. Field Order: A written order issued by the CITY which clarifies or interprets the Scope of Services. Force Majeure: Any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of such party including, but is not limited to fire, earthquakes, hurricanes, tornadoes, storms, lightning, epidemic, pandemic, war, riot, civil disturbance, sabotage, and governmental actions. Governmental Authority: Any federal, state, county, municipal or other governmental department, entity, authority, commission board, bureau, court, agency, or any instrumentality of any of them now existing or hereafter created, having jurisdiction over the Property or any portion thereof. Governmental Requirement: Any law, enactment, statute, code, ordinance, rule, regulation, judgment, decree, writ, injunction, order, permit, certificate, license, authorization, agreement, or other direction or requirement of any Governmental Authority now existing or hereafter enacted, adopted, promulgated, entered, or issued. CONSULTANT shall comply with all Governmental Requirements applicable to the operations and Property, including, without limitation, those prohibiting discrimination by reason of race, color, religion, sex, marital status, sexual orientation, gender identity, national origin, or handicap in the development, construction, management, Agreement, use, occupancy of the operation and Property or any portion thereof. Modification: A written amendment to the Agreement signed by both parties; a Change Order; a written clarification or interpretation issued by the CITY; or a written order for a minor change or alteration in the Work issued by the CITY. Price: The fee payable to the CONSULTANT under the Agreement. Project: The entire Scope of Services to be performed as provided in the Work Assignment. Shop Drawings: All drawings, diagrams, illustration, brochures, schedules and other data which are prepared by the CONSULTANT, manufacturer, supplier or distributor and which illustrate the equipment, material or some portion of the Work as required by the Work Assignment. Samples: Physical examples that illustrate materials, equipment or workmanship and establish standards by which the Services will be judged. Services: Work as defined in the Work Assignment. Specifications: Those portions of the Work Assignment consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work. Time: The number of calendar days stated in the Work Assignment for the completion of Services. Work: Any and all obligations, duties and responsibilities necessary to the successful completion of the Project assigned to or undertaken by the CONSULTANT under the Scope of Services, including all labor, materials, equipment and other incidentals, and the furnishing thereof. Written Notice: All written notices, demands, instruction, claims, approvals, and disapprovals required to obtain compliance with Service requirements, whether delivered in person or to the CONSULTANT’S authorized agent. Unless otherwise provided, notice to the CITY shall be to the Authorized Administrative Agent. 4 3.. CONSULTANT SERVICES. CONSULTANT agrees to diligently and timely perform professional services as described in the Scope of Services described in Exhibit “A”, with the same degree of care, skill and diligence as ordinarily provided by a professional under similar circumstances. CONSULTANT shall at no additional cost to the CITY re-perform Services which fail to satisfy the foregoing standard of care. The CONSULTANT agrees to immediately upon execution of this Agreement and issuance of the Notice of Commencement by both the CITY and the CONSULTANT to complete the project . A project schedule will be provided to establish milestone dates required to meet the project completion date. 4. RESPONSIBILITIES OF THE CONSULTANT(S). 4.1 CONSULTANT shall advise and consult with the CITY during all phases of service. CONSULTANT shall have authority to act on behalf of the CITY only to the extent provided in this Agreement. CONSULTANT shall not have control over, charge of, or responsibility for the construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work. CONSULTANT shall be responsible for the CONSULTANT’S negligent acts or omissions. 4.2 CONSULTANT shall furnish all labor, supervision, equipment and materials for the Service. If the CONSULTANT is comprised of more than one legal entity, each entity shall be jointly responsible for the performance of this Agreement. 4.3 The CONSULTANT covenants and agrees that it and its employees shall be bound by the Standards of Conduct, Chapter 112, Florida Statutes as it relates to Work performed under this Agreement. The CONSULTANT agrees to incorporate the provisions of this paragraph in any subcontract into which it might enter with reference to the services performed. 4.4. Prior to entering into this Agreement, the CONSULTANT shall file a sworn statement with the CITY as described for Public Entity Crimes of the Florida Statutes, Chapter 287.133, and the CONSULTANT shall thereafter comply with Florida Statutes concerning such activities. 4.5. The CONSULTANT shall comply with all federal, state, and local laws, regulations and ordinances applicable to the Work or payment for Work and shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of Work under this Agreement. 4.6 The CONSULTANT shall maintain books, records, documents, and other evidence directly pertaining to or connected with the Services under this Agreement which shall be available and accessible at the CONSULTANT’S offices for the purpose of inspection, audit, and copying during normal business hours by the CITY, or any of its authorized representatives. Such records shall be retained for a minimum of five-(5) years after completion of the services or as required by Chapter 119, Florida Statutes. 4.7 CONSULTANT further represents and warrants that all previous representation and statements made in the Proposal Forms attached to its response to Request for Qualifications No. 24-012 are accurate to the best of CONSULTANT’S knowledge and reaffirms its attestations and the information contained in those documents herein. 5 4.8 CONSULTANT represents and warrants that all state and federal licenses required to complete the Scope of Services shall be obtained by the CONSULTANT prior to commencement of any Work. 4.9 CONSULTANT shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Scope of Services. The CONSULTANT shall take all necessary precautions to ensure the safety of persons, the environment, and its work product. 4.10. CONSULTANT shall receive approval from the CITY in writing of all Subconsultant and the fees to be paid them by CONSULTANT, prior to any such Subconsultant proceeding with any such work. 5. OBLIGATIONS OF CITY. 5.1 The CITY will designate an Administrative Agent to act on behalf of the CITY with respect to the Scope of Services and whose role is to monitor day-to-day activities and ensure all requirements are met and do all things necessary to properly administer the terms and conditions of this Agreement. The CITY will designate the Administrative Agent in the Notice of Commencement. The responsibility of the CITY'S Administrative Agent shall include: (1). Examination of all reports, sketches, drawings, estimates, proposals, and other documents presented by the CONSULTANT, rendered in writing, and to make any necessary decisions within a reasonable time. (2). Transmission of instructions, receipt of information, interpretation and definition of CITY policies and decisions with respect to design, materials, and other matters pertinent to the Work covered by this Agreement. (3). Review for approval or rejection of all of the CONSULTANT'S documents and payment requests in a timely manner. (4). Returning items delivered by the CONSULTANT, which are not conforming to the Scope of Services, at the CONSULTANT’S expense and risk of increase in cost for items not delivered as specified. 5.2 The CITY shall, upon request, furnish the CONSULTANT with all existing data, plans, studies and other information in the CITY'S possession which may be useful in connection with the Work, all of which shall be and remain the property of the CITY and shall be returned to the CITY'S Administrative Agent upon completion of the Services to be performed by the CONSULTANT. 5.3 The CITY'S Administrative Agent shall conduct periodic reviews of the Work of the CONSULTANT necessary for the completion of the CONSULTANT'S services during the period of this Agreement and may make other CITY personnel available, where required and necessary to assist the CONSULTANT. The availability and necessity of said personnel to assist the CONSULTANT shall be determined solely within the discretion of the CITY. 6 6. COMPENSATION AND PAYMENT OF CONSULTANT. The CITY’s performance and obligation to pay under this Agreement is contingent upon the receipt of funding administered through the Florida Department of Transportation’s Local Agency Program and allocated by an appropriation of the CITY Commission of the CITY of Dania Beach, Florida. 6.1 Method of Payment (1). CONSULTANT shall prepare and submit to the CITY’S Administrative Agent for approval, invoices for the Services rendered under this Agreement. Payment shall be issued by the CITY’S Finance Department, who shall initiate disbursements for invoices approved by the Administrative Agent in accordance with the Florida Prompt Payment Act, found in Part VII, Ch. 218 of the Florida Statutes. All invoices shall be accompanied by a report identifying the nature and progress of the Services performed. The statement shall show a summary of fees with an accrual of the total fees billed and credits for portions paid previously. The CONSULTANT shall submit an invoice for payment to the CITY on a monthly basis. The CITY reserves the right to withhold payment to the CONSULTANT for failure to perform the Services in accordance with the provisions of this Agreement and the CITY shall promptly notify the CONSULTANT if any invoice or report is found to be unacceptable and will specify the reasons. (2). For Services that were partially completed, progress payments shall be paid monthly in proportion to the percentage of completed Work on those specific services approved in writing by the CITY'S Administrative Agent based on the percentage of the amount for those specific services. (3). Before the final draw is payable, the CONSULTANT must furnish a sworn statement that all sums due for services, material or labor have been paid in full. If the CITY receives any Notice to Owner, then in addition to the requirements set forth above, the CONSULTANT shall at the time of each draw furnish a partial waiver of lien from all sub-consultants, material or labor providers, and at the time of the final draw shall furnish a final waiver of the lien for each such sub-consultant, material or labor provider as a condition precedent to receiving any payment from the CITY. (4). All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with this Agreement, as well as all continuing obligations indicated in this Agreement, will survive final payment and termination or completion of this Agreement. 7 7. INDEMNIFICATION. CONSULTANT shall indemnify and hold harmless the CITY and its officers and employees from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the CONSULTANT and other persons employed or utilized by the CONSULTANT in the performance of the Agreement. Nothing herein shall be construed to extend the CITY's liability beyond that provided in Section 768.28, Florida Statutes. This indemnification shall not be construed to be an indemnification for the acts, or omissions of third parties, independent contractors, or third-party agents of the CITYCITY. This indemnification shall not be construed as a waiver of the CITYCITY's sovereign immunity and shall be interpreted as limited to only such traditional liabilities for which the CITYCITY could be liable under the common law interpreting the limited waiver of sovereign immunity. Any claims against the CITYCITY must comply with the procedures found in §768.28, Florida Statutes. In order to comply with the requirements of §129.06, Florida Statutes, and Article VII, Section 10 of the Florida Constitution, the value of this indemnification is limited to the lesser of the amount payable by either party under the substantive provisions of this Agreement, or the limitations of §768.28, Florida Statutes. In addition, this indemnification shall be construed to limit recovery by the indemnified party against the CITYCITY to only those damages caused by CITYCITY's sole negligence, and specifically not include any attorney fees or costs associated with them. 8. INSURANCE. A selected Proposer shall not commence services under an Agreement until it has obtained all insurance required under this paragraph and as required by the Agreement, and not until such time that the coverages are approved by the Risk Manager of the CITYCITY. The Proposer shall not allow any employee of Proposer or any subcontractor to commence services on any subcontract until the subcontractor and all coverages required of any subcontractor have been obtained and approved by the Risk Manager of the CITYCITY. In addition, the Proposer shall be responsible for any and all policy deductibles and self-insured retentions. The following are requirements that must be met regarding the CONSULTANT’s delivery of Certificates of Insurance for all coverages required in the Agreement and Proposal Documents: “Preliminary” certificate means that certificates of insurance verifying all general insurance requirements (as noted below) must be included with your Proposals submittal on the date and time of the opening of Proposals. If the “preliminary” certificates are not included with a submittal, then the CITYCITY has the right to consider the submitted response as non-responsive on the date and time of the response opening. “Preliminary” Certificates may be issued without documentation of all “Special Provisions”. However, CONSULTANTs must understand that all provisions, including “Special Provisions” noted below, are expected to be fully documented on or attached to the “Official” Certificates of Insurance as described below. 8 “Official” Certificates of Insurance must be delivered to the CITY Clerk’s office and Risk Manager of the CITY. If the “Official” certificates are not delivered before or on the fourteenth (14th) Business Day after the issuance by the CITY of the “Notice of Selected CONSULTANT”, then the CITY has the right to consider the awarded Agreement to the successful CONSULTANT as void and to negotiate a contract with the next best qualified CONSULTANT. “Special Provisions”, as referenced below under each type of insurance requirement shall be fully confirmed on or attached to the “Official” certificates. All Certificates of Insurance must clearly identify the contract to which they pertain, including a brief description of the subject matter of the contract. The certificates shall contain a provision that coverage afforded under the policies will not be canceled until at least thirty (30) days’ prior written notice has been given to CITY. If this coverage is not provided, then the CONSULTANT is responsible for such notice to CITY. Insurance policies for required coverages shall be issued by companies authorized to do business under the laws of the State of Florida and any such companies’ financial ratings must be no less than A-VII in the latest edition of the “BEST’S KEY RATING GUIDE”, published by A.M. Best Guide. In the event that the insurance carrier’s rating shall drop, the insurance carrier shall immediately notify the CITY in writing. Coverages shall be in force until all services required to be performed under the terms of the Agreement, including any applicable warranty period, is satisfactorily completed as evidenced by the formal written acceptance by the CITY. In the event insurance certificates provided to CITY indicate that the insurance shall terminate and lapse during the period of the Agreement, including any applicable warranty period, then in that event, the CONSULTANT shall furnish, at least thirty (30) days prior to the expiration of the date of such insurance, a renewed Certificate of Insurance as proof that equal and like coverages for the balance of the period of the Agreement, including any extension of it, and including any applicable warranty period, is in effect. THE CONSULTANT AND ANY APPROVED SUBCONTRACTOR SHALL NOT PERFORM OR CONTINUE SERVICES PURSUANT TO THE AGREEMENT, UNLESS ALL COVERAGES REMAIN IN FULL FORCE AND EFFECT. ANY DELAY IN THE WORK CAUSED BY A LAPSE IN COVERAGE SHALL BE NON-EXCUSABLE, SHALL NOT BE GROUNDS FOR A TIME EXTENSION, AND WILL BE SUBJECT TO ANY OTHER APPLICABLE PROVISIONS DESCRIBED IN THE AGREEMENT OR ELSEWHERE IN THE RFQ DOCUMENTS CONCERNING DELAY. Insurance Requirements: The CONSULTANT shall secure and maintain throughout the duration of the Agreement, insurance of such types and in such amounts not less than those specified below as satisfactory to CITY naming the CITY as Additional Insured, underwritten by a firm rated A- X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the CITY, its officials, employees, agents and volunteers naming the CITY as additional insured. Any insurance maintained by the CITY shall be in excess of the CONSULTANT’s insurance and shall not contribute to the CONSULTANT’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the CONSULTANT as it deems necessary or prudent. 9 Coverage shall apply for a minimum of three years following completion of the services. The above are minimum requirements for projects up to $100,000.00. • General Liability: $2,000,000.00 Per Occurrence/$4,000,000 Aggregate • Automobile Liability: $2,000,000.00 • Professional Liability: $3,000,000.00 Per Occurrence. Coverage shall apply for a minimum of three years following completion of the services. 9. TERMS FOR COMPLIANCE WITH FEDERAL AID CONTRACTS (APPENDIX I): The following terms apply to this Agreement since payment for the services involve the expenditure of Federal Funds: 9.1 It is understood and agreed that all rights of the Florida Department of Transportation relating to inspection, review, approval, patents, copyrights, and audit of the work, tracing, plans, specifications, maps, date and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America. 9.2 It is understood and agreed that in order to permit Federal participation, no supplemental agreement of any nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the approval of Florida Department of Transportation , anything to the contrary in this Agreement notwithstanding. 9.3 Compliance with Regulations: The CONSULTANT shall comply with the regulations of the Florida Department of Transportation relative to nondiscrimination in federally-assisted programs of the U.S. Department of Transportation (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of the Agreement. 9.4 Nondiscrimination: The CONSULTANT, with regard to the work performed after award and prior to completion of the Services, will not discriminate on the grounds of race, color, religion, sex or national origin in the selection and retention of sub- consultants, including procurements of material and leases of equipment. The CONSULTANT will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the program set forth in Appendix B of the Regulations. 9.5 Solicitations for Subcontracts including Procurement of Materials and Equipment: In all solicitations made by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a subcontract, including procurements of materials and leases of equipment, each potential sub-consultant, supplier or lessor shall be notified by the CONSULTANT of the CONSULTANT’S obligations under this Agreement and the regulations relative to nondiscrimination on the grounds of race, color, religion, sex or national origin. 9.6 Information and Reports: The CONSULTANT will provide all information and reports required by the Regulations or orders and instructions issued pursuant thereto and will permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the Florida Department of Transportation to be pertinent to ascertain compliance with such Regulation, orders 10 and instruction. Where any information required of the CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall certify to the Florida Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 9.7 Sanctions for Noncompliance: In the event of the CONSULTANT’S noncompliance with the nondiscrimination provisions of this Agreement, the Florida Department of Transportation shall impose such contract sanctions as it may determine to be appropriate, including but not limited to: 1. Withholding of payments to the CONSULTANT under the Agreement until the CONSULTANT complies and/or 2. Cancellation, termination or suspensions of the Agreement, in whole or in part. 9.8 Incorporation of Provisions: The CONSULTANT will include the provisions of Paragraph A through H in every subcontract, including procurements of materials and leases of equipment unless exempt by the Regulations, order or instructions issued pursuant thereto. The CONSULTANT will take such action with respect to any subcontract or procurement as the Florida Department of Transportation may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with litigation with a Sub-consultant or supplier as a result of such direction, the CONSULTANT may request the State to enter into such litigation to protect the interests of the State and in addition, the CONSULTANT may request the United States to enter into such litigation to protect the interests of the United States. 9.9 Interest of Members of Congress: No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefit arising there from. 9.10 Interest of Public Officials: No member, officer or employee of the public body or of a local public body during his/her tenure or for one year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States and public corporations, boards and commissions established under the laws of any State. 9.11. Participation by Minority Business Enterprises: The CONSULTANT shall agree to abide by statements in Paragraph (1) and (2) which follow. These statements shall be included in all subsequent Agreements between the CONSULTANT and any Sub-consultant or CONSULTANT. (1). Policy: It is the policy of the Florida Department of Transportation that minority business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of agreements financed in whole or in part with Federal funds under this Agreement. Consequently, the MBE requirements of 49 CFR Part 23 apply to this Agreement. (2). Minority Business Enterprises Obligation: The recipient or its CONSULTANT agrees to ensure that Minority Business Enterprises, as defined in 49 CFR Part 23, have the maximum opportunity to participate in 11 the performance of agreements and subcontracts financed in whole or in part with Federal Funds provided under this Agreement. In this regard, all recipients or CONSULTANTS shall take all necessary and reasonable steps in accordance with 49 CFR Part 23, have the maximum opportunity to participate in the performance of agreements and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard, all recipients or CONSULTANTS shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that Minority Business Enterprises have the maximum opportunity to compete for and perform agreements. Recipients and their CONSULTANTS shall not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT assisted agreements. 9.12. It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect to any facts related to the project(s) described in this Agreement is a violation of the Federal Law. Accordingly, United States Code, Title 18, Section 1020, is hereby incorporated by reference and made a part of this Agreement. 9.13. It is understood and agreed that if the CONSULTANT at any time learns that the Certification it provided the CITY in compliance with 49 CFR, Section 23.51, was erroneous when submitted or has become erroneous by reason of changed circumstances, the CONSULTANT shall provide immediate written notice to the Department. It is further agreed that the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction” as set forth in 49 CFR, Section 29.510, shall be included by the CONSULTANT in all lower tier covered transactions and in all aforementioned Federal Regulations. 9.14. The CITY hereby certifies that neither the CONSULTANT nor the CONSULTANT’S representative has been required by the CITY, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this Agreement, to: (1). Employ or retain, or agree to employ or retain, any form or person, or; (2). Pay, or agree to pay, to any firm, person or organization any fee, contribution, donation or consideration of any kind; The CITY further acknowledges that this Agreement will be furnished to the Florida Department of Transportation in connection with this Agreement involving participation of Federal-Aid funds and is subject to applicable State and Federal Laws, both criminal and civil. 9.15. The CONSULTANT hereby certifies that it has not: (1). Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration any firm or person (other than a bona fide employee working solely for the above CONSULTANT) to solicit or secure this Agreement. (2). Agreed, as an express or implied condition for obtaining this Agreement, to employ or retain the services of any firm or person in connection with carrying out this Agreement; or 12 (3). Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for the above CONSULTANT) any fee contribution, donation or consideration of any kind for or in connection with procuring or carrying out the Agreement. (4). The CONSULTANT further acknowledges that this Agreement will be furnished to the Florida Department of Transportation, in connection with this Agreement involving participation of Federal-Aid funds and is subject to applicable State and Federal Laws, both criminal and civil. 10. OWNERSHIP AND USE OF DOCUMENTS. The documents, or reproducible copies, including reports, designs, specifications, notebooks, tracings, photographs, negatives, findings, data, memoranda and other documents developed by the CONSULTANT in connection with its Services shall be delivered to, and shall become the property of the CITY as they are received by the CITY. The CONSULTANT hereby assigns all its copyright and other proprietary interests in the products of this Agreement to the CITY. Specific written authority is required from the CITY'S Administrative Agent for the CONSULTANT to use or disclose any of the work products of this Agreement on any non-CITY project. “The CITY acknowledges that the CONSULTANT’S deliverables are intended by the CONSULTANT for use only as to the project(s) which are the subject of this Agreement and its tasks and services; use for any other project without the CONSULTANT’S written consent shall be at the sole risk of the user, without recourse to the CONSULTANT. 11. TIMELY PERFORMANCE OF CONSULTANTS PERSONNEL. The timely performance and completion of the required services is vitally important to the interest of the CITY. The CONSULTANT shall assign a Project Manager, together with such other personnel as are necessary to assure faithful prosecution and timely delivery of services pursuant to the requirements of this Agreement. The personnel assigned by the CONSULTANT to perform the Services of this Agreement, shall comply with the information presented in the Professional Services Response Proposal made a part hereof by reference. The CONSULTANT shall ensure that all key personnel, support personnel, and other agents are fully qualified and capable to perform their assigned tasks. Any change or substitution to the CONSULTANT’S key personnel must receive the CITY Administrative Agent's written approval before said changes or substitution can become effective. 11.1 The Services to be rendered by the CONSULTANT shall commence upon receipt of written Notice of Commencement, from the CITY’S Administrative Agency. 11.2. The CONSULTANT specifically agrees that all Work performed under the terms and conditions of this Agreement shall be completed within the time limits as set forth in this Agreement, subject only to delays caused through no fault of the CONSULTANT or the CITY. Time is of the essence in the performance of this Agreement. The CONSULTANT shall not be entitled to any claim for damages including loss of profits, loss of use, overhead expenses, equipment rental, etc. because of hindrances or delays for any cause whatsoever, whether or not occasioned by an act of God, or by any act or omission on the part of the CITY. 13 CITY’S agents or governmental agencies having jurisdiction which hinder or delay may entitle the CONSULTANT to an extension of time in which to complete the Work, which shall be determined by the CITY, provided that the CONSULTANT will give written notice within two weeks as provided herein of the cause of such act, hindrance or delay. An extension of Time shall be the CONSULTANT’S sole and exclusive remedy for all claims for delay, including delays attributable to breach of the Agreement or tort. However, the time shall not be extended past the completion date stipulated in any agreement executed by the CITY. If any emergency or natural disaster causes delay or interference with the use or delivery of the Services, the CITY reserves the right to cure from other sources any services during any suspension of delivery. 11.3 The CONSULTANT agrees to provide to the CITY’s Administrative Agent as defined herein, monthly written progress reports concerning the status of the Project if requested. The CITY’s Administrative Agent may determine the format for this progress report. The CITY shall be entitled at all times to be advised at its request, and in writing, as to the status of Work performed by the CONSULTANT. The CONSULTANT, upon request, will include a Project Schedule update with all written progress reports. 11.4 In the event unreasonable delays occur on the part of the CITY or regulatory agencies as to the approval of any plans, permits, reports or other documents submitted by the CONSULTANT which delay the Project Schedule completion date, the CITY’s Administrative Agent shall not unreasonably withhold the granting of an extension of the Project Time limitation equal to the aforementioned delay. 12. PERSONAL SERVICES; ASSIGNMENT. The Work and Services provided for herein shall be performed by the CONSULTANT, and no other person shall be engaged upon such Work or Services by the CONSULTANT except upon the written approval of the CITY, provided, however that this provision shall not apply to secretarial, clerical or other similar incidental services needed to assist the CONSULTANT in performance of this Agreement. The CONSULTANT shall not hire CITY employees to perform any portion of the Work or Services provided for herein. Neither this Agreement nor any interest or claims hereunder shall be assigned or transferred by the CONSULTANT to any party or parties, except with the written consent of the CITY. CONSULTANT agrees that no more than 75% of the dollar value of the Work, excluding printing or other similar ancillary services, shall be performed by any sub-consultant(s). The CONSULTANT shall advise the CITY of the identity of sub-consultant(s) performing Work prior to the sub-consultant(s) beginning any Work. 13. TERMINATION FOR DEFAULT. 13.1 The CITY shall be the sole judge of nonperformance, which shall include any failure on the part of the CONSULTANT to accept the award, to furnish required documents, and/or to fulfill any portion of this Agreement within the time stipulated. 14 Upon default by the CONSULTANT to meet any term of this Agreement or related Exhibit, the CITY will notify the CONSULTANT, providing three (3) days (weekends and holidays excluded) to advise the CITY of its plan for corrective action to remedy the default. The corrective action plan must be accepted by the CITY. Failure on the CONSULTANT’S part to correct the default within the approved time period shall result in the Agreement being terminated and the CITY notifying in writing the CONSULTANT of the effective date of the termination. The following shall constitute an act of default: (1). Failure to perform the Work required under the Agreement and/or within the time required or failing to use the sub-consultants, entities, and personnel as identified and set forth, and to the degree specified in the Agreement. (2). Failure to begin the Work under this Agreement within the time specified. (3). Failure to perform the Work with sufficient workers to ensure timely completion. (4). Neglecting or refusing to correct Work where prior work has been rejected as nonconforming with the terms of the Agreement. (5). Becoming insolvent, being declared bankrupt by a US Bankruptcy Court, renders the successful firm incapable of performing the Work in accordance with and as required by the Agreement. (6). Failure to comply with any of the terms of the Agreement. (7). Failure to pay sub-consultants or others pursuant to Work done under this Agreement. 13.2 In the event of default, the CONSULTANT shall pay any damages sustained by the CITY including attorney’s fees and court costs incurred in collecting any damages. Title to all materials, work-in-progress, and completed but undelivered goods will pass to the CITY after costs are claimed and allowed. All documents prepared by the CONSULTANT in connection with this Agreement will be the property of the CITY. The CITY shall authorize payment to the CONSULTANT, the costs and expenses for Work performed by the CONSULTANT prior to receipt of the Notice of Termination; however, the CITY may withhold from amounts due the CONSULTANT such sums as the Administrative Services Director deems to be necessary to protect the CITY against loss caused by the CONSULTANT because of the default. 14. TERMINATION FOR CONVENIENCE. 14.1. The CITY reserves the right to cancel this Agreement by written notice to the CONSULTANT effective the date specified in the notice, for any of the following reasons: (1). The CITY has determined that such cancellation will be in the best interest of the CITY to cancel the Agreement for its own convenience. (2). Funds are not available to cover the cost of the Services. The CITY’S obligation is contingent upon the availability of appropriate funds. The Purchasing Director shall give written notice of the termination to the CONSULTANT specifying the reason for the Agreement termination and when termination becomes effective. 15 The CONSULTANT shall incur no further obligations in connection with the terminated Work and on the date set in the Notice of Termination the CONSULTANT will stop Work to the extent specified. 14.2 The CITY shall pay the CONSULTANT under following conditions: (1). All costs and expenses incurred by the CONSULTANT for Work accepted by the CITY prior to the CONSULTANT’S receipt of the Notice of Termination. (2) Anticipatory profit for Work and Services not performed by the CONSULTANT shall not be allowed. (3) If, after Notice of Termination of the CONSULTANT’S right to proceed under the provisions of this clause, it is determined for any reason that the CONSULTANT was not in default under the provisions of the Agreement, the CITY may at its option, agree to reinstate the Agreement allowing for project completion. (4) Neither the CITY nor the CONSULTANT shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to uncontrollable forces, the effect of which, by the exercise of reasonable diligence the non-performing party could not avoid. The term “Uncontrollable Forces” shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage and governmental actions. (5) Neither party shall, however be excused from performance if non-performance is due to forces, which are preventable, removable, or remediable, and which the non-performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non- performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and incontrollable forces preventing continued performance of the obligations under this Agreement. 14.3 Loss of Funding: The Agreement shall remain in full force and effect only as long as receipt of LAP grant funding provided for in the Agreement has been appropriated by the CITY Commission in the annual budget for each fiscal year of this Agreement. The Agreement is subject to termination based on a lack of funding. 14.4 Convenience: The CITY reserves the right to cancel this Agreement if the cancellation is in the best interest of the CITY for its own convenience. 14.5. In addition to termination, if during the term of the Agreement, the CONSULTANT(S) should refuse or otherwise fail to perform any of its obligations under the Agreement, the CITY reserves the right to: 16 1) obtain the services from another CONSULTANT, and/or 2) suspend the CONSULTANT from bidding for a period of twenty-four (24) months on other CITY Solicitations or Requests for Qualifications. In the event the CITY has not terminated the Agreement and there remains a dispute with the CONSULTANT, the CONSULTANT agrees at the CITY’S request to continue to operate and perform under the terms of the Agreement while such dispute is pending and further agrees that, in the event a suit is filed for injunction or other relief, it will continue to operate until the final adjudication of the suit by the CITY unless otherwise requested by the CITY. 15. PUBLIC RECORDS LAW CONSULTANT agrees to keep and maintain public records in CONSULTANT’s possession or control in connection with CONSULTANT’s performance under this Agreement. CONSULTANT additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. CONSULTANT shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the Agreement, and following completion of the Agreement until the records are transferred to the CITY. Upon request from the CITY custodian of public records, CONSULTANT shall provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the CITY. Upon completion of this Agreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the CONSULTANT shall be delivered by the CONSULTANT to the CITY Manager, at no cost to the CITY, within seven (7) days. All such records stored electronically by CONSULTANT shall be delivered to the CITY in a format that is compatible with the CITY’s information technology systems. Once the public records have been delivered upon completion or termination of this Agreement, the CONSULTANT shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. Any compensation due to CONSULTANT shall be withheld until all records are received as provided in this Agreement. CONSULTANT’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the CITY. 17 Section 119.0701(2)(a), Florida Statutes IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: ELORA RIERA, MMC, CITY CLERK Mailing Address: 100 W. Dania Beach Boulevard Dania Beach, Florida 33004 Telephone number: 954-924-9800, Ext. 3623 Email: eriera@daniabeachfl.gov 16. NOTICES. Any notice required or permitted in this Agreement is to be given in writing and shall be personally delivered or mailed, first class postage prepaid or delivered by an overnight delivery service to the respective addresses of the Parties set forth below their signatures on the signature page of this Agreement, or to such other address as any party may give to the other in writing. Any notice required by this Agreement will be deemed to have been given and received when personally served or one (1) day after delivery to an overnight delivery service or five (5) days after deposit in the first class mail. To the CITY: CITY of Dania Beach, Florida 100 W. Dania Beach Blvd. Dania Beach, FL 33004 Attn: Ana M. Garcia, ICMA-CM With Copy to: CITY of Dania Beach, Florida 100 W. Dania Beach Blvd. Dania Beach, FL 33004 Attn: Eve A. Boutsis, CITY Attorney To CONSULTANT: KIMLEY-HORN AND ASSOCIATES, INC. 8201 Peters Road, Suite 2200 Plantation, Florida 33324 17. DISPUTES, VENUE, ATTORNEY FEES. All claims, counterclaims, disputes and other matters in question between CITY and CONSULTANT arising out of, relating to or pertaining to this Agreement, or the breach of it, or the services of it, or the standard of performance required in it, shall be addressed by resort to non- binding mediation as authorized under the laws and rules of Florida; provided, however, that in the event of any dispute between the parties, the parties agree to first negotiate with each other for 18 a resolution of the matter or matters in dispute and, upon failure of such negotiations to resolve the dispute, the parties shall resort to mediation. If mediation is unsuccessful, any such matter may be determined by litigation in a court of competent jurisdiction for any legal action arising out of or pertaining to this Agreement shall be the Circuit Court for the Seventeenth Judicial Circuit in and for Broward County, Florida, or the federal District Court in the Southern District of the United States. Each party further agrees that venue of any action to enforce this Agreement shall be in Broward County, Florida. In any litigation, the parties agree to each waive any trial by jury of any and all issues. In the event of any litigation which arises out of, pertains to, or relates to this Agreement, or the breach of it, or the standard of performance required in it, the prevailing party shall be entitled to recover reasonable attorney fees from the non-prevailing party. In the event that a dispute, if any, arises between the CITY and CONSULTANT relating to this Agreement, or its performance or compensation, CONSULTANT agrees to continue to render service in full compliance with all terms and conditions of this Agreement, provided the provision of services is commercially reasonable, as determined and required by the CITY. Commercially reasonable shall mean that the dispute is over an issue. 18 GOVERNING LAW . This Agreement will be governed by the laws of the State of Florida. This Agreement is subject to and must comply with the Charter and CITY Code of the CITY of Dania Beach, as they exist on the date of execution of the Agreement. Any conflicts between this Agreement and the Charter and CITY Code will be resolved in favor of the CITY’s Charter. Venue for any disputes arising out of this Agreement and for any actions involving the enforcement or interpretation of this Agreement will be in the State courts of the 17th Judicial Circuit of Broward County, Florida. 19. HEADINGS. Headings of various paragraphs and sections of this Agreement and its table of contents are for convenience and use of reference only and shall not be construed to define, limit, augment or describe the scope, context or intent of this Agreement or any part of this Agreement. 20. SEVERABILITY. The terms and conditions of this Agreement shall be deemed to be severable; consequently, if any clause, term or condition of it shall be held to be illegal or void, such determination shall not affect the validity or legality of the remaining terms and conditions and notwithstanding such determination, this Agreement shall continue in a full force and effect unless the particular clause, term or condition held to be illegal or void renders the balance of the Agreement to be impossible of performance 21. NO WAIVER OF RIGHT TO ENFORCE. The waiver of any breach or any term covenant or condition in this Agreement contained shall not be deemed to be a waiver of such term, covenant or any subsequent breach of the same 19 or any other term, covenant or condition contained in this Agreement. No covenant, term, or condition shall be deemed to have been waived, unless such waiver is in writing. There shall be no accord and satisfaction unless expressed in writing and signed by both the CITY and CONSULTANT. 22. SOVEREIGN IMMUNITY. CONSULTANT acknowledges that the Florida Doctrine on Sovereign Immunity bars all claims by CONSULTANT against the CITY other than claims arising out of this Agreement. Specifically, the CONSULTANT acknowledges that it cannot and will not assert any claims against the CITY, unless the claim is based upon a breach by the CITY of this Agreement. Further, the CONSULTANT recognizes the CITY is a sovereign with regulatory authority that it exercises for the health, safety, and welfare of the public. This Agreement in no way estops or affects the CITY's exercise of that regulatory authority. In addition, the CITY retains the full extent of its sovereign immunity in relation to the exercise of its regulatory authority. The CONSULTANT acknowledges that it has no right and will not make claim based upon any of the following: A. Claims based upon any alleged breach by the CITY of implied warranties for representations not specifically set forth in this Agreement, as the parties stipulate that there are no such implied warranties or representations of the CONSULTANT. All obligations of the parties are only as set forth in this Agreement; B. Claims based upon negligence or any tort arising out of this Agreement; C. Claims upon alleged acts or inaction by the CITY, its commissioners, attorneys, administrators, CONSULTANT, agents, or any CONSULTANT employee; D. Claims based upon an alleged waiver of any of the terms of this Agreement unless such waiver is in writing and signed by an authorized representative for the CITY and CONSULTANT. 23. SCRUTINIZED COMPANIES. CONSULTANT shall certify that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2018), and that it is not engaged in a boycott of Israel. The CITY may terminate this Agreement at the CITY's option if CONSULTANT is found to have submitted a false certification as provided under subsection (5) of section 287.135, Florida Statutes (2018), as may be amended or revised, or been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2018), as may be amended or revised, or is engaged in a boycott of Israel. 24. VERIFICATION OF EMPLOYMENT ELIGIBILITY. CONSULTANT represents that CONSULTANT, and each Subconsultant has registered with and uses the E-Verify system maintained by the United States Department of Homeland Security to verify the work authorization status of all newly hired employees in compliance with the requirements of Section 448.095, Florida Statutes, and that entry into this Agreement will not 20 violate that statute. If CONSULTANT violates this section, Municipality may immediately terminate this Agreement for cause and CONSULTANT shall be liable for all costs incurred by Municipality due to the termination. 25. NO PARTNERSHIP OR JOINT VENTURE. It is mutually understood and agreed that nothing contained in this Agreement is intended or is to be construed in any manner or under any circumstances whatsoever as creating or establishing the relationship of co-partners or creating or establishing the relationship of a joint venture between the CITY and CONSULTANT, or as constituting CONSULTANT as the agent or representative of the CITY for any purpose or in any manner whatsoever. 26. THIRD PARTY BENEFICIARIES Neither CONSULTANT nor CITY intend to directly or substantially benefit a third party by this Agreement. Therefore, the parties agree that there are no third-party beneficiaries to this Agreement and that no third party shall be entitled to assert a claim against either of them based upon this Agreement. 27. NEGOTIATED AGREEMENT. Both parties have substantially contributed to the drafting and negotiation of this Agreement and this Agreement shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than any other. The parties hereto acknowledge that they have thoroughly read this Agreement, including all exhibits and attachments hereto, and have sought and received whatever competent advice and counsel was necessary for them to form a full and complete understanding of all rights and obligations herein. 28. INCORPORATION BY REFERENCE. The truth and accuracy of each "Recital" clause set forth above is acknowledged by the parties. The attached Exhibits to this Agreement are incorporated into and made a part of this Agreement and all exhibits subsequently attached to this Agreement pursuant to the terms hereof shall be deemed incorporated into and made a part of this Agreement. 29. CONFLICTS OF INTEREST: No elected official, representative, or employee of the CITY has any personal interest, direct or indirect, in this Agreement. No elected official, representative or employee will participate in any decision relating to this Agreement which affects his or her personal interest or the interest of any corporation, partnership or association in which he or she has an interest, directly or indirectly. No elected official, representative or employee of the CITY will be personally liable to CONSULTANT or any successor in interest for any amount which may become due to CONSULTANT, for any obligations of CITY under the Agreement, or in the event of any default or breach by the CITY. 21 30. COUNTERPARTS. This Agreement may be signed in counterparts, each one of which is considered an original, but all of which constitute one and the same instrument. This Agreement is effective only after execution and delivery by the parties. 31. MISCELLANEOUS. 31.1. This Agreement constitutes the sole and complete understanding between the parties and supersedes all agreements between them, whether oral or written with respect to the subject matter. No amendment, change or addendum to this Agreement is enforceable unless agreed to in writing by both parties and incorporated into this Agreement. For any material change in the Scope of Services or any increase in the compensation for the services, the Board of CITY Commissioners for the CITY and the duly authorized representative for the CONSULTANT shall agree in writing to this change. All changes shall be in accordance with the requirements of the CITY Procurement Policy. 31.2. Any reference to a specific chapter of the Florida Statutes in this Agreement shall incorporate that law by reference and made a part of this Agreement. 31.3. The parties covenant and agree that each is duly authorized to enter into and perform this Agreement and those executing this Agreement have all requisite power and authority to bind the parties. 31.4. The CONSULTANT shall keep books, records, and accounts of all activities related to the performance of this Agreement in compliance with generally accepted accounting procedures. All document, papers, books, records, and accounts made or received by the CONSULTANT in conjunction with the Agreement and the performance of this Agreement shall be open to inspection during regular business hours by an authorized representative of the CITY and the Florida Department of Transportation. 31.5. It is possible that during the course of and subsequent to the termination of this Agreement, the CONSULTANT may desire to publish certain results of scientific, technical or general interest study originating under or existing by virtue of this Agreement in, or by means of journals, magazines, newspapers, radio broadcasts, or other media of communication. The CONSULTANT shall not, without the written approval of the CITY, disclose to others, publish or authorize anyone to publish any technical or confidential information acquired in the course of doing Work or rendering Services under this Agreement unless required by Chapter 119, Florida Statutes. 31.6. In the event of litigation, attorney fees, shall be awarded to the prevailing party, including any and all attorney fees incurred by virtue of appellate review. 31.7 Section headings are for convenience only and do not affect the interpretation of this Agreement 22 32. SURVIVAL. The termination of the Agreement will not release CONSULTANT from its obligation to indemnify CITY for any acts which occurred prior to the termination of the Agreement, unless otherwise agreed upon by CITY and CONSULTANT or by judicial decree. Upon termination or expiration of this Agreement, the CONSULTANT shall remain liable for all obligations and liabilities that have accrued prior to the date of termination or expiration, unless relieved of such obligation or liability by action of a court or rule of law. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] 23 IN WITNESS OF THE FOREGOING, the parties have set their hand and seal the day listed below. CITY OF DANIA BEACH, FLORIDA, a Florida municipal corporation ELORA RIERA, MMC JOYCE L. DAVIS MAYOR APPROVED AS TO LEGAL FORM AND CORRECTNESS: EVE A. BOUTSIS ANA M. GARCIA, ICMA-CM CITY ATTORNEY CITY MANAGER 24 WITNESSES: CONSULTANT: Kimley-Horn and Associates, Inc. SIGNATURE SIGNATURE PRINT Name PRINT Name SIGNATURE Title PRINT Name DATE STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on , 2025, by as , of Kimley-Horn and Associates, Inc., who is personally known to me or has produced , as identification. Notary Pubic State of My Commission Expires: kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 January 28, 2025 Sean Schutten Senior CIP & Grants Administrator City of Dania Beach 1201 Stirling Road Dania Beach, FL 33004 Re: Professional Services Agreement NW 1st Street from Bryan Road to US 1 (Federal Highway) Dania Beach, FL Dear Mr. Schutten: Kimley-Horn and Associates, Inc., (hereinafter referred to as “Consultant”, “We” or “Kimley-Horn”), in connection with the City of Dania Beach’s “Continuing Architectural, Surveying, Landscape Architecture and Engineering Services”; RFQ 20-005” is pleased to submit this proposal to the City of Dania Beach, (hereinafter referred to as “Client” or “City”) to provide professional services. Our project understanding, scope of services, schedule, and fees are below. Project Understanding The City has requested Kimley-Horn to submit a proposal associated with developing construction drawings for the installation of ADA compliant sidewalk to infill missing sidewalks on NW 1st Street (from Bryan Road to US 1 (Federal Highway) and creating pedestrian connectivity through the corridor. The Federally Funded proposed project will include the following: project management, preliminary design, environmental documentation, permitting assistance, and final design services. The project will be delivered via the Florida Department of Transportation’s (FDOT) Local Agency Program (LAP). Services provided by the Consultant will comply with the FDOT/LAP Department Manuals, process and procedures, and memorandums in effect as of the date of execution of the Agreement unless otherwise directed in writing by the City and/or the FDOT. Scope of Services The services described herein will pertain to the tasks associated with preparing the construction drawings and FDOT/LAP technical specifications for the pedestrian connectivity project along NW 1st Street between Bryan Road to US 1 (Federal Highway). Kimley-Horn will also provide the necessary services listed below for permitting the construction plans through the applicable permitting agencies listed under Task 7. The pedestrian connectivity improvements will include the following: complete corridor survey, geotechnical services, curb and gutter, sidewalks, pavement markings and signage, regrading and sodding the swales, back of sidewalk harmonization on existing sidewalks when the sidewalk doesn’t meet ADA requirements, and ADA ramp repairs/replacement with detectable warning surfaces. Design requirements will be reflected on the construction plans as notes and details according to PROWAG, MUTCD, FDOT/LAP, Federal Safe Routes to School Program, the Florida Greenbook, BCTED, and City of Dania Beach requirements. Kimley-Horn will provide the services specifically set forth below. Sean Schutten Professional Services Agreement January 28, 2025, Page 2 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 Task 1 – Corridor Survey Kimley-Horn will engage a sub-consultant, M.G. Vera & Associates (licensed surveyor), to prepare a Design Survey of the subject corridor to State of Florida standards. This scope is derived with the intention of gathering sufficient survey data to submit a complete design survey. The proposed Design Survey Scope of work includes the following tasks: Task 1.1 Horizontal Control Horizontal Project Network Control (HPNC) points will be established on the Florida State Plane Coordinate System, East Zone, and North American Datum (NAD) 83/90. Task 1.2 Vertical Control Vertical Project Network Control (VPNC) points and elevate horizontal and vertical control points and Mobile LiDAR targets within the project corridor. Task 1.3 Alignment and Right of Way lines The Historical Baseline of Survey and existing right of way will be established per Florida Department of Transportation (FDOT) Maps and platted information. Task 1.4 Topographic Survey / DTM (3D) Topographic and DTM Survey within the existing right of way, including 25 feet past the radius return for each side street. Above ground features and improvements, break-lines, high and low points will be located with sufficient density of points in order to create a DTM. Topographic features will be located including: existing lighting, pavement markings, trees, pedestrian ramps, driveways, visible above ground utilities, sodded and paved areas, drainage structures, etc. Topographic / DTM Surveys will follow and meet the applicable standards & guidelines. Task 1.5 Drainage Survey A Drainage Survey will be performed within the project DTM/Topo limits stated above. Survey will identify the type of structure, rim elevation, pipe invert elevation, pipe size, and bottom elevation. Note: In cases where the structures are full of water and or sediment, M.G. Vera & Associates will visit said structures a maximum of 2 visits; if structures are still un-accessible, said structure will be reported to the Project Manager. Task 1.7 Sectional/Grant Survey & Subdivision Locations Reconnaissance and locate subdivision block corners as required for the historical baseline of survey and right of way establishment. Task 1.8 Work Zone Safety Work zone survey safety will be provided as required by applicable standards. Task 1.9 Project Control Sheet Prepare Project Network Control Sheet for the project limits. Task 1.10 Underground Utilities M.G. Vera & Associates will provide up to 7 Utility Locates (Test Holes) on specific utility conflicts as identified by the EOR. A bank of 7 test holes has been estimated. If additional test holes are required, an addendum will be provided to cover the additional test holes. Sean Schutten Professional Services Agreement January 28, 2025, Page 3 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 Task 1 Deliverables: · Topographic/DTM (3D) Survey in MicroStation or AutoCAD Format, drawings to follow FDOT CAD format (line styles). Note: A Topographic Survey Map is NOT a part of this scope of services. · 2D Electronic Cad file in MicroStation or AutoCAD Format, drawings to follow FDOT CAD format (line styles) depicting each test hole location along with utility elevation, depth of cover, size, type and direction of each found utility. Task 2 – Geotechnical Engineering Services The Geotechnical sub-consultant, Tierra South Florida, Inc. (TSFGeo) will perform the field testing as noted in Table 1 below, which provides a minimum frequency of about one auger boring per 350 to 400 lineal feet for the project. Prior to drilling at the project site, TSFGeo will notify the local utility companies and request that underground utilities be marked. TSFGeo’s experience, however, is that the utility companies will not mark privately owned utilities. TSFGeo’s proposal assumes that private utility lines will be located in the field by others prior to mobilization of the drill rig. TSFGeo will recommend a utility line locating service upon request. Maintenance of Traffic (MOT) will be required for fieldwork and is included in our estimate. Upon completion of the field exploration, some laboratory testing and visual classifications will be performed on selected samples. Samples from SPTs will be Classified per AASHTO, with laboratory testing for verification. A Roadway Soil Survey Report will be prepared to provide engineering data for design, and plan sheets for presentation of soils information. Task 2 Deliverables: · Geotechnical report signed and sealed by licensed geotechnical engineer. Task 3 – Preliminary Design Kimley-Horn will conduct a preliminary assessment to analyze project areas for potential issues such as traffic operations and safety, excessive slope, right-of-way constraints, conflicts with roadways, landscape and existing utility, environmental issues, accessibility issues, and drainage concerns. Up to two field visits are anticipated throughout the life of the design project. Kimley-Horn will collect the following information to be utilized as part of our project design and permitting: · Request a Sunshine State One Call of Florida (SSOCOF) design ticket to determine the underground utility owners with facilities in the area surrounding the Project. Sean Schutten Professional Services Agreement January 28, 2025, Page 4 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 · Request available information regarding existing utilities from the service providers listed in the design ticket. · Coordinate with the City of Dania Beach to request record drawings of the existing water, sewer, and drainage systems. · Coordinate with local drainage district and state drainage district to obtain existing drainage information. Task 4 – Initial Design (30%) Submittal Kimley-Horn will produce and submit the following documentation for the FDOT Initial Phase LAP submittal Checklist: · Initial Plans (30%) · Engineering Estimate (30%) with signatures (opinion of probable construction cost) · Environmental Documents Task 4.1 NEPA Backup Documentation Kimley-Horn will contract with a subconsultant, SEARCH, that will conduct a Cultural Resource Assessment Survey (CRAS) of the project Area of Potential Effect (APE) for the pedestrian improvement project. This CRAS will consist of background research, an architectural history survey, examination of historical maps, and an archaeological survey within the existing and proposed right-of- way; shovel testing will likely be limited by the presence of buried utilities. The fieldwork and subsequent report will be completed in accordance with Part 2, Chapter 8 of FDOT’s Project Development & Environment Manual, Chapter 3 (Site Identification) of the FDOT Cultural Resource Management Handbook, the Florida Division of Historical Resources’ Cultural Resource Management Standards and Operation Manual, Module Three: Guidelines for Use by Historic Preservation Professionals, and Rule Chapter 1A-46 F.A.C. The work will comply with the provisions of Chapter 267, Florida Statutes, as well as Section 106 of the National Historic Preservation Act of 1966, as amended (Public Law 113-287 [Title 54 USC]). AREA OF POTENTIAL EFFECT (APE) Given the scope of the proposed project, SEARCH recommends that the APE for archaeology be defined as the existing and proposed right-of-way in which construction is proposed. The APE for architectural history should be defined as the existing and proposed right-of-way, plus adjacent parcels up to a distance of no more than 100 meters (330 feet) from the edge of pavement. FIELDWORK Prior to fieldwork, SEARCH will use the Sunshine State One Call of Florida, Inc., system to coordinate the location of buried utilities within the archaeological APE. SEARCH will conduct the field survey to identify cultural resources present within the overall APE. According to the Florida Master Site File and Broward County Property Appraiser’s database, there are 35 cultural resources within the APE, including 25 parcels within the APE that contain unrecorded historic-aged (pre-1980) resources, six previously recorded historic buildings, three previously recorded historic resource groups, and one unrecorded historic-aged canal. LAB ANALYSIS Given the low probability for intact archaeological sites within the APE, this scope of work does not include collecting, analyzing, or curating any artifacts. Sean Schutten Professional Services Agreement January 28, 2025, Page 5 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 REPORTING SEARCH will prepare a single technical report summarizing the findings of the background research and fieldwork. The report will include recommendations for managing cultural resources. The technical report will be submitted to the client in electronic format (PDF) via email within 120 days of the end of fieldwork. Upon City review and approval, SEARCH will prepare a digital and hard copy of the report and submit it to the State Historic Preservation Officer (SHPO) on the client’s behalf with all required attachments. Kimley-Horn will complete a Type I Categorical Exclusion checklist along with the environmental support document and accompanying maps. The maps prepared will include a location map, US Geological Survey (USGS) Topographic map, Natural Resources Conservation Service (NRCS) soils map, land use/land cover map, Federal Emergency Management Agency (FEMA) flood zone map, and a listed species map, if applicable. Task 4.2 Initial Phase Design Horizontal Analysis Review and address Preliminary FDOT Electronic Review Comment System (ERC) comments. Prepare concept typical sections for Town review and approval. Prepare preliminary horizontal layout to the City to provide feedback to the design team prior to moving forward with full design layout. Kimley-Horn will design the geometrics using the City and appropriate FDOT Standard Plans with proper consideration given to the design speed, functional classification, design consistency and driver expectancy, aesthetics, existing vegetation to be preserved, pedestrian concerns, ADA requirements, and scope of work. Task 4.3 Roadway Plans Kimley-Horn will develop roadway design and prepare street improvement plans at a scale of 1” = 40’ (11”x17” PDF) to implement the proposed pedestrian improvements. Plan sheets are proposed to convey the horizontal geometry and improvements analyzed in Task 4.2. Roadway plans consist of the following sheets: Key Sheet, Typical Sections, General Notes, Erosion Control, Horizontal Control and Roadway Plans. Task 4.4 Opinion of Probable Construction Cost (Engineering Estimate) Kimley-Horn will prepare an Opinion of Probable Construction Cost (OPC) for the Initial phase submittal. Cost estimate will be prepared in FDOT bid tab format that will show Federal Highway Administration (FHWA) participating items and FHWA non-participating bid items. Task 4.5 Drainage Analysis Kimley-Horn will provide stormwater analysis services. Consultant will explore the possibility of using swales within the corridor to compensate for loss of storage. Exfiltration Trench Systems will be designed to meet South Florida Water Management District (SFWMD), and Broward County Resilient Environment Department (Drainage) stormwater treatment and attenuation requirements. Since sidewalks qualify for a permit exemption from SFWMD, Consultant will apply for the permit exemption as applicable. Meet and coordinate with permitting agencies to establish design criteria, see permitting task for details. Drainage analysis does not include stormwater modeling of the neighborhood, analysis of existing closed systems or addition of new outfalls. Analysis is limited to proposed improvements within project limits and City Right-of-Way. Sean Schutten Professional Services Agreement January 28, 2025, Page 6 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 Task 4 Deliverables: · Initial Engineering Submittal (30% Plans and Estimate) – PDF format · CRAS Technical Report PDF and hardcopy to be submitted to SHPO · Geotechnical Report – PDF format Task 5 – Constructability Design (90%) Submittals Kimley-Horn will produce and submit the following documentation for the FDOT Construction Phase LAP submittal Checklist: · Design Plans (90%) · Engineering Estimate (90%) with signatures (opinion of probable construction cost) · Engineer’s Backup · LAP/FDOT No Additional Right-of-Way Certification Form · Type I CE Checklist and Backup Memorandum · LAP Type 1 Categorical Exclusion Checklist · Documentation of Utility Coordination Task 5.1 Constructability Phase Design Horizontal and Vertical Analysis Kimley-Horn will review and address Initial Phase FDOT ERC comments and one-time combined City provided comments. Task 5.2 Roadway Plans Kimley-Horn will continue to develop roadway design and prepare street improvement plans from Task 4.3. Update plan sheets to convey the horizontal geometry and improvements analyzed in Task 4.2. Analyze working profiles at back of sidewalk as needed. Working profiles will be used to confirm design, but profile sheets and their submittal is not required. Identify locations for sidewalk curb in constrained areas, if needed, to maintain improvements within existing right-of-way. Review proposed working cross sections at locations of roadway modification to generally determine typical section variations. Kimley-Horn will prepare and coordinate with City to develop Level 1 traffic control notes for the major work phases of the overall project with reference FDOT Indices. Contractor will be required to submit their own detailed traffic control plans for review and approval prior to construction based on their approved project schedule. Task 5.3 Signing and Marking Plans Kimley-Horn will prepare signing and marking plans at a scale of 1” = 40’ (11”x17” PDF) to address re- establishment of impacted pavement markings as a result of the proposed improvement strategy. The signing and marking plans will be limited to crosswalks and areas between the existing edge of pavement and existing road right-of-way. Required signing will be focused on sidewalk areas only. Areas requested to be milled and resurfaced will entail new pavement markings. Signing and marking may be accomplished with typical details. Standards will be according to the Manual on Uniform Traffic Control Devices (MUTCD) and Broward County Traffic Engineering (BCTED) Pavement Marking and Sign details. Show required notes and details for items that deviate from published standards. Task 5.4 Landscape Analysis Kimley-Horn will use the survey and field observations to identify conflicts with trees. We will produce an exhibit that indicates existing tree locations keyed to a chart that describes species, Diameter at Breast Height (DBH), and disposition for impacted trees/palms within the project limits. This exhibit will tabulate trees to remain, to be removed, and/or to be relocated. Kimley-Horn will provide adequate Sean Schutten Professional Services Agreement January 28, 2025, Page 7 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 notes and details for the owner’s selected contractor to submit the plan as a part of a tree removal permit. Task 5.5 Opinion of Probable Construction Cost (Engineering Estimate) Kimley-Horn will prepare an Opinion of Probable Construction Cost (OPC) for the constructability phase submittal. Cost estimate will be prepared in FDOT bid tab format that will show FHWA participating items and FHWA non-participating bid items. Consideration will be made for optional and/or alternative bid items to assist the City to meet project funding goals. Task 5.6 Type I CE Checklist and Backup Memorandum Kimley-Horn will review and address comments and provide a revised memorandum for approval. Task 5.7 Drainage Design Kimley-Horn will review existing conditions within the project limits right-of-way and modify existing conditions to account for the proposed changes. Task 5 Deliverables: · Constructability Submittal (90% Plans and Estimate) – PDF Format Any major design revision requests after the Constructability phase will be considered additional services. Task 6 – Production Design (100%) Submittals Kimley-Horn will review and address FDOT ERC comments from the Constructability Phase submittal. Kimley-Horn will submit signed and sealed construction documents that entail plans, engineers estimate, specifications, checklists, and utility clear letters (provided by utilities). Kimley-Horn will prepare an Opinion of Probable Construction Cost (OPC) for the production phase submittal. Cost estimate will be prepared in FDOT bid tab format that will show FHWA participating items and FHWA non-participating bid items. Kimley-Horn has no control over the cost of labor, materials, equipment, or over the Contractor’s methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on information known to the Consultant at the time and represent only the Consultant’s judgement as design professionals familiar with the construction industry. The Consultant cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. Task 6 Deliverables: · Production Submittal (100% Plans, Specifications, and Estimate (PS&E)) – PDF and CAD Format Task 7 – Permitting Kimley-Horn will prepare permit applications with supporting documentation to the following jurisdictional regulatory agencies. Kimley-Horn will address comments for the regulatory agency submittals identified below. 1. FDOT Sean Schutten Professional Services Agreement January 28, 2025, Page 8 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 a. LAP review 2. Broward County Highway Construction and Engineering Division (BCHCED) a. Roadway, paving, and traffic control systems for access b. Signing and marking 3. Broward County Resilient Environment Department a. Drainage 4. National Pollutant Discharge Elimination System (NPDES): a. Notice of Intent b. Preparation of Storm Water Pollution Prevention Plans (SWPPP) – City’s Contractor shall complete the necessary application and submittal to obtain the general permit. The City’s contractor shall be responsible for obtaining, maintaining, and operating the construction site according to the EPA and NPDES guidelines. 5. City of Dania Beach a. Public Services No other agency approvals are included in this scope of services other than those identified above. Kimley-Horn does not guarantee the issuance of permits or approvals. If permits are issued for this project, the conditions and expiration dates are the sole responsibility of the City. Kimley-Horn is not responsible for extending time limited entitlements or permits. The City shall provide all permit fees. Task 8 – Public Involvement Kimley-Horn will attend and conduct one public meeting with stakeholders after Initial Phase Submittal to cover the project limits. Meeting will be either virtual or in-person open house style but not both. Kimley-Horn will prepare a public meeting notice for the proposed meetings and provide to the City to advertise to residents. Additionally, Kimley-Horn will develop materials, attend, and prepare to answer questions at one commission meeting of the City’s choice during design development. As part of this task, Kimley-Horn will provide an agenda and meeting minutes for the two meetings. Task 9 – Project Management and LAP Coordination Project management entails activities related to initiating, planning, executing, controlling, and closing the Project. Kimley-Horn will attend an initial kick-off meeting to verify project elements, scope, and schedule; prepare for and attend monthly meetings with City staff. Additionally, communicate with designated City staff (via phone, teleconference, email, etc.) to provide coordination between City staff and the Designer (assumed a 14-month design schedule for budgeting purposes). Provision, monitoring, and updating of schedule of services being provided. Provide monthly design progress reporting and invoicing. Kimley-Horn will coordinate the LAP process to completion by processing project design and submittals through LAP. This consists of plans, specifications, checklists, cost estimates and coordination. Consultant will attend meetings with FDOT and attend teleconferences as required (for budgeting purposes, assume up to 2 meetings and 4 teleconferences are required). Construction Engineering and Inspection (CEI) consultant advertisement, bid advertisement, FHWA checklists, right-of-way certification form, LAP agreement and commission resolution will be completed by City representatives. Kimley-Horn will be available to answer questions from the City. Sean Schutten Professional Services Agreement January 28, 2025, Page 9 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 Kimley-Horn will, per the LAP process, submit Preliminary, Initial, Constructability, and Production Phase submittals to FDOT and address review comments in FDOT ERC system for each submittal. Follow up with each reviewer as needed to expedite resolution of comments. Kimley-Horn will coordinate with Broward County Transit (BCT) to confirm any potential relocation of bus stops and/or shelters during the design phase. The scope does not include design of bus shelters. Kimley-Horn will provide limited assistance to the City related to electrical utility service de-energization for the project as described herein. The Consultant will coordinate with the designated FPL representative to review the proposed improvements and discuss potential FPL de-energization that may need to occur for the proposed improvements to be installed. This coordination will be limited to four (4) phone calls, two (2) letters/emails, and two (2) virtual meetings. Summaries of the correspondence will be documented and provided to the selected contractor during construction. Task 10 – Limited Bidding Services It is our understanding that the City will use a competitive bidding process to award the contract to a qualified contractor to construct the improvements. Kimley-Horn shall consult with and advise the City for the proposed improvements during the bidding process. This task is limited to attendance of one (1) pre-bid meeting and issuance of addenda in response to interested contractor questions or requests for information during the bid process. All responses by Kimley-Horn will be approved by the City prior to issuance. Once bids are received, Kimley-Horn shall review the bids and provide a recommendation to the City associated with the apparent low bidder’s price proposal. The City will be responsible in making the award. City Front End Documents are not included in this scope. ASSUMPTIONS: The following assumptions have been made for this scope of work: 1. All project required agency fees will be paid directly for by the City. 2. All coordination meetings with the property owners other than the identified public meetings will be led and conducted by the City. 3. Contractor will be required to submit their own traffic control plans to be reviewed and approved by the City for their construction activities. 4. Florida East Coast Railway crossing improvements not included in scope. 5. Analysis or design or existing bridge is not included in the scope of services. 6. There is sufficient right-of-way for the proposed improvements and no additional right-of-way is anticipated for this project. 7. The City will hire a separate CEI consultant for the construction phase services per the requirements of the FDOT LAP process. 8. No traffic study or signal modifications are planned or expected as part of the proposed improvements. 9. Drainage analysis does not include stormwater analysis of systems outside limits of construction. 10. Services for the preparation of planting plans and/or irrigation plans are not included in this scope of services. 11. Services for the design of decorative hardscape treatments, including crosswalk patterning, site furnishings specifications, and/or decorative sidewalk treatments are not included in this scope of services. Sean Schutten Professional Services Agreement January 28, 2025, Page 10 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 12. Undergrounding of overhead utilities are not anticipated and are not included in this scope of work. 13. City Responsibilities: a. Existing records including files, plans, and any other pertinent engineering information. b. Maintenance requirements and preferences at the start of the design process. c. Integration of FDOT required contract language into City Bid documents. d. Commission resolution for LAP agreement. e. Execution of required FDOT LAP forms and agreements in a timely manner. f. Preparation of Specification/Bid Documents to meet LAP requirements. ADDITIONAL SERVICES Any services not specifically provided for in the above scope will be billed as additional services and performed at our then current hourly rates. Additional services we can provide include, but are not limited to the following: · Survey Legal and Sketches · Post Design Services · Traffic Studies or traffic engineering services not specifically noted above · Lighting Photometrics and Design · Sanitary Sewer design and/or plans · Water Main design and/or Plans · Storm Drain and Sanitary Sewer video inspections · Additional SUE test holes · Landscape and Tree Disposition Design and Plans · Irrigation Design and Plans · Technical Specifications/Bid Documents · LAP Checklist for Construction Contracts · Railroad crossing evaluation or design · Arborist Evaluation and Reports INFORMATION PROVIDED BY CLIENT We shall be entitled to rely on the completeness and accuracy of all information provided by the Client or the Client’s consultants or representatives. SCHEDULE We will provide our services as expeditiously as practicable to complete the scope of services within the time frame mutually agreed upon between Kimley-Horn and the City. A project schedule will be provided to establish milestone dates required to meet the project completion date. FEE AND BILLING The consultant will accomplish the services outlined in Tasks 1-10 for the Lump Sum Fee of $428,288.46 as outlined below. All permitting, application, and similar project fees if applicable will be paid directly by the City. Sean Schutten Professional Services Agreement January 28, 2025, Page 11 kimley-horn.com 8201 Peters Road, Suite 2200, Plantation, FL 33324 954 535 5100 TASK DESCRIPTION LABOR FEE 1 Corridor Survey $65,713.24 2 Geotechnical Engineering Services $50,089.72 3 Preliminary Design $6,368.64 4 Initial Design (30%) Submittal $125,042.69 5 Constructability Design (90%) Submittal $98,956.88 6 Production Design (100%) Submittal $32,937.99 7 Permitting $24,366.37 8 Public Involvement $8,227.80 9 Project Management and LAP Coordination $9,800.48 10 Limited Bidding Services $6,784.65 LUMP SUM FEE $428,288.46 If authorized by the City, additional services will be billed hourly as needed. CLOSURE The terms and conditions of the City of Dania Beach Request for Qualifications (RFQ) No. 20-005, City of Dania Beach’s “Continuing Architectural, Surveying, Landscape Architecture and Engineering Consulting Services”; shall govern this scope of services. I appreciate this opportunity to submit this proposal. If you have any questions or need additional information, please contact me at (954) 535-5100. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. George Balaban, P.E. Vice President City of Dania Beach Community Development Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Eleanor Norena, CFM, Director Corinne Lajoie, AICP, Deputy Director SUBJECT: Ranking the firms who responded to the Request for Qualifications (RFQ) number 25-004 “Resiliency Plan (Re-Issued)”. Request: The Community Development Department requests approval of the firm ranking for the RFP No. 25-004 for the “Resiliency Plan (Re-Issued)”. Background: The Community Development Department is preparing to create a city-wide Resiliency Plan to incorporate all the City’s efforts to date into one document which will also identify action steps the City can take to ensure a sustainable and resilience community in the future. On February 6, 2025, the City issued a Request for Qualifications (“RFQ”) No. 25-004 for “Resiliency Plan (Re-Issued)” and on March3, 2025, the City received ten (10) qualified responses. The Review Committee consisted of the Community Development Director, Community Development Deputy Director, and Permitting Office Supervisor. The Committee met on March 21, 2025, ranking the firms as shown below. 1. Chen Moore and Associates 30.73 2. Metric Engineering, Inc. 30.68 3. WSP USA Inc. 30.67 4. Vanasse Hangen Brustlin, Inc. 30.67 5. EBS 26.68 6. Garner Environmental Services, Inc. 24.97 7. IEM International Inc. 24.25 8. Hillmann Development Advisors, LLC 22.33 9. Raftelis Financial Consultants, Inc. 20.75 10. The Resiliency Initiative 19.33 The department recommends that the City Commission approve the Committee’s ranking of firms who responded to the RFQ 2025-004 to allow staff to being negotiations for services for the creation of a Resiliency Plan. Budgetary Impact The funding for this project has been included in the Community Developments annual budget, which was previously approved by the City Commission. Recommendation Community Development recommends the City Commission approve the ranking of firms who responded to the RFQ No. 25-004 “Resiliency Plan (Re-Issued)” to allow staff to being negotiating for services. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE RANKING OF CONSULTING FIRMS THAT RESPONDED TO REQUEST FOR QUALIFICATIONS (“RFQ”) NO. 25-004, ENTITLED “RESILIENCY PLAN (RE-ISSUED)”, AND SELECTING CHEN MOORE & ASSOCIATES, INC. AS THE FIRST RANKED FIRM; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has planned and budgeted for the creation of a Resiliency Plan in the 2024/2025 fiscal year; and WHEREAS, the City Selection Committee (the “Committee”) was formed to develop a scope of work, solicit and evaluate proposals from firms experienced in this type of specialized work; and WHEREAS, the City issued Request for Qualifications (RFQ) No. 2025-004 on February 6, 2025, to contract with a consultant for the creations of a Resiliency Plan; and WHEREAS, the Committee consisting of the Community Development Director, Deputy Director and Permitting Office Supervisor met on March 21, 2025, to review and evaluate five (5) submittals received on March 3, 2025; and WHEREAS, on March 3, 2025, the Committee ranked the responding top firms as follows: Consultant Score Rank Chen Moore & Associates, Inc. 30.73 1 Metric Engineering, Inc. 30.68 2 WSP USA Inc. 30.67 3 Vanasse Hangen Brustlin, Inc. 30.53 4 EBS 26.63 5 Garner Environmental Services, Inc. 24.97 6 IEM International Inc. 24.25 7 Hillmann Development Advisors, LLC 22.33 8 Raftelis Financial Consultants, Inc. 20.75 9 The Resiliency Initiative 19.33 10; and 2 RESOLUTION #2025-______ WHEREAS, the Committee recommends the highest ranked firm, Chen Moore & Associates, Inc. for RFQ No. 25-004 be selected for contract negotiations. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. Section 2.That the City Commission accepts the ranking of the consulting firms responding to RFQ No. 25-004, entitled “Resiliency Plan (Re-Issued)”, as provided above. Section 3.That the proper City officials are authorized to negotiate an agreement with Chen Moore & Associates, Inc. If negotiations are unsuccessful, the City can proceed with the next highest ranked respondent, until the list if exhausted or a contract is negotiated consistent with the terms of the RFQ. Section 4. That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 5.That this Resolution shall be effective 10 days after passage. PASSED AND ADOPTED on __________________, 2025. Motion by __________________________, second by ___________________________. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ SIGNATURES ON THE FOLLOWING PAGE 3 RESOLUTION #2025-______ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY City of Dania Beach Community Development Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Candido Sosa-Cruz, ICMA-CM, Deputy City Manager Eleanor Norena, CFM, Director Corinne Lajoie, AICP, Deputy Director Claudia Viviana Batista, Planning and Zoning Manager SUBJECT: VA-054-23/VA-020-24/OT-55-23/OT-057-23/SE-017-22/SP-16-22: The applicant and property owner, 380 Dania Plaza LLC, requests approval of Variances, Design Variations, Special Exception, and Site Plan for the construction of a 79-room hotel development on the property at 380 S Federal Highway. Request: VARIANCES 1. CATEGORY OF TREES To provide all trees as Category two, three, and four (2,3, and 4) where Category one (1) trees are required per Code Sec. 275-190(D) of the Land Development Code (LDC). 2. PERIMETER LANDSCAPING REQUIREMENTS To provide the required trees and spacing on the outside of the wall (west side) in lieu of the inside (east side) of the wall per Code Sec. 275-110(D)(3) of the LDC. DESIGN VARIATIONS 1. PARKING IN THE 1ST LAYER o To allow for the proposed parking structure setback of thirteen feet and eight inches (13’ - 8”) along the North side (SW 3rd Place) where a minimum thirty-foot (30’) setback is required per the City’s LDC Sec. 303-80(E). o To allow for the proposed parking structure setback of twenty-six feet and four inches (26’ - 4”) along the East side (Federal Highway) where a minimum thirty-foot (30’) setback is required per the City’s LDC Sec. 303-80(E). 2. UPPER STORY SETBACKS To provide a zero-foot (0’) setback along the North side where a fourteen-foot (14’) setback is required per City’s LDC Sec. 303-80(N). SPECIAL EXCEPTION To allow hotel use. SITE PLAN APPROVAL The applicant is requesting Site Plan approval for the construction of a new six (6) story 79-room hotel, including a parking garage and a 799-square-foot ground floor restaurant. Background: PROPERTY INFORMATION: EXISTING ZONING: South Federal Mixed-Use (SFED-MU) LAND USE DESIGNATION: Regional Activity Center (RAC) SITE ACREAGE: 0.67 acres (29,280 SF) EXISTING USE: Motel VIOLATIONS ON THE PROPERTY: No open violations on the property. BACKGROUND The subject property is a 0.67-acre parcel and is located west of South Federal Highway between SW 3rd Place and SW 4th Street. The property is currently operating as a Stay Inn Motel with twelve (12) rooms. The site is surrounded by multifamily residential to the north and a single- family residential to the west, a historically designated structure to the south, and commercial to the east. Approval of the requested site plan would allow for the development of a new six (6) story, 79-room hotel including a parking garage with sixty-two (62) parking spaces and a 799 square feet ground floor cafe. This application was received on February 3, 2022, which allows the project to utilize the Land Development Regulations in place at that time before the text amendment, which eliminated the use of incentives on March 12, 2024. VARIANCES 1. CATEGORY OF TREES The LDC states category one (1) trees shall constitute a minimum of forty percent (40%) of the total trees required. Due to height constraints because of existing overhang FP&L wires running on the north boundary of the property, the applicant is requesting a variance from Code Section 275-90(D) to provide smaller trees than required. Shade canopy trees achieve a maximum height of fifty feet (50’) or more. As trees are required to have a fifteen-foot (15’) distance from structures per Code Section 275-190(H)(1) to have sufficient area to mature, the applicant intends to provide twelve (12) trees of lesser Category two, three, and four where four (4) Category 1 trees are required. The LDC defines a Category one (1) tree as having a minimum overall height of fourteen feet (14’). This provision of the LDC is intended to create a uniform streetscape while establishing a minimum tree count. Variance Required by Code Request Category 1 Trees To provide 4 category 1 trees To provide 12 category 2 and 12 category 4 trees for a total of 24 trees The applicant provided the following justification for the variance request based on the variance criteria identified in the City’s LDC, Section 625-40: Section 625 of the City’s LDC states, that the City Commission or Planning and Zoning Board, if applicable, shall hold its public hearing and, after consideration of the staff recommendation and public input, if any, may deny, approve, or approve with conditions the application for variance, based upon its determination that the request meets the criteria identified in Section 625-40, which are identified below. For each criteria, the applicant’s justification statement is provided, as well as the Community Development staff’s findings in italics. 1. “That the requested variance maintains the basic intent and purpose of the subject regulations, are particularly as it affects the stability and appearance of the city.” Applicant: The intent and purpose of 275-190 is to provide shade canopy trees on a development site. However, the property is an urban infill development site in the CRA form-based district. The site has a five-foot (5’) setback from the north, a ten-foot (10’) setback from the west, an eight-foot-eight-inch (8’8”) setback from the south, and a five-foot (5’) setback from the east. Relief is being sought from the requirement to provide four (4) Category one (1) trees, which must be planted at least fifteen feet (15’) from the building. In lieu of this, the applicant is proposing to substitute the Category one (1) trees with additional Category two (2) and three (3) trees meeting the FPL Right Tree, Right Place Guidelines. The net result would be two (2) additional trees (in addition to the four (4) required) to make up for not planting the four (4) Category one (1) trees. The Community Development staff recognizes that the applicant is working diligently to achieve the intent of the LDC landscape requirement, considering the current site conditions. 2. “That the requested variance is otherwise compatible with the surrounding land uses and would not be detrimental to the community.” Applicant: The proposed variance is compatible with the residential uses to the north, south, and east. The project is providing additional landscaping in the form of additional Category two (2) and three (3) trees to the north and west boundary to create a buffer from the use to the residential neighbors to make up for not planting the Category one (1) trees. The Community Development staff finds the request is compatible with the surrounding land uses in this area. Although smaller trees are proposed, the number of trees has increased. 3. “That the requested variance is consistent with, and in furtherance of, the goals, objectives, and policies of the adopted Comprehensive Plan, as amended from time to time, and all other similar plans adopted by the city.” Applicant: The landscaping variance requested will enable the site to be developed from a dilapidated motel structure to a modern boutique hotel with a ground-floor restaurant/café, which furthers the objectives and policies of the following comprehensive plan objectives and policies: • Objective IV - Continue to implement redevelopment and renewal of blighted areas within the Dania Beach CDBG. • Objective X - Land development regulations shall be maintained which provide for mixed land uses and other unique development techniques. • Policy 10.1 Innovative site design and land planning shall be permitted within these land development regulations. • Policy 10.2 The permitted uses of the Comprehensive Plan shall permit the mixing of land uses consistent with land development regulations. The Community Development staff confirms that the variance request is in keeping with the Goals, Objectives, and Policies of the Dania Beach Comprehensive Plan, especially with policies in Future Land Use Element Objective 1.2.3 Policy 1.2.3.11 of Continue to promote and enhance the City’s Tree and Landscape Regulations as a key element in retention and provision of private plant materials to support sustainable development principles of tree preservation, and minimal impact to the existing site resources. 4. “That the plight of the petitioner is due to unique circumstances of the property or petitioner which would render conformity with the strict requirements of the subject regulations unnecessarily burdensome.” Applicant: The development site is a small urban infill site that is required to comply with build- to-setback requirements of 0-5’ on the north and 0-15’ on the remaining street frontages. A 10’ landscape buffer is provided on the west setback adjacent to the residential single-family home. In addition to the building setback required to be on the build-to line, the south side and north side of the Property have overhead powerlines, which further impede the ability to place the Category 1 trees. The Community Development staff agrees with this justification. 5. “That the variance requested is the minimum variance that is necessary to afford relief to the petitioner while preserving the character, health, safety, and welfare of the community.” Applicant: The variance is the minimum variance needed to afford relief to the petitioner while preserving the character, health, safety, and welfare of the community. The applicant is not trying to eliminate its obligation to provide trees but rather is seeking to provide trees in a different category at a higher quantity. The Community Development staff verifies that this is the minimum variance necessary to accommodate the project as proposed. 2. PERIMETER LANDSCAPING REQUIREMENTS When a commercial property directly abuts a residentially zoned or used property, the LDC requires a tree to be installed one (1) per every forty (40) linear feet of residentially zoned or used property between the wall and said property per Code Section 275-110(D)(3) to create enough separation and buffer between uses. The applicant is proposing to provide the required number of trees in a single row located outside the wall (west side) in lieu of the inside (east side) of the wall in addition to shrub installation as per recommendation from City’s Landscape. This regulation intends to provide a buffer between commercial use and the residential neighborhood by providing enough separation between uses and protecting privacy. The applicant provided the following justification for the variance request based on the variance criteria identified in the City’s LDC, Section 625-40: Section 625 of the City’s LDC states, that the City Commission or Planning and Zoning Board, if applicable, shall hold its public hearing and, after consideration of the staff recommendation and public input, if any, may deny, approve, or approve with conditions the application for variance, based upon its determination that the request meets the criteria identified in Section 625-40, which are identified below. For each criteria, the applicant’s justification statement is provided, as well as the Community Development staff’s findings in italics. 1. “That the requested variance maintains the basic intent and purpose of the subject regulations, particularly as it affects the stability and appearance of the city.” Applicant: The intent and purpose of 275-110 is to provide a landscape buffer between the commercial building and the adjacent residential property. However, the Property is an urban infill development site in the CRA form-based district. The site has a ten-foot (10’) setback from the west. Relief is being sought from the requirement to provide a landscape buffer with trees planted between the fence and the commercial building. In lieu of this, the applicant is proposing to plant the trees on the west side of the fence so that the required trees maintain the appropriate distance from the commercial building. The quantity and spacing of trees will be met just by switching the location from the inside to the outside of the wall facing the neighbor. In turn, the neighbor will have a primary view of the landscaping rather than the fence. The Community Development staff agrees with this assessment. Although the Code requires a minimum of ten feet (10’) in depth for landscape in addition to the wall and a double row of category one (1) trees, the applicant is meeting this requirement. Only the location is different. 2. “That the requested variance is otherwise compatible with the surrounding land uses and would not be detrimental to the community.” Applicant: The proposed variance is compatible with the residential uses to the north, south and west. The project is providing the required spacing and is simply requesting to locate the trees on the outside of the wall facing the neighbor. The proposed variance will afford the neighbor with a primary view of the landscaping rather than having the primary view of a fence. The Community Development staff finds the request is compatible with the surrounding land uses in this area. The applicant is providing double the minimum tree requirement to provide privacy to the immediate neighbor by providing extra foliage. 3. “That the requested variance is consistent with, and in furtherance of, the goals, objectives and policies of the adopted Comprehensive Plan, as amended from time to time, and all other similar plans adopted by the city.” Applicant: The landscaping variance requested will enable the site to be developed from a dilapidated motel structure to modern boutique hotel with ground floor restaurant/café, which furthers the objectives and policies of the following comprehensive plan objectives and policies: • Objective IV - Continue to implement redevelopment and renewal of blighted areas within the Dania Beach CDBG. • Objective X - Land development regulations shall be maintained which provide for mixed land uses and other unique development techniques. • Policy 10.1 Innovative site design and land planning shall be permitted within these land development regulations. • Policy 10.2 The permitted uses of the Comprehensive Plan shall permit the mixing of land uses consistent with land development regulations. The Community Development staff confirms that the variance request is in keeping with the Goals, Objectives and Policies of the Dania Beach Comprehensive Plan, especially with policies in the Future Land Use Element Objective 1.2.3 Policy 1.2.3.11 of Continue to promote and enhance the City’s Tree and Landscape Regulations as a key element in retention and provision of private plant materials to support sustainable development principles of tree preservation, and minimal impact to the existing site resources. 4. “That the plight of the petitioner is due to unique circumstances of the property or petitioner which would render conformity with the strict requirements of the subject regulations unnecessarily burdensome.” Applicant: The development site is a compact urban infill site which is required to comply with build-to setback requirements of 0-5’ on the north and 0-15’ on the remaining street frontages. A 10’ landscape buffer is provided on the west setback adjacent to the residential single-family home. Placing the trees on the inside of the fence per the code requirement would be unnecessarily burdensome. The Community Development staff agrees with this justification. The applicant proposes to install category three (3) trees, exceeding the minimum number of trees required to ensure enough foliage for privacy purposes exists for the neighbor to the west. In addition, due to the utility line running over the west boundary, the applicant is limited to the category of tree to avoid interference of the powerline running over the tree line and to meet the FPL Right Tree, Right Place Guidelines. 5. “That the variance requested is the minimum variance that is necessary to afford relief to the petitioner, while preserving the character, health, safety and welfare of the community.” Applicant: The variance is the minimum variance needed to afford relief to the petitioner while preserving the character, health, safety, and welfare of the community. The applicant is not trying to eliminate its obligation to provide trees, but rather to plant the trees in a way that provides the proper distance between the trees and the commercial building. The Community Development staff verifies that this is the minimum variance necessary to accommodate the project as proposed. DESIGN VARIATIONS 1. FIRST LAYER The property has three (3) street frontages. The Northeast corner of the project is required to be occupied by a liner building with active uses as per City’s LDC Section 303-80(E). The applicant is proposing a parking garage facing SW 3rd Place (along the north side of the building), with a five-foot (5’) setback from the property line. Parking is permitted only in the second layer hidden from street view and setback from any secondary street by a minimum of thirty (30) feet. This provision of the LDC ensures that parking structure placement is setback from any second street property line to create an urban style development. The information for each Design Variation provided below from the applicant addresses the criteria identified in Section 301-50(D) of the LDC: 1. Whether the request is for a reasonable accommodation of design flexibility that results in overall superior development and design consistent with the intent and principles of this subpart that govern the standard for which variation is requested; or Applicant Response: This is an urban infill site that is surrounded on three (3) sides by streets. The site is only 140’x142’ in width and complies with this code requirement along Federal Highway and SW 4th Street. The only side that does not comply with this code requirement is SW 3rd Place (north side of the Property). If the site was required to comply with this requirement on the north side, this would leave no space to provide interior traffic circulation and a parking garage. The Community Development Staff considers the first layer variation request is needed in order to accommodate the existing conditions of the property in order to maximize the use of the property for the development. 2. Whether the variation is appropriate to accommodate site conditions not anticipated in these regulations or to reconcile conflicting requirements, provided the request is generally consistent with the intent and principles of this subpart that govern the standard for which variation is requested. Applicant Response: This is an urban infill site that is surrounded on three (3) sides by streets. The site is only 140’x142’ in width and complies with this code requirement along Federal, SW 4th Street. The only side that does not comply with this code requirement is SW 3rd Place (north side of the Property). If the site was required to comply with this requirement on the north side, this would leave no space to provide a parking garage. The Community Development staff agrees with this assessment. Due to the size constraints of the site, the applicant is proposing a thirteen feet eight inches (13’8”) setback from the property line and a landscape buffer to soften the appearance on the north elevation. 2. UPPER STORY SETBACKS The applicant is proposing an upper story setback of zero feet (0’) along the north boundary due to the parking structure proposed on the north side and one foot and eight inches (1’8”) along the south side due to the stairwell egress. The LDC requires upper story setbacks to be ten percent (10%) of lot width up to a maximum of thirty feet (30’) required on corner sides for any part of building exceeding three (3) stories as per Code Section 303-80(N) (former Form-Based Code Section). This property is required to provide a fourteen-foot (14’) upper story setback. This provision of the LDC ensures that the building structure is set back from any second street property line to create an urban-style development. The information for each Design Variation provided below from the applicant addresses the criteria identified in Section 301-50(D) of the LDC: 1. Whether the request is for a reasonable accommodation of design flexibility that results in overall superior development and design consistent with the intent and principles of this subpart that govern the standard for which variation is requested; or Applicant Response: This is an urban infill site that is surrounded on three (3) sides by streets. The site is only 140’x142’ in width and complies with this code requirement along Federal, SW 4th Street. The only side that does not comply with this code requirement is SW 3rd Place (north side of the Property) to accommodate parking requirements for the use. If the site was required to comply with this requirement on the north side, this would leave no space to provide a parking garage. The Community Development Staff considers the upper story setback variation request is the minimum design variation needed in order to accommodate parking requirements for the use to operate. In addition, SW 3 Place is used as an alley. 2. Whether the variation is appropriate to accommodate site conditions not anticipated in these regulations or to reconcile conflicting requirements, provided the request is generally consistent with the intent and principles of this subpart that govern the standard for which variation is requested. Applicant Response: This is an urban infill site that is surrounded on three (3) sides by streets. The site is only 140’x142’ in width and complies with this code requirement along Federal, SW 4th Street. The only side that does not comply with this code requirement is SW 3rd Place (north side of the Property) to accommodate parking requirements for the use. If the site was required to comply with this requirement on the north side, this would leave no space to provide a parking garage. The Community Development staff agrees with this assessment. The infill development will enhance the area with more urban development than the existing conditions. SPECIAL EXCEPTION The applicant is proposing to operate a 79-room hotel. As per Code Sec. 302-10, lodging use is permitted as a Special Exception use in the South Federal Mixed-Use (SFED-MU) with the following conditions: 1. City Commission allocation of LAC or RAC rooms/units; The applicant complied with this condition. The existing land size is credited for the proposed new hotel. In this case, the acreage is the same; therefore, no change is needed. 2. Guestroom access shall be via interior corridors; The applicant complied with this condition. All proposed rooms have access via interior corridors. 100. HVAC units shall not be visible from the exterior of the building; The applicant complied with this condition. All mechanical equipment is proposed to be on the rooftop and will not be visible from any façade of the building. 500. Parking, service or loading areas shall not be located within twenty-five (25) feet of a residential zoning district unless separated by a street, canal, or rail line, or located entirely within an enclosed building; The applicant complied with this condition. All proposed parking is entirely within the enclosed building. 5. Overnight commercial vehicle parking is prohibited. The applicant complied with this condition. The only overnight parking allowed is for the guests of the hotel. In addition, Section 630-50(A) of the City’s LDC states that the Planning and Zoning Board or City Commission, as applicable, shall review the application to determine whether the special exception use complies with the below standards and may deny, approve, or approve the application with conditions. In issuing its decision to grant a Special Exception, the City may place more restrictive requirements and conditions on applicants than are provided in the code when the conditions are based upon site considerations and its use, and the potentially resulting impacts upon the surrounding area or zoning district where the subject property is located. 1. That the use is permitted as a special exception use as set forth in the use regulations of part 1 of this code. Applicant: The proposed use is a Special Exception under LDC Sec. 302-10, South Federal Mixed-Use (SFED-MU) District: Lodging: “Hotel, extended-stay hotel, condominium hotel, or time-share containing at least 75 rooms or keys”. The Community Development staff concurs with this statement. The current use is a motel and the proposed redevelopment of the site to accommodate a new larger hotel will enhance the character of the area. 2. That the use will not cause a detrimental impact to the value of existing contiguous uses, uses in the general area, and to the zoning district where it is to be located. Applicant: The proposed hotel is not inconsistent with uses in the general area or the South Federal Mixed-Use (SFED-MU) zoning district. All lodging, parking, and amenities are conducted within the confines of the building space. The proposed hotel is located where the use has been established and operating as well as other lodging uses in the area. The proposed hotel will enhance the existing contiguous area and neighborhood by incorporating the following design features: 1. Removing the existing back-out parking which currently exists along SW 4th street and US1/ S. Federal Hwy. All proposed parking will be contained within the parking garage. 2. Landscape buffers are provided along the north and the west property lines abutting residential uses where currently there is no meaningful buffer creating a privacy barrier to protect the neighbors from hotel activity and soften the appearance. 3. The new building replaces an outdated and dilapidated building with an architecturally appealing development to enhance the neighborhood. Community Development staff considers the proposed request will add value to the area and the surrounding community by eliminating the aforementioned issues. 3. That the use will be compatible with the existing uses on contiguous property, with uses in the general area and zoning district where the use is to be located and compatible with the general character of the area, considering population density, design, scale and orientation of structures to the area, property values and existing similar uses or zoning. Applicant: The following are the uses which are adjacent to the proposed hotel: North: Royal Palm Gardens Condo / 30-unit, 3-story condominium South: Single family dwelling (note that single family dwellings were established prior the RAC establishment) East: Super 8 Motel / 37-room motel, 2 stories West: Single-family dwelling (note that single-family dwellings were established prior to the RAC establishment). The Community Development staff concurs that the surrounding uses will not be impacted negatively by the proposed development. The proposed use is on a major corridor and is compatible with similar uses in the area. In addition, staff has requested channelized vehicle movement to ensure all traffic to and from the hotel utilize US1 and not the neighborhood streets. 4. That adequate landscaping and screening are provided to buffer adjacent uses from potential incompatibilities. Applicant: The Applicant is providing a 10’ wide landscape buffer on the west property line together to provide a buffer between the abutting single-family use on the west side of the Development Site. The Community Development staff agrees that the applicant has been diligent in providing landscape and enough buffer to meet the FPL guidelines. In addition, all parking is screened from street view. 5. That adequate parking and loading is provided, and ingress and egress is so designed as to cause minimum interference with traffic on abutting streets. Applicant: Access to the development will be from SW 4th Street. Access to the parking garage will be consolidated to one access opening, rather than the current condition which has back-out parking along both SW 4th Street and Federal Highway. The loading area is contained within the parking garage, and circulation for parking is also provided within the footprint of the parking garage. The Applicant will be providing 60 parking spaces in the garage and 2 one- street parallel parking spaces for a total of 62 spaces. The Community Development staff agrees with this statement. All parking is enclosed in the garage, and only two (2) on-street parking spaces are proposed on SW 4th Street to provide a drop-off area, avoiding any traffic interference on Federal Highway. Additionally, staff has requested channelized vehicle movement to ensure all traffic to and from the site utilize US1 and not the neighboring streets. 6. That the use will not have a detrimental environmental impact upon contiguous properties and upon properties located in the general area or an environmental impact inconsistent with the health, safety and welfare of the community. Applicant: There are no environmental impacts. The property is currently used as a motel and the proposed use as a hotel is consistent with the existing use and does not pose a negative environmental impact. The proposed hotel will be participating in the City’s voluntary green building/development program as provided in Section 305-50 of the Land Development Code, which requires the use of green building practices. Therefore, the proposed hotel will be designed to lessen the environmental effects associated with other new buildings. The Community Development staff agrees with this statement. 7. That the use will not have a detrimental effect on vehicular or pedestrian traffic, or parking conditions, and will not result in the generation or creation of traffic inconsistent with the health, safety and welfare of the community. Staff: The proposed hotel will be improving safety by incorporating the following design features: 1. Removing the back-out parking on to Federal Highway and SW 4th Street; 2. Consolidating access to one ingress/egress point on SW 4th Street; 3. Containing all parking within the parking garage (rather than having unsightly surface parking); 4. Parking, circulation and loading is fully contained within the parking garage. The Community Development staff agrees with this statement. The applicant is meeting all CRA Redevelopment Plan requirements for streetscape enhancing pedestrian activity. Additionally, staff has requested channelized vehicle movement to ensure all traffic to and from the site utilize US1 and not the neighboring streets. 8. That the use will not utilize turning movements in relation to its access to public roads or intersections, or its location in relation to other structures or proposed structures on or near the site that would be hazardous or a nuisance. Applicant: Access to and from the parking garage is along SW 4th Street. Cars arriving to the hotel will likely be arriving from Federal Highway and will be able to make either a right turn or left turn from Federal on to SW 4th Street. If cars are existing the garage they will most likely be heading toward Federal Highway where they can either make a left or right turn. Federal Highway in this location is a 4-lane roadway (2 lanes in each direction) with a center turn lane (see aerial). The proposed consolidation of access along SW 4th Street (rather than Federal) is encouraged by the City’s code to allow for an uninterrupted streetscape along Federal Highway. Community Development staff agrees with this statement. Applicant is channelizing traffic from the project to head east, instead of circulating within the residential area to the west. 9. That the use will not have a detrimental effect on the future development of contiguous properties or the general area, according to the comprehensive plan. Applicant: The proposed hotel will not affect future development of contiguous properties in the general area. The only abutting property is to the west (the single-family home) and the building complies with the setback requirement as well as the 10’ buffer requirement. The remaining adjacent properties (north, south and east) are separated from the Development Site by SW 3rd Place, SW 4th Street and Federal Highway. Community Development staff agrees with this statement. 10. That the use will not result in the creation of incompatible noise, lights, vibrations, fumes, odors, dust or physical activities, taking into account existing uses, uses located on contiguous properties, uses in the general area and the zoning in the vicinity due to its nature, duration, direction or character. Applicant: The proposed use is a lodging use, which is identical to the existing use on the development site. Lodging is similar to residential (i.e., the hotel room serves as a “home away from home” for its guests). In fact, the City’s Residential land use category permits hotel uses, which further demonstrates the compatibility of these uses with the neighboring residential uses. The hotel does not have any odor, fumes, lights, vibrations or other features which would render the use incompatible with the general area. The Community Development staff agrees with this statement. The current use operating is the same as the one being proposed. 11. That the use will not overburden existing public services and facilities. Applicant: Here is adequate capacity (public services) to service the proposed development. See Article 805 of this narrative addressing concurrency. In addition, the applicant is proposing an on-site drainage well. The Community Development staff agrees with this statement. Confirmed through DRC review. SITE PLAN: The proposed development would consist of a new six (6) story, 79-room hotel with a 799 square feet ground floor coffee shop. The development will include a parking garage with sixty-two (62) parking spaces. The project is required to meet the CRA standards for streetscape and furnishing. The applicant will provide a bus shelter, replacing the existing bus stop sign and bench and hardscape as demonstrated on the Site Plan. To alleviate the traffic impact of the project, staff has requested the applicant to channel exiting traffic to lead it to the east with a left turn only toward Federal Highway. The proposed hotel is to replace the existing motel. Therefore, there is no additional impact to the hotel use allowed in the Regional Activity Center. INCENTIVES The applicant is proposing the use of incentives (former Form-Based Code) to obtain two (2) additional stories, which adds thirty-two feet (32’) to the height of the building. SUSTAINABLE BUILDING PRACTICE The incentive the developer is participating in is the Sustainable Building Practices. Participation in the Sustainable Building Practices requires the applicant to provide a green building certificate to qualify for four (4) additional stories as an incentive. The applicant is pursuing a third-party certification under the National Green Building Standard (NGBS)and achieving a LEED Silver level certification to use two (2) of the four (4) additional stories incentive. One of these requirements including the applicant providing a performance bond, per Section 305-50(E)(1) to be approved by the Community Development Director prior to issuance of a building permit. In addition to having to post a bond with the City, the LDC per Code Sec. 305-50(F) requires the applicant to provide: A. A notarized affidavit from the project architect demonstrating that the approved green building measures have been incorporated into the project plans prior to issuance of a building permit. B. Provide project site and engineering plans that clearly detail all green building measures that are intended to qualify for incentives prior to issuance of a building permit. C. A notarized affidavit certifying that a green building expert professionally certified or accredited by a third-party green building and development director is a part of the development team and shall remain part of the project team throughout its duration prior to issuance of a building permit. The applicant has not yet provided these requirements. Staff is asking that they be provided prior to issuance of a building permit. Parking Reduction for Transportation Demand Strategy (TDM) In order to reduce parking, the proposed development is implementing the parking reduction for the Transportation Demand Strategy. The applicant is utilizing the following strategies in order to reduce the number of required parking spaces by six (6) parking spaces from the total parking requirement from the Code. 1. Sheltered, secured bicycle storage facilities. 2. Employee shower and changing facilities. 3. A demonstration of a bus shelter or transit/bus pick-up facility within three hundred (300) feet of the property to reduce. Each of these strategies must be illustrated on the site plan, which the applicant has not yet provided. Staff has requested these requirements be provided prior to a building permit. In addition, the applicant will provide a shuttle to provide transportation to and from the airport. Stormwater Management: The City’s Code of Ordinance requires a Storm Water Management Plan to be submitted and approved prior to issuance of a building permit. A stormwater management plan is mandatory for all projects that change the surface to be impervious or alter pervious areas, regardless of City Commission approval. Post-development runoff must not exceed pre-development runoff rates for a 25-year storm event. The City's current drainage level of service is to retain the first inch of rainfall on-site and maintain predevelopment runoff rates for a 25-year storm event. The city enforces a "General Requirements" stormwater management plan, including an "interim design standard" specifying groundwater and surface water levels before a design event. Please refer to Resolution No. 2023-039 and Ordinance No. 2023-007. Based on the applicant’s preliminary drainage report and plans, it does indicate that the project will be designed to meet the city’s minimum stormwater requirements. The Site Plan identifies twenty percent (20%) of land as pervious area where the Land Development Code requires a fifteen percent (15%) as pervious per Code Section303-50(I). The applicant provided enough support to demonstrate the site will meet the drainage assessment of the preliminary design with the following: • An onsite drainage well is proposed. • The EOR confirmed with BC that the garage may be removed from the drainage calculations for water quality purposes. • The EOR provided an additional signed and sealed drainage statement indicating that the city code requirements will be met onsite. The volume of the 1-inch over the site will be retained in the drainage well and indicate that the pre-pose analysis was met for the 25- year 3-day storm event. The 25-year 3-day storm event is larger than the 25-year 24-hour storm event. The EOR will include the 25-year 24-hour pre-post and the storm routings in the final drainage report at the time of building permitting. • The EOR is aware that a BC SWM License is required at the time of building permitting. Staff has requested the developer to provide increased drainage capacity to accommodate the storage of additional stormwater retention, above the minimum required due in part to a demonstrated need in the immediate area. TRAFFIC STUDY: The traffic study submitted by the applicant was updated in July 2024. The City Engineer accepted the findings in the report. COMMUNITY OUTREACH The applicant has held three (3) meetings with the community. The first meeting was held via Zoom on September 14, 2023. Then the applicant conducted a second public outreach in person to allow residents who could not attend to the virtual meeting to participate on September 19, 2023. Many of the residents attended and voiced their concerns about privacy and screening from the amenities level to their properties. The applicant took into consideration their issues and modified the proposal to reduce the units from 90 to 79 rooms from the original design by providing a better setback in upper levels and removing two design variations originally requested. On Tuesday, October 22,2024 the developer held a third community outreach presenting the updated and revised design to the community. Several members of the community attended the meeting and raised concerns regarding drainage, flooding, and run-off water, loading on Federal Highway, traffic increase in residential areas, and criminal activities in the area. The developer’s team was able to respond to all questions and provide further follow-up if other questions arose. Three members of the public were in favor. A summary of the outreach meeting is included in the backup materials. IMPACT FEES Public Art: The City’s Public Art Program specifies a fee to be paid into the Public Art fund by new development projects over $1 million in construction value. Based on the construction value, the applicant must contribute into the City’s Public Art fund. Alternatively, they may choose to install public art on site equal to half of the required contribution and provide payment into the City’s Public Art fund. RAC Traffic: The Traffic statement prepared by KBP consulting in March 2022 and updated in July 2024, identify twenty-six (26) PM peak hour trips, whereas the existing was identified with five (5) PM peak hour trips. Therefore, the proposed use is more intense than the existing. There will be RAC Traffic Impact Fees for this development for a total of $552.76. DEVELOPMENT REVIEW COMMITTEE (DRC) The site plan was reviewed by the DRC on February 24, 2022; September 22, 2022; July 27, 2023; April 25, 2024; and August 22, 2024. The committee includes personnel from the BSO Fire, Public Services, the City’s landscape consultant, and the Community Development Department’s Planning Division. The applicant has several outstanding staff comments that must be addressed prior to issuance of a building permit or otherwise specified time frame, which are provided below. The DRC comments are listed as conditions of approval in the site plan resolution and are provided below. 1. Per Code Sec. 265-91 the developer shall provide the proposed TDM strategies details on the site plan (1. Sheltered, secured bicycle storage facility; 2. Employee shower and changing facilities; 3. Identify a bus shelter or transit within 300FT of the property) and provide documentation of monitoring plan identifying a TDM coordinator and who shall be responsible for TDM program and other specifics of the respective strategy before permit issuance. (Planning & Zoning) 2. Per Code Sec. 305-50(F), the applicant must provide a notarized affidavit from the project architect demonstrating that the approved green building measures have been incorporated into the project plans prior to issuance of a building permit. (Planning & Zoning) 3. Per Code Sec. 305-50(F), the applicant must provide project site and engineering plans that clearly detail all green building measures that are intended to qualify for incentives prior to issuance of a building permit. (Planning & Zoning) 4. Per Code Sec. 305-50(F), the applicant must provide a notarized affidavit certifying that a green building expert professionally certified or accredited by a third-party green building and development director is a part of the development team and shall remain part of the project team throughout its duration prior to issuance of a building permit. (Planning & Zoning) 5. Participants in the voluntary green building program shall post a performance bond, letter of credit, or other form of surety approved by the city attorney before issuance of Certificate of Occupancy. The percentage of the bond will be determined based on the total cost of construction prior to building issuance. (Planning & Zoning) 6. The developer shall provide details of the proposed hardscape and bus shelter to meet CRA standards before permit issuance (Planning& Zoning) 7. Provide a left turn-on-only sign and on-ground marking to ensure traffic is directed to Federal Highway (Planning& Zoning) 8. The developer is required to participate in the City’s Public Art program by payment into the City’s Public Art fund or through payment and instillation of public art. The amount of the Public Art Fund contribution is dependent on the value of the construction, which will be established at the time of building permit submittal (Planning& Zoning). 9. RAC TRAFFIC IMPACT MITIGATION KBP Consulting Inc Traffic Impact Analysis signed and dated July 2024, identifies twenty-six (26) PM peak hour Trips for the Dania Plaza site plan. Therefore, $552.76 (26 trips X $21.26) is due prior to issuance of a building permit. (Planning & Zoning) 10. For all projects resulting in buildout of the site, such that construction staging cannot occur on site, must obtain Staging Plan approval by the Community Development Director prior to issuance of a building permit. The Staging Plan must include, but is not limited to, the location of equipment and material during construction. (Planning & Zoning) 11. For all projects resulting in a buildout of the site, such that construction staging cannot occur on site, the applicant must obtain Maintenance of Traffic (MOT) Plan approval by the City Engineer for a period of construction prior to issuance of a building permit. Planning & Zoning) 12. Per O-2017-027 & O-2018-019. Commercial properties under construction are required to provide security to fencing with screening showing project rendering covering at least 75% of the length of the fence along an arterial or state right-of-way & 25% for local roads and must include name and intended use of the project, project rendering, project website address, and owner or agent, the telephone number for the owner or agent, and the name and an emergency contact telephone number of the general contractor. Provide screen details prior to issuance of master construction permit. The City Commission must approve the use of the City Logo. (Planning & Zoning) 13. The proximity to the airport will require FAA/BCAD review and approval. Contact William Castillo, Airport Planner with Broward County Aviation Department, located at 2200 SW 45 Street, Suite 101, Dania Beach, FL 33315, (954) 359-6100. (Planning & Zoning) 14. The Owner shall line the gravity sanitary sewer main from the terminal MH on SW 4th Street to SW 2nd Ave. (Engineering) 15. Due to the fact that the City of Dania Beach is approaching its sewer capacity with respect to the large user agreements, additional flows may generate the need to modify the agreement; thus, there may be additional fees for the City of Hollywood to process the request. The Developer is responsible for all fees to update the agreement if required. (Engineering) 16. A BC SWM License and FDEP permit are required for the proposed stormwater management system and drainage well. (Engineering) 17. If pavement restoration is determined it will be required, then the restoration limits will be confirmed at the pre-construction meeting. (Engineering) 18. Additional topographical information adjacent to the site and in the Right-of-Way (ROW) is required at the time of the building and ROW permit submittals. (Engineering) 19. Additional comments may apply and will need to be addressed prior to Building Permit approval. (Engineering) 20. In accordance with City Code of Ordinances in Article 415. SIDEWALKS AND SWALES, Owner is responsible for the construction of sidewalks / swales within the road ROW when buildings are constructed or substantially improved. (Engineering) 21. Provide BC standard details for pavement marking and signage. All traffic control signs shall conform to Broward County Traffic Engineering (BCTED) and MUTCD standards. BCTED signs specifications consist of Type XI retroreflective sheeting materials except for school zone and pedestrian signs which shall be comprised of retroreflective fluorescent yellow-green sheeting certified type IV. (Engineering) 22. All pavement markings shall be alkyd-based thermoplastic and fully retro-reflectorized, per BCTED specifications with the exception of parking stall striping. (Engineering) 23. Provide Maintenance of Traffic (MOT) Plan by a licensed General Contractor/Professional Engineer in the State of Florida (If applicable). (Engineering) 24. Detail and complete engineering plans will be required prior to Building and R/W permit approval. 25. Provide utility piping conflict details plan, along with documentation to demonstrate acceptability of the separation between water, sanitary, storm-water service lines, etc. (Engineering) 26. Also show all existing and proposed utilities on the landscaping plans for potential conflicts. (Engineering) 27. Provide ADA parking, access/driveway, and sidewalks /ramps, including dimensions in accordance with Chapter 553 of the Florida Statutes. "Accessibility of Handicapped Persons" and the latest edition of the "Accessibility Requirements Manual" by Department of Community Affairs, Florida Board Building Codes and Standards, and in accordance with Americans with Disability Act (ADA). (Engineering) 28. Provide regulatory agencies' approval documentation and Permits/Licenses (as applicable) as part of the final submittal, prior to issuance of the Building Permit (South Florida Water Management District (SFWMD), Broward County Surface Water License, Broward County EPGMD Wastewater Permit / BC Water and Wastewater Approval, Florida Department of Environmental Protection, FDOT, BC Environmental, BC Aviation, BCTED etc.). Also, include Utility / Right of Way Permits from City, Broward County, and State Roads, as applicable. (Engineering) COMPREHENSIVE PLAN This application supports the Comprehensive Plan by furthering the following goals: Future Land Use Element • Policy 1.1.5.1 Encourage development to enhance the tax base of the community. • Policy 1.1.5.5 Commercial, office, employment center and industrial land uses will be identified in accordance with the Comprehensive Plan. Policy 1.1.10.2 The permitted uses of the Comprehensive Plan shall permit the mixing of land uses consistent with land development regulations. Budgetary Impact Approval of the Variances, Design Variations, Special Exception, and Site Plan will enable this site to be redeveloped, expanding the City’s tax roll and collection of applicable impact fees as described in this staff report. Recommendation The Community Development Department is recommending approval of the resolution for the Variances, Design Variations, Special Exception, and Site Plan, providing that the remaining DRC comments are made conditions of approval and must be addressed prior to the issuance of a building permit. RESOLUTION NO. 2025-_____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE SITE PLAN (SP-016-22), SPECIAL EXCEPTION (SE-017-22), DESIGN VARIATIONS (OT-055-23, OT-057-23), AND TWO VARIANCES (VA-054-23 AND VA-020-24) SUBMITTED BY THE OWNER 380 DANIA PLAZA LLC FOR THE PROPERTY GENERALLY LOCATED AT 380 S. FEDERAL HIGHWAY, IN THE CITY OF DANIA BEACH, PROVIDING FOR CONDITIONS; CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, pursuant to the Chapter 28, entitled "Land Development Code" (the "LDC"), of Part 6, entitled "Development Review Procedures and Requirements," Article 635, entitled "Site Plans" of the City Code of Ordinances (the "City Code") provides that site plan approval is required as a condition to the issuance of a building permit; and WHEREAS, 380 Dania Plaza LLC (the "Applicant"), is requesting site plan approval for the proposed construction of a new 79 Room Hotel with a cafe development (SP-016-22) as referenced in Exhibit "B," for property legally described in Exhibit "A", a copy of which is made a part of and incorporated into this Resolution by this reference; and WHEREAS, the Applicant has requested a Special Exception for the use as a hotel (SE- 017-22); and WHEREAS, the Applicant has requested a Design Variation from the minimum setback requirement for the parking structure from the secondary street (OT-055-23); and WHEREAS, the Applicant has requested a Design Variation from the minimum requirement for the upper story setback (OT-057-23); and WHEREAS, Chapter 28, Part 6 of the LDC, Article 625, entitled "Variances," Section 625-40 states that the City Commission may grant a variance based on its determination that the petitioner has demonstrated that the necessary criteria identified in the LDC have been satisfied; and WHEREAS, the Applicant has requested a Variance to provide all Class 2, 3 and 4 plant material for canopy/shade trees due to spacing requirements where Section 275-190 (H) (1) requires Category 1 Trees to be planted 15’ from structures (VA-054-23); and 2 RESOLUTION #2025- WHEREAS, the Applicant has requested a Variance to provide the required trees to be installed outside the wall/fence between the residential property and the said property due to a 10’ setback in lieu of being installed inside the fence where Section 275-190 (D) (3) requires the trees to be installed between the residential property and said property (VA-020-24); and WHEREAS, the City Commission conducted a duly noticed public hearing in accordance with Article 610 of the LDC; and WHEREAS, the Applicant has provided sufficient justification demonstrating compliance with the approval criteria to meet the requirements of the Code; and WHEREAS, the City’s Staff Report analyzes the applicant’s request based on the criteria and supports the Applicant’s request and is incorporated by reference herein as the City’s findings WHEREAS, the City Commission finds that the approval of the proposed Site Plan (SP- 016-22), Special Exception (SE-017-22), Design Variations (OT-055-23, OT-057-23), and two Variances (VA-054-23 and VA-020-24) to permit the future development of the subject property pursuant to and consistent with the attached site plan provided as Exhibit "B", a copy of which is made a part of and incorporated into this resolution; and WHEREAS, the City Commission finds that the approval of the Site Plan (SP-016-22), Special Exception (SE-017-22), Design Variations (OT-055-23, OT-057-23), and two Variances (VA-054-23 and VA-020-24) are consistent with the City's Land Development Code and Comprehensive Plan and will protect the health, safety, and welfare of the residents of the City, and furthers the purpose, goals, objectives, and policies of the Comprehensive Plan; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. Section 2.That pursuant to Chapter 28 "Land Development Code," Part 6 "Development Review Procedures and Requirements," Article 635 "Site Plans," the following Site Plan (SP-65-22), attached as Exhibit "B," a copy of which is made a part of and incorporated into this Resolution by this reference, is approved. 3 RESOLUTION #2025- Section 3.That pursuant to Chapter 28 "Land Development Code," Subpart 1, Article 301, "Legal and Administrative Provisions," Section 301-50, "Variations in design; procedure for review of design variations," the following Design Variation Applications (Variations (OT-055- 23, OT-057-23) are approved as consistent with the Site Plan provided in Exhibit "B". Section 4. That pursuant to Chapter 28, "Land Development Code", Part 6 “Development Review Procedures and Requirements," Article 625 "Variances," the Variance applications (VA-054-23 and VA-022-24) are approved as consistent with the Site Plan provided in Exhibit "B". Section 5.That the special exception application (SE-017-22) is approved. Section 6.That the approvals granted by this Resolution are subject to the Applicant's compliance with the following conditions: 1. Per Code Sec. 265-91 the developer shall provide the proposed TDM strategies details on the site plan and provide documentation of monitoring plan identifying a TDM coordinator and who shall be responsible for TDM program and other specifics of the respective strategy before permit issuance. (Planning& Zoning) 2. Per Code Sec. 305-50(F) the applicant must provide a notarized affidavit from project architect demonstrating that the approved green building measures have been incorporated into the project plans prior to issuance of a building permit. (Planning& Zoning) 3. Per Code Sec. 305-50(F) the applicant must provide project site and engineering plans that clearly detail all green building measures which are intended to qualify for incentives prior to issuance of a building permit. (Planning& Zoning) 4. Per Code Sec. 305-50(F) the applicant must provide a notarized affidavit certifying that a green building expert professionally certified or accredited by a third-party green building and development director is a part of the development team and shall remain part of the project team throughout its duration prior to issuance of a building permit. (Planning& Zoning) 5. Participants in the voluntary green building program shall post a performance bond, letter of credit or other form of surety approved by the city attorney before issuance of Certificate of Occupancy. Percentage of the bond will be determined based on total cost of construction prior to building issuance. (Planning& Zoning) 6. The developer shall provide details of the proposed hardscape and bus shelter to meet CRA standards before permit issuance (Planning& Zoning) 7. Provide left turn only sign and on ground marking to ensure traffic is directed to Federal Highway (Planning& Zoning) 8. The developer is required to participate in the City’s Public Art program by payment into the City’s Public Art fund or through payment and instillation of public art. The amount of the Public Art Fund contribution is dependent on the value of the construction which will be established at the time of building permit submittal (Planning& Zoning). 9. RAC TRAFFIC IMPACT MITIGATION KBP Consulting Inc Traffic Impact Analysis signed and dated July 2024, identifies twenty-six (26) PM peak hour Trips for the Dania 4 RESOLUTION #2025- Plaza site plan. Therefore, $552.76 (26 trips X $21.26) is due prior to issuance of a building permit. (Planning & Zoning) 10. For all projects resulting in buildout of the site, such that construction staging cannot occur on site, must obtain Staging Plan approval by the Community Development Director prior to issuance of a building permit. The Staging Plan must include, but is not limited to, the location of equipment and material during construction. (Planning & Zoning) 11. For all projects resulting in buildout of the site, such that construction staging cannot occur on site, the applicant must obtain Maintenance of Traffic (MOT) Plan approval by the City Engineer for period of construction prior to issuance of a building permit. Planning & Zoning) 12. Per O-2017-027 & O-2018-019. Commercial properties under construction are required to provide security to fencing with screening showing project rendering covering at least 75% of the length of the fence along an arterial or state right-of-way & 25% for local roads and must include name and intended use of the project, project rendering, project website address, and owner or agent, the telephone number for the owner or agent, and the name and an emergency contact telephone number of the general contractor. Provide screen details prior to issuance of master construction permit. The City Commission must approve the use of the City Logo. (Planning & Zoning) 13. The proximity to the airport will require FAA/BCAD review and approval. Contact William Castillo, Airport Planner with Broward County Aviation Department, located at 2200 SW 45 Street, Suite 101, Dania Beach, FL 33315, (954) 359-6100. (Planning & Zoning) 14. The Owner shall line the gravity sanitary sewer main from the terminal MH on SW 4th Street to SW 2nd Ave.(Engineering) 15. Due to the fact that the City of Dania Beach is approaching their sewer capacity with respect to the large user agreements, additional flows may generate the need to modify the agreement; thus, there may be additional fees for the City of Hollywood to process the request. The Developer is responsible for all fees to update the agreement if required. (Engineering) 16. A BC SWM License and FDEP permit are required for the proposed stormwater management system and drainage well. (Engineering) 17. If pavement restoration is determined it will be required, then the restoration limits will be confirmed at the pre-construction meeting. (Engineering) 18. Additional topographical information adjacent to the site and in the Right-of-Way (ROW) is required at the time of the building and ROW permit submittals. (Engineering) 19. Additional comments may apply and will need to be addressed prior to Building Permit approval. (Engineering) 20. In accordance with City Code of Ordinances in Article 415. SIDEWALKS AND SWALES, Owner is responsible for the construction of sidewalks / swales within the road ROW when buildings are constructed or substantially improved. (Engineering) 21. Provide BC standard details for pavement marking and signage. All traffic control signs shall conform to Broward County Traffic Engineering (BCTED) and MUTCD standards. BCTED signs' specifications consist of Type XI retroreflective sheeting materials except for school zone and pedestrian signs, which shall be comprised of retroreflective fluorescent yellow-green sheeting certified type IV. (Engineering) 5 RESOLUTION #2025- 22. All pavement markings shall be alkyd-based thermoplastic and fully retro-reflectorized per BCTED specifications with the exception of parking stall striping. (Engineering) 23. Provide Maintenance of Traffic (MOT) Plan by a licensed General Contractor/Professional Engineer in the State of Florida (If applicable). (Engineering) 24. Detail and complete engineering plans will be required prior to Building and R/W permit approval. 25. Provide utility piping conflict details plan, along with documentation to demonstrate acceptability of the separation between water, sanitary, storm-water service lines, etc. (Engineering) 26. Show also all existing and proposed utilities on the landscaping plans for potential conflicts. (Engineering) 27. Provide ADA parking, access / driveway, and sidewalks /ramps including dimensions in accordance with Chapter 553 of the Florida Statutes. "Accessibility of Handicapped Persons" and latest edition of "Accessibility Requirements Manual" by Department of Community Affairs, Florida Board Building Codes and Standards, and 'in accordance with Americans with Disability Act (ADA). (Engineering) 28. Provide regulatory agencies' approval documentation and Permits/Licenses (as applicable) as part of the final submittal, prior to issuance of the Building Permit (South Florida Water Management District (SFWMD), Broward County Surface Water License, Broward County EPGMD Wastewater Permit / BC Water and Wastewater Approval, Florida Department of Environmental Protection, FDOT, BC Environmental, BC Aviation, BCTED etc.). Also, include Utility / Right of Way Permits from City, Broward County, and State Roads, as applicable. (Engineering) Section 7.That pursuant to Section 635-100 "Expiration of Site Plans" of the Land Development Code, the Site Plan (SP-016-22), Special Exception (SE-017-22), Design Variation Applications (OT-055-23, OT-057-23), and Variances (VA-054-23 and VA-020-24) approval shall automatically expire and become null and void unless the Applicant files a complete building permit application with construction drawings for the improvements shown on the Site Plan, within eighteen (18) months from the date of this Resolution. Section 8. Such application must be reviewed by the Broward County Aviation Department; the point of contact is William Castillo, Evaluation and Plan Administrator, located at 2200 SW 45 Street. Suite 101, Dania Beach. Florida 13312 (954) 359-2291. Section 9.That the issuance of a development permit by a municipality does not in any way create any right on the part of an Applicant to obtain a permit from a state or federal agency, and does not create any liability on the part of the municipality for issuance of the permit if the Applicant fails to obtain requisite approvals or does not fulfill the obligations imposed by a state or federal agency, or undertakes actions that result in a violation of state or federal law. Section 10.That the associated Planning & Zoning Division Staff Report prepared for the above application(s) is incorporated into this resolution as findings of fact. 6 RESOLUTION #2025- Section 11.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 12.That this Resolution shall be effective 10 days after passage. PASSED AND ADOPTED on __________________, 2025. Motion by __________________________, second by ___________________________. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY 7 RESOLUTION #2025- Exhibit “A” Legal Description DANIA HEIGHTS 3-22 B LOT 1 LESS ST RD,LOT 2 LESS ST RD,LOT 3 LESS ST RD BLK 1 GSPublisherVersion 0.92.100.100GSEducationalVersion DA N I A B E A C H H O T E L DA N I A B E A C H , F L PE R M I T S E T DANIA BEACH HOTEL 380 S. FEDERAL HWY, DANIA BEACH, FL 33004 | FOLIO NO. 51-42-03-04-0010 ARCHITECT LICENSE NO. AR99203 4911 W. SAMPLE RD., # 308, COCONUT CREEK, FL PHONE: 561.603.8395 | STUDIO@PATRICKOSOARES.COM WWW.PATRICKOSOARES.COM REGIST EREDARCHITEECCTT RE GISTEREDAARRCCHITECT PATRICK O.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 15:07:00 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-0 INDEX, LOCATION MAP, GENERAL INFORMATION Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: Sheet Index Cover Sheet, Site Plans, Permit Requirements A-0 A-0.1 A-0.2 A-0.3 A-0.4 A-0.5 A-1 A-1.1 A-1.2 A-1.3 A-1.4 A-1.5 A-1.6 A-1.7 A-1.8 A-1.9 A-2.0 A-2.1 A-2.2 A-2.3 A-2.4 A-2.5 A-2.6 A-3 A-3.1 A-3.2 A-3.3 A-3.4 A-3.5 A-3.6 FDOT PD-1 PD-2 PD-3 PM-1 PM-2 WS-1 WS-2 SWPP-1 SWPP-2 SWPP-3 TR-1 TR-2 PH-1 LP-0 LP-1 LP-1.1 LP-2 LP-3 IR-1 COVER INDEX, LOCATION MAP, GENERAL INFORMATION BOUNDARY SURVEY PLAT SURVEY SURROUNDINGS SITE LOCATION DIAGRAMS SHADOW STUDY SITEPLAN AND NOTES GROUND FLOOR PLAN 2ND LEVEL PARKING / ROOMS 3RD LEVEL PARKING / ROOMS 4TH LEVEL PARKING / ROOMS 5TH LEVEL / AMENITY DECK / ROOMS ENLARGED AMENITY DECK PLAN 6TH LEVEL ROOMS ROOF TERRACE AMENITY PLAN ROOF PLAN EAST ELEVATION SOUTH ELEVATION NORTH ELEVATION WEST ELEVATION SECTION RENDERS RENDERS SIGHT LINE / CANOPY / AUTO TURN SITE DETAILS SITE AND DUMPSTER DETAILS SITE DIAGRAMS SCREENING / EGRESS HOTEL SIGNAGE DETAILS EASEMENT DIAGRAM FDOT DIAGRAMS CIVIL COVER PAVING & DRAINAGE PLAN PAVING AND DRAINAGE DETAILS PAVING AND DRAINAGE DETAILS PAVEMENT MARKING PLAN PAVEMENT MARKING DETAILS WATER AND SEWER PLAN WATER AND SEWER DETAILS STORMWATER POLLUTION PREVENTION PLAN STORMWATER POLLUTION PREVENTION DETAILS N.P.D.E.S. NOTES TRUCK ROUTING PLAN (CAR) TRUCK ROUNTING PLAN (GARBAGE TRUCK) PHOTOMETRIC PLAN TREE DISPOSTION TREE PLAN SHRUB PLAN LANDSCAPE NOTES & DETAILS LANDSCAPE NOTES AND DETAILS IRRIGATION PLAN Vicinity Plan not to scale Project Team Architects STUDIO PATRICK SOARES4911 W SAMPLE RD COCONUT CREEK, FL 33073 Phone: 561.603.8395 E-mail: studio@patrickosoares.comContact: Patrick O. Soares Owner East Coast Realty 1722 Sheridan Street suite 374 Hollywood FL 33020 Phone: 844.443.3259 ^North DANIA BEACH HOTEL 380 S. FEDERAL HWY DANIA BEACH, FL Civil HSQ Group, INC. 1001 Yamato Road Suite 105 Boca Raton FL 33431Phone: 561.392.0221 ext 106 Email: zachary@hsqgroup.net Contact: Zachary Todd, P.E. Landscape Chris Cabezas Landscape Architecture, INC 80 NE 5th Ave. Delray Beach FL 33483 Phone: 561.596.6771 Email: chriscabezas@gmail.com Contact: Chris Cabezas PROJECT NARRATIVE THIS PROJECT CONSISTS OF A 79-ROOM HOTEL WITH A799 SF GROUND FLOOR RESTAURANT. INCIDENTALUSES INCLUDE A EXERCISE ROOM, BUSINESS CENTERAND SWIMMING POOL FOR USE BY HOTEL GUESTS. REFERENCE # SP-016-22 AND SE-017-22 REGIST EREDARCHITECCTT REGISTEREDAARRCCHHIITTECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 15:01:06 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-0.1 BOUNDARY SURVEY Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-0.2 PLAT SURVEY Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: REGISTEREDARCHITECCTT REGISTEREDARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 15:00:19 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-0.3 SURROUNDINGS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 1 2 3 4 5 6 7 8 1 2 3 7 6 5 8 4 1 2 3 8 4 7 6 5 KEY PLAN REGISTEREDARCHITEECCTT REGISTEREDARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:59:50 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-0.4 SITE LOCATION DIAGRAMS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: SW 4th ST.20' R.O.W. SE 4th ST. SE 4th TER. SW 3RD PL. SW 1 S T A V E . 1234567 UP23 RISERS (6 33/64") 12345 UP 30 RISERS (6 13/32" ) 12345UP19 RISERS (6") 3 2 87 16 15 11109 141312 20 0 ' R A D I U S DUMPSTER 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS SOU T H F E D E R A L H W Y . Township 51S, Range 42E, Section 3ZONE RD-15SINGLE FAMILY ZONE RD-15SINGLE FAMILY SFED-MU SFED-MU SOU T H F E D E R A L H W Y . 5'-0" EASEMENT ADJACENT BUILDING 0'-0" SETBACK 1234567 UPUPU646S(63RISERRS23RS (6 323 RISERS 333/64PPPPPP 12345 UPUP ")6 13/32"22"ERS (66 630 RISSESE3332) 12345UPUP619ISERI(6SS(6"(6"6")")6)19 RISERS (6S (6ERSERS (6 3 2 87 16 15 11109 141312 DUMPSTER 6 5 4 LOADINGGGGNGNGNGINDINDIADIADADOAOAOALOLOLOLLZONEEEENENEONEONONZOZOZOZZZ12'-0" X 25'-0"0"0"-0"'-05'-05'-25'2525X 2X 2X X" X0" X0" -0"'-02'-02'-2'121211 EGRESSSTAIRS EGRESSSTAIRS 1 ADA ACCESIBLE RAMP TO SIDEWALK.SURFACE SLOPES NOT EXCEEDING1:50 - 2 PERCENT -IN ALL DIRECTIONS (TYP.) SHOULDER LINE OF BUILDINGABOVE BUS STOP CANOPYABOVE CANOPYABOVE GUARDRAIL 42" (TYP.) WALL IS UNDER RAMP RAMP PROJECTION 61 62 SCALE: 1/32" = 1'-0" 1 SITE LOCATION PLAN A-0.4 SITE SFED-MU NBHD-RES OS C-3 NBHD-RES RS-6000 EXISTING ZONING (N.T.S.): SOUTH FEDERAL MIXED USE EXISTING LAND USE (N.T.S.): REGIONAL ACTIVITY CENTER SITE RAC L-5 MH MH CON 700' RADIUS MAP (N.T.S.) SITE 700' BEACH FLL AIRPORT REGISTEREDARCHITECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:59:18 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-0.5 SHADOW STUDY Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: DECEMBER 22ND 4:00PM DECEMBER 22ND 12:00PM DECEMBER 22ND 9:00AM DECEMBER 22ND 4:00PM JUNE 22ND 12:00PM JUNE 22ND 9:00AM MARCH 21ST 9:00AM MARCH 21ST 12:00PM MARCH 21ST 4:00PM SUN STUDY WINTER SOLSTICE SUMMER SOLSTICE SPRING EQUINOX REGISTEREDARCHIT EECCTT REGISTEREDARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:58:30 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-1 SITEPLAN AND NOTES Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 6,7('(9(/230(17'$7$ =21,1* /$1'86( /$1'86(&$7(*25<5$& =21,1* 6)('08 /(*$/'(6&5,37,21 '$1,$+(,*+76%/27/(66675'/27/(66675'/27/(66675'%/. )2/,2180%(5 6,7(%8,/,',1*,1)25(48,5(' 3529,'(' 727$/6,7(*5266$5($ 1$ 6) 727$/6,7(1(7$5($ 1$ 6) %8/,',1*727$/$5($ 81.12:1 6) )/225$5($5$7,2 )$5   6)  6) %8/',1*727$/$5($ ,1&/8',1**$5$*(  1$ 6) %8/,',1*)22735,17 1$ 6) 3(59,286685)$&($5($ 0,1 6)   6) ,03(59,286$5($ 98$ 1$ 6)/27&29(5$*(%<522)6758&785( 1$ 6) +27(/81,7'$7$3529,'(' /(9(/ /(9(/ /(9(/ /(9(/ /(9(/ /(9(/ 727$/ ' )8//       48((1       ')$'$  727$/  &216758&7,217<3(% %8,/',1*)5217$*(67$1'$5'6 5(48,5(' 3529,'(' '(37+2)%8,/',1* 0,1,080   )$&$'(21%8/,772/,1( )('(5$/+:< 0,1,080  $//2:$%/(5(&(66)520%7/ 0$;,080   )$&$'(21%8/,772/,1( 6:7+67 0,1,080:,7+,1  2)&251(5 $//2:$%/(5(&(66)520%7/ 0$;,080   )/225$5($6 /(9(/ /(9(/ /(9(/ /(9(/ /(9(/ /(9(/ 522)7(55$&(6) 6) 6) 6) 6) 6) 6) 727$/ 6) 3$5.,1* 5(48,5(' 3529,'(' 52206 3(5*8(6750   5(67$85$176) 63$&(6   /(665('8&7,21)257'0   727$/  $&&(66,%/(3$5.,1*63$&( %<&<&/(3$5.,1*0,15(4 %8,/',1*+(,*+7 0$;3529,'('     6725,(6 522)7236758&785(6  0$; 727232)3$5$3(7 %8,/',1*3/$&(0(177<3(5(48,5('3529,'(' 6+23)5217 6(7%$&.6 5(48,5('3529,'(' )5217 )('(5$/+:<   728/7,0$7(52:&251(5 6:5'3/     &251(5 6:7+67     5($5    833(56725<6(7%$&.6 1257+ 2)/27:,'7+    '8(72(*5(6667$,56 '(6,*19$5,$7,215(48(67(' 833(56725<6(7%$&.6 6287+ 2)/27:,'7+     2)8/7,0$7(52: /$1'6&$3(%8))(5    3$5.,1*6(7%$&. QRWSHUPLWWHGLQVWOD\HU 67/$<(5)('(5$/+:<   '(6,*19$5,$7,215(48(67(' 67/$<(56:7+67    67/$<(56:5'3/   '(6,*19$5,$7,215(48(67(' */$=,1*5(48,5('3529,'(' *5281')/225*/$=,1*0,1 $9(5$*( :,1'2:%277206  0$;  &200(176 6(& $ 5(6,'(17,$/  3(5*8(675220 6(&6)('08)7%<5,*+7$1'8372$1$'',7,21$/6725,(6:,7+,1&(17,9(6 $33/,&$17,687,/,=,1*7+(,1&(17,9(67+528*+7+(92/817$5<*5((1%8,/',1*'(9(/230(17 352*5$0,16(& * +(,*+7727232)522)'(&. 352-(&7,6$602.()5((%8,/',1*,1&/8',1*:,7+,1 2)$//23(5$%/('2256 SW 4th ST. 20' R.O.W. SW 3RD PL. 12345 67 UP23 RISERS (6 33/64") 1 2 3 4 5 UP 30 RI S E R S ( 6 1 3 / 3 2 " ) 1 2 3 4 5 UP 19 RISERS (6") CL CL CL CL 3 2 87 16 15 11109 141312 0'-0" F.F.E.11'-0" NAVD 30'-0" 30' - 0 " 20'-0"20'-0"30' SITE TRIANGLE 30' SITE TRIANGLE DUMPSTER X8.90 X8.90 ENTRANCESTAIRS 4'-0" PUBLIC SIDEWALK LAN D S C A P E (SE E L A N D S C A P E P L A N S ) X8.70 X8.70 LAN D S C A P E (SE E L A N D S C A P E P L A N S ) LAN D S C A P E (SE E L A N D S C A P E P L A N S ) TRAVELLANE TRAVELLANE MEDIAN 30' SITE TRIANGLE SEMI-PERMEABLE PAVERS LANDSCAPE(SEE LANDSCAPE PLANS) 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS PROPERTY LINE - 142'-0" SO U T H F E D E R A L H W Y . Township 51S, Range 42E, Section 3ZONE RD-15SINGLE FAMILY ZONE RD-15SINGLE FAMILY PROPERTY LINE 142'-0" PR O P E R T Y L I N E - 1 4 0 ' - 0 " PR O P E R T Y L I N E - 1 4 0 ' - 0 " 0'-0 " S E T B A C K FR O M P R O P O S E D F D O T E A S E M E N T SFED-MU SFED-MU 5'-0" EASEMENT ADJACENT BUILDING 0'-0" SETBACK 12345 67 UPUPUP/64/S (6 333/RISERS23 RR (333/6PPPPPP 1 2 3 4 5 UP ") 6 13/3 2 " " ERS ( 6 66 30 RI S EE 333 )) 1 2 3 4 5 UP S (6")19 RRISERSR(S )SS(6(6")))RS R 3 2 87 16 15 11109 141312 DUMPSTER 6 5 4 LOADINGGGGNGNGNGINDINDIADADADOAOAOALOLOLOLLZONEEENENENONONZOZOZOZZ12'-0" X 25'-0"0"0"-0'-05'-05'-25'2525X 2X 2X X" X0" 0"-0"-0'-02'-2'121211 EGRESSSTAIRS EGRESSSTAIRS 1 13' - 8 " S E T B A C K F R O M PR O P E R T Y L I N E 1S T L A Y E R 5'-0" 8'-6" 2'-0" 3'-0" 11'-0"11'-0" 2'-0" 3'-6"26'-4" 1ST LAYER 10'-1"LANDSCAPEBUFFER 13 ' - 8 " 20'- 4 " 37 ' - 9 " F I R S T L A Y E R 25'-0" 20' - 0 " R . O . W . 5'-0"RECESS 5'-0"ADDITIONALFDOT EASEMENT 41'-0" EXISTING RIGHT-OF-WAYTO CENTERLINE 6'-4 " RE C E S S 9'-0 " 7'- 0 " 4 ' - 0 " ADA ACCESIBLE RAMP TO SIDEWALK.SURFACE SLOPES NOT EXCEEDING1:50 - 2 PERCENT -IN ALL DIRECTIONS (TYP.) BUILDING ABOVE SHOULDER BUILT-TO-LINE LINE OF BUILDINGABOVE WASTE RECEPTABLE FDOT SIGHT TRIANGLE: DesignSpeed 35 mph; D^r: 95'Trees having limbs and foliagetrimmed in such a manner that nolimbs or foliage extend into the areabetween twenty four (24) inches andeight (8) feet and six (6) inchesabove grade. FDOT SIGHT TRIANGLE: DesignSpeed 35 mph; D^l: 315'Trees having limbs and foliagetrimmed in such a manner that nolimbs or foliage extend into the areabetween twenty four (24) inches andeight (8) feet and six (6) inchesabove grade. EXISTING LIGHTPOLE TO REMAIN EXISTING OVERHEADPOWER LINETO REMAIN EXISTING OVERHEADPOWER LINETO REMAIN EXISTING OVERHEADPOWER LINETO REMAIN BUS STOP CANOPYABOVE BUILDING ABOVE LIGHT POLE STREETFURNITURE CANOPYABOVE GUARDRAIL 42" (TYP.) 6'-0" HT. ARCHITECTURALSCREEN PANEL -POWDERED STEEL FINISH BUILDING ABOVE WALL IS UNDER RAMP RAMP PROJECTION ENTRY SIGN X.8.50 X.8.90 X.11.0 X.8.60 X11.0 8.5 ' P U B L I C S I D E W A L K ENTRANCESTAIRS LAN D S C A P E (SE E L A N D S C A P E P L A N S ) CONCRETEWALKWAY COVEREDENTRY 61 62 ENTRANCESTAIRS LANDSCAPE AREAS LANDSCAPEAREASLANDSCAPE AREAS LANDSCAPE AREAS LOUNGE AREA EGRESS TRAFFICLEFT TURN ONLY EGRESS TRAFFICLEFT TURN ONLY SCALE: 1" = 10'2 SITEPLAN HARDSCAPE NOTES: ALL HARDSCAPE INCLUDING BUT NOT LIMITEDTO: BENCHES, STREET LIGHTS, TRASHRECEPTACLES, DUMPSTERS AND STREETFURNITURE AND ALL HARDSCAPE MATERIALSSHALL BE CHOSEN FORM THE CRA APPROVEDOPTIONS. REGISTEREDARCHITECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:58:03 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-1.1 GROUND FLOOR PLAN Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 12345 6 7 UP23 RISERS (6 33/64") 1 2 3 4 5 6 UP 30 RI S E R S ( 6 1 3 / 3 2 " ) 1 2 3 4 5 6 7 UP 19 RISERS (6") 3 2 87 16 15 11109 141312 2A-3.2 1A-2.0 1A21 2A-2.3 1 1A-2.4 8A-3.2 42' - 8 " 9'-3 " 34 ' - 7 " 39' - 9 " 126 ' - 4 " 6'- 4 " 37 ' - 8 " 17' - 2 " 10 ' - 0 " 9'-0 " 2 ' - 6 " 3'-0 " 24 ' - 0 " 15' - 0 " 8" 0'-0" F.F.E.11'-0" NAVD 0'-0" F.F.E.11'-0" NAVD 0'-0" F.F.E.11'-0" NAVD 0'-0" F.F.E.11'-0" NAVD 0'-0" F.F.E.11'-0" NAVD 10'-1"LANDSCAPEBUFFER 12 ' - 0 " 5'- 0 " 2'-6 " 9'- 0 " 9'-0 " 29 ' - 2 " 2'-9 " 17' - 6 " 7'-7" 101 ' - 6 " 4'- 0 "24'-9" 6'-4 " RE C E S S 78'-7" SETBACKTO DUMPSTER ENCLOSURE 8" 43 ' - 4 " S E T B A C K TO D U M P S T E R EN C L O S U R E 8" 126'-5" 126 ' - 3 " 20'-0"20'-0" 7'-0 " 12'- 0 " X 1 8 ' - 0 " TY P . ENTRANCE LOBBY COFFEEBAR DUMPSTER 9'-0" X 18'-0"TYP. STORAGE 9'-0" X 18'-0"TYP. CONTROLROOM9'-0" X 18'-0"TYP. 1A-2.2 6 5 4 LOADINGZONE12'-0" X 25'-0" 6% SLOPE 6% SLOPE 12% SLOPE EGRESSSTAIRS EGRESSSTAIRS 0'-0" SETBACK 1 6" SETBACKFROM ULTIMATER.O.W. 126'-3" 15'-0"4'-2" 3'-0"3'-0" 24'-2" 15'-0" 12'-9" 22'-0" 10" 20'-0" 5'-0"RECESS 13' - 9 " S E T B A C K F R O M SID E / C O R N E R PR O P E R T Y L I N E 24' - 0 " 5'- 0 " 83'- 7 " 13 ' - 8 " S E T B A C K FR O M P R O P E R T Y L I N E 23'-9"11'-4" 5'-0" 2'-1" 25'-0" 5'-0" 42'-0"12'-3" 10" 9'-8" 3'-0" 18'-0" 1'-2" 9'-0" 47'-4"14'-2" 10"2'-6" 10" 9'-4" 8" 11'-4" 5'-0" 1'-4" 1'-10" 24'-0"5'-0" ADA ACCESIBLE RAMP TO SIDEWALK.SURFACE SLOPES NOT EXCEEDING1:50 - 2 PERCENT -IN ALL DIRECTIONS (TYP.) SHOULDER LINE OF BUILDINGABOVE BUS STOP CANOPYABOVE CANOPYABOVE GUARDRAIL 42" (TYP.) WALL IS UNDER RAMP RAMP PROJECTION EXTERIORLOUNGE CAFE AREA799 SF 61 62 EGRESS TRAFFICLEFT TURN ONLY EGRESS TRAFFICLEFT TURN ONLY EGRESS TRAFFICLEFT TURN ONLY 01 - WIP SCALE: 1/8" = 1'-0"1 GROUND FLOOR PLAN NOTES: 1: ALL CABINETRY SHALL BE CERTIFIED IN ACCORDANCE WITH THE ANSI/KCMA A161.1 PERFORMANCE STANDARD OR EQUIVALENT. 2: BUILDING MATERIALS WITH RECYCLED CONTENT SHALL BE USED FOR 2 MINOR AND 2 MAJOR COMPONENTS OF THE BUILDING. A: METAL RAILINGS (MINOR) B: METAL LATH (MINOR) C: DRYWALL (MAJOR) D: REBAR (MAJOR) 3: MINIUUM OF 75% USE OF REGIONAL MATERIALS IN THE BUILDING. A: DRYWALL, CEMENT B: STUCOO, LANDSCAPE MATERIAL 4: 50% OR MORE OF RESILIENT FLOORING SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/ OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 332 OR EQUIVALENT 5. 4: 50% OR MORE OF CARPET SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 140 OR EQUIVALENT. 6: 50% OR MORE OF UNSULATION INSTALLED IS CERTIFIED TO UL 2985 OR EQUIVALENT. 7. UNIVERSAL DESIGN A. NO STEP ENTRANCES INTO ANY UNIT B: ACCESSIBLE PATH HAS A MAXIMUM 1/12 PITCH. C: MINIMUM 32" WIDE CLEARENCE INTO ALL HOTEL UNITS. D: MINIMUM 36" ACCESSIBLE ROUTES E: BLOCKING OR EQUIVALENT INSTALLED IN ACCESSIBLE BATHROOMS FOR FUTURE GRAB BARS 8. POOL SHALL HAVE A DEDICATED WATER SUPPLY 9. ALL DOORS IN COMMON WALLS BETWEEN GARAGE AND CONDITIONED SPACE ARE TO BE TIGHTLY SEALED AND GASKETED. 10. A CONTINUOUS AIR BARRIER SHAL BE PROVIDED SEPERATING THE GARAGE SPACE FROM ALL CONDITIONED AREAS. 11.SITE-APPLIED INTERIOR ARCHITECTURAL COATINGS, WHICH ARE INSIDE THE WATERPROOFING ENVELOPE, ARE IN ACCORDANCE WITH THE EMISSION LEVELS OF CDPH/EHLB STANDARD METHOD V1.1. EMISSION LEVELS ARE DETERMINED BY A LABORATORY ACCREDITED TO ISO/IEC 17025 AND THE CDPH/EHLB STANDARD METHOD V1.1 IN ITS SCOPE OF ACCREDITATION. THE PRODUCT IS CERTIFIED BY A THIRD-PARTY PROGRAM ACCREDITED TO ISO 17065, SUCH AS, BUT NOT LIMITED TO, THOSE FOUND IN APPENDIX B. REGISTEREDARCHITECCTT REGISTEREDARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:57:25 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-1.2 2ND LEVEL PARKING / ROOMS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 1 2 3 4 5 6 7 8 UP 19 RISERS (6") 17 18 2827 313029 343332 19 1A-2.02A-2.3 1A-2.4 8A-3.2 1A-2.2 126'-9" 6'-1 1 " 7'- 8 " 101 ' - 6 " 9'-5 " 125 ' - 5 " 55'-4"17'-5" 13'-0"10'-2"24'-10"4'-3" 125'-10" 13 ' - 8 " S E T B A C K F R O M PR O P E R T Y L I N E 37 ' - 9 " 1 S T L A Y E R 88' - 7 " 13' - 1 1 " 111 ' - 7 " 10'-1"LANDSCAPEBUFFER 16'-0" 16'-0" 16'-0" 16'-0" 7'-8" 4'-1 0 " PRE-MANUFACTUREDCANOPY OVER FDOTEASEMENT 80% OF EAST ELEVATION PRE-MANUFACTUREDCANOPY QUEEN QUEEN QUEEN QUEEN 9'-0" X 18'-0"TYP. 9'-0" X 18'-0"TYP. 9'-0" X 18'-0"TYP. 12 ' - 0 " X 1 8 ' - 0 " TYP . 1 2 3 4 5 6 7 UP 18 RI S E R S ( 6 4 3 / 6 4 " ) F F F F F F F F F 23 22 21 20 F 26 25 24 12% SLOPE 12% SLOPE6% SLOPE 6% SLOPE 0% SLOPE PROPERTY LINE PRO P E R T Y L I N E PRO P E R T Y L I N E 0'-0 " S E T B A C K F R O M FRO N T E A S E M E N T L I N E PROPERTY LINE PRO P E R T Y L I N E 0'-0" SETBACK 9'-8" 5'-0" ADDITIONALFDOT EASEMENT 9'-10"81'-0"26'-4" 1ST LAYER 9'-0"60'-0"3'-0" 8'-6" 8" 6'-1" 8"9'-8" 9'-0" 10"10" 7'-5" 10" 15'-0"5'-11"5'-0" 8" 4'-11" 5" 2'-7" 5" 9'-9"3'-0" 25'-4" 12'-1" 14'-11" 8" 22'-0" 10" 13 ' - 1 0 " 8" 5 ' - 0 " 1 0 " 16'- 6 " 2'- 6 " 8" 13' - 2 " 8" 5 ' - 0 " 9'- 0 " 12 ' - 0 " 5'-0 " 1 ' - 2 " 24' - 0 " 3'- 0 " 15 ' - 8 " 10" 22' - 0 " 8" 2 ' - 6 " 9'-0 " 18' - 0 " 9'-0 " 37 ' - 2 " 2'-9 " 17' - 6 " 8" 27'-0" DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL LINEN STORAGE ELEVATOR LOBBY EGRESSSTAIRS SCALE: 1/8" = 1'-0"1 2ND LEVEL NOTES: 1: ALL CABINETRY SHALL BE CERTIFIED IN ACCORDANCE WITH THE ANSI/KCMA A161.1 PERFORMANCE STANDARD OR EQUIVALENT. 2: BUILDING MATERIALS WITH RECYCLED CONTENT SHALL BE USED FOR 2 MINOR AND 2 MAJOR COMPONENTS OF THE BUILDING. A: METAL RAILINGS (MINOR) B: METAL LATH (MINOR) C: DRYWALL (MAJOR) D: REBAR (MAJOR) 3: MINIUUM OF 75% USE OF REGIONAL MATERIALS IN THE BUILDING. A: DRYWALL, CEMENT B: STUCOO, LANDSCAPE MATERIAL 4: 50% OR MORE OF RESILIENT FLOORING SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/ OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 332 OR EQUIVALENT 5. 4: 50% OR MORE OF CARPET SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 140 OR EQUIVALENT. 6: 50% OR MORE OF UNSULATION INSTALLED IS CERTIFIED TO UL 2985 OR EQUIVALENT. 7. UNIVERSAL DESIGN A. NO STEP ENTRANCES INTO ANY UNIT B: ACCESSIBLE PATH HAS A MAXIMUM 1/12 PITCH. C: MINIMUM 32" WIDE CLEARENCE INTO ALL HOTEL UNITS. D: MINIMUM 36" ACCESSIBLE ROUTES E: BLOCKING OR EQUIVALENT INSTALLED IN ACCESSIBLE BATHROOMS FOR FUTURE GRAB BARS 8. POOL SHALL HAVE A DEDICATED WATER SUPPLY 9. ALL DOORS IN COMMON WALLS BETWEEN GARAGE AND CONDITIONED SPACE ARE TO BE TIGHTLY SEALED AND GASKETED. 10. A CONTINUOUS AIR BARRIER SHAL BE PROVIDED SEPERATING THE GARAGE SPACE FROM ALL CONDITIONED AREAS. 11.SITE-APPLIED INTERIOR ARCHITECTURAL COATINGS, WHICH ARE INSIDE THE WATERPROOFING ENVELOPE, ARE IN ACCORDANCE WITH THE EMISSION LEVELS OF CDPH/EHLB STANDARD METHOD V1.1. EMISSION LEVELS ARE DETERMINED BY A LABORATORY ACCREDITED TO ISO/IEC 17025 AND THE CDPH/EHLB STANDARD METHOD V1.1 IN ITS SCOPE OF ACCREDITATION. THE PRODUCT IS CERTIFIED BY A THIRD-PARTY PROGRAM ACCREDITED TO ISO 17065, SUCH AS, BUT NOT LIMITED TO, THOSE FOUND IN APPENDIX B. REGISTEREDARCHITECCTT REGISTEREDAARRCCHHIITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:56:40 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-1.3 3RD LEVEL PARKING / ROOMS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 1 2 3 4 5 6 7 UP 17 RISERS (6") 1 2 3 4 5 6 7 UP 17 RIS E R S ( 6 " ) 1 2 3 4 5 6 7 UP 19 RIS E R S ( 6 6 1 / 6 4 " ) 35 36 4645 494847 525150 37 1A-2.02A-2.3 1A-2.4 8A-3.2 1A-2.2 2'-2 " 7'-8 " 2 1 ' - 1 1 " 69' - 1 " 15' - 3 " 9 ' - 5 " 125 ' - 7 " 1'-0"10'-4"97'-8"13'-0" 5'-0" 127'-0" 64 ' - 5 " 13' - 8 " S E T B A C K F R O M PR O P E R T Y L I N E 36' - 9 " 1 S T L A Y E R 3 ' - 6 " 2'-6 " 1 9 ' - 2 " 9'-10"91'-5"25'-6" 1ST LAYER 13' - 1 1 " 111 ' - 7 " 10'-1"LANDSCAPEBUFFER 25'-6" 25'-6" 25'-6" 25'-6" 25'-6" 25'-6" 25'-6" 2'-6 " 18'- 0 " 9'- 0 " 16 ' - 6 " 37'- 5 " 20 ' - 0 " 9'-8"9'-0"9'-0"60'-0"3'-0" EGRESSSTAIRS EGRESSSTAIRS QUEEN QUEEN QUEEN QUEEN EGRESSSTAIRS EGRESSSTAIRS 9'-0" X 18'-0"TYP. 9'-0" X 18'-0"TYP. 9'-0" X 18'-0"TYP. 12' - 0 " X 1 8 ' - 0 " TYP . F F F F F FFFFF 41 40 39 38 44 43 42 12% SLOPE 12% SLOPE6% SLOPE 6% SLOPE 0% SLOPE PROPERTY LINE PROPERTY LINEPR O P E R T Y L I N E PR O P E R T Y L I N E 0'-0 " S E T B A C K F R O M FR O N T E A S E M E N T L I N E 0'-0" SETBACK 5'-0" ADDTIONALFDOT EASEMENT126'-9" 1'-1" 6'-7" 5" 15'-2" 8" 11'-10" 5" 6'-8" 8" 6'-8" 5" 10'-11" 8" 10'-11" 5" 6'-8" 8" 9'-8" 5" 6'-0" 8" 5'-3" 5" 6'-10" 6" 3'-0" 6" 8" 7 ' - 0 " 8 " 8 ' - 6 " 5 " 12' - 4 " 8 " 6 ' - 8 " 5 " 5 ' - 9 " 8 " 7 ' - 1 1 " 5 " 6 ' - 8 " 8 " 6 ' - 8 " 5 " 7 ' - 1 1 " 8 " 7 ' - 6 " 5 " 7 ' - 1 " 8 " 1 0 ' - 1 " 8 " 5 ' - 3 " 8 " 7 ' - 7 " 1 ' - 1 " 22' - 0 " 8" 15 ' - 8 " 2'-6 " 9 ' - 0 " 9'-0 " 12' - 0 " 5'-0 " 25' - 2 " 3'-0 " 13'- 2 " 8" 5 ' - 0 " 1 0 " 1'-0" 7'-6" 10"23'-4" 15'-0"3'-0"25'-4"5'-11"10" 5'-0" 8" 7'-11" 5" 9'-3" 8"27'-0"8"22'-0" 8"13'-6"6" 3'-0" 6" DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL LINEN STORAGE ELEVATOR LOBBY SCALE: 1/8" = 1'-0"1 3RD LEVEL NOTES: 1: ALL CABINETRY SHALL BE CERTIFIED IN ACCORDANCE WITH THE ANSI/KCMA A161.1 PERFORMANCE STANDARD OR EQUIVALENT. 2: BUILDING MATERIALS WITH RECYCLED CONTENT SHALL BE USED FOR 2 MINOR AND 2 MAJOR COMPONENTS OF THE BUILDING. A: METAL RAILINGS (MINOR) B: METAL LATH (MINOR) C: DRYWALL (MAJOR) D: REBAR (MAJOR) 3: MINIUUM OF 75% USE OF REGIONAL MATERIALS IN THE BUILDING. A: DRYWALL, CEMENT B: STUCOO, LANDSCAPE MATERIAL 4: 50% OR MORE OF RESILIENT FLOORING SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/ OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 332 OR EQUIVALENT 5. 4: 50% OR MORE OF CARPET SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 140 OR EQUIVALENT. 6: 50% OR MORE OF UNSULATION INSTALLED IS CERTIFIED TO UL 2985 OR EQUIVALENT. 7. UNIVERSAL DESIGN A. NO STEP ENTRANCES INTO ANY UNIT B: ACCESSIBLE PATH HAS A MAXIMUM 1/12 PITCH. C: MINIMUM 32" WIDE CLEARENCE INTO ALL HOTEL UNITS. D: MINIMUM 36" ACCESSIBLE ROUTES E: BLOCKING OR EQUIVALENT INSTALLED IN ACCESSIBLE BATHROOMS FOR FUTURE GRAB BARS 8. POOL SHALL HAVE A DEDICATED WATER SUPPLY 9. ALL DOORS IN COMMON WALLS BETWEEN GARAGE AND CONDITIONED SPACE ARE TO BE TIGHTLY SEALED AND GASKETED. 10. A CONTINUOUS AIR BARRIER SHAL BE PROVIDED SEPERATING THE GARAGE SPACE FROM ALL CONDITIONED AREAS. 11.SITE-APPLIED INTERIOR ARCHITECTURAL COATINGS, WHICH ARE INSIDE THE WATERPROOFING ENVELOPE, ARE IN ACCORDANCE WITH THE EMISSION LEVELS OF CDPH/EHLB STANDARD METHOD V1.1. EMISSION LEVELS ARE DETERMINED BY A LABORATORY ACCREDITED TO ISO/IEC 17025 AND THE CDPH/EHLB STANDARD METHOD V1.1 IN ITS SCOPE OF ACCREDITATION. THE PRODUCT IS CERTIFIED BY A THIRD-PARTY PROGRAM ACCREDITED TO ISO 17065, SUCH AS, BUT NOT LIMITED TO, THOSE FOUND IN APPENDIX B. REGISTEREDARCHITECCTT REGISTEREDAARRCCHHIITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:56:13 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-1.4 4TH LEVEL PARKING / ROOMS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 1 2 3 4 5 6 7 8 9 UP 22 RISERS (6") 1 2 3 4 5 6 7 8 9 UP 22 R I S E R S ( 6 " ) 1 2 3 4 5 6 7 8 9 UP 22 R I S E R S ( 6 " ) 56 55 54 53 59 58 57 60 1A-2.02A-2.3 1A-2.4 8A-3.2 1A-2.2 126'-2"7" 101'-4" 5'-0"ADDITIONALFDOT EASEMENT25'-6" 1ST LAYER 13' - 9 " 10 % L O T W I D T H STE P B A C K 24' - 0 " 88' - 7 " 14' - 6 " S E T B A C K F R O M PRO P E R T Y L I N E 125 ' - 6 " 10'-6"115'-6"10" 126'-9" 30 ' - 8 " 56 ' - 7 " 13 ' - 0 " 15' - 3 " 9 ' - 1 " 12 4 ' - 9 " 10'-1"LANDSCAPEBUFFER 35'-0" 35'-0"35'-0" 35'-0" 35'-0" 35'-0" 35'-0" 3'-1 1 " 2 ' - 6 " 27' - 0 " 9'-0 " 18'-0"18'-0" 24'-0" EGRESSSTAIRS EGRESSSTAIRS EGRESSSTAIRS 9'-0" X 18'-0"TYP. 3-POINTTURN-AROUNDAREA 0% SLOPE PROPERTY LINE PROPERTY LINE PR O P E R T Y L I N E PR O P E R T Y L I N E 0'- 0 " S E T B A C K F R O M FR O N T E A S E M E N T L I N E 0'-0" SETBACK F F F F F F F F F F F F 2'- 6 " 9 ' - 0 " 8" 2'-0 "8" 9 ' - 5 " 7 " 1 2 ' - 1 0 " 8 " 4 ' - 2 " 1 0 " 2 3 ' - 6 " 2 ' - 6 " 1 8 ' - 0 " 8 ' - 7 " 8 " 5 ' - 0 " 8 " 8 ' - 1 1 " 8 " 1 0 ' - 9 " 8 " 7'-11" 5" 9'-11"1'-0" 16'-11" 5" 5'-6" 8" 12'-5" 5" 5'-6" 8" 5'-6" 5" 12'-1" 8" 8'-9" 5" 5'-6" 8" 5'-6" 5" 7'-2" 8" 4'-8" 8" 10" 8'-2" 10" 7'-1" 8" 7'-3" 8" 6'-9" 8" 7'-1" 8" 7'-1" 8" 7'-3" 8" 7'-3" 8" 7'-1" 8" 7'-1" 8" 7'-3" 8" 5'-10" 8" 7'-1" 1'-0" 8'-4" 8" 10" 15' - 1 " 8" 13' - 6 " 8" 12 ' - 3 " 8 " 15'- 0 " 8" 17' - 2 " 8" 1 0 ' - 1 " 8 " 5 ' - 3 " 8 " 7 ' - 7 " 1 ' - 1 " 11'- 7 " 8 " 9'-0 " DOUBLEFULL DOUBLEFULL LINEN STORAGE ELEVATOR LOBBY DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULLDOUBLEFULL DOUBLEFULL EMPLOYEE SHOWERS DOUBLEFULL DOUBLEFULL DOUBLEFULL BALCONY QUEEN QUEEN QUEEN QUEEN BALCONYBALCONYBALCONYBALCONYBALCONY QUEEN SCALE: 1/8" = 1'-0"1 4TH LEVEL NOTES: 1: ALL CABINETRY SHALL BE CERTIFIED IN ACCORDANCE WITH THE ANSI/KCMA A161.1 PERFORMANCE STANDARD OR EQUIVALENT. 2: BUILDING MATERIALS WITH RECYCLED CONTENT SHALL BE USED FOR 2 MINOR AND 2 MAJOR COMPONENTS OF THE BUILDING. A: METAL RAILINGS (MINOR) B: METAL LATH (MINOR) C: DRYWALL (MAJOR) D: REBAR (MAJOR) 3: MINIUUM OF 75% USE OF REGIONAL MATERIALS IN THE BUILDING. A: DRYWALL, CEMENT B: STUCOO, LANDSCAPE MATERIAL 4: 50% OR MORE OF RESILIENT FLOORING SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/ OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 332 OR EQUIVALENT 5. 4: 50% OR MORE OF CARPET SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 140 OR EQUIVALENT. 6: 50% OR MORE OF UNSULATION INSTALLED IS CERTIFIED TO UL 2985 OR EQUIVALENT. 7. UNIVERSAL DESIGN A. NO STEP ENTRANCES INTO ANY UNIT B: ACCESSIBLE PATH HAS A MAXIMUM 1/12 PITCH. C: MINIMUM 32" WIDE CLEARENCE INTO ALL HOTEL UNITS. D: MINIMUM 36" ACCESSIBLE ROUTES E: BLOCKING OR EQUIVALENT INSTALLED IN ACCESSIBLE BATHROOMS FOR FUTURE GRAB BARS 8. POOL SHALL HAVE A DEDICATED WATER SUPPLY 9. ALL DOORS IN COMMON WALLS BETWEEN GARAGE AND CONDITIONED SPACE ARE TO BE TIGHTLY SEALED AND GASKETED. 10. A CONTINUOUS AIR BARRIER SHAL BE PROVIDED SEPERATING THE GARAGE SPACE FROM ALL CONDITIONED AREAS. 11.SITE-APPLIED INTERIOR ARCHITECTURAL COATINGS, WHICH ARE INSIDE THE WATERPROOFING ENVELOPE, ARE IN ACCORDANCE WITH THE EMISSION LEVELS OF CDPH/EHLB STANDARD METHOD V1.1. EMISSION LEVELS ARE DETERMINED BY A LABORATORY ACCREDITED TO ISO/IEC 17025 AND THE CDPH/EHLB STANDARD METHOD V1.1 IN ITS SCOPE OF ACCREDITATION. THE PRODUCT IS CERTIFIED BY A THIRD-PARTY PROGRAM ACCREDITED TO ISO 17065, SUCH AS, BUT NOT LIMITED TO, THOSE FOUND IN APPENDIX B. REGISTEREDARCHITECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:55:43 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-1.5 5TH LEVEL / AMENITY DECK / ROOMS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 1 2 3 4 5 6 7 8 UP 22 RISERS (6") 1 2 3 4 5 6 7 8 UP 8 RISE R S ( 6 " ) 1 2 3 4 5 6 7 8 UP 22 RI S E R S ( 6 " ) 1234567 UP8 RISERS (6") F F F F F F F FFFFF F FFFF F F F 1A-2.02A-2.3 1A-2.4 8A-3.2 1A-2.2 15'-3"11" 10'-5" 22'-10" 27'-5" 34'-4"14'-7" 125'-8" 31' - 9 " 56 ' - 7 " 24' - 7 " 112 ' - 1 1 " 13' - 9 " 14'- 7 " S E T B A C K F R O M PR O P E R T Y L I N E 24' - 0 " 3 7 ' - 1 0 " 49'- 1 0 " 125 ' - 5 " 57'-6"13'-7"55'-2" 48'-0" 48'-0" 52'-6" 48'-0" 48'-0" 48'-0" 48'-0"10'-1"LANDSCAPEBUFFER FLOOR LINE BELOW QUEEN QUEEN QUEEN QUEEN QUEEN BUSINESSCENTER CAFE FITNESSCENTER LAN D S C A P I N G ADALIFT COVEREDWALKWAY LA N D S C A P I N G LA N D S C A P I N G COVEREDWALKWAY LANDSCAPING LANDSCAPING LAN D S C A P I N G EGRESSSTAIRS EGRESSSTAIRS VENDING DOUBLEA.D.A PROPERTY LINE PROPERTY LINE PR O P E R T Y L I N E PR O P E R T Y L I N E 0'- 6 " S E T B A C K F R O M FR O N T E A S E M E N T L I N E 6" SETBACK FROMULTIMATE ROW 5'-0" ADITTIONALFDOT EASEMENT126'-3" 5'- 6 " 1 ' - 0 " 7 ' - 0 " 3 ' - 8 " 13 ' - 3 " 17 ' - 1 0 " 2'-5 " 30' - 0 " 8" 4 ' - 4 " 8 " 24' - 8 " 1'-0"10'-3"12'-7"8"14'-5"8"11'-0" 8"11'-4"11'-8"11'-5" 8" 5'-0" 8"23'-6" 8'-5" 8"11'-0" 8" 10'-6" 8"11'-0" 8"11'-0" 8"11'-0" 8" 1'-0"2'-0"8" 2'-0"44'-9"9'-0" 4'-10" 17'-8" 7'-4" 14'-0" 14'-10" 18' - 2 " 25' - 3 " 16 ' - 1 " 13 ' - 1 " 8" 11 ' - 8 " 11 ' - 0 " 8 " 11'- 0 " 8 " 11'- 0 " 8 " 9 ' - 1 1 " 8 " 5 ' - 3 " 8 " 7 ' - 7 " ELEVATOR LOBBY DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULLDOUBLEFULLDOUBLEFULL DOUBLEFULL DOUBLEFULLDOUBLEFULLDOUBLEFULL DOUBLEFULLDOUBLEFULL POOLDECK POOL DOUBLEFULL SCALE: 1/8" = 1'-0"1 5TH/6TH LEVEL NOTES: 1: ALL CABINETRY SHALL BE CERTIFIED IN ACCORDANCE WITH THE ANSI/KCMA A161.1 PERFORMANCE STANDARD OR EQUIVALENT. 2: BUILDING MATERIALS WITH RECYCLED CONTENT SHALL BE USED FOR 2 MINOR AND 2 MAJOR COMPONENTS OF THE BUILDING. A: METAL RAILINGS (MINOR) B: METAL LATH (MINOR) C: DRYWALL (MAJOR) D: REBAR (MAJOR) 3: MINIUUM OF 75% USE OF REGIONAL MATERIALS IN THE BUILDING. A: DRYWALL, CEMENT B: STUCOO, LANDSCAPE MATERIAL 4: 50% OR MORE OF RESILIENT FLOORING SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/ OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 332 OR EQUIVALENT 5. 4: 50% OR MORE OF CARPET SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 140 OR EQUIVALENT. 6: 50% OR MORE OF UNSULATION INSTALLED IS CERTIFIED TO UL 2985 OR EQUIVALENT. 7. UNIVERSAL DESIGN A. NO STEP ENTRANCES INTO ANY UNIT B: ACCESSIBLE PATH HAS A MAXIMUM 1/12 PITCH. C: MINIMUM 32" WIDE CLEARENCE INTO ALL HOTEL UNITS. D: MINIMUM 36" ACCESSIBLE ROUTES E: BLOCKING OR EQUIVALENT INSTALLED IN ACCESSIBLE BATHROOMS FOR FUTURE GRAB BARS 8. POOL SHALL HAVE A DEDICATED WATER SUPPLY 9. ALL DOORS IN COMMON WALLS BETWEEN GARAGE AND CONDITIONED SPACE ARE TO BE TIGHTLY SEALED AND GASKETED. 10. A CONTINUOUS AIR BARRIER SHAL BE PROVIDED SEPERATING THE GARAGE SPACE FROM ALL CONDITIONED AREAS. 11.SITE-APPLIED INTERIOR ARCHITECTURAL COATINGS, WHICH ARE INSIDE THE WATERPROOFING ENVELOPE, ARE IN ACCORDANCE WITH THE EMISSION LEVELS OF CDPH/EHLB STANDARD METHOD V1.1. EMISSION LEVELS ARE DETERMINED BY A LABORATORY ACCREDITED TO ISO/IEC 17025 AND THE CDPH/EHLB STANDARD METHOD V1.1 IN ITS SCOPE OF ACCREDITATION. THE PRODUCT IS CERTIFIED BY A THIRD-PARTY PROGRAM ACCREDITED TO ISO 17065, SUCH AS, BUT NOT LIMITED TO, THOSE FOUND IN APPENDIX B. REGIST EREDARCHITECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:55:09 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-1.7 6TH LEVEL ROOMS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 1 2 3 4 5 6 7 8 9 UP 22 RISERS (6") 1 2 3 4 5 6 7 8 9 UP 22 RI S E R S ( 6 " ) F F F F F F F F F F F F F F F F F F F F F F F 1A-2.02A-2.3 1A-2.4 8A-3.2 1A-2.2 13 ' - 9 " 13 ' - 8 " S E T B A C K F R O M PRO P E R T Y I N E 37 ' - 1 " 2 4 ' - 1 0 " 50' - 7 " 12 6 ' - 3 " 57'-5"10'-11" 3'-2" 54'-8" 6" 126'-3" 59'-0" 14'-7"11'-4" 22'-10" 27'-5" 34'-4" 15'-3" 5" 11 2 ' - 7 " 8" 3 0 ' - 2 " 57'- 3 " 24' - 6 " 59'-0" 59'-0" 59'-0" FLOOR LINE BELOW FLOOR LINE BELOW QUEEN QUEEN QUEEN QUEEN QUEEN VENDING LAUNDRY PROPERTY LINE PROPERTY LINE PR O P E R T Y L I N E PR O P E R T Y L I N E AMENITY DECKBELOW 0'-6 " S E T B A C K F R O M FR O N T E A S E M E N T L I N E 5'-0" ADDITIONALFDOT EASEMENT126'-8" 11'-4" 10'-3" 12'-7" 8" 14'-5" 8" 11'-0" 8" 11'-4" 11'-8" 11'-5" 8" 5'-0" 8"23'-3" 16' - 1 " 8" 12' - 5 " 8 " 11'- 0 " 8 " 11' - 0 " 8 " 11' - 0 " 8 " 11' - 0 " 8 " 9 ' - 1 1 " 8 " 5 ' - 3 " 8 " 7 ' - 7 " 1 ' - 1 " 8 ' - 3 " 10'-1"LANDSCAPEBUFFER 8" 13'-4" 8" 13'-0" 8" 12'-6" 8" 12'-6" 8" 12'-6" 8" 8" 11'- 0 " 8 " 1 0 ' - 9 " 8 " 11' - 0 " 8 " 13'- 8 " 1'-0 " DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULLDOUBLEFULL DOUBLE FULL DOUBLEFULL DOUBLEFULL DOUBLEFULL DOUBLEFULL ADA DOUBLEFULL LINEN STORAGE ELEVATOR LOBBY ROOFPLANTER EGRESSSTAIRS EGRESSSTAIRS SCALE: 1/8" = 1'-0"1 3RD LEVEL NOTES: 1: ALL CABINETRY SHALL BE CERTIFIED IN ACCORDANCE WITH THE ANSI/KCMA A161.1 PERFORMANCE STANDARD OR EQUIVALENT. 2: BUILDING MATERIALS WITH RECYCLED CONTENT SHALL BE USED FOR 2 MINOR AND 2 MAJOR COMPONENTS OF THE BUILDING. A: METAL RAILINGS (MINOR) B: METAL LATH (MINOR) C: DRYWALL (MAJOR) D: REBAR (MAJOR) 3: MINIUUM OF 75% USE OF REGIONAL MATERIALS IN THE BUILDING. A: DRYWALL, CEMENT B: STUCOO, LANDSCAPE MATERIAL 4: 50% OR MORE OF RESILIENT FLOORING SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/ OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 332 OR EQUIVALENT 5. 4: 50% OR MORE OF CARPET SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 140 OR EQUIVALENT. 6: 50% OR MORE OF UNSULATION INSTALLED IS CERTIFIED TO UL 2985 OR EQUIVALENT. 7. UNIVERSAL DESIGN A. NO STEP ENTRANCES INTO ANY UNIT B: ACCESSIBLE PATH HAS A MAXIMUM 1/12 PITCH. C: MINIMUM 32" WIDE CLEARENCE INTO ALL HOTEL UNITS. D: MINIMUM 36" ACCESSIBLE ROUTES E: BLOCKING OR EQUIVALENT INSTALLED IN ACCESSIBLE BATHROOMS FOR FUTURE GRAB BARS 8. POOL SHALL HAVE A DEDICATED WATER SUPPLY 9. ALL DOORS IN COMMON WALLS BETWEEN GARAGE AND CONDITIONED SPACE ARE TO BE TIGHTLY SEALED AND GASKETED. 10. A CONTINUOUS AIR BARRIER SHAL BE PROVIDED SEPERATING THE GARAGE SPACE FROM ALL CONDITIONED AREAS. 11.SITE-APPLIED INTERIOR ARCHITECTURAL COATINGS, WHICH ARE INSIDE THE WATERPROOFING ENVELOPE, ARE IN ACCORDANCE WITH THE EMISSION LEVELS OF CDPH/EHLB STANDARD METHOD V1.1. EMISSION LEVELS ARE DETERMINED BY A LABORATORY ACCREDITED TO ISO/IEC 17025 AND THE CDPH/EHLB STANDARD METHOD V1.1 IN ITS SCOPE OF ACCREDITATION. THE PRODUCT IS CERTIFIED BY A THIRD-PARTY PROGRAM ACCREDITED TO ISO 17065, SUCH AS, BUT NOT LIMITED TO, THOSE FOUND IN APPENDIX B. REGISTEREDARCHITEECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:53:10 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-1.8 ROOF TERRACE AMENITY PLAN Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: DOW N DOWN 1A-2.02A-2.3 1A-2.4 8A-3.2 A-2.2 34'-4"11'-0" 22'-10" 27'-5"30'-4" 125'-11" 4'- 3 " 2 ' - 0 " 1 0 ' - 0 " 2 ' - 0 " 32' - 9 " 7'-1 0 " 2 9 ' - 3 " 8 " 5 ' - 3 " 8 " 7 ' - 7 " 1 ' - 1 " 9 ' - 3 " 112 ' - 7 " 25'-0"1'-0"6" 5'-0" ADDITIONALFDOT EASEMENT71'-5"4'-10"24'-0" 126'-3" 13' - 9 " 13' - 8 " S E T B A C K F R O M PRO P E R T Y L I N E 23' - 0 " 1 ' - 0 " 3 9 ' - 7 " 49' - 0 " 112 ' - 7 " 70'-0" 70'-0" 70'-0" FLOOR LINE BELOW FLOOR LINE BELOW MECH. EQUIP SCREENINGON ALL 4 SIDES ROOF AREA 9,782 SF TOTAL EGRESS,MECHANICAL,AND ELEVATORCOVERAGE1,204 SF (12.3%) POOL POOL MECHANICAL EQUIPMENT 394 SF PL A N T E R S EGRESS,MECHANICAL,AND ELEVATORS 224 SF PROPERTY LINE PROPERTY LINE PR O P E R T Y L I N E PR O P E R T Y L I N E 0'- 0 " S E T B A C K F R O M FR O N T E A S E M E N T L I N E PLANTER1,084 SF MECHANICAL AREA398 SFEGRESS, MECH ROOM,ELEVATORS534 SF PLANTER362 SF PLANTER447 SF) PLANTER380 SF HARDSCAPE6,949 SF ROOF AREA9,782 SF TOTAL EGRESS,MECHANICAL,AND ELEVATORCOVERAGE1,208 SF (12.3%) PLANTERS: 2,273 SF (24.6%)HARDSCAPE: 6,949SF (75.4%) SCALE: 1/8" = 1'-0"1 ROOF DECK NOT TO SCALE2ROOF COVERAGE DIAGRAM NOTES: 1: ALL CABINETRY SHALL BE CERTIFIED IN ACCORDANCE WITH THE ANSI/KCMA A161.1 PERFORMANCE STANDARD OR EQUIVALENT. 2: BUILDING MATERIALS WITH RECYCLED CONTENT SHALL BE USED FOR 2 MINOR AND 2 MAJOR COMPONENTS OF THE BUILDING. A: METAL RAILINGS (MINOR) B: METAL LATH (MINOR) C: DRYWALL (MAJOR) D: REBAR (MAJOR) 3: MINIUUM OF 75% USE OF REGIONAL MATERIALS IN THE BUILDING. A: DRYWALL, CEMENT B: STUCOO, LANDSCAPE MATERIAL 4: 50% OR MORE OF RESILIENT FLOORING SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/ OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 332 OR EQUIVALENT 5. 4: 50% OR MORE OF CARPET SHALL BE USED IN A MINIMUM OF 30% OF FLOOR AND/OR WALL AREA OF ALL HOTEL UNITS. CERTIFIED NSF 140 OR EQUIVALENT. 6: 50% OR MORE OF UNSULATION INSTALLED IS CERTIFIED TO UL 2985 OR EQUIVALENT. 7. UNIVERSAL DESIGN A. NO STEP ENTRANCES INTO ANY UNIT B: ACCESSIBLE PATH HAS A MAXIMUM 1/12 PITCH. C: MINIMUM 32" WIDE CLEARENCE INTOALL HOTEL UNITS. D: MINIMUM 36" ACCESSIBLE ROUTES E: BLOCKING OR EQUIVALENT INSTALLED IN ACCESSIBLE BATHROOMS FOR FUTURE GRAB BARS 8. POOL SHALL HAVE A DEDICATED WATER SUPPLY 9. ALL DOORS IN COMMON WALLS BETWEEN GARAGE AND CONDITIONED SPACE ARE TO BE TIGHTLY SEALED AND GASKETED. 10. A CONTINUOUS AIR BARRIER SHAL BE PROVIDED SEPERATING THE GARAGE SPACE FROM ALL CONDITIONED AREAS. 11.SITE-APPLIED INTERIOR ARCHITECTURAL COATINGS, WHICH ARE INSIDE THE WATERPROOFING ENVELOPE, ARE IN ACCORDANCE WITH THE EMISSION LEVELS OF CDPH/EHLB STANDARD METHOD V1.1. EMISSION LEVELS ARE DETERMINED BY A LABORATORY ACCREDITED TO ISO/IEC 17025 AND THE CDPH/EHLB STANDARD METHOD V1.1 IN ITS SCOPE OF ACCREDITATION. THE PRODUCT IS CERTIFIED BY A THIRD-PARTY PROGRAM ACCREDITED TO ISO 17065, SUCH AS, BUT NOT LIMITED TO, THOSE FOUND IN APPENDIX B. REGISTEREDARCHITECCTT REGISTEREDAARRCCHHIITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:52:40 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-1.9 ROOF PLAN Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 1A-2.0 1A-2.1 2A-2.3 1A-2.4 1A-2.4 8A-3.2 1A-2.2 80'-0" 80'-0" TO TOPOF TRELLIS 80'-0" TO TOPOF TRELLIS 13 ' - 8 " S E T B A C K F R O M PR O P E R T Y L I N E 10'-1"LANDSCAPEBUFFER 5'-0" ADDITIONALFDOT EASEMENT 65'-3"36'-0" 25'-0" 126'-3" 42 ' - 6 " 24 ' - 0 " 46'- 1 " 80'-0" 10'-1"LANDSCAPEBUFFER 13' - 9 " S E T B A C K FRO M S I D E / C O R N E R PRO P E R T Y L I N E 11 2 ' - 7 " 11'-4"114'-11" 126'-3" 88 ' - 1 " 24' - 6 " 11 2 ' - 7 " FLOOR LINE BELOW PRE-MANUFACTURED TRELLIS FLOOR LINE BELOW PROPERTY LINE PROPERTY LINE PR O P E R T Y L I N E 0'-0 " S E T B A C K F R O M FR O N T E A S E M E N T L I N E PR O P E R T Y L I N E 80'-8" TO PARAPET 80'-8" TO PARAPET SCALE: 1/8" = 1'-0"1 3RD LEVEL NOTES: 1: ROOF SURACES SHALL BE CONSTRUCTED IN ACCORDANCE WITH ENERGY START COOL ROOF CERTIFICATION OR EQUIVALENT. REGISTEREDARCHITEECCTT REGISTEREDAARRCCHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:52:12 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-2.0 EAST ELEVATION Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: ±0"0 GROUND LEVEL ±0"0 GROUND LEVEL +16'-0"1 2ND LEVEL +16'-0"1 2ND LEVEL +25'-6"2 3RD LEVEL +25'-6"2 3RD LEVEL +35'-0"3 4TH LEVEL +35'-0"3 4TH LEVEL +48'-0"4 5TH LEVEL +48'-0"4 5TH LEVEL +59'-0"5 6TH LEVEL +59'-0"5 6TH LEVEL +70'-0"6 ROOF DECK +70'-0"6 ROOF DECK +80'-0"7 TOP OF ROOF +80'-0"7 TOP OF ROOF 10 ' - 8 " R O O F T O P ST R U C T U R E S 20'-4"13'-8" SIDESETBACK20'-0" 13'-9" UPPERSTORY STEPBACK 9'-0" 7'-0" 4'-0"17 ' - 5 " C A N O P Y VE R T I C A L C L E A R E N C E 14'-10" 7'-0 " 2 8 2 1 4 4 4 4 1 2 4 4 1 2 4 4 2 4 1 9 10 1 1 2 4 2 4 2 4 4 4 4 7 4 CORNICE CORNICE SIGN BAND AREA PR O P E R T Y L I N E PR O P E R T Y L I N E LINE OF ROOF DECK SW 3RD PL SW 4TH ST +80'-8" TO TOPOF PARAPET DANIAHOTEL DANIAHOTEL PU B L I C S I D E W A L K PARALLELPARKINGTRAVELLANE SW 4 T H S T CE N T E R L I N E SW 4 T H S T CE N T E R L I N E +80'-8" TO TOPOF PARAPET FR O N T S T E P B A C K ELEVATION KEY NOTES: 7 SUSPENDED ALUMINUM CANOPY 8 ENTRY SIGNAGE (Welcome)-2.25 SF 9 PRE-MANUFACTURED PERGOLA SYSTEM 10 GLASS RAILING SYSTEM WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 11 INFINITY POOL 12 FROSTED GLASS ROOM DIVIDER WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 1 DRYVIT SYSTEMS: SAND BLAST DPR PAINTED - 101 SUPER WHITE** (PAINTED STUCCO) 2 COMPOSITE WOOD LIKE TILE NON-COMBUSTIBLE 3 FIXED WINDOWS - INSULATED CLEAR GLASS WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 4 EXTERIOR STOREFRONT SYSTEM - INSULATED CLEAR GLASS WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 5 BUILDING SIGNAGE (BACKLIT)-HOTEL 6 ALUMINUM PTAC LOUVERS - WOOD FINISH WINDOW AND DOOR NOTES 602.1.9 FLASHING. FLASHING WILL PROVIDED TO MINIMIZEWATER ENTRY INTO WALL AND ROOF ASSEMBLIES AND TODIRECT WATER TO EXTERIOR SURFACES OR EXTERIOR WATER-RESISTIVE BARRIERS FOR DRAINAGE. FLASHING DETAILS WILLPROVIDED IN THE CONSTRUCTION DOCUMENTS AND ARE WILLBE IN ACCORDANCE WITH THE FENESTRATIONMANUFACTURER’S INSTRUCTIONS, THE FLASHINGMANUFACTURER’S INSTRUCTIONS, OR AS DETAILED BY AREGISTERED DESIGN PROFESSIONAL. PERCENTAGE OF GLAZING - EAST ELEVATIONTOTAL AREA OF FACADE 9,352 SF TOTAL AREA OF GLAZING 5,363 SF REQUIRED: 30-60%PROVIDED: 57% GROUND FLOOR ONLY 1,786 SFGROUD FLOOR GLAZING 1,282 SFREQUIRED: 70% PROVIDED: 71.7% SCALE: 1/8" = 1'-0"1 EAST ELEVATION REGISTEREDARCHITECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:51:45 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-2.1 SOUTH ELEVATION Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: ±0"0 GROUND LEVEL ±0"0 GROUND LEVEL +16'-0"1 2ND LEVEL +16'-0"1 2ND LEVEL +25'-6"2 3RD LEVEL +25'-6"2 3RD LEVEL +35'-0"3 4TH LEVEL +35'-0"3 4TH LEVEL +48'-0"4 5TH LEVEL +48'-0"4 5TH LEVEL +59'-0"5 6TH LEVEL +59'-0"5 6TH LEVEL +70'-0"6 ROOF DECK +70'-0"6 ROOF DECK +80'-0"7 TOP OF ROOF +80'-0"7 TOP OF ROOF 10'- 8 " R O O F T O P ST R U C T U R E S 10'-1" REARSETBACK 16'- 2 " C A N O P Y VER T I C A L C L E A R E N C E 5'-0"41'-0" 8'-6" 2'-0" 3'-0"11'-0"11'-0" 2'-0" 3'-6" 29'-9" 6'-4 " 2 24 2 4 1 4 10 1 4 2 4 2 9 9 1 1 2 2 4 4 4 4 4 44 CORNICE SIGN BAND AREA LINE OF ROOF DECK FEDERAL HWY +80'-8" TO TOPOF PARAPET DANIAHOTEL DANIAHOTEL +80'-8" TO TOPOF PARAPET PRO P E R T Y L I N E PRO P E R T Y L I N E 0'-0 " S E T B A C K FRO M P R O P O S E D F D O T E A S E M E N T FE D E R A L H W Y . CEN T E R L I N E FE D E R A L H W Y . CE N T E R L I N E TRAVELLANETRAVELLANE PUBLICSIDEWALK ELEVATION KEY NOTES: 7 SUSPENDED ALUMINUM CANOPY 8 ENTRY SIGNAGE (Welcome)-2.25 SF 9 PRE-MANUFACTURED PERGOLA SYSTEM 10 GLASS RAILING SYSTEM WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 11 INFINITY POOL 12 FROSTED GLASS ROOM DIVIDER WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 1 DRYVIT SYSTEMS: SAND BLAST DPR PAINTED - 101 SUPER WHITE** (PAINTED STUCCO) 2 COMPOSITE WOOD LIKE TILE NON-COMBUSTIBLE 3 FIXED WINDOWS - INSULATED CLEAR GLASS WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 4 EXTERIOR STOREFRONT SYSTEM - INSULATED CLEAR GLASS WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 5 BUILDING SIGNAGE (BACKLIT)-HOTEL 6 ALUMINUM PTAC LOUVERS - WOOD FINISH WINDOW AND DOOR NOTES602.1.9 FLASHING. FLASHING WILL PROVIDED TO MINIMIZEWATER ENTRY INTO WALL AND ROOF ASSEMBLIES AND TODIRECT WATER TO EXTERIOR SURFACES OR EXTERIOR WATER-RESISTIVE BARRIERS FOR DRAINAGE. FLASHING DETAILS WILL PROVIDED IN THE CONSTRUCTION DOCUMENTS AND ARE WILLBE IN ACCORDANCE WITH THE FENESTRATIONMANUFACTURER’S INSTRUCTIONS, THE FLASHING MANUFACTURER’S INSTRUCTIONS, OR AS DETAILED BY AREGISTERED DESIGN PROFESSIONAL. PERCENTAGE OF GLAZING - SOUTH ELEVATIONTOTAL AREA OF FACADE 9,055 SF TOTAL AREA OF GLAZING 4,964 SFREQUIRED: 30-60%PROVIDED: 55% GROUND FLOOR ONLY 1,186 SFGROUND FLOOR GLAZING 927 SF REQUIRED: 70%PROVIDED: 78.1% SCALE: 1/8" = 1'-0"1 SOUTH ELEVATION REGISTEREDARCHITECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:51:12 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-2.2 NORTH ELEVATION Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: ±0"0 GROUND LEVEL ±0"0 GROUND LEVEL +16'-0"1 2ND LEVEL +16'-0"1 2ND LEVEL +25'-6"2 3RD LEVEL +25'-6"2 3RD LEVEL +35'-0"3 4TH LEVEL +35'-0"3 4TH LEVEL +48'-0"4 5TH LEVEL +48'-0"4 5TH LEVEL +59'-0"5 6TH LEVEL +59'-0"5 6TH LEVEL +70'-0"6 ROOF DECK +70'-0"6 ROOF DECK +80'-0"7 TOP OF ROOF +80'-0"7 TOP OF ROOF 10' - 8 " R O O F T O P ST R U C T U R E S 10'-1" REARSETBACK 41'-0" 5'-0" 16 ' - 0 " C A N O P Y VE R T I C A L C L E A R E N C E 3'-6" 2'-0"11'-0"11'-0"3'-0" 2'-0" 8'-6" 23'-3" 7'-4 " 14 2 12 9 10 4 9 1 4 6 6 4 4 2 4 4 4 4 4 6 6 6 2 2 2 11 1 SIGN BAND AREA PR O P E R T Y L I N E LINE OF ROOF DECK FEDERAL HWY +80'-8" TO TOPOF PARAPET PUBLICSIDEWALK TRAVELLANETRAVELLANE +80'-8" TO TOPOF PARAPET PR O P E R T Y L I N E 0'- 0 " S E T B A C K FRO M P R O P O S E D F D O T E A S E M E N T FE D E R A L H W Y . CE N T E R L I N E FE D E R A L H W Y . CEN T E R L I N E ELEVATION KEY NOTES: 7 SUSPENDED ALUMINUM CANOPY 8 ENTRY SIGNAGE (Welcome)-2.25 SF 9 PRE-MANUFACTURED PERGOLA SYSTEM 10 GLASS RAILING SYSTEM WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 11 INFINITY POOL 12 FROSTED GLASS ROOM DIVIDER WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 1 DRYVIT SYSTEMS: SAND BLAST DPR PAINTED - 101 SUPER WHITE** (PAINTED STUCCO) 2 COMPOSITE WOOD LIKE TILE NON-COMBUSTIBLE 3 FIXED WINDOWS - INSULATED CLEAR GLASS WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 4 EXTERIOR STOREFRONT SYSTEM - INSULATED CLEAR GLASS WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 5 BUILDING SIGNAGE (BACKLIT)-HOTEL 6 ALUMINUM PTAC LOUVERS - WOOD FINISH WINDOW AND DOOR NOTES602.1.9 FLASHING. FLASHING WILL PROVIDED TO MINIMIZE WATER ENTRY INTO WALL AND ROOF ASSEMBLIES AND TODIRECT WATER TO EXTERIOR SURFACES OR EXTERIOR WATER-RESISTIVE BARRIERS FOR DRAINAGE. FLASHING DETAILS WILLPROVIDED IN THE CONSTRUCTION DOCUMENTS AND ARE WILLBE IN ACCORDANCE WITH THE FENESTRATIONMANUFACTURER’S INSTRUCTIONS, THE FLASHINGMANUFACTURER’S INSTRUCTIONS, OR AS DETAILED BY AREGISTERED DESIGN PROFESSIONAL. SCALE: 1/8" = 1'-0"1 NORTH ELEVATION REGISTEREDARCHITECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:50:41 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-2.3 WEST ELEVATION Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: ±0"0 GROUND LEVEL ±0"0 GROUND LEVEL +16'-0"1 2ND LEVEL +16'-0"1 2ND LEVEL +25'-6"2 3RD LEVEL +25'-6"2 3RD LEVEL +35'-0"3 4TH LEVEL +35'-0"3 4TH LEVEL +48'-0"4 5TH LEVEL +48'-0"4 5TH LEVEL +59'-0"5 6TH LEVEL +59'-0"5 6TH LEVEL +70'-0"6 ROOF DECK +70'-0"6 ROOF DECK +80'-0"7 TOP OF ROOF +80'-0"7 TOP OF ROOF 10' - 8 " R O O F T O P ST R U C T U R E S 20'-0"13'-9" UPPERSTORY STEPBACK 20'-4" 13'-8" SIDESTEBACK 17' - 5 " C A N O P Y VE R T I C A L C L E A R A N C E 4'-0" 7'-0"9'-0" 2 9 1 4 10 1 11 1 4 6 6 6 2 4 1 3 3 3 3 3 3 3 3 7 LINE OF ROOF DECK PR O P E R T Y L I N E SW 3RD PL SW 4TH ST +80'-8" TO TOPOF PARAPET+80'-8" TO TOPOF PARAPET 0'- 0 " S E T B A C K PR O P E R T Y L I N E SW 4 T H S T CE N T E R L I N E PU B L I C S I D E W A L K PARALLELPARKINGSPACE TRAVEL LANE ELEVATION KEY NOTES: 7 SUSPENDED ALUMINUM CANOPY 8 ENTRY SIGNAGE (Welcome)-2.25 SF 9 PRE-MANUFACTURED PERGOLA SYSTEM 10 GLASS RAILING SYSTEM WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 11 INFINITY POOL 12 FROSTED GLASS ROOM DIVIDER WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 1 DRYVIT SYSTEMS: SAND BLAST DPR PAINTED - 101 SUPER WHITE** (PAINTED STUCCO) 2 COMPOSITE WOOD LIKE TILE NON-COMBUSTIBLE 3 FIXED WINDOWS - INSULATED CLEAR GLASS WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 4 EXTERIOR STOREFRONT SYSTEM - INSULATED CLEAR GLASS WITH DARK BRONZE ANODIZED ALUMINUM FRAMES 5 BUILDING SIGNAGE (BACKLIT)-HOTEL 6 ALUMINUM PTAC LOUVERS - WOOD FINISH WINDOW AND DOOR NOTES 602.1.9 FLASHING. FLASHING WILL PROVIDED TO MINIMIZEWATER ENTRY INTO WALL AND ROOF ASSEMBLIES AND TODIRECT WATER TO EXTERIOR SURFACES OR EXTERIOR WATER- RESISTIVE BARRIERS FOR DRAINAGE. FLASHING DETAILS WILLPROVIDED IN THE CONSTRUCTION DOCUMENTS AND ARE WILLBE IN ACCORDANCE WITH THE FENESTRATION MANUFACTURER’S INSTRUCTIONS, THE FLASHINGMANUFACTURER’S INSTRUCTIONS, OR AS DETAILED BY AREGISTERED DESIGN PROFESSIONAL. SCALE: 1/8" = 1'-0"2 West Elevation REGIST EREDARCHITECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:50:09 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-2.4 SECTION Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: ±0"0 GROUND LEVEL ±0"0 GROUND LEVEL +16'-0"1 2ND LEVEL +16'-0"1 2ND LEVEL +25'-6"2 3RD LEVEL +25'-6"2 3RD LEVEL +35'-0"3 4TH LEVEL +35'-0"3 4TH LEVEL +48'-0"4 5TH LEVEL +48'-0"4 5TH LEVEL +59'-0"5 6TH LEVEL +59'-0"5 6TH LEVEL +70'-0"6 ROOF DECK +70'-0"6 ROOF DECK +80'-0"7 TOP OF ROOF +80'-0"7 TOP OF ROOF 16 ' - 6 " 1'- 6 " 8 ' - 1 0 " 8 " 8 ' - 1 0 " 8 " 3 ' - 6 " 37' - 6 " 4'-1 " 13'-8" SIDESETBACK 13'-9" UPPERSTORY STEPBACK 14' - 0 " V E R T I C A L CL E A R A N C E 2'-0 " 7 ' - 6 " 2 ' - 0 " 7 ' - 6 " 2 ' - 0 " 1 2 ' - 0 " 1 ' - 0 " 1 0 ' - 4 " 8 " 1 0 ' - 4 " 8 " 1 0 ' - 0 " CORNICE PARKING RAMP PARKING RAMP PARKING RAMP PARKING PARKING PARKING HOTEL ROOMS HOTEL ROOMS HOTEL ROOMSHOTEL ROOMS HOTEL ROOMS HOTELROOMS POOL ROOF DECKAMENTIES BALCONY BALCONY BALCONY HOTEL ROOMS HOTEL ROOMS VALET AREA LOADING / TRASH AREA SW 3RD PL SW 4TH ST +80'-8" TO TOPOF PARAPET +80'-8" TO TOPOF PARAPET 6% RAMP PR O P E R T Y L I N E PRO P E R T Y L I N E SCALE: 1/8" = 1'-0"1 3RD LEVEL REGIST EREDARCHITECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:49:41 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-2.5 RENDERS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: REGISTEREDARCHITEECCTT REGISTEREDAARRCCHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:49:14 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-2.6 RENDERS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: REGIST EREDARCHITECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:48:45 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-3 SIGHT LINE / CANOPY / AUTO TURN Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 3 2 87 16 15 11109 141312 ELEV. ENTRANCELOBBY COFFEEBAR RAMP UPTO 2ND FLOOR DUMPSTER 8.5' LANDS C A P E (SEE L A N D S C A P E P L A N S ) STOR A G E SW 4TH ST FE D E R A L H W Y REAR-LOADGARBAGE TRUCKNCHRP REPORT 659 2010 (US) PFDOT 2016 (US) STORAGE CONTROLROOM 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS SO U T H F E D E R A L H W Y . 0'-0" SETBACK 1 3'-4" ADA ACCESIBLE RAMP TO SIDEWALK.SURFACE SLOPES NOT EXCEEDING1:50 - 2 PERCENT -IN ALL DIRECTIONS (TYP.) SHOULDER PROB. CAR PATH PROB. CAR PATH PROB. CAR PATH PROB. CAR PATH LINE OF BUILDINGABOVE BUS STOP CANOPYABOVE CANOPYABOVE GUARDRAIL 42" (TYP.) WALL IS UNDER RAMP RAMP PROJECTION 61 62 5'-0 " MECHANICALEQUIPMENT PR O P E R T Y L I N E FEDERAL HWY PROPOSED HOTEL6 FLOORSADJACENT BUILDING OF SAME ORLESSER HEIGHT (SEC. 220-60) (6 FLOORS) NOTE:AIR CONDITIONING UNITS LOCATED ONTHE REAR HALF OF THE ROOF DECK STAI R S 5'-0 " MECHANICALEQUIPMENT PROPOSED HOTEL6 FLOORSADJACENT BUILDING OF SAME ORLESSER HEIGHT (SEC. 220-60) (6 FLOORS) SW 3RD PL PARKING SCALE: 1/16" = 1'-0"1 3RD LEVEL SCALE: 1/16" = 1'-0"2 MECHANICAL SCREENING DIAGRAM - FEDERAL HWY SCALE: 1/16" = 1'-0"3 MECHANICAL SCREENING DIAGRAM - SW 3RD PL 1 2 REGISTEREDARCHIT ECCTT REGISTEREDAARRCCHHIITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:45:52 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-3.1 SITE DETAILS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 48" 72 " 4.5" 2.125" POWDERED STEEL REGISTEREDARCHITECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 15:08:13 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-3.2 SITE AND DUMPSTER DETAILS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: ±0" 0 GROUND LEVEL METAL GATE TO MATCH METAL ELEMENTS ON THE BUILDING. CONTRACTOR TO PROVIDE SHOP DWGS. FOR APPROVAL. HEAVY DUTY HINGE WELD TO PIPE AND GATE, PAINT TO MATCH EXTERIOR OF BUILDING FINISH GRADE 10 ' - 0 " 3'- 0 " 3'-0" 1'- 9 " 1'- 3 " 3'-2" 1'-10" DUMPSTER 10'-0" WALL IS UNDER RAMP RAMP PROJECTION MAZE PEDESTRIAN STYLE OPENING PROVIDE DRAIN ANDCLEANING WATER FACILITY 6" DIA. X 7 FT LONG PIPE BOLLARD (CONC. FILLED) INBED 26" INTO 18" DIA. X 40" DEEP. DUMPSER SHALL INCLUDEA TOP LOADED COVER DUMPSTER HEIGHT: 80"METAL GATE TO MATCH METAL ELEMENTS ON THEBUILDING. CONTRACTOR TO PROVIDE SHOP DWGS. FOR APPROVAL NOT TO SCALE3TYPICAL PARKING SPACE NOT TO SCALE4ADA PARKING DETAIL SCALE: 3/8" = 1'-0"8 DUMPSTER FRONT ELEVATION SCALE: 3/8" = 1'-0"2 3RD LEVEL REGISTEREDARCHITECCTT REGISTEREDAARRCCHHIITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:48:17 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-3.3 SITE DIAGRAMS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 3 2 15 DUMPSTER TRASHROLL OUT TRASHPICK UP DUMPSTER 8.5' STO R A G E STORAGE LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS 1 ADA ACCESIBLE RAMP TO SIDEWALK.SURFACE SLOPES NOT EXCEEDING1:50 - 2 PERCENT -IN ALL DIRECTIONS (TYP.) GUARDRAIL 42" (TYP.) WALL RAMP PR 61 12 34 56 78 UP 30 RISER S ( 6 1 3 / 3 2 " ) 99'-4" CORNER CHORD COFFEEBAR DUMPSTER 8.5' STO R A G E STORAGE EGRESSSTAIRS FE D E R A L H W Y . SW 4TH ST DRIVEWAY 0'-0" SETBACK 61 62 12345 67 UP23 RISERS (6 33/64") 12 34 5 UP 30 RISER S ( 6 1 3 / 3 2 " ) 123 45 UP 19 RISERS (6") 3 2 87 16 15 11109 141312 DUMPSTER 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS 0'-0" SETBACK 12345 67 UPUPUP/64/S(6333/RISERS23RS (6 33/23 RISERS333/6PPPPPP 12 34 5 UP ")6 13/32"" ERS (666 30 RISEE333 ) 123 45 UP (6")19 RRISERSR(S)SS(6(6")))19 RISERS RRS 3 2 87 16 15 11109 141312 DUMPSTER 6 5 4 LOADINGGGGNGNGNGINDINDIADADADOAOAOALOLOLOLLZONEEENENENONONZOZOZOZZ12'-0" X 25'-0"0"0"-0'-05'-05'-25'2525X 2X 2X X" X0" 0"-0"-0'-02'-2'121211 EGRESSSTAIRS EGRESSSTAIRS 1 61 62 NOT TO SCALE1TRASH PICKUP NOT TO SCALE2DRIVEWAY DISTANCE DIAGRAM NOT TO SCALE3PERVIOUS/IMPERVIOUS DIAGRAM TOTAL CONTRIBUTING PERVIOUS AREA 4,093 SF (20.5%) SOLID WASTE / RECYCLING MANAGEMENT 1. THE SOLID WASTE AND RECYCLE WILL BE COLLECTED FROM THE DRIVEWAY. THE OPERATOR ANTICIPATES COLLECTION BY A PRIVATE LICENSED CONTRACTOR 2 TIMES PER WEEK OR MORE AS NEEDED. 2. THE COLLECTION WILL OCCUR BY ACCESS FROM SW 4TH ST.SERVICE TURNING RADII TO SHOW CIRCULATION ARE PROVIDED. 3. THE TRASH AND RECYCLE CONTAINERS WILL BE STORED AT ALL TIMES WITHIN THE TRASH ROOM INSIDE THE BUILDING. THE CONTRACTOR WILL BE PROVIDED WITH ACCESS TO THE TRASH ROOM FOR PICK UP. 4. THE WASTE SYSTEM WILL MEET THE CAPACITY REQUIREMENTS OF THE BUILDING ORDINANCE REQUIREMENTS.REGISTEREDARCHIT ECCTT REGISTEREDAARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:47:40 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 01 -WIPWork inProgressDRC Comments 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-3.4 SCREENING / EGRESS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 3 2 87 16 15 11109 141312 110'- 0 " PROJECT SIGNAGE DUMPSTER 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS FEN C E FEN C E POR T A B L E T O I L E T S 30'-0" GATES 0'-0" SETBACK 1 Project rendering covering 75%+ of the lengthof the fence along Federal HWY.Name and intended use of the project,project rendering, project website address,and owner or agent, telephone numberfor the owner or agent,and the name and an emergency contact telephone number of the general contractor will be displayed. 61 62 12345 67 UP23 RISERS (6 33/64") 123456 UP 30 RISERS (6 1 3 / 3 2 " ) 1234567 UP 19 RISERS (6") 3 2 87 16 15 11109 141312 DUMPSTER MAX. DISTANCE 56'-11" MAX. D I S T A N C E 6 1 ' - 5 " MAX. DISTANCE 49'-1" MAX. DISTANCE 39'-4"MAX. D I S T A N C E 2 1 ' - 2 " 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS 0'-0" SETBACK 1 61 62 12345678 UP 19 RISERS (6") 17 18 2827 313029 343332 19 1234567 UP 18 RISERS ( 6 4 3 / 6 4 " ) 23 22 21 20 26 25 24 PROP E R T Y L I N E 0'-0" S E T B A C K F R O M FRON T E A S E M E N T L I N E PROPERTY LINE 0'-0" SETBACK MAX. DISTANCE 58'-0"MAX. DISTANCE 73'-0"MAX. DISTANCE 94'-0"MAX. DISTANCE 110'-0"MAX. DISTANCE 127'-0" MAX. DISTANCE 142'-0" MAX. DISTANCE 100'-6" MAX. DISTANCE 99'-8" MAX. DISTANCE 72'-6" MAX. DISTANCE 69'-9" MAX. DISTANCE 37'-1" 12345678 UP 22 RISERS (6") 12345678 UP 22 RISERS (6 " ) 12345678 UP 22 RISER S ( 6 " ) 56 55 54 53 59 58 57 60 PROPERTY LINE PRO P E R T Y L I N E 0'-0" S E T B A C K F R O M FRO N T E A S E M E N T L I N E 0'-0" SETBACK MAX. DISTANCE 42'-1"MAX. DISTANCE 58'-4"MAX. DISTANCE 79'-0"MAX. DISTANCE 115'-6"MAX . D I S T A N C E 1 3 0 ' - 9 " MAX. DISTANCE 87'-1" MAX. DISTANCE 86'-5" MAX. DISTANCE 56'-6" MAX. DISTANCE 30'-0" MAX. DISTANCE 128'-0" MAX. DISTANCE 60'-0"MAX. DISTANCE 65'-0"MAX. DISTANCE 84'-0"MAX. DISTANCE 81'-0"MAX. DISTANCE 54'-0"MAX. DISTANCE 50'-0" MAX. DISTANCE 92'-8" MAX. DISTANCE 40'-0" 12345678UP22 RISERS (6") 12345678 UP 8 RISERS ( 6 " ) 12345678 UP 22 RISERS (6 " ) 1234567 UP8 RISERS (6") FLOOR LINE BELOW PROPERTY LINE PRO P E R T Y L I N E 0'-6" S E T B A C K F R O M FRO N T E A S E M E N T L I N E MAX. DISTANCE 23'-6" MAX. DISTANCE 49'-10" MAX. DISTANCE 50'-8" MAX. DISTANCE 70'-8" MAX. DISTANCE 76'-3" MAX. DISTANCE 94'-5" MAX. DISTANCE 98'-0" MAX. DISTANCE 157'-5" MAX. D I S T A N C E 1 1 5 ' - 0 " MAX. D I S T A N C E 1 1 0 ' - 0 " MAX. D I S T A N C E 9 6 ' - 0 " MAX. D I S T A N C E 9 3 ' - 0 " MAX. D I S T A N C E 7 0 ' - 0 " MAX. D I S T A N C E 5 1 ' - 9 " MAX. D I S T A N C E 4 1 ' - 5 " MAX. D I S T A N C E 5 9 ' - 3 " MAX. D I S T A N C E 1 0 3 ' - 0 " MAX . D I S T A N C E 8 2 ' - 8 " MAX. D I S T A N C E 7 7 ' - 1 " MAX. D I S T A N C E 5 6 ' - 6 " MAX. D I S T A N C E 4 1 ' - 1 " MAX. D I S T A N C E 6 0 ' - 1 0 " MAX. DISTANCE 101'-5" MAX . D I S T A N C E 7 4 ' - 2 " MAX. D I S T A N C E 7 0 ' - 0 " MAX. DISTANCE 112'-5" MAX. DISTANCE 76'-3" DOWN DOWN FLOOR LINE BELOW FLOOR LINE BELOW MECH. EQUIP SCREENINGON ALL 4 SIDES ROOF AREA9,782 SF TOTAL EGRESS,MECHANICAL,AND ELEVATORCOVERAGE1,204 SF (12.3%) POOL POOL MECHANICALEQUIPMENT 394 SF PLAN T E R S EGRESS,MECHANICAL,AND ELEVATORS 224 SF PROPERTY LINE RTY L I N E 0'-0 " S E T B A C K F R O M FRON T E A S E M E N T L I N E MAX. DISTANCE 10 0 ' - 9 " MAX . D I S T A N C E 6 9 ' - 9 " PATH OF EGRESS LEVEL TRAVEL DIST. GROUND 49'-0" 2ND LEVEL 110'-3" 3RD LEVEL 113'-4" 4TH LEVEL 113'-4" 5TH LEVEL 113'-9" 6TH LEVEL 113'-9" ROOFTOP 81'-8" 12345678UP22 RISERS (6") 12345678 UP 22 RISERS ( 6 " ) FLOOR LINE BELOW FLOOR LINE BELOW PROPERTY LINE PROPERTY LINE PRO P E R T Y L I N E PRO P E R T Y L I N E AMENITY DECKBELOW 0'-6" S E T B A C K F R O M FRO N T E A S E M E N T L I N E MAX. DISTANCE 38'-7" MAX. DISTANCE 53'-3" MAX. DISTANCE 58'-10" MAX. DISTANCE 76'-9" MAX. DISTANCE 81'-7" MAX. DISTANCE 100'-0" MAX. DISTANCE 104'-0" MAX. DISTANCE 129'-2" MAX . D I S T A N C E 1 2 2 ' - 4 " MAX . D I S T A N C E 1 1 8 ' - 4 " MAX . D I S T A N C E 9 9 ' - 0 " MAX . D I S T A N C E 9 5 ' - 1 " MAX . D I S T A N C E 7 5 ' - 5 " MAX . D I S T A N C E 5 9 ' - 2 " MAX . D I S T A N C E 3 4 ' - 5 " MAX . D I S T A N C E 5 0 ' - 8 " MAX . D I S T A N C E 5 6 ' - 5 " MAX . D I S T A N C E 7 7 ' - 2 " MAX . D I S T A N C E 8 1 ' - 9 " MAX. DISTANCE 64'-5" MAX. DISTANCE 75'-3" MAX. DISTANCE 60'-0" MAX. DISTANCE 48'-10" MAX. DISTANCE 104'-6" MAX . D I S T A N C E 1 0 5 ' - 5 " MAX . D I S T A N C E 5 9 ' - 2 " NOT TO SCALE1SCREENING PLAN/DETAIL NOT TO SCALE2GROUND LEVEL EGRESS NOT TO SCALE32ND/3RD LEVEL EGRESS NOT TO SCALE44TH LEVEL EGRESS NOT TO SCALE55TH LEVEL/AMENITY DECK EGRESS NOT TO SCALE6ROOF DECK EGRESS NOT TO SCALE86TH LEVEL EGRESS REGISTEREDARCHITEECCTT REGISTEREDARRCCHHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:46:50 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion MARKDATEDESCRIPTION 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-3.5 HOTEL SIGNAGE DETAILS Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: DANIAHOTEL DANIAHOTEL 4A-3.5 12'-0" 6'- 0 " BACKLIT SIGN AREA: 72 S.F. 13'-0" 6'- 2 " BACKLIT AREA: 78 S.F. 1'-6" 4' - 8 " 1 ' - 6 " DANIA HOTEL SIGNAGE SQ. FT. REQUIREMENTS LOCATION FRONTAGE CODE ALLOWED PROVIDED 1. EAST FACADE 126'-4" Sec. 505-90(v)(1) "one (1) sign is permitted 87'-10" SF 84'-0 SF 2. NORTH FACADE 126'-3" per building frontage, not to exceed one (1) 87'-10" 78'-0" SF 3. SOUTH FACADE 126'-5" square foot in area for each of the first 87'-10" 78'-0" SF 4. WEST FACADE 126'-3" seventy-five (75) feet of building frontage, and 87'-10" 0'-0" SF one-quarter (.25) square foot in area for each additional one (1) foot of frontage in excess of seventy-five (75) feet. PLAQUES: EAST ENTRANCE (2) 4'-8" SF SOUTH ENTRANCE (2) 4'-8" SF TOTAL (7) SIGNS: 757'-10" SF OF SIGN AREA MAX 757'-10" (7) SIGNS ON 505'-3" LF(ALL 4 FRONTAGES X 1.5 3 SIDES OF THE CRA BONUS = 757'-10" SF SIGN AREA MAX BUILDING. 249'-6" SF OF SIGN AREA SCALE: 3/16" = 1'-0" 1 Canopy A-3.5 SCALE: 1/2" = 1'-0"2 EAST ELEVATION SIGN DETAIL SCALE: 1/2" = 1'-0"3 NORTH/SOUTH ELEVATION SIGN DETAIL SCALE: 1" = 1'-0"4 PLAQUES - EAST/SOUTH ENTRANCES REGISTEREDARCHITECCTT REGISTEREDAARRCCHHIITTECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 14:44:15 -04'00' GSPublisherVersion 0.92.100.100 GSEducationalVersion 49 1 1 W . S A M P L E R D S U I T E 3 0 8 C O C O N U T C R E E K , F L 3 3 0 7 3 56 1 6 0 3 8 3 9 5 s t u d i o @ p a t r i c k o s o a r e s . c o m AR 9 9 2 0 3 A-3.6 EASEMENT DIAGRAM Printed: 3/17/25 SEAL: DA N I A B E A C H H O T E L 38 0 S . F E D E R A L H W Y DA N I A B E A C H , F L 3 3 0 0 4 Drawings and Specifications as instrumentsof service are and shall remain the propertyof the Architect. They are not to be used onextensions of the project, or other projects,except by agreement in writing andappropriate compensation to the Architect. The General Contractor is responsible forconfirming and correlating dimensions atthe job site. The Architect will not beresponsible for construction means,methods, techniques, sequences, orprocedures, or for safety precautions andprograms in connection with the project. © STUDIO PATRICK SOARES REVISION HISTORY: 12345 6 7 UP23 RISERS (6 33/64") 1 2 3 4 5 UP 30 RIS E R S ( 6 1 3 / 3 2 " ) 1 2 3 4 5 UP 19 RISERS (6") 3 2 87 16 15 11109 141312 5'-0 " 5'-0 " DUMPSTER 5'-0" UTILITY EASEMENT SW 3RD PL SW 4TH ST S. F E D E R A L H W Y . 6 5 4 LOADINGZONE 12'-0" X 25'-0" EGRESS STAIRS EGRESSSTAIRS 0'-0" SETBACK 1 5'-0" 61 62 5'- 0 " F D O T E A S E M E N T REGISTEREDARCHITEECCTT REGISTEREDAARRCCHITECT PATRICKO.SOARES AR99203 Digitally signed by Patrick O. Soares Date: 2025.03.17 15:08:51 -04'00' PROJECT NUMBER SHEET NUMBER $FI L E $ 1/1 5 / 2 0 2 4 2201-07 CS-1 Date:2/2/2022 State of Florida SHEET NUMBER Approved by: Seal Registered Engineer Number: CITY OF DANIA BEACH, BROWARD COUNTY, FLORIDA 380 S. FEDERAL HWY. DANIA BEACH ZACHARY TODD 84179 THESE PLANS WERE PREPARED UNDER MY DIRECTION AND TO THE BEST OFMY KNOWLEDGE AND BELIEF COMPLY WITH THE INTENT OF THE MANUAL OFUNIFORM MINIMUM STANDARDS FOR DESIGN, CONSTRUCTION ANDMAINTENANCE FOR STREETS AND HIGHWAYS AS ADOPTED BY THE STATEOF FLORIDA LEGISLATURE, CHAPTER 72-328 F.S. ENGINEER'S CERTIFICATION SITE PLAN PROJECT LOCATION DANIA BEACH JACKSONVILLE FT PIERCE NAPLES TAMPA ORLANDO TALLAHASSEE PENSACOLA TURN P I K E BEE LINEEXPRESSWAY FLO R I D A S BARTOW KEY WEST CHIPLEY DELAND LAKECITY LOCATION MAP DEVELOPER: PLANNER: FIELDAGENCY ARCHITECTURE8400 UNIVERSITY DRSUITE 205FORT LAUDERDALE, FL 33321(954)361-3621 CIVIL ENGINEER: HSQ GROUP, INC.1001 YAMATO ROADSUITE 105BOCA RATON, FL 33431(561) 392-0221 ARCHITECT: FIELDAGENCYARCHITECTURE8400 UNIVERSITY DRSUITE 205FORT LAUDERDALE, FL 33321(954)361-3621 EAST COAST REALTY SHEET DESCRIPTIONSHEET NO. INDEX OF PLANS COVER SHEET PAVING AND GRADING PLAN PAVING AND GRADING DETAILS PAVING AND GRADING DETAILS PAVEMENT MARKING PLAN PAVEMENT MARKING DETAILS WATER AND SEWER PLAN WATER AND SEWER DETAILS STORMWATER POLLUTION PREVENTION PLAN STORMWATER POLLUTION PREVENTION DETAILS STORMWATER POLLUTION PREVENTION NOTES TRUCK ROUTING PLAN TRUCK ROUTING PLAN PHOTOMETRIC PLAN CS-1 PD-1 PD-2 PD-3 PM-1 PM-2 WS-1 WS-2 SWPP-1 SWPP-2 SWPP-3 TR-1 TR-2 PH-1 SURVEYOR: ATLANTIC COAST SURVEY, INC.6129 STIRLING RD SUITE 2DAVIE, FL 33314(954)587-2100 HSQ GROUP, LLC Engineers · Planners · Surveyors 1001 Yamato Road, Suite 105Boca Raton, Florida 33431 · 561.392.0221CA26258 · LB7924 CO N C E P T U A L S E T 0 1 / 1 5 / 2 4 SECTION 3 / TOWNSHIP 51S / RANGE 42E Zachary D Todd Digitally signed by Zachary D Todd DN: c=US, o=Unaffiliated, dnQualifier=A01410C000001920B66DB2000019900, cn=Zachary D Todd Date: 2025.03.21 09:44:35 -04'00' 67 19 RISERS (6" ) 3 2 87 16 15 11109 141312 30.0' 30 . 0 ' 20.0'20.0' DUMPSTER 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS 1 5.0'8.5' 2.0' 3.0'11.0'11.0'2.0'3.5'13. 7 ' 20 . 3 ' 25.0' 9.0 ' 7.0 ' 4.0 ' ADA ACCESIBLE RAMP TO SIDEWALK.SURFACE SLOPES NOT EXCEEDING1:50 - 2 PERCENT -IN ALL DIRECTIONS (TYP.) SHOULDER LINE OF BUILDINGABOVE BUS STOP CANOPYABOVE CANOPYABOVE GUARDRAIL 42" (TYP.) WALL IS UNDER RAMP RAMP PROJECTION 61 62 10' LANDSCAPEBUFFER 11.5' S.W. 4TH STREET 40' RIGHT-OF-WAY S. F E D E R A L H I G H W A Y 8' RIGHT-OF-WAYPER RIGHT OF WAY MAPPROJECT 5363(86010-2103) S-1 26 . 3 4 ' EX I S T 3 3 L F D R I V E W A Y TO B E R E M O V E D BB C2 C2 A A DD C1 C1 40 ' R I G H T - O F - W A Y DIST. TO PROPOSED DRIVEWAYAPPROX. 84.5 LF EX . 2 8 L F D R I V E W A Y TO B E R E M O V E D 4.0 0 ' 10 . 5 0 ' 37 . 7 ' @ 4 . 0 % 6.5 0 ' 9.0 0 ' 32 . 8 8 ' @ 6 % M A X PROP. 82 UNIT HOTEL BUILDING F.F. 11.00 NAVD 8.50' 2.0' 4.38' 4.48' 4.53' 4.43' 4.33' ENTRY SIGN 8.48' 13. 7 0 ' 4.3 4 ' 4.4 3 ' 8.53' PROP. SWALES R1 2 ' 5.0' 470 ' 24 5 ' 14.50' 10.40 10.50 11.00 8.20 11.00 11.00 11.00 11.00 8.30 8.40 7.80 8.30 9.00 8.96 9.08 9.00 8.30 8.40 8.80 8.00 7.90 8.40 8.50 8.00 8.10 8.60 8.80 8.808.90 8.90 8.80 8.80 8.40 8.70 8.60 8.80 8.30 8.80 10.90 8.94 8.86 8.70 8.15 11.00 9.04 EXIST. M.H. EXIST. EDGE OF PAVEMENT EXIST. EDGEOF PAVEMENT EX. 6" DIP WATER MAIN EXIT 12" PVC W.M. EXIST. 6" DIPWATER MAIN EXIST. C.B. EXIST. 8" VCPSAN.SEWER EXIST. SAN.SEWER EXIST. DRAINAGEPIPE EX. 6"WATER MAIN EXIST. F.H. ASSEMBLY EXIST. UTILITY POLESTO REMAIN EX. WATERVALVE EXIST. UTILITYPOLES TO REMAIN EXIST. OHL TO BERELOCATED/ REMOVED STOP SIGNW/ TURN LEFT ONLY & 24" STOP BAR 12" ROOF DRAINAND C.O. PROP. 4' SIDEWALK MATCH EX.SIDEWALK EXIST. OHL TO BERELOCATED/ REMOVEDIF NECESSARY 2% 2% 2% PROP . TYPE F-CURBMATCH EX. EOP MATCH EX.SIDEWALK PROP. 4' SIDEWALK EX. 4' SW F.D.C PROP. STEPS(BY OTHERS) 2% PROP. STEPS(BY OTHERS) MA X 8 . 5 ' S I D E W A L K MATCH EX. GRADE EX. EOP EXIST. CROSS WALKTO BE RE-STRIPPED DETECTABLE WARNINGPER FDOT INDEX 522-002EXIST. DRAINAGE STRUCTUREAND 10.5 LF PIPE TO BE REMOVED EX. 6" DIP WATER MAIN EX. 6" DIP WATER MAIN RELOCATED BUSSTOP SIGN LOCATIONW/ NEW SHELTER EX. FENCETO REMAIN PROP. DRIVEWAYW/ MIN 4' SIDEWALK @ 2%SLOPE MAX (TYP.).MATCH EX. PAVEMENT 245 LF SAFE SIGHTDISTANCE 470 LF SAFE SIGHTDISTANCE DROP CURB PER FDOT INDEX 520-001 DROP CURB PER FDOT INDEX 520-001 ADA RAMP W/ APPROX.28 LF HANDRAIL. PROP. DRAINAGE WELLLOCATION 8.30 8.10 7.90 9.00 MATCH EX. GRADES 25 YEAR-3 DAYS PERIMETERBERM @ MIN ELEV. 7.61 NAVD LINE OF BUILDINGABOVE 25 YEAR-3 DAYS PERIMETERBERM @ MIN ELEV. 7.61 NAVD 25 YEAR-3 DAYS PERIMETERBERM @ MIN ELEV. 7.61 NAVD PROP. 6' WALL PROPERTY LINE PROPERTY LINE ROW LINE ROW LINE ROW LINE 10.50 11.80 8.35 9.04 8.908.00 8.00 8.30 ROW LINE PROPERTY LINE RAMP ABOVE 18' 22' 9' 18 ' EX. BUS STOPSIGN TO BE RELOCATED PROP. STEPS(BY OTHERS) 13. 7 0 ' 5.60' 6.3 0 ' ADA ACCESIBLE RAMP TO SIDEWALK.SURFACE SLOPES NOT EXCEEDING1:50 - 2 PERCENT - IN ALL DIRECTIONS (TYP.) YD-1 YD-2 YD-3 PROP. 96'-18" HDPE PROP. 126'-18" HDPE PROP. 57'-18" HDPE DW-1 8.40 5.60' PR O P . S W A L E PR O P . S W A L E PR O P . S W A L E PROP. SWALE PROP. SWALE 5' 5' 2% PROP. TYPE 'D'CURB 8.20 ADA SYMBOL PER(THRU-COLOR PAVERS) 10.00' 10. 0 0 ' PROP. PAVEMENTRESTORATION AREA 10 . 0 0 ' 3.00'5.00' H/C SIGN 5.00' 12 ' 5' 9' 9' 5' FDOT EASEMENT 25 YEAR-3 DAYS PERIMETERBERM @ MIN ELEV. 7.61 NAVD 7.0 0 ' 20.00' 20.00' HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Bo c a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ 0 10 20 INV TOP PIPETOP OF BOTTOM PIPE PROPOSED LIGHTING PROPOSED ADA STALL PROPOSED CONCRETE SIDEWALK PROPOSED ASPHALT PAVEMENT 30'X30' SIGHT TRIANGLE D=DRAINAGEW=WATERS= SEWERFM=FORCE MAINCN=CONDUIT YARD DRAIN BASIN DRAINAGE INLET SEWER / DRAINAGE MANHOLE PROPOSED GRADE EXISTING GRADE FLOW DIRECTION DOUBLE SEWER SERVICE SINGLE SEWER SERVICE TAPPING SLEEVE & VALVE DOUBLE WATER METER SINGLE WATER METER GATE VALVE EXISTING VALVE BACTERIOLOGICAL SAMPLING POINT FIRE HYDRANT ASSEMBLY EXISTING FIRE HYDRANT ASSEMBLY DESIGN WATER ELEVATION POLLUTION RETARDANT BAFFLE REINFORCED CONCRETE PIPE CORRUGATED ALUMINUM PIPE HIGH DENSITY POLYETHYLENE PIPE WATER MAIN GATE VALVE FIRE HYDRANT RIM ELEVATION INVERT ELEVATION EDGE OF PAVEMENT PIPE CONFLICT BOX TREE TO REMAIN(SEE LANDSCAPE PLAN) 6.40 PA V I N G A N D D R A I N A G E P L A N PD-1 PROPOSED TYPE P6 STORM CURB INLET GENERAL NOTES:FINISHED FLOOR ELEVATION IS SET BASED ON BROWARD COUNTY FUTURECONDITIONS 100 YR FLOOD MAP 2060. SITE IS LOCATED WITHIN FEMA FLOODZONE 'X'. ALL CONCEPTUAL DESIGN AND GRADE ELEVATIONS (BASED ON NAVD DATUM)ARE SUBJECTED TO CHANGE. SITE NOTES & REMARKS:THE USE OF 4” STEPS WILL BE NECESSARY TO MAINTAIN PEDESTRIAN ACCESSINTO PROPOSED THE BUILDING (2-FT BELOW FF) INCL. EGRESS STAIRS AREAS.PER A.D.A REQUIREMENTS, ACCESS SIDEWALK SLOPE ARE TYPICALLY NOHIGHER THAN 2%. SITE TO BE CLEAR OF ALL OVERHEAD ELECTRICAL WIRING. THIS MAY INCLUDERELOCATION OF ADJACENT ELECTRIC POLES. LEGEND PROPOSED PLANTERS(SEE LANDSCAPE PLAN) TYPE 'D' INLETW/ U.S.F 4155-6210 FRAME AND GRATER.E: 7.80 I.E : TO BE FIELD LOCATED (S) DRAINAGE INLET SCHEDULE S-1 18" ROUND YARD DRAINR.E: 8.50 I.E : 2.57 W YD-1 18" ROUND YARD DRAIN R.E: 8.00I.E : 2.45 N,E YD-2 18" ROUND YARD DRAINR.E: 8.00 I.E : 2.20 W YD-3 DRAINAGE WELLR.E: 8.70I.E : 2.00 E,W DW-1 PROPOSED PAVEMENT RESTORATION HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Boc a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ P A V I N G A N D D R A I N A G E D E T A I L S PD-2 MATCH EXISTING GRADE 1-1/2" ASPHALTPAVEMENT EXISTINGLIMEROCK 12" SAWCUT AREA 6"8" NEW LIMEROCKBASE 12" NEWSUBGRADEEXISTING SUBGRADE EXISTING ASPHALT PAVEMENT N.T.S. REMOVE 6" OF EXISTINGLIMEROCK BASE AND REPLACEWITH NEW LIMEROCK ASPHALT CONNECTION DETAIL 6" 7" 6"15" 6" ASPHALT PARKING 45° 1/4"/FT. SLOPE THICKENED EDGEOPTIONAL NOTES PROVIDE 1/8" CONSTRUCTION JOINTS AT 5' O/C, MINIMUM DEPTH 1/2". PROVIDE 1/2" EXPANSION JOINTS WITH NON-RISING FILLER AT 20' O/C,TO RUN FULL DEPTH OF SLAB. CONCRETE TO BE 3,000 P.S.I. IN 28 DAYS. CURE ALL CONCRETE WITH CLEAN SAND, PLASTIC MEMBRANE, OR OTHERAPPROVED METHOD. N.T.S. CONCRETE SIDEWALK DETAILS 1. 2. 3. 4. 5' 5.5' ALTERNATIVE TO TYPE D CURB 4" THICK CONCRETESIDEWALK ABUTTING PAVEMENT 1/2" TOOLED JOINT VARIES1212 SEE SPECIFICATIONS SEE SPECIFICATIONS MIN. 8' WIDTH WHENCROSSING ROADWAY RIGHT OF WAY TRENCH REPAIR, MILLING, AND OVERLAY TYPICAL TRENCH AND PAVEMENTRESTORATION FOR TRANSVERSE CROSSING NOTES: 1. METALLIC WARNING TAPES SHALL BE INSTALLED 24" BELOWFINISH GRADE ABOVE MAIN. (SEE SPECIFICATION 2320 SECTION3.6 FOR MARKING TYPE)2. UNLESS OTHERWISE SPECIFIED SELECTED MATERIAL SHALL BEFREE OF STONES LARGER THAN 3/8" DIA.3. REPLACE ALL LANE MARKINGS AND REFLECTIVE MARKERS. EX. BASE TRENCH BACKFILLED IN 6"COMPACTED LIFTS TO 98% OF MAXIMUMDENSITY PER AASHTO T-180 RESTORE ROAD BED TWO TIMES ORIGINALTHICKNESS 18" MAX. AND 12" MIN. PLACEDIN 6" LAYERS AND COMPACTED TO 98% OFMAXIMUM DENSITY PER AASHTO T-180 PIPE APPROVED BEDDING MATERIALUP TO SPRING-LINE OF PIPE METALLIC WARNING TAPE (SEE NOTE 1) GRANULAR BACKFILLCOMPACTED IN 6" LIFTS SAW CUT & APPLY TACK COATTO ALL SURFACES AND EDGES EXIST.BASE SURFACE RESTORATIONIN R/W ABOVE THE PIPE ZONE ASPHALTIC CONCRETE ASREQUIRED BY SPECIFICATIONSTHICKNESS TO MATCH EX. MILLING, ASPHALTIC CONCRETERESURFACING AS REQUIREDSEE MILLING / RESURFACING NOTES SAW CUT & APPLY TACK COATTO ALL SURFACES AND EDGES EX. ROAD PAVEMENT SELECTNATIVEMATERIAL 4" TOP SOIL SOD REMOVE OLD ASPHALT SURFACE EX. ROAD PAVEMENT T=6" PARKINGT=8" RESIDENTIAL STREETST=10" MAJOR STREETS (4 LANE)T=12" MAJOR STREETS (6 LANE) 2T=18" MAX. 12" MIN. N.T.S. CURB RAMP DETECTABLE WARNING DETAIL PLAN VIEW ALL SIDEWALK CURB RAMPS SHALL HAVE DETECTABLEWARNING SURFACES THAT EXTEND THE FULL WIDTHOF THE RAMPS AND IN THE DIRECTION OF TRAVEL 24INCHES (610 MM) FROM THE BACK OF CURB. BASE-TO-BASE SPACING SHALL BE0.65" MINIMUM BETWEEN DOMES. TRUNCATED DOME THE TOP WIDTH OF THE DOME SHALL BE AMINIMUM OF 50% AND A MAXIMUM OF 65% OFTHE BASE DIAMETER. ON RAMPS THAT ARE PERPENDICULAR WITH THECURB LINE. THE DOME PATTERN SHALL BE IN-LINEWITH THE DIRECTION OF TRAVEL. ON RAMPSINTERSECTING CURBS ON A RADIUS, THE DOMEPATTERN SHALL BE IN-LINE WITH THE DIRECTIONOF TRAVEL TO THE EXTEND PRACTICAL. 1.6" MIN.2.4" MAX.< 21" < 2 1 " 1.6 " M I N . 2.4 " M A X . 0.9" MIN.1.4" MAX. TRUNCATED DOME INTEGRAL DOME 0.2" +/- 0.02" EDGE OFDETECTABLEWARNING 1. THE PAVEMENT SURFACE SHALL BE TYPE S-3 ASPHALTIC CONCRETE. THE SURFACE SHALL BE 1-1/2INCHES THICK, APPLIED IN TWO (2) SEPARATE LIFTS OF 3/4 INCHES EACH. A TACK COAT SHALL BEAPPLIED BETWEEN BOTH PAVEMENT COURSES. ASPHALT MUST BE APPLIED 300°F ± 30.2. THE LIMEROCK BASE SHALL BE 8 INCHES THICK. THE LIMEROCK MATERIAL 6" THICK LIMEROCK BASESHALL BE USED IN THE PRIVATE PARKING STALLS, SHALL HAVE A MINIMUM LIMEROCK BEARINGRATIO (L.B.R.) VALUE OF 100. THE LIMEROCK MATERIAL SHALL BE COMPACTED TO A DENSITY EQUALTO OR GREATER THAN 98% OF THE MAXIMUM DRY DENSITY PER A.A.S.H.T.O. T-180 SPECIFICATIONS.3. THE 8" OR 6" ROCK BASE CAN BE SUBSTITUTED WITH 8" OR 6" CRUSHED CONCRETE BASE. THECRUSHED CONCRETE BASE MUST BE FREE OF ANY ORGANIC MATERIALS AND OF CONSISTENT SIZEWITH NO AGGREGATES LARGER THAN 2" IN SIZE.3.1. THE MATERIAL SHOULD BE WELL GRADED AND HAVE A (LBR) OF 100. MATERIAL SHALL BECOMPACTED TO A DENSITY EQUAL TO OR GREATER THAN 98% OF THE MAXIMUM DRY DENSITYPER A.A.S.H.T.O. T-180 SPECIFICATIONS. THE CRUSHED CONCRETE GRADATION MUST MEET THE FOLLOWING REQUIREMENTS: U.S. SIEVE SIZE PERCENT PASSING 4. THE SUBGRADE SHALL BE 12 INCHES THICK. THE SUBGRADE MATERIAL SHALL HAVE A MINIMUMLIMEROCK BEARING RATIO (L.B.R.) VALUE OF 40. THE SUBGRADE MATERIAL SHALL BE COMPACTEDTO A DENSITY EQUAL TO OR GREATER THAN 98% OF THE MAXIMUM DRY DENSITY PER A.A.S.H.T.O.T-180 SPECIFICATIONS.5. THE LIMEROCK AND SUBGRADE COURSES SHALL NOT BE CONSTRUCTED UNTIL ALL UTILITYINSTALLATIONS UNDER PAVEMENT AREAS ARE COMPLETED. ANY PAVEMENT CONSTRUCTIONPRIOR TO THIS REQUIREMENT SHALL BE CONDUCTED AT THE CONTRACTOR'S OWN RISK AND ANYREQUIRED REPAIRS WILL BE THE CONTRACTOR'S SOLE RESPONSIBILITY.6. THE PRIME AND TACK COATS SHALL CONFORM TO THE FLORIDA DEPARTMENT OFTRANSPORTATION (SECTIONS 300-1 THRU 300-7) SPECIFICATIONS. THE PRIME COAT SHALL BEAPPLIED AT A RATE OF 0.10 GALLONS PER SQUARE YARD OF PAVEMENT.7. PERIODIC DENSITY TESTING SHALL BE CONDUCTED FOR BOTH SUBGRADE AND LIMEROCK BASECOURSES . THE TOTAL NUMBER AND EXACT LOCATIONS OF THE TESTS SHALL BE DETERMINED BYEITHER THE ENGINEER-OF- RECORD OR GOVERNMENT INSPECTOR. THE MINIMUM AMOUNT OFTESTING SHALL BE BASED ON ONE (1) DENSITY TEST PER 5,000 SQUARE FEET OF PAVEMENT.8. THE FIRST LIFT OF THE ASPHALTIC CONCRETE PAVEMENT SHALL BE APPLIED 1/2 INCH BELOW THELIP OF CURB AND/OR SIDEWALK (IF APPLICABLE). THE SECOND (FINAL) LIFT SHALL EXTEND 1/4 INCHABOVE THE LIP OF CURB AND/OR SIDEWALK. THE FINAL LIFT OF ASPHALT SHALL NOT BE APPLIED UNTIL EITHER THE CLIENT, ENGINEER-OF-RECORD AND/OR GOVERNMENT AGENCY DETERMINES THAT SUBSTANTIAL PROJECT CONSTRUCTION HAS BEEN COMPLETED. 9. ALL EXISTING ORGANIC AND DELETERIOUS MATERIALS WITHIN THE RIGHT-OF-WAY AND PAVEMENT AREAS ARE TO BE REMOVED TO THEIR FULL DEPTH AND REPLACED WITH APPROVED SUITABLE MATERIAL, UNLESS AN ALTERNATIVE METHOD IS RECOMMENDED BY A CERTIFIED GEOTECHNICAL ENGINEER. THE DETERMINATION OF ORGANIC AND UNSUITABLE MATERIALS SHALL BE BASED ON F.D.O.T. STANDARDS.10. ALL EXISTING PAVEMENT CONNECTIONS AND REPAIRS SHALL HAVE A STRAIGHT SAW-CUT EDGEPRIOR TO APPLYING NEW ASPHALT.11. ONCE FINAL LIFT OF ASPHALT HAS BEEN APPLIED, ALL PERMANENT CONTROL POINTS, REFERENCEMARKERS, VALVES, INLET AND MANHOLE RIMS SHALL BE ADJUSTED TO FINAL GRADE.12. FINAL ASPHALT MUST BE ROLLED AND COMPACTED TO A SMOOTH SURFACE. NO LOOSE ASPHALTOR UNRAVELING PAVEMENT PERMITTED. NO STANDING WATER ALLOWED MORE THAN 18".13. ROCK AS-BUILTS MUST BE REVIEWED AND APPROVED BY ENGINEER AND CITY PRIOR TO PAVING. PAVEMENT NOTES 2"1 1/4"3/4" 3/8" No. 4No.10No.50No. 200 100%95-100 70-95 50-8040-6530-5010-25 <10 N.T.S. STEEL WELL GRATE DETAIL 24" STEEL PIPE #4 BARS @ 1-1/2" O.C.EA. WAY WELDED TO PIPE #4 BARS WELDED TO WELLSCREEN RIM (NOT WELL CASING)FOR SECURE SLIP FIT 24" STEEL GRATE PLAN SECTION N.T.S. DRAINAGE WELL # 1 - STRUCTURE DETAIL DRAINAGE NOTES 1.HDPE DRAINAGE PIPE (ADS N-12 ST IB), 12"-60", MUST MEET AASHTO M294, TYPE S ORASTM F2306. 2.DRAINAGE CONCRETE STRUCTURES SHOULD BE AMDE WITH REBAR-GRADE 60, WELDEDWIRE MESH GRADE 65 KSI, MONOLITHIC BASE POUR, 4,000 PSI @ 28 DAYS, 8" THICK WALLS. 3.MANHOLE PAINT: KOPPER 300. FIRST COAT RED, 24 HRS LATER FINAL COAT BLACK. BACKFILLING NOTES 1. EXISTING CANAL EMBANKMENT FILL REQUIRMENTS:All EXISTING ORGANIC MATERIAL MUST BE REMOVED FROM CANAL/DITCHESBEFORE BACKFILLING. THE DETERMINATION FOR ORGANIC AND UNSUITABLEMATERIALS SHALL BE BASED UPON FDOT STANDARDS AND VERIFIED BY THEGEOTECHNICAL ENGINEER. 2. SELECT (S) MATERIALS MEETING AASHTO M 145 STANDARDS A-1, A-3, A2-4 MUST BEUSED WHERE PAVEMENT OR STRUCTURAL ELEMENTS ARE PROPOSED ABOVE THEFILL AREA TO THE SUB BASE. THE MATERIAL MUST BE COMPATED TO 95% OF THEMAXIMUM DRY DENSITY PER AASHTO T-180 ABOVE THE WATER TABLE. ALLMATERIAL MUST PASS A 2” SIEVE SIZE. FILLING MUST MEET FDOT INDEX 505. 3. WHERE FILLING IS BELOW PROPOSED GREEN AREAS THAT DO NOT HAVE PROPOSEDSTRUCTURAL REQUIREMENTS SELECT MATERIALS (S) OR PLASTIC MATERIAL (P)MAY BE USED ABOVE THE WATER TABLE TO 24” FROM THE FINAL SURFACEELEVATION. ORGANIC MATERIAL SHALL BE USED FOR THE REMAINING 24”FORLANDSCAPE MATERIAL. ALL MATERIAL MUST PASS A 2”SIEVE SIZE A A 48" 120 " 12" ROOF DRAIN 24" DIA. STEEL CASINGW/ STEEL GRATE(SEE DETAIL) 10 " 3"3" 4'-0"8"12"6"6"4'-0"8" 12 " MIN . 10 " 10 " 10 " CONCRETE POLLUTIONPREVENTION BAFFLE CONCRETE WEIR USF C-640 MANHOLERING & COVER USF C-640 MANHOLERING & COVER +0.00BOTTOM OFBEFFLE24" MAX.18" MIN. 12" ROOF DRAIN 250 GPMPER FT OF HEADDRAINAGEWELL 24" WELL CASING (-)1.50' NAVDBOTTOM OFSTRUCTURE 2' NAVDDESIGN WATERELEVATION 18" HDPE (BEYOND) CONCRETE WEIR CONCRETE POLLUTIONPREVENTION BAFFLE A A 48" 120 " 24" DIA. STEEL CASINGW/ STEEL GRATE(SEE DETAIL) 10 " 3"3" 4'-0"8"12"6"6"4'-0"8" 12 " MIN . 10 " 10 " 10 " CONCRETE POLLUTIONPREVENTION BAFFLE CONCRETE WEIR USF C-640 MANHOLERING & COVER USF C-640 MANHOLERING & COVER +0.00BOTTOM OFBEFFLE24" MAX.18" MIN. 12" ROOF DRAIN 250 GPMPER FT OF HEADDRAINAGEWELL 24" WELL CASING 8.70' NAVDRIM ELEVATION (-)1.50' NAVDBOTTOM OFSTRUCTURE 5.50 NAVDWEIR ELEVATION 3.25 NAVDWELL ELEVATION 18" HDPE (BEYOND) CONCRETE WEIR CONCRETE POLLUTIONPREVENTION BAFFLER=2" 8" LIMEROCK BASE SAWCUT CURB AT 10'INTERVALS AND AT CENTEROF ISLAND BULLNOSE 3,000 PSI.CONCRETE 12"8" 18" 6"2" 6" N.T.S. - PER F.D.O.T. INDEX 300 12" SUBGRADE 1-1/2" ASPHALT PAVEMENT 2' CONCRETE SIDEWALK2.0% MAX. CROSS-SLOPE EX ROAD (SW 4TH ST)4' S/W TYPE "F" CURB & GUTTER DETAIL 4"4" LIMEROCK CURB PAD 6" 6" 6" 12" 6"18" 24" 8"7-1 / 2 " ST D . (6 " M I N . ) N.T.S. - PER F.D.O.T. INDEX 300 CONCRETE SIDEWALK2.0% MAX. CROSS-SLOPE 8.5' S/W 5' PAVERS WALK EX.LANDSCAPE 49' RIGHT-OF-WAYEX. 20' ALLEY (SW 3RD PL) EX.10' LANDSCAPE EX. TOWNHOUSE 2.0% MAX. N.T.S. N.T.S.SAWCUT CURB AT 10'INTERVALS AND AT CENTEROF ISLAND BULLNOSE R=2" R=3" FINAL LIFT OF ASPHALTTO BE 1/4" ABOVE LIPOF CURB R=3/4" 3,000 P.S.I. CONCRETE 4" LIMEROCK CURB PAD WITHL.B.R.= 100 AND COMPACTEDTO 98% MAX. DRY DENSITYPER AASHTO T-180 N.T.S. N.T.S. PROP. BUILDINGF.F. 11.00 NAVD PROP. BUILDINGF.F. 11.00 NAVD PROP. BUILDINGF.F. 11.00 NAVD MATCH EX. GRADES CONCRETE SIDEWALK2.0% MAX. CROSS-SLOPE 37.7' PAVERS DRIVEWAY 4' S/W 4% SLOPE N.T.S. PROP. BUILDINGF.F. 11.00 NAVD 10' LANDSCAPEBUFFER EX ROAD (S. FEDERAL HWY.) PROP. F CURB & GUTTER EX ROAD (SW 4TH ST)7' PAVERSDRIVEWAY 2.0% MAX. MATCH EX. GRADES 2.0% MAX.PROP. BUILDINGF.F. 11.00 NAVD EX.5' SHRUBS MATCH EX. GRADES 3:1 MAX. SLOPE MATCH EX. GRADES PAVERS WALK (VARIES 6.3) E.O . P PROP. TYPE "D" CURB PROP.2' VALLEY GUTTER ASPHALT TO BE INSTALLED1/4 INCH ABOVE LIP OF GUTTER 4" LIMEROCK GUTTER PAD WITHL.B.R.= 100 AND COMPACTEDTO 98% MAX. DRY DENSITYPER AASHTO T-180 6 1/4" CONCRETE VALLEY GUTTER DETAIL N.T.S. - PER F.D.O.T. INDEX 300 4" LIMEROCK PAD 2'-0"3,000 P.S.I. CONCRETE 4" 6" SOD TO BE INSTALLED 2" BELOW LIP OF GUTTER R= 3/4" 7 1/2"R= 3/4" 10"14" CENTERLINE OF GUTTER DRIVEWAY PAVERS PROP. 25-YEAR 3 DAY PERIMETERBERM @ MIN 7.61 NAVD PROP. 25-YEAR 3 DAY PERIMETERBERM @ MIN 7.61 NAVD PROP. 25-YEAR 3 DAY PERIMETERBERM @ MIN 7.61 NAVD PROP. 25-YEAR 3 DAY PERIMETERBERM @ MIN 7.61 NAVD PROP. 25-YEAR 3 DAY PERIMETERBERM @ MIN 7.61 NAVD PROP. 6'WALL5' LANDSCAPE 13.70' SWALES 7' LANDSCAPE(SWALE) 3:1 MAX. SLOPE 3:1 MAX. SLOPE 5.6' LANDSCAPE(SWALE) LINE OF BUILDING ABOVE HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Boc a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ PA V I N G A N D D R A I N A G E D E T A I L S PD-3 10' LANDSCAPEBUFFER 11.5' PROP. 82 UNIT HOTEL BUILDING F.F. 11.00 NAVD R1 2 ' 6 7 19 RISERS (6" ) 3 2 87 16 15 11109 141312 30.0' 30 . 0 ' 20.0'20.0' DUMPSTER 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS PROPERTY LINE - 142'-0" PROPERTY LINE 142'-0" PR O P E R T Y L I N E - 1 4 0 ' - 0 " PR O P E R T Y L I N E - 1 4 0 ' - 0 " 0'- 0 " S E T B A C K FR O M P R O P O S E D F D O T E A S E M E N T 1 5.0'8.5' 2.0' 3.0'11.0'11.0'2.0'3.5'13 . 7 ' 20 . 3 ' 25.0' 9.0 ' 7.0 ' 4.0 ' ADA ACCESIBLE RAMP TO SIDEWALK.SURFACE SLOPES NOT EXCEEDING1:50 - 2 PERCENT -IN ALL DIRECTIONS (TYP.) SHOULDER LINE OF BUILDINGABOVE BUS STOP CANOPYABOVE CANOPYABOVE GUARDRAIL 42" (TYP.) WALL IS UNDER RAMP RAMP PROJECTION 61 62 EXIST. M.H. EXIST. EDGE OF PAVEMENT EXIST. EDGE OF PAVEMENT EXIST. EDGE OF PAVEMENT S. F E D E R A L H W Y . S.W. 3rd PLACE S.W. 4th STREET PROP. 4' SIDEWALK PROP. DRIVEWAYW/ MIN 4' SIDEWALK @2% SLOPE MAX (TYP.).MATCH EX. PAVEMENT 2% PROP . TYPE F-CURBMATCH EX. EOP MATCH EX.SIDEWALK EX. 4' SW 40' RIGHT-OF-WAY PROPERTY LINE PROP. STEPS(BY OTHERS) 2% RAMP ABOVE EXIST. CROSS WALKTO BE RE-STRIPPED DETECTABLE WARNINGPER FDOT INDEX 522-00230' X 30'30' X 30' 4" WHITE BUILDING ACCESSIBILITYENTRANCE # 1 BUILDING ACCESSIBILITYENTRANCE # 2 24" DIRECTIONALARROW 24" DIRECTIONALARROW 4" WHITE PROPERTY LINE ADA RAMP W/ APPROX.28 LF HANDRAIL ADA SYMBOL PER(THRU-COLOR PAVERS) 9' 9' 18' 9' 22' 9' 18' 12 ' 5' ENTRY SIGN ADA ACCESIBLE RAMP TO SIDEWALK.SURFACE SLOPES NOT EXCEEDING1:50 - 2 PERCENT - IN ALL DIRECTIONS (TYP.) RELOCATED BUSSTOP SIGN LOCATIONW/ NEW SHELTER PROP. STOP SIGNW/ LEFT TURN ONLY SIGN& 24" STOP BAR 2.00' 9.0 ' 26. 3 4 ' 3.00'5.00' 4.3 4 ' 10. 0 0 ' 8.51' 30' X 30' HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Bo c a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ 0 10 20 PA V E M E N T M A R K I N G P L A N PM-1 SIGN LEGEND D3-1 "STREET SIGN"SEE PLAN FOR STREET NAMES HANDICAP PARKING ONLY SIGN(SEE DETAIL) NOTE: 1. ALL SIGNS TO BE MOUNTED IN ACCORDANCE WITH FDOT INDEX 11860 2. ALL PAVEMENT MARKINGS SHALL BE ALKYD-BASED THERMOPLASTIC AND FULLY RETRO-REFLECTORIZED, PER BCTED SPECIFICATIONS WITH THE EXCEPTION OF PARKING STALL STRIPING. "NO PARKING FIRE LANE SIGN"(12" X 18") R1-1 "STOP SIGN"(36" X 36") OM4-1 RED ROADSIDE OBJECTMARKER (18" X 18") R3-5L "LEFT TURN ONLY SIGN"(30" X 36")ONLY HANDICAP SIGN DETAILN.T.S. ENFORCEDMIN. FINE$250.00 SIZE: 18"X18" SIZE: 18"X12" SIZE: 12"X6" N.T.S. TYPICAL PARKING STALL DETAIL 12'HANDICAPSPACE 12'HANDICAPSPACE 5' 3' CONCRETEWHEEL STOP WHITE HANDICAP SYMBOLPER A.D.A. STANDARDS (TYP.) 4" WHITELINE6" WHITE 6" WHITE 6" BLUE LINE HANDICAP SIGN (TYP.) 6" WHITE 6" BLUE 6" WHITE CHEVRONS@ 60° SKEW - 2' O.C. 9'REGULARSPACE 9'REGULARSPACE HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Boc a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ PA V E M E N T M A R K I N G D E T A I L S PM-2 S.W. 4TH STREET S. F E D E R A L H I G H W A Y 32 . 5 ' D I S T A N C E T O F H EXIST. M.H. EXIST. EDGE OF PAVEMENT EXIST. EDGE OF PAVEMENT EXIST. 6" DIP WM EXIST. 6" DIP WM EXIST. 8" WATERMAIN EXIST. 8" VCPSAN.SEWER EXIST. SAN.SEWER EXIST. DRAINAGE EXIST. 6 "WATER MAIN EXIST. F.H. ASSEMBLY REPLACE EXIST.W. METERFOR 3" W. METER EXIST. UTILITY POLES EXIST.WATER VALVE EXIST. WATER VALVE S.W. 3rd PLACE EXIST. UTILITY POLESTO REMAIN 6" DOUBLE DETECTORCHECK VALVE ASSEMBLY EXIST. FENCETO REMAIN EXIST. OHL TO BERELOCATED/ REMOVED 6" TEE F.D.C. EXIST. EDGE OF PAVEMENT EX. 6" DIP WM PROPERTY LINE EX. 6" W.M. CUT- IN 90° BEND EX.6" WM. CROSSING #16" FIRE LINE W.M. = 6.50 TOPEX WATER MAIN = 7.00± BOT EXIST. CLEANOUTTO BE ABANDONED SANITARY CLEANOUTTO REMAIN 40 ' R I G H T - O F - W A Y 2" TAP2" IRRIGATION MATER(SEE LANDSCAPE PLANSFOR COORDINATION) CONTRACTOR TO INSTALLSEWER PIPE LINING FOR 8" PIPEFROM TERMINAL MANHOL ON SW 4TH STTO 2ND AVE. PROP. 82 UNIT HOTEL BUILDING F.F. 11.00 NAVD PROP. FHASSEMBLY PROPERTY LINE EXIST. 12" PVC WATER W.M. 6 7 19 RISERS (6" ) 3 2 87 16 15 11109 141312 30.0' 30 . 0 ' 20.0'20.0' 0'-0" F.F.E.11'-0" NAVD 30' SITE TRIANGLE 30' SITE TRIANGLE DUMPSTER X8.90 X8.90 ENTRANCESTAIRS 4'-0" PUBLIC SIDEWALK LAN D S C A P E (SE E L A N D S C A P E P L A N S ) X8.70 X8.70 LAN D S C A P E (SE E L A N D S C A P E P L A N S ) LAN D S C A P E (SE E L A N D S C A P E P L A N S ) TRAVELLANE TRAVELLANE MEDIAN 30' SITE TRIANGLE LANDSCAPE(SEE LANDSCAPE PLANS) 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS PROPERTY LINE - 142'-0" PROPERTY LINE 142'-0" PR O P E R T Y L I N E - 1 4 0 ' - 0 " PR O P E R T Y L I N E - 1 4 0 ' - 0 " 0'- 0 " S E T B A C K FR O M P R O P O S E D F D O T E A S E M E N T 1 5.0'8.5' 2.0' 3.0'11.0'11.0'2.0'3.5'13 . 7 ' 20. 3 ' 25.0' 9.0 ' 7.0 ' 4.0 ' ADA ACCESIBLE RAMP TO SIDEWALK.SURFACE SLOPES NOT EXCEEDING1:50 - 2 PERCENT -IN ALL DIRECTIONS (TYP.) SHOULDER LINE OF BUILDINGABOVE BUS STOP CANOPYABOVE CANOPYABOVE GUARDRAIL 42" (TYP.) WALL IS UNDER RAMP RAMP PROJECTION ENTRY SIGN X.8.50 X.8.90 X.11.0 X.8.60 X11.0 8.5 ' P U B L I C S I D E W A L K ENTRANCESTAIRS LAND S C A P E (SEE L A N D S C A P E P L A N S ) CONCRETEWALKWAY COVEREDENTRY 61 62 ENTRANCESTAIRS LANDSCAPEAREASLANDSCAPE AREAS LANDSCAPE AREAS LOUNGE AREA SEMI-PERMEABLE PAVERS LANDSCAPE AREAS EXIST. EDGE OF PAVEMENT 30' X 30' SITE TRIANGLE 30' X 30' SITE TRIANGLE 30' X 30' SITE TRIANGLE HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Bo c a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ WA T E R A N D S E W E R P L A N WS-1 0 10 20 HOTEL (82 ROOM)UNIT AMOUNT GENERATED WATER & WASTEWATER SOLID WASTE 150 GPD/ROOM200 GPD/POOL 3 LBS PER DAY/ROOM 82 X 3 LBS/DAY = 246 LBS/DAY 12300 GPD + 200 GPD = 12500 GPD WATER, SEWAGE AND SOLID WASTEGENERATION AMOUNTS INV TOP PIPETOP OF BOTTOM PIPE PROPOSED LIGHTING PROPOSED ADA STALL PROPOSED CONCRETE SIDEWALK PROPOSED ASPHALT PAVEMENT 30'X30' SIGHT TRIANGLE D=DRAINAGEW=WATERS= SEWERFM=FORCE MAINCN=CONDUIT YARD DRAIN BASIN DRAINAGE INLET SEWER / DRAINAGE MANHOLE PROPOSED GRADE EXISTING GRADE FLOW DIRECTION DOUBLE SEWER SERVICE SINGLE SEWER SERVICE TAPPING SLEEVE & VALVE DOUBLE WATER METER SINGLE WATER METER GATE VALVE EXISTING VALVE BACTERIOLOGICAL SAMPLING POINT FIRE HYDRANT ASSEMBLY EXISTING FIRE HYDRANT ASSEMBLY DESIGN WATER ELEVATION POLLUTION RETARDANT BAFFLE REINFORCED CONCRETE PIPE CORRUGATED ALUMINUM PIPE HIGH DENSITY POLYETHYLENE PIPE WATER MAIN GATE VALVE FIRE HYDRANT RIM ELEVATION INVERT ELEVATION EDGE OF PAVEMENT PIPE CONFLICT BOX 6.40 PROPOSED TYPE P6 STORM CURB INLET LEGEND TREE TO REMAIN(SEE LANDSCAPE PLAN) PROPOSED PLANTERS(SEE LANDSCAPE PLAN) HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Bo c a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ WA T E R A N D S E W E R D E T A I L S WS-2 WATER SYSTEM NOTES: PIPE D.I.P. DUCTILE IRON WATER MAIN PIPE SHALL CONFORM TO THE REQUIREMENTS OF A.N.S.I./ A.W.W.A. C-151/A21.51-02 AND LINED AND COATED PER A.N.S.I./A.W.W.A. C-104/A-214-03. 20" AND SMALLER PIPE SHALL BEPRESSURE CLASS 350; 24" AND LARGER, PIPE SHALL BE PRESSURE CLASS 250. ALL DIP SHALL HAVE ADEQUATE PROTECTIVE MEASURES AGAINST CORROSION AND IT SHALL BE USEDONLY IF AS DETERMINED BY THE DESIGN ENGINEER, BASED ON FIELD CONDITIONS. ALL DIP SHALL BE INSTALLED IN ACCORDANCE WITH A.N.S.I./A.W.W.A. C-600-99, OR LATEST REVISION. PIPE P.V.C. ALL P.V.C. MAINS SHALL BE SERIES 1120, CLASS 150 (DR 18) PRESSURE PIPE, CONFORMING TOA.N.S.I./A.W.W.A. C-900-97, OR LATEST REVISION, AND SHALL HAVE PUSH ON JOINTS, AND IRON PIPE O.D. ALL P.V.C. PIPE SHALL BE INSTALLED IN ACCORDANCE WITH THE UNI-BELL PLASTIC PIPE ASSOCIATION'S"GUIDE FOR INSTALLATION OF P.V.C. PRESSURE PIPE FOR MUNICIPAL WATER DISTRIBUTION SYSTEM".WATER DISTRIBUTION PIPE SHALL BE OF "BLUE" COLOR. ALL WATER MAIN INSTALLATIONS SHALLCOMPLY WITH THE COLOR CODING REQUIREMENTS OF CHAPTER 62-555.320 F.A.C. (FLORIDAADMINISTRATIVE CODE). DETECTOR TAPE ON ALL P.V.C. MAINS SHALL BE INSTALLED 18" ABOVE THE WATER MAIN. ALL P.V.C. MAINS MUST HAVE #6 COPPER WIRE, SINGLE STRAND, PLACED ON TOP OF PIPE, SHALL BEELECTRICALLY CONTINUOUS OVER THE ENTIRE LENGTH OF THE PIPE, AND FASTENED EVERY 10' WITH A#12 WIRE. FITTINGS FITTINGS SHALL BE DUCTILE IRON MEETING A.N.S.I./A.W.W.A. C153/21.00 AND SHALL BE COATED WITH 6TO 8 MIL. THICKNESS COAL TAR EPOXY CONFORMING TO THE REQUIREMENTS OF A.N.S.I./A.W.W.A.C550-05 AND C116/A21.03. RESTRAINED JOINT PIPE SHALL BE USED FOR ALL BENDS, TEES, CROSSES, PLUGS, AND FIREHYDRANTS. THRUST BLOCKS SHALL NOT BE ALLOWED. RETAINER GLANDS/MECHANICAL JOINT RESTRAINT SHALL BE USED ONLY IF AUTHORIZED BY THEENGINEER AND SHALL CONFORM TO A.N.S.I./A.W.W.A. STANDARDS C 111/A-21.11-00, OR LATESTREVISION. ALL GLANDS SHALL BE MANUFACTURED FROM DUCTILE IRON AS LISTED BY UNDERWRITER'SLABORATORY FOR 250 P.S.I. MINIMUM WATER PRESSURE RATING. GLANDS SHALL BE CLOW CORPORATION MODEL F-1058, STANDARD FIRE PROTECTION EQUIPMENTCOMPANY, OR APPROVED EQUAL. VALVES TAPPING VALVES SHALL BE MUELLER H667 OR APPROVED EQUAL. TAPPING SLEEVES SHALL BE MUELLER H615 OR APPROVED EQUAL. GATE VALVES 3" OR LESS SHALL BE NIBCO T-133 OR T-136 WITH MALLEABLE HAND WHEELS. NOSUBSTITUTIONS ALLOWED. GATE VALVES 4" OR LARGER SHALL MEET A.W.W.A. C-500-02 SPECIFICATION (LATEST REVISION). VALVESSHALL BE MUELLER CO. OR APPROVED EQUAL. ALL VALVES SHALL BE FURNISHED WITH EXTENSION TYPE CAST IRON VALVE BOXES OF PROPERLENGTH FOR PIPE DEPTH. ALL BOXES SHALL CONFORM WITH A.W.W.A. SPECIFICATIONS WITH A SHAFTOF NO LESS THAN 5 INCHES AND HAVE THE WORD "WATER" CAST IN THE COVER. BASE OF VALVE BOXSHALL HAVE A FLARED SECTION TO FIT OVER STUFFING BOX OF VALVE. HYDRANTS FIRE HYDRANTS SHALL BE BREAKAWAY MUELLER CO. CENTURION MODEL #A-423, OR METROPOLITAN250 EDDY COMPRESSION TYPE F.H. OR APPROVED EQUAL. FIRE HYDRANTS SHALL BE INSTALLED WITH THE CENTER OF THE NOZZLE 18" ABOVE FINISHED GRADE. DEAD-END WATER MAINS 6" OR LARGER SHALL TERMINATE WITH A FIRE HYDRANT. PLACEMENT THE MINIMUM DEPTH OF COVER OVER WATER MAINS IS 30" EXCEPT WHERE SHOWN DIFFERENTLY ONPLANS. A CONTINUOUS AND UNIFORM BEDDING SHALL BE PROVIDED. BACKFILL MATERIAL SHALL BE TAMPED INLAYERS AROUND THE PIPE AS SHOWN ON THE PLANS AND/OR CITY OF FORT LAUDERDALECONSTRUCTION STANDARDS AND SPECIFICATIONS, JANUARY 1982. ROCKS OR STONES LARGER THAN3/4" DIAMETER FOUND IN THE TRENCH SHALL BE REMOVED FOR A DEPTH OF AT LEAST 6" BELOW THEBOTTOM OF THE PIPE. PIPE DEFLECTION SHALL NOT EXCEED 75% OF THE MAXIMUM DEFLECTION RECOMMENDED BY THEMANUFACTURER. SEPARATION SANITARY SEWERS AND FORCE MAINS SHOULD CROSS UNDER WATER MAINS WHENEVER POSSIBLE.SANITARY SEWERS AND FORCE MAINS CROSSING WATER MAINS SHALL BE LAID TO PROVIDE A MINIMUMVERTICAL DISTANCE OF 18" BETWEEN THE INVERT OF THE UPPER PIPE AND THE CROWN OF THE LOWERPIPE WHENEVER POSSIBLE. WHERE SANITARY SEWER FORCE MAINS MUST CROSS A WATER MAIN WITH LESS THAN 18" VERTICALSEPARATION, BOTH THE SEWER AND WATER MAIN SHALL BE CONSTRUCTED OF DUCTILE IRON PIPE(DIP) AT THE CROSSING. SUFFICIENT LENGTHS OF DIP MUST BE USED TO PROVIDE A MINIMUMSEPARATION OF 10 FEET BETWEEN ANY TWO JOINTS. ALL JOINTS ON THE WATER MAIN WITHIN 20 FEETOF THE CROSSING MUST BE MECHANICALLY RESTRAINED. A MINIMUM VERTICAL CLEARANCE OF 6"MUST BE MAINTAINED AT ALL CROSSINGS. A MINIMUM 10 FOOT HORIZONTAL SEPARATION SHALL BE MAINTAINED BETWEEN ANY TYPE OF SEWERAND WATER MAIN IN PARALLEL INSTALLATIONS WHENEVER POSSIBLE. THE PREFERRED SEPARATION BETWEEN WATER MAINS AND SEWER MAINS SHALL BE 10 FEET. IN CASESWHERE IT IS NOT POSSIBLE TO MAINTAIN A 6 FOOT HORIZONTAL SEPARATION BETWEEN THE WATERMAINS AND SEWER MAINS, ONE OF THE FOLLOWING CONDITIONS MUST BE MET. THE MINIMUMSEPARATION BETWEEN WATER AND SEWER MAINS SHALL BE 3 FEET: THE WATER MAIN MUST BE LAID IN A SEPARATE TRENCH OR ON AN UNDISTURBED EARTH SHELFLOCATED ON ONE SIDE OF THE SEWER OR FORCE MAIN AT SUCH ELEVATION THAT THE BOTTOM OF THEWATER MAIN IS AT LEAST 18 INCHES ABOVE THE TOP OF THE SEWER. THE SEWER OR FORCE MAIN IS ENCASED IN CONCRETE OR A WATERTIGHT CARRIER PIPE. BOTH THE SEWER AND THE WATER MAIN ARE CONSTRUCTED OF PRESSURE PIPE TESTED TO 150 P.S.I. WHERE IT IS NOT POSSIBLE TO MAINTAIN A VERTICAL DISTANCE OF 18" IN PARALLEL INSTALLATIONS,THE WATER MAIN SHALL BE CONSTRUCTED OF DIP AND THE SANITARY SEWER OR FORCE MAIN SHALLBE CONSTRUCTED OF DIP, WITH A MINIMUM VERTICAL CLEARANCE OF 6". THE WATER MAIN SHOULD BEABOVE THE SEWER. JOINTS ON THE WATER MAIN SHALL BE LOCATED AS FAR APART AS POSSIBLE FROMTHE JOINTS ON THE SEWER OR FORCE MAIN (STAGGERED JOINTS). ALL CROSSINGS SHALL BE ARRANGED SO THAT THE SEWER PIPE JOINTS AND THE WATER MAIN PIPEJOINTS ARE EQUIDISTANT FROM THE POINT OF CROSSING (PIPES CENTERED ON THE CROSSING). WHERE A NEW PIPE CONFLICTS WITH AN EXISTING PIPE WITH LESS THAN 18" VERTICAL CLEARANCE,THE NEW PIPE SHALL BE ARRANGED TO MEET THE CROSSING REQUIREMENTS ABOVE. TESTING, DISINFECTIONPIPE SHALL BE TESTED UNDER CONSTANT PRESSURE OF 150 P.S.I. FOR A MINIMUM TEST PERIOD OF 2HOURS AND SHALL NOT EXCEED THE LEAKAGE REQUIREMENTS AS PER A.N.S.I./A.W.W.A.SPECIFICATIONS OF C-600-05 LEAKAGE FORMULA:Q = (SD P)/ 133,200 Q = ALLOWABLE LEAKAGE, IN GALLONS PER HOUR D = DIAMETER OF THE PIPE TESTED, IN INCHES. S = TOTAL LENGTH OF PIPE TESTED, IN FEET. P = AVERAGE TEST PRESSURE, IN POUNDS PER SQUARE INCH. PIPE O.D. PLUS 24 INCHESTRENCH WIDTH 12 " V A R I E S FOUNDATION REQUIRED IN UNSTABLESOILS. SEE NOTE NO. 3 BEDDING MATERIAL. SEE NOTENO. 1 12" 6"MIN . NOTES: 1. UNLESS OTHERWISE SPECIFIED, BEDDING MATERIAL SHALLCONSIST OF SELECT BACKFILL MATERIAL 2" MAX. SIZE,COMPACTED TO AT LEAST 100% OF MAX. DENSITY, 6" LIFTS, PERAASHTO SPEC. NO. T-99C. 2. WHERE REQUIRED, SHEETING AND SHORING SHALL BE INACCORDANCE WITH OSHA REQUIREMENTS. 3. WHERE UNSTABLE SOILS ARE ENCOUNTERED, INCLUDING PEAT,MUCK OR OTHER ORGANIC SOILS, ELASTIC SILT AND CLAYS, AFOUNDATION IS REQUIRED AS DETERMINED BY THE ENGINEER OFRECORD.TYPICAL TRENCH BACKFILLDETAIL 180NTS BOTTOM OF ROADWAY BASEOR EXISTING GROUND REFER TO PAVEMENTRESTORATION DETAILS SUITABLE BACKFILL PLACED ANDCOMPACTED TO AT LEAST 100%OF MAXIMUM DENSITY, 6"MAXIMUM SIZE, 6" LIFTS, PERAASHTO SPEC. NO. T-99C. SELECT BACKFILL PLACED ANDCOMPACTED TO AT LEAST 100%OF MAXIMUM DENSITY, 2"MAXIMUM SIZE, 6" LIFTS, PERAASHTO SPEC. NO. T-99C. SELECT BACKFILL PLACED ANDCOMPACTED TO AT LEAST 98%OF MAXIMUM DENSITY, 2"MAXIMUM SIZE, 6" LIFTS, PERAASHTO SPEC. NO. T-99C. FLOW PROPERTY OWNERSOWNERSHIP AND RESPONSIBILITY PROPERTY OWNERSOWNERSHIP AND RESPONSIBILITY 1. THE DOUBLE CHECK VALVE SHALL BE PRIVATELY OWNED BY PROPERTY OWNER.2. FIRE SYSTEM TO BE CONSTRUCTED/TESTED IN ACCORDANCE WITH NFPA STDS. & ALL APPLICABLE CODES.3. METER BOX AND SERVICE LINE SHALL BE IN ACCORDANCE WITH WWS STANDARD DETAIL FOR WATER METER INSTALLATION AND NFP STDS & CODES. USE TYPE "K" COPPER TUBING AND BRASS OR COPPER FITTINGS.4. BACKFLOW PREVENTER FOLLOWING THE METER SHALL BE THE SAME TYPE DEVICE (DEGREE OF HAZARD) AS THE FIRE MAIN DEVICE. THIS SHALL BE PRIVATELY OWNED BY THE PROPERTY OWNER. METER BOX SHALL BE SUPPLIED BY CONTRACTOR.5. EXTENT OF WWS OWNERSHIP IS LIMITED TO THE BYPASS METER AND ALL PIPING PRIOR TO THE POINT OF SERVICE FOR THE FIRE SYSTEM AS SHOWN ON THIS DRAWING VIA PLAN AND PROFILE ABOVE.6.1" VENT PIPE TO BE REMOVED AFTER WWS APPROVAL. PROFILE PLAN WWS OWNERSHIPAND RESPONSIBILITY WWS OWNERSHIPAND RESPONSIBILITY DEDICATED FIRE SYSTEM TYPE 1 PRIVATE FIRE PROTECTION4", 6" AND 8" DIAMETER CONNECTIONDETAIL 235NTS FINISHEDGRADE COPPER TUBING1" MINIMUM SIZE 36 " M I N R/W OREASEMENT LINE 1" VENT PIPE TAPPED PLUG WWS TEST LIMIT FOR FUTUREWATER EXTENSION SWING FLEXCHECK VALVE WWS TEST LIMIT WWS 1"BYPASS METER POINT OF SERVICEFOR FIRE SYSTEM 1" VENT PIPE BACKFLOWPREVENTER(PRIVATE) R/W OREASEMENT LINE POINT OF SERVICEFOR FIRE SYSTEM GATEVALVETAPPING SADDLE AND CORPORATION STOP BOTH SIDESSWING FLEXCHECK VALVE NOTES:1. FLUSHING LOCATIONS ARE TO BE PROPOSED BY CONTRACTOR AND APPROVED BY ENGINEER OF RECORD. 2. UPON COMPLETION OF THE PIPE INSTALLATION FOR ANY SECTION, THE MAINS SHALL BE CANNON FLUSHEDTO REMOVE DIRT AND ANY OTHER FOREIGN MATTER. 3. INSTALL A TEMPORARY 45° BEND AND ASSOCIATED TEMPORARY PIPING AS SHOWN TO DIRECT THEFLUSHING WATER AWAY FROM THE IMMEDIATE WORK AREA AND EXERCISE DUE CARE SO AS TO ENSURETHAT THE WATER USED IN FLUSHING DOES NOT CAUSE A NUISANCE OR INFLICT PROPERTY DAMAGE. 4. BENDS AND PIPING SHALL BE THE SAME SIZE OR LARGER AS THE LINE BEING FLUSHED. 5. PRIOR TO THE ACTUAL LINE FLUSHING OPERATION THE CONTRACTOR SHALL PROPERLY NOTIFY WWSINSPECTOR OF SUCH INTENDED WATER USE. 6. NO EXISTING VALVES SHALL BE OPERATED, EXCEPT BY AUTHORIZED WWS PERSONNEL. 7. FLUSHING SHALL NOT BE ACCOMPLISHED WITHOUT THE ACTUAL PRESENCE OF THE WWS INSPECTOR. 8. AFTER THE LINE UNDER CONSTRUCTION HAS BEEN SUCCESSFULLY FLUSHED THE CONTRACTOR SHALLREMOVE THE TEMPORARY PIPING ARRANGEMENT AND PROCEED WITH THE REMAINING CONSTRUCTION ASSPECIFIED. 9. ALL PIPING SHALL BE MECHANICALLY RESTRAINED IN ACCORDANCE WITH WWS STANDARDS. 10. IF REQUIRED BY WWS, WATER MAINS SHALL BE CLEANED BY PIGGING. 11. CONTRACTOR WILL INSTALL A PRESSURE GAUGE AT OR NEAR THE FILL AND FLUSH LOCATION (FIGURE 205)AND MAINTAIN A MINIMUM PRESSURE OF 40 PSI AT ALL TIMES. THE FILL VALVE WILL BE OPENED ANDCLOSED SLOWLY TO AVOID RAPID PRESSURE CHANGES IN THE WATER SYSTEM. 12. CONTRACTOR IS CAUTIONED THAT GOVERNING AGENCIES OR UTILITIES MAY HAVE REGULATIONS LIMITINGOR PROHIBITING DISCHARGE INTO SEWERS, SURFACE WATERS, CANALS, DITCHES AND OTHERCONVEYANCES/RETENTION AREAS. ALL COMPLIANCE WITH GOVERNING AGENCY REQUIREMENTS(INCLUDING PERMITTING, IF REQUIRED) IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR. 13. CANNON FLUSHING TO PROCEED AFTER HEALTH DEPARTMENT CLEARANCE IS RECEIVED. CANNON FLUSHINGDETAIL 255NTS TEMPORARY CANNON FLUSHNEWLY CONSTRUCTED WATER MAIN PIPE AND VALVE UNDERCONSTRUCTION TEMPORARY CAP (MJ)(WHEN NOT FLUSHING) TEMPORARY BACKFILL TEMPORARY FLUSH PIPEAND 45° BEND NOTES: 1. ALL SERVICE PIPING SHALL BE 4" DUCTILE IRON WITH 4" GATE VALVES WITH VALVE BOXES AND CONCRETE COLLARS (IF APPLICABLE). 2. ONLY APPROVED METER BOXES SHALL BE USED. THE METER BOX LID SHALL BE A CITY APPROVED LID. THE BOX AND LID SHALL BE PROVIDED BY THE CUSTOMER AND PLACED ABOVE GROUND NEAR THE METER LOCATION. THE PROPERTY OWNER SHALL EXCAVATE THE METER BOX AREA TO EXPOSE THE BYPASS PIPING THEN INSTALL THE BOX AND BACKFILL THE AREA AFTER THE METER INSTALLATION. 3. APPROVED RESTRAINED FLANGED ADAPTERS ARE REQUIRED. PLACE 4"x3" FLANGED REDUCERS AS SHOWN ON DETAIL. 4. ALL SERVICES SHALL HAVE AN APPROVED REDUCED PRESSURE ZONE BACKFLOW PREVENTION ASSEMBLY (R.P.Z.). THE INITIAL TEST OF THE R.P.Z.SHALL BE PERFORMED BY THE CITY. THE R.P.Z. SHALL BE INSTALLED AS CLOSE AS POSSIBLE TO THE POINT OF SERVICE AT 36" MINIMUM AND NOT TOEXCEED 48" WITHOUT PRIOR CITY APPROVAL. 5. WATER METER SHALL BE INSTALLED BY THE CITY. LAYING LENGTH OF THE METER TO BE CONFIRMED PRIOR TO SERVICE INSTALLATION. 6. SERVICE COMPONENTS SHALL BE CONSTRUCTED FOR THE METER TO BE INSTALLED "TRUE" AND "PLUMB". 7. THE ENTIRE ASSEMBLY SHALL BE PRESSURE TESTED AS REQUIRED. 8. METER/SERVICE WILL NOT BE INSTALLED/ACTIVATED UNTIL: A. ALL FORM BOARDS FOR DRIVEWAY AND/OR SIDEWALK MUST BE COMPLETELY INSTALLED OR THE DRIVEWAY AND/OR SIDEWALK MUST HAVE BEEN INSTALLED. B. "MINIMUM UNOBSTRUCTED SPACE" AS SHOWN IN NOTE 2 AND ON THE PLAN VIEW IS PROVIDED WITH 12" MINIMUM VERTICAL SEPARATION REQUIRED TO ALL OTHER UTILITIES. C. THE REQUIRED BACKFLOW PREVENTION ASSEMBLY/DEVICE IS INSTALLED AND HAS PASSED INITIAL TEST. 9. ALL HARDWARE FOR FLANGED CONNECTIONS (BOLTS, ETC.) TO BE STAINLESS STEEL. 10. METER BOX LID SHALL BE TRAFFIC RATED FOR ALL INSTALLATION LOCATIONS. 11. A 4" THICK COMPACTED 3/4" ROCK BASE IS REQUIRED. THE BASE SHALL EXTEND MINIMUM 12" BEYOND THE METER BOX PERIMETER. 12. LIMIT OF UNOBSTRUCTED SPACE FROM SIDE OF WATER METER BOX AND BYPASS PIPING SHALL BE 36" MINIMUM FOR SHRUBS AND SIMILAR OBSTRUCTIONS WITH 60" MINIMUM FOR TREES, WALLS, AND OTHER SIMILAR OBSTRUCTIONS. 3" DOMESTIC WATERSERVICENTS TESTING, DESINFECTION (CONT'D) THE CITY OF DANIA BEACH PUBLIC SERVICES DEPARTMENT WILL TAKE ALL BACTERIOLOGICAL TESTS,TO BE SCHEDULED VIA INSPECTOR. IF OTHERWISE SPECIFIED IN CONTRACT DETAILED SPECIFICATIONAND/OR AUTHORIZED BY THE ENGINEER OF RECORD, BACTERIOLOGICAL TESTS MAY BE PERFORMEDBY A CERTIFIED ENVIRONMENTAL TESTING LABORATORY. DISINFECTION OF MAINS SHALL COMPLY WITH A.N.S.I./A.W.W.A. C-651-05STANDARD. BACTERIOLOGICAL SAMPLING POINTS SHALL BE DESIGNATED ON THE ENGINEERING PLANS.MINIMUM ONE SAMPLING POINT AT EACH END. MAXIMUM SPACE BETWEEN SAMPLING POINTS IS 1200FEET. CONNECTION ALL CONNECTIONS TO EXISTING MAINS SHALL BE MADE UNDER THE DIRECTION OF THE CITY OF DANIABEACH. THERE SHALL BE NO CONNECTION TO AN EXISTING WATER MAIN UNTIL PRESSURE ANDBACTERIOLOGICAL TESTS HAVE BEEN CONDUCTED AND THE RESULTS ARE APPROVED AND ACCEPTEDBY THE CITY OF DANIA BEACH. SERVICE CONNECTIONS ALL METER SERVICE CONNECTIONS SHALL BE BRONZE FROM PLUG VALVE. NO GATE VALVES ARE TO BEUSED (2" OR LESS). SERVICE SADDLES SHALL BE DUCTILE IRON WITH STAINLESS STEEL STRAPS. SADDLES SHALL BEDOUBLE STRAP TYPE. ALL SERVICE SADDLES SHALL CONFORM TO A.N.S.I./A.W.W.A. C 111/A-21.11-00 ANDA.S.T.M. A588. ALL SERVICE LINES SHALL BE COPPER TUBING, TYPE "K", OR PLASTICIZED POLYETHYLENE 3408, A.S.T.M.D-2737, S.D.R. 9, 200 P.S.I. 15.00' 40 ' R I G H T - O F - W A Y 9.0 0 ' 22.44' 18.00' 6 7 19 RISERS (6" ) 3 2 87 16 15 11109 141312 30.0' 30 . 0 ' 20.0'20.0' DUMPSTER 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS 1 5.0'8.5' 2.0' 3.0'11.0'11.0'2.0'3.5'13 . 7 ' 20. 3 ' 25.0' 9.0 ' 7.0 ' 4.0 ' ADA ACCESIBLE RAMP TO SIDEWALK.SURFACE SLOPES NOT EXCEEDING1:50 - 2 PERCENT -IN ALL DIRECTIONS (TYP.) SHOULDER LINE OF BUILDINGABOVE BUS STOP CANOPYABOVE CANOPYABOVE GUARDRAIL 42" (TYP.) WALL IS UNDER RAMP RAMP PROJECTION 61 62 PROP. 82 UNIT HOTEL BUILDING F.F. 11.00 NAVD 9.00' 18 . 0 0 ' 9.00' 9.0 0 ' 5.0 0 ' 12. 0 0 ' 50 . 0 0 ' SANITARY CLEANOUTTO REMAIN EXIST. M.H. EXIST. EDGE OF PAVEMENT EXIST. EDGE OF PAVEMENT EXIST. EDGE OF PAVEMENT EXIST. EDGE OF PAVEMENT EXIST. SIDEWALK EX. 6" DIP WM EXIST. 6" DIP WM EXIST. 6" DIP WM EXIST. C.B. EXIST. SAN.SEWER EXIST. DRAINAGE EXIST. 6" WM EXIST. F.H. ASSEMBLY EXIST. UTILITY POLES EXIST.WATER VALVE EXIST. WATER VALVE PROP' 4' SIDEWALK S. F E D E R A L H W Y . S.W. 3rd PLACE S.W. 4th STREET EXIST. UTILITY POLES PROPERTY LINE EXIST. OHL TO BERELOCATED/ REMOVED TRUCK WASH AREA TEMPORARY CONSTRUCTIONENTRANCE PER FDOT INDEX 106HOSE BIB TO BE AVAILABLE TOWASH TRUCKS SILT FENCE INSTALL FILTER FABRIC INSTALL FILTER FABRIC EXIST. 8" VCPSAN.SEWER 30' X 30'30' X 30' SILT FENCE SILT FENCE SILT FENCE PROPERTY LINE 30' X 30' HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Bo c a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ 0 10 20 ST O R M W A T E R P O L L U T I O N P R E V E N T I O N P L A N SWPP-1 CONSTRUCTION ENTRANCE ROCKTRUCK WASH PER FDOT (2010) INDEX 106 INV TOP PIPETOP OF BOTTOM PIPE PROPOSED LIGHTING PROPOSED ADA STALL PROPOSED CONCRETE SIDEWALK PROPOSED ASPHALT PAVEMENT 30'X30' SIGHT TRIANGLE D=DRAINAGEW=WATERS= SEWERFM=FORCE MAINCN=CONDUIT YARD DRAIN BASIN DRAINAGE INLET SEWER / DRAINAGE MANHOLE PROPOSED GRADE EXISTING GRADE FLOW DIRECTION DOUBLE SEWER SERVICE SINGLE SEWER SERVICE TAPPING SLEEVE & VALVE DOUBLE WATER METER SINGLE WATER METER GATE VALVE EXISTING VALVE BACTERIOLOGICAL SAMPLING POINT FIRE HYDRANT ASSEMBLY EXISTING FIRE HYDRANT ASSEMBLY DESIGN WATER ELEVATION POLLUTION RETARDANT BAFFLE REINFORCED CONCRETE PIPE CORRUGATED ALUMINUM PIPE HIGH DENSITY POLYETHYLENE PIPE WATER MAIN GATE VALVE FIRE HYDRANT RIM ELEVATION INVERT ELEVATION EDGE OF PAVEMENT PIPE CONFLICT BOX 6.40 PROPOSED TYPE P6 STORM CURB INLET LEGEND TREE TO REMAIN(SEE LANDSCAPE PLAN) PROPOSED PLANTERS(SEE LANDSCAPE PLAN) N.T.S. POST & FILTER FABRIC INSTALLATION DETAIL WOOD OR METAL FENCE POST FILTER FABRIC GROUND LEVEL 6" MIN. 6"MIN . 1'-0 " M I N . 2'- 0 " M I N . CONSTRUCT 6"X6" TRENCH IN ORDER TO BURY BOTTOM 12" OF FILTER FABRIC AND ANCHOR DOWN WITHCOMPACTED BACKFILL MATERIAL RUNOFF N.T.S. SILT FENCE INSTALLATION DETAIL INSTALL WOOD OR METAL POSTS INSTALL POSTS AT THE FOLLOWING SPACING:10 FOOT SPACING WITH WIRE SUPPORTED FENCE 6 FOOT SPACING WITHOUT WIRE SUPPORT INSTALL EXTRA STRENGTH FILTER FABRICOR WIRE MESH SUPPORTED FENCE FOR ADDITIONAL STRENGTH ATTACH FILTER FABRIC MATERIAL TO 6"X6" WELDED WIRE MESH WHICH HAS BEEN FASTENED TO THE POSTS RUNOFF RUNOFF GROUND LEVEL 6" MIN. FILTER FABRIC INSTALLATION ONINLET WITHOUT FRAME & GRATE INSTALL WIRE SUPPORT MOULD6"X6" WELDED WIRE MESHEXTEND 6" MINIMUM AT EACH SIDE FILTER FABRIC INSTALLATION DETAIL N.T.S. SECURE FILTER FABRICTO FRAME & GRATE BACKFILL AFTER INSTALLATIONOF INLET FILTER FABRIC 1. FILTER FABRIC INSTALLATION NOTES CONTRACTOR SHALL CLEAN OUT DRAINAGE INLET AND FILTER FABRIC AFTEREVERY STORM EVENT OR AS NEEDED. 2. CONTRACTOR SHALL REMOVE FILTER FABRIC FROM DRAINAGE INLETS PRIORTO STARTING FINAL PAVING OPERATIONS.3. CONTRACTOR SHALL REPAIR AND/OR REPLACE ALL DAMAGED FILTER FABRIC WITHIN INLETS DURING CONSTRUCTION OPERATIONS. 1. 2. 6. SILT FENCE & POST INSTALLATION NOTES THE FENCE POSTS SHALL BE INSTALLED AT A MAXIMUM OF 10 FEET APART ANDDRIVEN SECURELY INTO THE GROUND FOR A MINIMUM OF 12 INCHES WHEN THEFILTER FABRIC IS USED WITHOUT WIRE MESH SUPPORT. IF WIRE SUPPORT IS USED THEN THE FENCE POSTS SHALL BE SPACED AT A MAXIMUM OF 6 FEET APART. 4. 3. 5. THE FILTER FABRIC MATERIAL SHALL BE EITHER STAPLED OR WIRED TO THE FENCE POSTSAND 12 INCHES OF THE FABRIC SHALL BE EXTENDED AT THE BOTTOM INTO THE TRENCH.THE FABRIC SHALL NOT EXTEND MORE THAN 36 INCHES ABOVE THE GROUND SURFACE. THE HEIGHT OF THE SILT FENCE SHALL BE INSTALLED AT A MINIMUM OF 24 INCHESBUT SHALL NOT EXCEED 36 INCHES. THE FILTER FABRIC MATERIAL SHALL BE PURCHASED IN A CONTINUOUS ROLL IN ORDERTO BE ABLE TO CUT THE ENTIRE REQUIRED LENGTH IN ONE PIECE AND AVOID THEUSE OF JOINTS. WHEN STANDARD STRENGTH FILTER FABRIC MATERIAL IS USED, A WELDED WIRE MESHSUPPORT SHALL BE FASTENED SECURELY TO THE UP SLOPE SIDE OF THE FENCE POSTSBY USING EITHER HEAVY DUTY WIRE STAPLES AT LEAST 1 INCH LONG, TIE WIRES OR HOGRINGS. THE WIRE SHALL EXTEND INTO THE TRENCH A MINIMUM OF 2 INCHES AND SHALLNOT EXTEND MORE THAN 36 INCHES ABOVE THE ORIGINAL GROUND SURFACE. A 6"X6" TRENCH SHALL BE CONSTRUED ALONG THE BOTTOM OF THE ENTIRE LINE OFFENCE POSTS AND UP SLOPE FROM THE BARRIER IN ORDER TO BURY THE BOTTOM12 INCHES OF THE FILTER FABRIC MATERIAL. THE TRENCH SHALL BE BACK FILLED ANDTHE SOIL COMPACTED OVER THE FILTER FABRIC. 7.WHEN INSTALLING TWO SILT FENCES AROUND THE PERIMETER, PLACE THE POSTS OF THESECOND FENCE INSIDE THE POSTS OF THE FIRST FENCE. ROTATE BOTH FENCE POSTS ATA CLOCKWISE DIRECTION IN ORDER TO CREATE A TIGHT SEAL. FOLLOW ALL OTHER STANDARD INSTALLATION REQUIREMENTS. 1. 2. 3. ALL EROSION AND TURBIDITY CONTROL DEVICES AND TEMPORARY BARRIERSSHALL BE INSTALLED WITHIN THE LIMITS OF THE CONSTRUCTION AREA PRIORTO ANY CONSTRUCTION ACTIVITIES COMMENCING. A TEMPORARY BARRIER SHALL BE INSTALLED AROUND ALL WETLAND AND/ORNATURAL PRESERVATION AREAS PRIOR TO ANY CONSTRUCTION ACTIVITIESCOMMENCING. NO CONSTRUCTION VEHICLES SHALL ENCROACH WITHIN THESE AREAS. CONTRACTOR SHALL HAVE ALL EXISTING UNDERGROUND UTILITIES LOCATED BY APPROPRIATE AGENCIES PRIOR TO INSTALLATION OF ANY EROSION AND TURBIDITYCONTROL DEVICES AND BARRIERS. 4.DURING CONSTRUCTION ACTIVITIES, EXISTING PERIMETER NATIVE VEGETATION SHALLREMAIN IN ORDER TO ACT AS A BUFFER BETWEEN ADJACENT PROPERTIES, AND TO MINIMIZE NUISANCE DUST, NOISE, AND/OR AIR POLLUTION. 5.PRACTICES SUCH AS SEEDING, MULCHING AND WETTING WHICH MINIMIZE AIRBORNEDUST AND PARTICULATE EMISSIONS GENERATED DURING CONSTRUCTION ACTIVITIESSHALL BE USED AS DIRECTED BY BOTH THE ENGINEER-OF-RECORD AND/ORAPPLICABLE GOVERNMENTAL AGENCIES. 6.ALL AREAS DISTRIBUTED DURING CONSTRUCTION ACTIVITIES, WHICH ARE NOT GOING TOBE PAVED OR LANDSCAPED, SHALL BE SEEDED AND MULCHED. GENERAL EROSION AND TURBIDITY CONTROL NOTES HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Boc a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ ST O R M W A T E R P O L L U T I O N P R E V E N T I O N D E T A I L S SWPP-2 TOTAL AREA OF THE SITE: OTHER: EXISTING DATA DESCRIBING THE SOIL OR QUALITY OF ANYSTORMWATER DISCHARGE FROM THE SITE: ESTIMATE THE DRAINAGE AREA SIZE FOR EACH DISCHARGEPOINT: DESCRIBE THE NATURE OF THE CONSTRUCTION ACTIVITY: PROJECT LOCATION: NONE DESCRIBE THE INTENDED SEQUENCE OF MAJOR SOIL DISTURBINGACTIVITIES: LATITUDE AND LONGITUDE OF EACH DISCHARGE POINT ANDIDENTIFY THE RECEIVING WATER OR MS4 FOR EACH DISCHARGEPOINT: N/A THE PROPER APPLICATION RATES OF ALL FERTILIZERS,HERBICIDES AND PESTICIDES USED AT THE CONSTRUCTION SITE: THE STORAGE, APPLICATION, GENERATION AND MIGRATION OF ALLTOXIC SUBSTANCES: WASTE DISPOSAL, THIS MAY INCLUDE CONSTRUCTION DEBRIS, CHEMICALS, LITTER, AND SANITARY WASTES: OFFSITE VEHICLE TRACKING FROM CONSTRUCTION ENTRANCES/EXITS: NO TOXIC SUBSTANCES WILL BE STORED ON THE PROJECT SITEDURING THE CONSTRUCTION OPERATIONS. GIVE A DETAILED DESCRIPTION OF ALL CONTROLS, BEST MANAGEMENT PRACTICES (BMPS) AND MEASURES THAT WILL BE IMPLEMENTEDAT THE CONSTRUCTION SITE FOR EACH ACTIVITY IDENTIFIED IN THE INTENDED SEQUENCE OF MAJOR SOIL DISTURBING ACTIVITIESSECTION. PROVIDE TIME FRAMES IN WHICH THE CONTROLS WILL BE IMPLEMENTED. NOTE: ALL CONTROLS SHALL BE CONSISTENT WITHPERFORMANCE STANDARDS FOR EROSION AND SEDIMENT CONTROL AND STORMWATER TREATMENT SET FORTH IN S. 62-40.432, F.A.C. ,THE APPLICABLE STORMWATER OR ENVIRONMENTAL RESOURCE PERMITTING REQUIREMENTS OF THE DEPARTMENT OR A WATERMANAGEMENT DISTRICT, AND THE GUIDELINES CONTAINED IN THE FLORIDA DEVELOPMENT MANUAL: A GUIDE TO SOUND LAND AND WATERMANAGEMENT (DEP, 1988) AND ANY SUBSEQUENT AMENDMENTS. DESCRIBE ALL TEMPORARY AND PERMANENT STABILIZATION PRACTICES. STABILIZATION PRACTICES INCLUDE TEMPORARY SEEDING,MULCHING, PERMANENT SEEDING, GEOTEXTILES, SOD STABILIZATION, VEGETATIVE BUFFER STRIPS, PROTECTION OF TREES, VEGETATIVEPRESERVATIONS, ETC. INSPECTIONS: DESCRIBE THE INSPECTION AND INSPECTION DOCUMENTATION PROCEDURES, AS REQUIRED BY PART V.D.4. OF THE PERMIT.INSPECTIONS MUST OCCUR AT LEAST ONCE A WEEK AND WITHIN 24 HOURS OF THE END OF A STORM EVENT THAT IS 0.50 INCHESOR GREATER (SEE ATTACHED FORM). IDENTIFY AND DESCRIBE ALL SOURCES OF NON-STORMWATER DISCHARGES AS ALLOWED IN PART IV.A.3. OF PERMIT. FLOWS FROMFIGHTING ACTIVITIES DO NOT HAVE TO BE LISTED OR DESCRIBED. DESCRIBE ALL SEDIMENT BASINS TO BE IMPLEMENTED FOR AREAS THAT WILL DISTURB 10 OR MORE ACRES AT ONE TIME. THESEDIMENT BASINS (OR EQUIVALENT ALTERNATIVE) SHOULD BE ABLE TO PROVIDE 3,600 CUBIC FEET OF STORAGE FOR EACH ACREDRAINED. TEMPORARY SEDIMENT BASINS (OR AN EQUIVALENT ALTERNATIVE) ARE RECOMMENDED FOR DRAINAGE AREAS UNDER 10 ACRES. DESCRIBE ALL PERMANENT STORMWATER MANAGEMENT CONTROLS SUCH AS, BUT NOT LIMITED TO, DETENTION OR RETENTION SYSTEMSOR VEGETATED SWALES THAT WILL BE INSTALLED DURING THE CONSTRUCTION PROCESS. PROVIDE A DETAILED DESCRIPTION OF THE MAINTENANCE PLAN FOR ALL STRUCTURAL AND NON-STRUCTURAL CONTROLS TO ENSURETHAT THEY REMAIN IN GOOD AND EFFECTIVE OPERATING CONDITION. DATECOMPANY NAMEADDRESS & PHONE NUMBERNAME / TITLE SIGNATURE OPERATOR AND RESPONSIBLE AUTHORITY CERTIFICATION STATEMENT DATECOMPANY NAMEADDRESS & PHONE NUMBERNAME / TITLE SIGNATURE CONTRACTOR CERTIFICATION STATEMENT "I CERTIFY UNDER PENALTY OF LAW THAT I UNDERSTAND, AND SHALL COMPLY WITH, THE TERMS AND CONDITIONS OF THE STATE OFFLORIDA GENERIC PERMIT FOR STORMWATER DISCHARGE FROM LARGE AND SMALL CONSTRUCTION ACTIVITIES AND THIS STORMWATERPOLLUTION PREVENTION PLAN PREPARED THEREUNDER." "I CERTIFY UNDER PENALTY OF LAW THAT THIS DOCUMENT AND ALL ATTACHMENTS WERE PREPARED UNDER MY DIRECTION ORSUPERVISION IN ACCORDANCE WITH A SYSTEM DESIGNED TO ASSURE THAT QUALIFIED PERSONNEL PROPERLY GATHERED ANDEVALUATED THE INFORMATION SUBMITTED. BASED ON MY INQUIRY OF THE PERSON OR PERSONS WHO MANAGE THE SYSTEM, ORTHOSE PERSONS DIRECTLY RESPONSIBLE FOR GATHERING THE INFORMATION, THE INFORMATION SUBMITTED IS, TO THE BESTOF MY KNOWLEDGE AND BELIEF, TRUE, ACCURATE, AND COMPLETE. I AM AWARE THAT THERE ARE SIGNIFICANT PENALTIES FORSUBMITTING FALSE INFORMATION, INCLUDING THE POSSIBILITY OF FINE AND IMPRISONMENT FOR KNOWING VIOLATIONS." TOTAL AREA OF THE SITE TO BE DISTURBED:1. THE EROSION AND TURBIDITY CONTROL DEVICES WILL BE INSPECTED BY THE PROJECT/DEVELOPER SUPERINTENDENT ON ADAILY BASIS. 2. THE SITE CIVIL INSPECTOR WILL INSPECT THE EROSION AND TURBIDITY CONTROL DEVICES DURING EACH SCHEDULED INSPECTIONAND/OR AFTER EACH HEAVY STORM EVENT AS REQUIRED. 3. ALL REQUIRED REPAIRS TO THE EROSION AND TURBIDITY CONTROL DEVICES SHALL BE MADE BY THE CONTRACTOR AND/ORDEVELOPER WITHIN A 24 HOUR PERIOD. 1. PROJECT/DEVELOPER SUPERINTENDENT WILL CONDUCT DAILY INSPECTIONS. 2. SITE CIVIL INSPECTOR WILL CONDUCT WEEKLY INSPECTIONS. 3. INSPECTION REPORTS WILL BE MAINTAINED ON-SITE BY PROJECT/DEVELOPER SUPERINTENDENT. 1. TEMPORARY SEDIMENT BASINS WILL BE CONSTRUCTED AS REQUIRED WITHIN THE SITE DURING UNDERGROUND UTILITY INSTALLATIONOPERATIONS. (ONLY IF NEEDED) NO FERTILIZERS, HERBICIDES, AND/OR PESTICIDES TO BE USEDDURING THE CONSTRUCTION OPERATOINS. TEMPORARY WASTE DISPOSAL SERVICES, INCLUDING SANITARYWASTES, WILL BE PROVIDED BY LOCAL SERVICE COMPANY. A PERMANENT PERIMETER BERM AND RETENTION AREA WILL BE CONSTRUCTED WITHIN THE SITE AS PART OF THE PROPOSEDSTORM WATER MANAGEMENT SYSTEM. DESCRIBE ALL STRUCTURAL CONTROLS TO BE IMPLEMENTED TO DIVERT STORMWATER FLOW FROM EXPOSED SOILS AND STRUCTURALPRACTICES TO STORE FLOWS, RETAIN SEDIMENT ON-SITE OR IN ANY OTHER WAY LIMIT STORMWATER RUNOFF. THESE CONTROLSINCLUDE SILT FENCES, EARTH DIKES, DIVERSIONS, SWALES, SEDIMENT TRAPS, CHECK DAMS, SUBSURFACE DRAINS, PIPE SLOPEDRAINS, LEVEL SPREADERS, STORM DRAIN INLET PROTECTION, ROCK OUTLET PROTECTION, REINFORCED SOIL RETAINING SYSTEMS,GABIONS, COAGULATING AGENTS AND TEMPORARY OR PERMANENT SEDIMENT BASINS. 0.456 ACRES 0.456 ACRES DANIA BEACH, FLORIDA ALL DRAINAGE AND DEWATERING TO REMAIN ON SITE 1. A SILT FENCE SHALL BE INSTALLED AROUND THE ENTIRE PERIMETER OF THE CONSTRUCTION SITE. 2. FILTER FABRIC MATERIAL SHALL BE INSTALLED ON ALL EXISTING OPEN GRATE DRAINAGE INLETS. THE PERIMETER SILT FENCE SHALL BE MAINTAINED AROUND THE ENTIRE CONSTRUCTION SITE UNTIL THE PERMANENT PERIMETER BERM HAS BEEN CONSTRUCTED AND STABILIZED. 1. TREE REMOVAL 2. CLEAR & GRUB EXISTING VEGETATION WITHIN THE SITE. 3. START SITE EARTHWORK GRADING EXISTING SOILS ARE CLASSIFIED AS SAND WITH LIMESTONEUNDERNEATH. CONSTRUCT TEMPORARY ENTRANCE THROUGH SW. 4TH STREETUSING THE SOIL TRACKING PREVENTION DEVICE PER THE FLORIDA EROSION CONTROL MANUAL. 1. SILT FENCES 2. FILTER FABRIC MATERIALDISCHARGE POINT NO.1: N/A (ON-SITE RETENTION) RECEIVING WATER : N/A (ON-SITE RETENTION) CONSTRUCTION OF COMMERCIAL DEVELOPMENT IN A 0.456 AC PROPERTY.THE SITE IS CURRENTLY A COMMERCIAL HOTEL COMPLEX TO BE DEMOLISHED. HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Boc a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ ST O R M W A T E R P O L L U T I O N P R E V E N T I O N N O T E S SWPP-3 6 7 19 RISERS (6" ) 3 2 87 16 15 11109 141312 30.0' 30 . 0 ' 20.0'20.0' DUMPSTER 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS 1 5.0'8.5' 2.0' 3.0'11.0'11.0'2.0'3.5'13 . 7 ' 20 . 3 ' 25.0' 9.0 ' 7.0 ' 4.0 ' SHOULDER LINE OF BUILDINGABOVE BUS STOP CANOPYABOVE CANOPYABOVE WALL IS UNDER RAMP RAMP PROJECTION 61 62 SO U T H F E D E R A L H W Y . PROP. CAR PATH (TYP.) PROP CAR PATH (TYP.) PROP. CAR PATH (TYP.) PROP CAR PATH (TYP.) PROP. STOP SIGNW/ LEFT TURN ONLY SIGN SW 4TH ST. HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Bo c a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ 0 10 20 TR U C K R O U T I N G P L A N ( C A R ) TR-1 6 7 19 RISERS (6" ) 3 2 87 16 15 11109 141312 30.0' 30 . 0 ' 20.0'20.0' DUMPSTER 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS 1 5.0'8.5' 2.0' 3.0'11.0'11.0'2.0'3.5'13 . 7 ' 20. 3 ' 25.0' 9.0 ' 7.0 ' 4.0 ' SHOULDER LINE OF BUILDINGABOVE BUS STOP CANOPYABOVE CANOPYABOVE WALL IS UNDER RAMP RAMP PROJECTION 61 62 PROP. GARBAGETRUCK PATH (TYP.) SO U T H F E D E R A L H W Y . SW 4TH ST. HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Bo c a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ 0 10 20 TR U C K R O U T I N G P L A N ( G A R B A G E T R U C K ) TR-2 PROP. 82 UNIT HOTEL BUILDING F.F. 11.00 NAVD EXIST. EDGE OF PAVEMENT EXIST. EDGE OF PAVEMENT S. F E D E R A L H W Y . S.W. 3rd PLACE S.W. 4th STREET PR O P E R T Y L I N E EXIST. EDGE OF PAVEMENT PROPERTY LINE EXIT 12" PVC W.M. PROP. LIGHT FIXTURE (TYP.) PROP. WALL MOUNTLIGHT FIXTURE (TYP.) PROP. WALL MOUNTLIGHT FIXTURE (TYP.) SW 4th ST.20' R.O.W. SW 3RD PL. 6 7 19 RISERS (6" ) CL CL CL CL 3 2 87 16 15 11109 141312 30.0' 30 . 0 ' 20.0'20.0' 0'-0" F.F.E.11'-0" NAVD 30' SITE TRIANGLE 30' SITE TRIANGLE DUMPSTER X8.90 X8.90 ENTRANCESTAIRS 4'-0" PUBLIC SIDEWALK LAN D S C A P E (SE E L A N D S C A P E P L A N S ) X8.70 X8.70 LAN D S C A P E (SE E L A N D S C A P E P L A N S ) LAN D S C A P E (SE E L A N D S C A P E P L A N S ) TRAVELLANE TRAVELLANE MEDIAN 30' SITE TRIANGLE LANDSCAPE(SEE LANDSCAPE PLANS) 6 5 4 LOADINGZONE12'-0" X 25'-0" EGRESSSTAIRS EGRESSSTAIRS PROPERTY LINE - 142'-0" SO U T H F E D E R A L H W Y . SINGLE FAMILY PROPERTY LINE 142'-0" PR O P E R T Y L I N E - 1 4 0 ' - 0 " PR O P E R T Y L I N E - 1 4 0 ' - 0 " 0'- 0 " S E T B A C K FR O M P R O P O S E D F D O T E A S E M E N T SFED-MU ED-MU 5'-0" EASEMENT ADJACENT BUILDING 0'-0" SETBACK 1 5.0'8.5' 2.0' 3.0'11.0'11.0'2.0'3.5'13 . 7 ' 20. 3 ' 25.0' 9.0 ' 7.0 ' 4.0 ' ADA ACCESIBLE RAMP TO SIDEWALK.SURFACE SLOPES NOT EXCEEDING1:50 - 2 PERCENT -IN ALL DIRECTIONS (TYP.) BUILDING ABOVE SHOULDER BUILT-TO-LINE LINE OF BUILDINGABOVE WASTE RECEPTABLE FDOT SIGHT TRIANGLE: DesignSpeed 35 mph; D^r: 95'Trees having limbs and foliagetrimmed in such a manner that nolimbs or foliage extend into the areabetween twenty four (24) inches andeight (8) feet and six (6) inchesabove grade. FDOT SIGHT TRIANGLE: DesignSpeed 35 mph; D^l: 315'Trees having limbs and foliagetrimmed in such a manner that nolimbs or foliage extend into the areabetween twenty four (24) inches andeight (8) feet and six (6) inchesabove grade. EXISTING LIGHTPOLE TO REMAIN EXISTING OVERHEADPOWER LINETO REMAIN EXISTING OVERHEADPOWER LINETO REMAIN EXISTING OVERHEADPOWER LINETO REMAIN BUS STOP CANOPYABOVE BUILDING ABOVE LIGHT POLE STREETFURNITURE CANOPYABOVE GUARDRAIL 42" (TYP.) 6'-0" HT. ARCHITECTURALSCREEN PANEL -POWDERED STEEL FINISH BUILDING ABOVE WALL IS UNDER RAMP RAMP PROJECTION ENTRY SIGN X.8.50 X.8.90 X.11.0 X.8.60 X11.0 8.5 ' P U B L I C S I D E W A L K ENTRANCESTAIRS LAND S C A P E (SEE L A N D S C A P E P L A N S ) CONCRETEWALKWAY COVEREDENTRY 61 62 ENTRANCESTAIRS LANDSCAPEAREASLANDSCAPE AREAS LANDSCAPE AREAS LOUNGE AREA SEMI-PERMEABLE PAVERS LANDSCAPE AREAS HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Bo c a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ PH O T O M E T R I C P L A N PH-1 0 10 20 HS Q G R O U P , L L C . En g i n e e r s · P l a n n e r s · S u r v e y o r s 10 0 1 Y a m a t o R o a d , S u i t e 1 0 5 Bo c a R a t o n , F l o r i d a 3 3 4 3 1 · 9 5 4 . 3 9 2 . 0 2 2 1 C2 6 2 5 8 · L B 7 9 2 4 NO D A T E B Y R E V I S I O N S CHECKED BY: DRAWN BY: DATE:01/15 SE ZT 38 0 S . F E D E R A L H W Y . D A N I A B E A C H RMDESIGNED BY: SHEET: 2201-07PROJECT: $FI L E L $ PH O T O M E T R I C P L A N PH-2 DESIGN GRADE 10' - 0 " LIGHT POLE DETAIL GENERAL NOTES THE ABOVE LIGHT POLE DETAIL IS FOR REFERENCE PURPOSES ONLY.REFER TO THE MANUFACTURER'S SPECIFICATIONS FOR THE ACTUALCONSTRUCTION AND INSTALLATION INFORMATION. THE EXACT LOCATIONS OF THE NEW LIGHT POLES ARE TO BE FIELDADJUSTED AS REQUIRED, IN ORDER TO AVOID CONFLICTS WITH EXISTINGAND PROPOSED UTILITIES, CONCRETE CURBS, SIDEWALKS, ETC. . .THE LIGHT POLES MUST MAINTAIN A MINIMUM OF 2.5 FEET FROM THE EDGE OF PAVEMENT 2. 1. ALL NEW LIGHT POLES ARE TO BE MANUFACTURED AND INSTALLED TOWITHSTAND CURRENT CODE WIND LOADS PER THE FLORIDA BUILDING CODE.3. 1401 EAST BROWARD BOULEVARD, SUITE 110 FORT LAUDERDALE, FLORIDA 33301 DIRECT DIAL: 954.779.1123 EMAIL: NCHAKAS@LOCHRIELAW.COM MAIN PHONE: 954.779.1119 FAX: 954.779.1117 September 12, 2023 NOTICE OF SECOND PUBLIC PARTICIPATION MEETING (In-Person Meeting) Re: 2nd public participation meeting for Dania Beach hotel project consisting of 6 stories, 82 hotel rooms and ground floor café located at 380 S. Federal Highway, Dania Beach, FL (“Development Site”) Dear Neighbor: A previous notice for public participation meeting was sent to you on September 1, 2023 notifying you of a meeting taking place by ZOOM on Thursday, September 14, 2023. Since that time, we received requests to hold another meeting “in person” to allow an additional opportunity for the public to learn about the project. Therefore, we are adding a second public participation meeting to present the new hotel project proposed for the Development Site. A location map of the Development Site is included with this notice. You are receiving this invitation because you own property within 1,000 feet of the subject Development Site. Details for both the first and second public participation meetings are provided below. 1st Public Participation Meeting 2nd Public Participation Meeting ZOOM MEETING IN PERSON Date: Thursday, September 14, 2023 Time: 6:00 PM Place: Virtual Meeting via ZOOM Please go to www.380DaniaHotel.com to register for the meeting. After registration you will receive an e-mail from ZOOM with the link to attend the meeting by smart phone, iPad or computer. You will also receive a conference call number if you wish to attend the meeting by phone. Date: Tuesday, September 19, 2023 Time: 6:00 PM Place: Wyndham Gardens Hotel 129 N Federal Highway Dania Beach, FL 33004 If you cannot attend any of the meetings, but wish to learn more about the project, please feel free to contact me. We would be happy to schedule a separate meeting to inform you about the project. Sincerely, Nectaria M. Chakas, Esq. LOCATION MAP OF DEVELOPMENT SITE 380 S. Federal Highway Dania Beach, FL NOTICE OF THIRD PUBLIC PARTICIPATION MEETING (In-Person Meeting) October 22, 2024 Re: 3rd Public Participation Meeting for Dania Beach Hotel Project: Consisting of 6 stories, 79 hotel rooms and ground floor café located at: 380 S. Federal Highway, Dania Beach, FL (“Development Site”) Dear Neighbor: Since our last meeting September 19, 2023, we have been working closely with the city of Dania Beach staff. With the feedback we received from the staff and from you, our neighbors, we have made positive adjustments based on all these factors. Therefore, we are inviting you to a third public participation meeting to present the new hotel project proposed for the Development Site. A location map of the Development Site is included with this notice. You are receiving this invitation because you own property within 1,000 feet of the subject Development Site. “More than one elected official may appear at the community meeting and should disclose their attendance at said meeting once the City Commission is to hear the quasi-judicial item.” Details for this meeting are provided below. IN PERSON Date: Tuesday, October 22, 2024 Time: 6:00 PM Place: Wyndham Gardens Hotel 129 N Federal Highway Dania Beach, FL 33004 If you cannot attend the meeting, but wish to learn more about the project, please feel free to contact us. We would be happy to schedule a separate meeting to inform you about the project. Sincerely, 380 Dania Plaza LLC . LOCATION MAP OF DEVELOPMENT SITE 380 S. Federal Highway Dania Beach, FL From:Batista, Viviana Claudia To:Norena, Eleanor; Lajoie, Corinne Subject:Dania Plaza Community Outreach Notes Date:Tuesday, October 22, 2024 7:17:02 PM Attachments:image728106.png image346762.png image601446.png image074152.png image750782.png image198444.png image265481.png image608982.png image969990.png 17 people attended from the community. Commissioner James was present. Slide show presented site location, architect explained the project size, parking, drop-off areas,and amenities. He addressed the privacy issue with the building to the north. Community had questions about loading areas, the height of the building, calling it "monstrosity". They had questions about setbacks and screening to the west. Commissioner James provided historical information to explain to the community this is anitem allowed "by right" because of the incentives. Architect explained the goal of the developer to accommodate the concerns from the community. Community is concerned about trucks loading and unloading goods on S. Federal Hwy insteadof using the interior loading zone. Residents concern about dedicated lane to access the garage. instead of the street parking dedicated for guest drop off area. They also had questions about future accommodations offuture remodeling to the building. Commissioner had questions about the extension of the drainage to accommodate neighboring properties. Architect could not answer the question. Civil engineer was not present to respond. Community had several questions about construction staging and material delivery. Concernsabout blocking 4th Street while construction takes place. Questions on routine maintenance are a high concern and how can they be minimized. Residents had a question about the focus of visitors, the hotel will provide a shuttle bus to theairport to alleviate traffic. Residents had serious concerns about flooding and run off water and waste waters. They don't think there is enough green area. Architect closed providing his contact information if future questions on the project arised. Two residents were in support of the project. Sent from my T-Mobile 5G Device Get Outlook for Android Claudia Viviana​​​​ Batista, Planning & Zoning Manager cbatista@daniabeachfl.gov| daniabeachfl.gov  100 W Dania Beach Blvd, Dania Beach, FL, 33004 Phone: 954.924.6800, x3654 R.I.S.E. ‑ RESPECT, INTEGRITY AND STANDARD OF EXCELLENCE Please note: Florida has a very broad public records law. Most written communications, including emails, to ​or from ​City officials regarding City business are public records and may be subject to public disclosure. City of Dania Beach Community Development Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Candido Sosa-Cruz, ICMA-CM, Deputy City Manager Eleanor Norena, CFM, Director Corinne Lajoie, AICP, Deputy Director SUBJECT: TX-053-24: The applicant, the City of Dania Beach, is requesting to create a new ordinance within the City’s Code of Ordinances, Land Development Code (LDC), adding Accessory Dwelling Unit regulations and design guidelines for their use (SECOND READING). Request: Amend the City’s Land Development Code to establish regulations for Accessory Dwelling Units (ADUs). Background: TThe increase in the cost of housing and consumer goods in recent years have created a need for more affordable housing options and other avenues of extra income for many Florida communities. Several surrounding municipalities have created accessory dwelling unit ordinances, citing family flexibility, affordable rent options, care for elderly relatives, and workforce housing, among other reasons, for enacting them. Allowing residents to construct ADUs within their single-family lot will offer more affordable housing options and provide our single-family homeowners with a source of additional income. The following surrounding municipalities have enacted ADU ordinances: • Hallandale Beach • Hollywood • Fort Lauderdale • Pompano Beach • Coral Springs • North Miami • Miramar • Tamarac While this amendment will allow ADU to be added to existing single-family properties, the density of the Zoning and underlying Future Land Use designations is not changing by way of this ordinance, rather, we are looking to what the Broward County Land Use Plan provides for: “POLICY 2.2.5 A studio housing unit or efficiency housing unit, no greater than 500 square feet in size may be counted by the local government as 0.5 dwelling units for residential density calculations.” For the purposes of Broward County’s Land Use Plan, the following is their adopted definition (please see Broward Land Use Plan Section 2: Definitions): “EFFICIENCY OR STUDIO DWELLING UNIT - means an apartment in which one room typically contains the kitchen, living, and sleeping quarters, with a separate bathroom. Efficiency or studio dwelling units no greater than 500 square feet in size may be counted by the local government as 0.5 dwelling units for residential density calculations.” Because of the size and definition of how the Accessory Dwelling Units are aligned – and such that the Accessory Dwelling Units provide for the above is not mutually exclusive (it can be an ADU and an efficiency), that the application of the ordinance here from a density standpoint isn’t one that changes the numbers in the future land use plan, but rather, instead of 1 unit, it is 0.5 units in calculation, as approvable under Broward County rules for local governments in its jurisdiction. Therefore, the density as approved in the land use isn’t modified. The underlying land still must have the capacity to add the ADU. For example, you have a 0.25-acre property, and a 0.4 acre property, both in a 4 du/acre area. Under the 1st property, you are allowed 1 dwelling unit (0.25x4 = 1). Under the second, you are allowed 1.6 dwelling units (0.4 x 4 = 1.6). Under the first property, you can only have the single dwelling unit, at 1. Under the second, you are allowed both a dwelling unit and an ADU, because of how its calculated) – 1 + 0.5). If Broward County Policy 2.2.5 did not exist, both would only be allowed 1 unit, no ADUs. This distinction for ADUs for affordable housing is an explicit effect of why Broward County adopted its regulations the way it did to allow local governments to do this specific form of density calculation. This proposal defines an ADU with the following characteristics: • Minimum floor area of 350SF • Maximum floor area not to exceed 50 % of the principal structure or 500SF, whichever is less. • Minimum of 1 parking space is required Staff found one thousand, three hundred, twenty-nine (1,329) parcels where these new regulations would allow an ADU to be constructed. This application requires two (2) readings at the City Commission. Planning and Zoning Board Action On February 19, 2025, the Planning and Zoning Board recommended approval of the text amendment adding Accessory Dwelling Unit regulations to the City’s Land Development Code. City Commission Previous Action On March 11, 2025, the City Commission approved this text amendment on first reading. Budgetary Impact Budgetary Impact None. Recommendation Staff is recommending the City Commission approve the ordinance establishing Accessory Dwelling Unit regulations on second and final reading. ORDINANCE NO. 2025-______ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, TO AMEND CHAPTER 28, OF THE “LAND DEVELOPMENT CODE”, OF THE CITY’S CODE OF ORDINANCES BY AMENDING ARTICLE 105, ENTITLED “USE REGULATIONS FOR RESIDENTIAL AND OPEN SPACE ZONING DISTRICTS”, AT SECTION 105- 160, ENTITLED “ACCESSORY BUILDINGS AND STRUCTURES”, CREATING SECTION 105-260, ENTITLED “ACCESSORY DWELLING UNITS”; AMENDING ARTICLE 725, ENTITLED “DEFINTIONS” AT SECTION 725-30, ENTITLED “TERMS DEFINED”; AMENDING ARTICLE 230, ENTITILED “SPECIAL FLOOR AREA, BUILDING DIMENSION AND BUILDING SIZE STANDARDS,” AT SECTION 230-50, ENTITLED “MAXIMUM ALLOWABLE FLOOR AREA FOR ACCESSORY BUILDINGS AND STRUCTURES IN THE E-1, RS-18000, RES-12000, RS-8000, NBHD- RES, RMH, AND RD-8000 DISTRICTS”; AND AMENDING SECTION 230-40, ENTITLED “MINIMUM FLOOR AREAS FOR DWELLINGS AND LODGING UNITS" IN ORDER TO DEFINE “ACCESSORY DWELLING UNITS”, AND TO CREATE REGULATIONS AND DESIGN GUIDELINES FOR ACCESSORY DWELLING UNITS; PROVIDING FOR CONFLICTS; SEVERABILITY; CODIFICATION; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, pursuant to Sec. 163. 31771, Fla. Stat., the Community Development Department proposes to enable additional affordable housing units by amending the City of Dania Beach Land Development Code (LDC) to allow for accessory dwelling units ( ADUs) on single family properties throughout the City, and to provide regulations to manage the use of the newly created ADUs; and WHEREAS, an ADU is an ancillary or secondary living unit that has a separate kitchen, bathroom, and sleeping area existing within the same structure, or on the same lot, as the principal dwelling unit; and WHEREAS, the proposed text amendment aims to offer extra rental income for single- family homeowners, while ensuring that ADUs are created in a way that maintains the character and integrity of single-family homes and neighborhoods through specific design and development requirements; and WHEREAS, ADUs contribute to meeting the affordable housing requirements outlined in the City’s Housing Element within the City’s Comprehensive Plan, and the text amendments align with the Comprehensive Plan by supporting its policies and objectives; and 2 ORDINANCE #2025-______ WHEREAS, the Planning and Zoning Board, sitting as the City’s Local Planning Agency, has reviewed this Ordinance, and has determined that it is consistent with the City’s Comprehensive Plan; and WHEREAS, the Community Development Department Staff recommends that the City Commission find the proposed amendment to adopt the Code for ADU to be in support of public interest. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1. That the preceding “Whereas” clauses are ratified and incorporated as a record of the legislative intent of this Ordinance. Section 2. That Article 105 “Use Regulations For Residential And Open Space Zoning Districts” of the City of Dania Beach Land Development Code is amended to read as follows: * * * CHAPTER 28 LAND DEVELOPMENT CODE * * * ARTICLE 105. USE REGULATIONS FOR RESIDENTIAL AND OPENSPACE ZONING DISTRICTS. * * * Sec. 105-260. – Accessory Dwelling Units. (A) Purpose and intent. It is the purpose and intent of this section to establish defined regulatory guidelines that promote the development of accessory dwelling units in a manner that does not change the character of our single-family neighborhoods and to support Section 163.31771 of the Florida Statutes to offer more affordable housing through the permitting of accessory dwelling units in single-family districts. (B) Definitions. For the purpose of this section, the following terms are defined: (1)Accessory Dwelling Unit (ADU) means an ancillary or secondary living unit that has a separate kitchen, bathroom, and sleeping area existing within the same structure or on the same lot as the principal dwelling unit on a single-family zoned lot. This shall not be considered a multi-family use. (2) Principal Dwelling Unit means the single-family home developed on the lot subject to all requirements of the zoning district to which it is located. 3 ORDINANCE #2025-______ (C)Districts Permitted. (1) Subject to all requirements of this section, accessory dwelling units are permitted on residential single-family lots within any zoning district where single-family residential use is permitted. (2) In areas designated residential multi-family, ADUs are only permitted on lots that contain a single-family dwelling. (3) In districts where single-family homes are no longer permitted, legally non-conforming single-family dwellings within those districts are permitted to construct an ADU consistent with the regulations set forth in this section. Except for the following: (a) ADUs are not permitted within the mixed-use CRA form-based districts. (b) Accessory dwelling units are not permitted in any industrial, commercial, residential office, or marine-zoned district. The following chart details the permissibility of accessory dwelling units within the residential single-family, multi-family, and neighborhood-zoned districts. Legend P -Permitted NP -Not Permitted C -Permitted upon the condition that it must be located on a single family lot Zoning District Permissibility NBHD-RES P NBHD-RES*P NBHD-MU NP RS-6000 P RS-8000 P RD-8000 C RS-12000 P RM NP RM-1 C RM-2 C RM-3 C RMH NP E-1 P PMUD NP 4 ORDINANCE #2025-______ PMUD-SL NP PRD-1 C (D)General Requirements. (1) Accessory dwelling units shall not be used as a short-term rental as defined and regulated in Chapter 16 of the City’s Code of Ordinances. (2) An ADU shall have an occupancy classification of "single-family residence" pursuant to the Florida Building Code, Residential, Eighth Edition, and at no time shall the occupancy of an ADU exceed the maximum occupant load for the property under the Florida Building Code. (3) Owners must ensure that when a family is renting an ADU, the structure meets minimum dwelling requirements for the size of the family projected to reside within, subject to Sec. 8-21. See additional regulations regarding rental id ADU in Section 105- 260 (F)(2). (4) No more than one ADU shall be permitted on a lot developed with a principal dwelling. The ADU may be a separate detached unit, an attached unit to the primary dwelling, or a repurposed existing space within the primary dwelling, including garage conversions. (5) An ADU over a garage or a similar structural form shall be permitted only when the principal dwelling on the lot has two stories. (6) Recreational vehicles, travel trailers, mobile houses, or similar structures are not permitted to be used as accessory dwelling units. (7) The design of the accessory dwelling unit shall be compatible and complementary and share an aesthetic likeness to the principal dwelling structure. (8) The ADU shall not be sold separately from the primary dwelling. nor shall the land ever be subdivided. (9) This section does not exempt property owners from complying with and obtaining Homeowner Association (HOA) or Community Management approval. (E) Design Guidelines. (1) Accessory dwelling units must comply with all requirements of the zoning district to which it is located but must adhere to these additional requirements: (a) Maximum Floor Area: The square footage of an accessory dwelling unit shall not exceed fifty percent (50%) of the square footage of the principal building or five 5 ORDINANCE #2025-______ hundred square feet (500 Sq Ft) and must be a minimum of three hundred and fifty square feet (350 Sq Ft). (b)Base Components: an accessory dwelling unit shall have, at a minimum, a fully functioning food preparation area, a sleeping area, one (1) bathroom, and a separate entrance from the outside. (c)Parking: At least one (1) off-street parking space shall be provided for the ADU in addition to the parking requirements set forth in Article 265 for the principal use. (d) Setbacks: ADUs will follow all setbacks set forth Sec. 215-90. (e) Height: The height of an ADU may not exceed the tallest point of the principal structure. (f)Utilities: An ADU may have separate electrical, gas, and other types of utility meters from the principal structure. (g)Address: An ADU may obtain a separate house or unit address from the principal structure. Any new address must be assigned by the City. (h)Impervious Standards and Landscaping: Must maintain impervious areas pursuant to Article 27, Section 27-227, Article 215 and Article 275 of this Code. (i) All ADUs must include a minimum of five (5) green design practices, as established in Sec. 206-80 of this Code. (F) Permit Required. (1) No ADU shall be constructed, or a portion of a primary dwelling renovated or repurposed to accommodate an ADU before an approved building permit for such work is issued. (2) In addition to these requirements, property owners must receive and maintain a Certificate of Use and an active Local Business Tax Receipt prior to renting an Accessory dwelling unit on their property. Section 3.That all ordinances or part of ordinances in conflict with the provisions of the Ordinance are repealed. Section 4.That it is the intention of the Mayor and City Commission of the City of Dania Beach, and it is hereby ordained that the provisions of this ordinance shall become and be made a part of the Code of the City of Dania Beach, Florida. The sections of this ordinance may 6 ORDINANCE #2025-______ be renumbered or re-lettered to accomplish such intention, and the word "ordinance" may be changed to "section," "article," or other appropriate word. Section 5.That this Ordinance shall be effective 10 days after passage on second reading. PASSED on first reading on March 11, 2025. PASSED AND ADOPTED on second reading on ___________________ 2025. First Reading: Motion by: Vice Mayor Salvino Second by: Commissioner Ryan Second Reading: Motion by: _________________________________ Second by: _________________________________ FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY City of Dania Beach Admin Services Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Eve A. Boutsis SUBJECT: Authorization to Execute a Purchase & Sale Agreement with Larry B. Brown, Owner of 400 S. Federal Highway Request: To authorize the proper City Officials to execute a purchase and sale agreement to purchase 400 S. Federal Hwy, Dania Beach, FL, from Larry B. Brown. Background: Born in Wisconsin in 1886, Martin C. Frost arrived in Dania in 1901 with his family. After completing public school, Frost opened his father’s general store and, for a brief period, worked in the lumber industry in his native state. Then, 1910, he returned to Florida to embark on a career in farming, specializing in the cultivation and marketing of tomatoes. He acquired property west of the Town of Modelo (the original name of Dania Beach), where he began draining and clearing land for a farm. In 1915, he formed a partnership with Miami businessman M.C. Hardee. Through their association, named Hardee & Frost, the pair developed the East March grove, a 200-acre tomato farm at Hallandale. Hardee had arrived in Dania Beach in 1905, but moved to Miami in 1919. At East March, the partners installed a pumped drainage system to remove excess water from the fields during the rainy season, an innovative feature in south Florida. The system saved several large crops from ruin, and eventually, the Hardee & Frost built packing houses in Dania and Hallandale to market their vegetables. In 1922, the company harvested five hundred crates of tomatoes per acre from its East Marsh fields, making Hardee & Frost the largest producer of tomatoes in the state. The company’s East Marsh variety of tomato became a standard in Florida’s truck crop industry. Martin Frost success as a farmer spilled over into local politics. He first won election as an alderman in November 1912. Two years later, he won the mayoral race, serving as mayor of Dania Beach between 1914 and 1917 and again, after a two-year hiatus, between 1919 and 1922. Nine years later, in 1931, the voters of Dania Beach returned him to the mayor’s office. When Frost’s father, A.C. Frost, left Florida in 1920, Martin inherited his position as a sales representative for the Model Land Company in Broward County. Martin also represented the Florida Atlantic Coast Canal and Transportation Company and served as a director of the Dania Bank. Frost also succeeded his father on the Board of Commissioners for Broward County, winning the election of the county commission seat in 1922. The following year, near the peak of this business and political careers, Martin Frost opened the Dania Heights subdivision and built the dwelling on South Federal Highway. He retired from farming and politics soon thereafter, excepting his brief return to the mayor’s office in 1931. He also ended his decade-long association with M.C. Hardee in 1923, though he continued to serve as a Director of the Dania Bank. Martin Frost died in 1965. Architectural Significance: The City of Dania Beach designated this structure as a historic property in 2000 by Ordinance Number 2000-038. The two-story, hollow tile dwelling stands in lots 1-3 and 64 25-26 of Dania Heights subdivision. The property measures 145 feet along Federal Highway and 250 feet deep along Southwest Fourth Street. A masonry privacy wall finished with textured stucco surrounds the property. Orb finials stand at the corners and entrance breaks in the wall. The dwelling displays typical influences of the Mediterranean Revival style. Its complex roof plan consists of flat and hip portions with shaped parapets, ceramic tile cresting, and pent roofs. The pent roofs are finished with carved wooden brackets and ceramic tiles. A brick chimney projects high above the roof system. The house displays arched vents and a gabled roof protected by ceramic tiles. Fenestration is irregular and asymmetrical with six and eight light casement windows admitting natural light into the interior. Many of the windows are protected by louvers. Textured stucco serves as the exterior wall surfacing and contrasts with pine and cypress detailing employed on the doors, windows and frieze. An L-Shaped veranda wraps along the front façade and north elevations. French doors open leading from the veranda into the interior tend to blur the distraction between outside and inside. The front, or east, façade displays a central block with asymmetrical projecting wings. The second story of the central block contains a series of nine-light casement windows set in arched surrounds, divided by lighted sconces and bracketed by statuary niches. A paneled frieze highlights the eve line of the hip roof. The northernmost projecting wing has a balconet with a curved wrought- iron baluster. Both projecting wings have pent roofs. The pent roof on the northern wing interrupts the parapet; the roof on the southern wing is tightly held to the casement windows. Ceramic tiles finish the corners of each wing. Arched openings along the front part of the veranda are filled with cypress frames and turned balusters. A small gable extension projects from the north elevation of the veranda. French doors with fifteen and twelve lights open from the veranda into the interior spaces. The south elevation had barrel tile cresting along the parapets and symmetrical fenestration. The west, or rear, elevation had a one-story extension with shaped and stepped parapets. Its asymmetrical fenestration includes a leaded art-glass window set in the second story. The interior had a double fireplace, high ceilings finished with hewn beams, and spacious rooms. A two-story garage apartment stands near the southwest corner of the property. It has a rectangular plan, and steps along the east elevation. A pair of garage doors opens along the north elevation. The flat roof upon the garage features stepped parapets finished with barrel tile cresting. Textured stucco serves as the exterior wall surfacing. The windows are protected by louvers. Budgetary Impact The purchase price is $2,740,000.00. The CFO is preparing a Financing Package. Recommendation Approval of the resolution and authorize the appropriate officials to execute a purchase and sale agreement. RESOLUTION NO. 2025-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF DANIA BEACH AND LAWRENCE BARRY BROWN, FOR THE PURCHASE OF THE PARCEL KNOWN AS THE “M.C. FROST HOME”, LOCATED AT 400 SOUTH FEDERAL HIGHWAY, DANIA BEACH, FLORIDA; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Dania Beach is interested in purchasing the property known as 400 South Federal Highway, Dania Beach, Florida, bearing the legal description identified in Exhibit A; and WHEREAS, the M.C. Frost Home was constructed in 1924 by one of the City’s pioneers, Martin Frost, and has a main residential building, with a detached two-story garage/apartment building; and WHEREAS, in 2000, by Ordinance No. 2000-038, the building was designated historic by the City of Dania Beach City Commission ; and WHEREAS, M.C. Frost was born in Wisconsin in 1886, Martin C. Frost arrived in Dania in 1901 with his family and became a tomato farmer, for which Dania Beach the Tomato capital, and he was the owner of Dania Bank; and WHEREAS, the City obtained two appraisals, one by Harry S. Newstreet, with an appraisal amount of $2,710,000.00, and a second appraisal by the Urban Group, with an appraisal amount of $2,770,000.00; and WHEREAS, pursuant to Florida Statute Section 166.045, the City provided 30 day prior notice of the City’s intent to purchase the property; and WHEREAS, the City proposes to finance the purchase of the parcel; and WHEREAS, the City desires to purchase the parcel, after completing due diligence on the property. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. 2 RESOLUTION #2025-______ Section 2.That the proper City officials are authorized to execute the attached purchase and sale agreement with Lawrence Barry Brown, for 400 South Federal Highway, Dania Beach, Florida. Section 3.That the City Manager and City Attorney are authorized to make minor revisions to the Agreement which are deemed necessary and proper and in the best interest of the City. Section 4. That funding for this cost will be appropriated from General Fund Unassigned Fund Balance (001-00-00-389-90-01) to General Fund – General Government Professional Services (001-18-00-519-61-10)) in the amount not to exceed Two Million Seven Hundred Forty Thousand dollars ($2,740,000.00). The City intends to issue tax-exempt financing totaling Three Million One Hundred Thousand $3,100,000. A portion of the proceeds will be designated to reimburse the General Fund for the acquisition of the property, as well as for any expenditures incurred before the issuance of the tax-exempt bonds or notes. Furthermore, the remaining funds will be utilized to restore the property to an operationally viable condition. Section 5.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 6.That this Resolution shall be effective immediately after passage. PASSED AND ADOPTED on , 2025. Motion by __________________________, second by ___________________________. Motion by __________________________, second by ___________________________. FINAL VOTE ON ADOPTION: Unanimous ____ (4/5 vote required) Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ 3 RESOLUTION #2025-______ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY 4 RESOLUTION #2025-______ EXHIBIT “A” LEGAL DESCRIPTION DANIA HEIGHTS 3-22 B LOT 1 LESS ST RD,2 LESS ST RD, 3 LESS ST RD BLK 2 and DANIA HEIGHTS 3-22 B LOT 25,26 BLK 2 Folio Numbers: 5142-03-04-0080, 5142-03-04-0220 March 13, 2025 Mr. Lawrence Barry Brown 905 Exeter Crest Villanova, Pennsylvania 19085 Re: City of Dania Beach (“Purchaser”) Proposed Purchase from Lawrence Barry Brown (“Seller”) The “Property”: 400 S. Federal Highway (2 lots) City of Dania Beach, Broward County, Florida. Folio Numbers: 5142-03-04-0080, 5142-03-04-0220 Legal Descriptions: DANIA HEIGHTS 3-22 B LOT 1 LESS ST RD,2 LESS ST RD, 3 LESS ST RD BLK 2 and DANIA HEIGHTS 3-22 B LOT 25,26 BLK 2 Zoning: City Center – (CC) Dear Mr. Brown: The City of Dania Beach understands your counteroffer of $2,740,000.00 (Two Million Seven Hundred Forty Thousand), and has prepared this letter of intent, under the following conditions: that you sign our proposed purchase offer of $2,740,000.00 (acknowledging a purchase price of $2,740,000.00)), and that the City then obtain the approval of the Mayor and City Commission, no later than April 30, 2025, and the mutual execution and delivery of an acceptable contract of purchase and sale (the “Contract”), this letter of intent sets forth generally the terms and conditions upon which the Purchaser proposes to purchase the Property from Seller and Seller proposes to sell the Property to Purchaser, which are as follows (Proposed counter): 1. The Purchaser and The Seller: The Purchaser will be City of Dania Beach. The Seller will be Lawrence Barry Brown. 2. The “Property”: The Property is uninhabited land located in the City of Dania Beach in Broward County at 400 S. Federal Highway, Dania Beach, Florida. According to the Broward County Property Appraiser, the subject property contains a total land area of square feet 36,763 (+/-0.43 acres), more or less., with a 4,052 square foot historically designated structure on the parcel. 3. Purchase Price: The purchase price (“Purchase Price”) for the Property shall be $2,740,000.00 (two million seven hundred forty thousand dollars), which shall be subject to customary prorations and adjustments. The Purchase Price is predicated upon the City’s two appraisals on the property prepared by Harry C. Newstreet, MAI, of Bowery (appraisal dated August 24, 2024) and the Urban Group (appraisal dated December 9, 2024). It is conditioned based upon the Historic Designation, the condition of the site and the appraisals. 4. Terms: (a) Deposit: Upon the execution of the contract, Purchaser will deposit the initial sum of $50,000.00 (fifty thousand dollars) (the “Deposit”). The Initial Deposit shall be (i) held in a non-interest bearing escrow account held by the Purchaser’s attorney, Nabors Giblin & Nickerson, PA, (ii) paid to Seller and credited to Purchaser against the Purchase Price at Closing and (iii) returned to Purchaser in the event Purchaser terminates the Contract. (b) Cash to Close: The Purchaser shall pay to the Seller the sum of $2,690,000.00 (Two Million Six Hundred Ninety Thousand Dollars) at closing (the “Cash to Close”) plus the monies on deposit, subject to customary prorations and adjustments. All adjustments shall be made as of the closing date and will be further defined in the Contract. (c) Closing Costs: Seller shall pay the cost of transfer taxes (including surtax, if any) in connection with the transaction, and Purchaser shall pay the cost of the survey, title commitment, title policy and other related title costs, and recording the deed. Other closing expenses will be apportioned as mutually agreed. 5. Contract For Purchase And Sale: Upon the execution of this Letter of Intent and approval by the City Commission, the Purchaser will instruct its attorney to prepare an initial draft of the “As Is” Contract embodying the economic terms hereinabove set forth, and containing provisions generally contained in such contracts for the purchase of the lots, with the 4,052 sq. ft. concrete structure that is designated Historic, along with the associated parking lot property in Broward County, Florida, including but not limited to title representations and title warranties from the Seller (the “Contract”). Purchaser shall deliver a draft of the Contract within 45 days after approval by the City Commission. Purchaser and the Seller shall make a commercially reasonable best effort to finalize and execute the Contract within 25 days after the first draft is delivered. 6. Investigatory Period: Upon execution of the Contract, Purchaser shall be entitled to an investigatory period (the “Investigatory Period”) forty five (45) days. During Investigatory Period, the Purchaser shall have the right to conduct all inspections and investigations with respect to the Property as the Purchaser deems to be reasonable and prudent to satisfy itself with respect to the status of the Property. Additionally, the Purchaser will, at its own expense, conduct environmental, engineering and toxicological surveys. During the Investigatory Period, the Purchaser shall have the right to terminate the Contract and to obtain the return of its Deposit should the Purchaser be dissatisfied with the status of the Property for any reason whatsoever. The property is being sold in its “as is” condition. 7. Closing Date: The Contract shall provide that the Closing shall occur no later than thirty (30) days following the end of the Investigatory Period unless extended by mutual agreement of the parties. 8. Maintenance of the Property: Seller agrees that, from the date of the execution of the letter of intent through closing, the Property shall be maintained in accordance with present standards and past practices. 9. Brokers and Real Estate Commissions: The Contract shall provide that there are NO brokerage firms associated with the sale of the Property. The Contract shall also provide for the mutual indemnification of the parties with respect to brokerage commissions. If this letter satisfactorily sets forth your understanding of our present mutual intent with respect to the subject matter hereof, then please so indicate by executing a copy of this letter in the place provided below, and by returning such copy, so executed to us within five (5) business day(s) following your receipt hereof. In consideration of the undersigned’s entering into this Letter of Intent and incurring certain costs and expenses in negotiating the proposed transactions outlined herein, Seller agrees that so long as this Letter of Intent is in full force and effect, and for the period ending on the earlier of: (i) April 30, 2025, if the Mayor and City Commission do not approve the transaction; or (ii) until the Contract has been executed by both parties or rejected by either party, Seller will not offer the Property for sale to other than the Purchaser named herein, and will cease any current negotiations which may be in effect in reference to the sale of the property and will not enter into any new negotiations with any third parties. After execution of the Contract and payment of the initial deposit in the amount of $50,000.00 (fifty thousand dollars), the “no shop” clause shall continue until the Closing Date. This provision represents the only binding obligation on behalf of the Seller. It is understood and agreed that the purpose of this letter is to set forth the present mutual intent of the Purchaser and the Seller with respect to the subject matter hereof, and with the exception of the “no shop” clause, that neither the Purchaser nor the Seller shall be legally bound to the other, by the execution and delivery of this letter, it being the present mutual intent of both the Purchaser and the Seller, that this letter shall be non-binding and neither of the parties hereto shall be legally bound to the other until both parties shall have executed and mutually delivered a formal contract of purchase and sale containing terms, conditions, and provisions satisfactory to both the Purchaser and the Seller. Very truly yours, Ana M. Garcia, ICMA-CM City Manager City of Dania Beach The foregoing terms are hereby agreed to, accepted and approved by the Seller this _____ day of , 2025. SELLER: LAWRENCE BARRY BROWN By: Name: Title: EAB;la cc: Candido Sosa Cruz, ICMA, Deputy City Manager Yeimy Guzman, Chief Financial Officer Ana M. Garcia Digitally signed by Ana M. Garcia Date: 2025.03.14 08:10:01 -04'00' Lawrence B. Brown (Mar 17, 2025 01:09 EDT) Lawrence B. Brown March 17th Lawrence B. Brown 1 Purchaser Seller Parcel Id. No. 5142-03-04-0080 and 5142-03-04-0220 (Broward County) “AS IS” PURCHASE AND SALE AGREEMENT THIS PURCHASE AND SALE AGREEMENT is (“Agreement”) made this day of , 2025 between Lawrence Barry Brown, whose mailing address is 905 Exeter Crest, Villanova, PA 19085 (“Seller”) and the City of Dania Beach, a municipal corporation of the state of Florida, through its Board of City Commissioners (the "Commission") with an address at 100 W Dania Beach Blvd., Dania Beach, FL 33004 ("Purchaser" or “City”). For and in consideration of Ten and No/100ths Dollars ($10.00), the purchase price and the mutual covenants and conditions contained herein, and for other good and valuable considerations, the receipt and sufficiency of which are hereby acknowledged, the parties hereto agree as follows: 1. AGREEMENT TO SELL AND CONVEY. (A) Seller agrees to sell and convey to Purchaser, and Purchaser agrees to buy from Seller, subject to the terms and conditions hereinafter set forth, all of Seller's rights, title, and interest in and to the real property located in Broward County, Florida, described in Exhibit "A", together with all improvements, easements and appurtenances ("Property"), which may also be identified by Parcel Id. Numbers 5142-03-04-0080 and 5142-03-04-0220 as assigned by the Broward County Property Appraiser, in accordance with the provisions of this Agreement. Purchaser acknowledges that Seller is selling the Property “As Is” condition. (B) The Commission’s representative in all matters shall be the City Manager, Ana M. Garcia. (C) There shall be no deposit required with the execution of this Agreement by the City Manager. Upon the approval of this Agreement by the Commission in accordance with paragraph 2(A), the City shall pay a deposit in the amount of fifty thousand and no/100th Dollars ($50,000.00) within ten (10) days of such Commission’s approval, which shall be held in escrow in accordance with paragraph 14. All deposits shall be fully refundable in accordance with the terms of this Agreement. (D) Seller warrants to the best of Seller's knowledge that there are no private or governmental actions, suits, proceedings, or investigations pending against Seller or the Property which could have an adverse effect on the Property. 2. CONTINGENCIES. (A) The enforceability of this Agreement against the Purchaser is wholly contingent upon the approval of this Agreement by the Commission and execution by the 2 Purchaser Seller Mayor evidencing such approval after a properly noticed public meeting, as mandated by section 166.045, Florida Statutes. (B) Should the Commission fail to approve this Agreement, this Agreement shall be null and void. (C) All dates and timelines herein shall run from the date this Agreement is executed by the Mayor of the City Commission and Seller, whichever is later (the “Effective Date”). (D) As a condition precedent to Closing, Seller shall take all necessary, legal steps to relocate any existing tenants in possession of the Property and to terminate any written or unwritten leases, easements, or claims of the same on the Property so as to provide Purchaser with full, exclusive, open, peaceful, and undisputed possession and ownership of the Property at Closing. If the Seller is unable to satisfy this condition prior to the date established for Closing, as set forth in paragraph 7, Purchaser, at its sole option, may elect to terminate this Agreement, receive a refund of the Deposit, and neither party shall have any further obligations under this Agreement. Alternatively, the Purchaser and Seller may agree to an adjustment of the Closing date. 3. PURCHASE PRICE. (A) The purchase price for the Property is two million seven hundred forty thousand and no/100th Dollars ($ 2,740,000.00) for the Property (Purchase Price") which, after credit for any deposit, will be paid by the Purchaser to the Seller at closing. (B) Seller hereby authorizes Purchaser to issue a City check or deliver cash for the Purchase Price directly to the Escrow Agent who is authorized by law to receive such payment, and who is acceptable to Purchaser, and to require the Escrow Agent to pay Seller's expenses of sale and prorated real estate taxes. Kerry A. Parsons, Nabors, Giblin & Nickerson, P.A., 1500 Mahan Dr. Suite 200, shall serve as the Escrow Agent pursuant to this Agreement. 4. FEASIBILITY AND SUITABILITY ANALYSIS (INVESTIGATORY PERIOD). Within forty-five (45) days of the Effective Date of this Agreement, Purchaser, at its sole cost and expense, may conduct a feasibility and suitability analysis of the Property to determine, in Purchaser's sole discretion, whether the Property is suitable for City’s purposes (the “Investigatory Period”). If the Purchaser determines the Property is not suitable for its use, the Purchaser may terminate this Agreement, have any deposit returned, and neither party shall have any further obligations under this Agreement. Purchaser's feasibility and suitability analysis may include the following: (A) Environmental Site Assessment - Seller shall provide to Purchaser any previous, current, or pending court actions or regulatory actions, environmental audit information, if any, and other such information regarding any potential hazardous soil or water conditions on or around the Property that are in Seller's control. Purchaser may 3 Purchaser Seller conduct an environmental site assessment of the Property to determine the existence and extent, if any, of any Hazardous Materials on the Property. For purposes of this Agreement "Hazardous Materials" shall mean any hazardous or toxic substance, material or waste of any kind or any other substance which is regulated by any Environmental Law, with the exception of any “Exempt Materials” as defined in Section 4(A)1. below. In the event that the environmental audit provided for herein confirms the presence of Hazardous Materials on the Property, Purchaser, at its sole option, may elect to terminate this Agreement and neither party shall have any further obligations under this Agreement. Should Purchaser elect not to terminate this Agreement, Seller shall, at its sole cost and expense and prior to the closing, promptly commence and diligently pursue any assessment, clean up and monitoring of the Property necessary to bring the Property into full compliance with any and all applicable federal, state or local laws, statutes, ordinances, rules, regulations or other governmental restrictions regulating, relating to, or imposing liability or standards of conduct concerning Hazardous Materials ("Environmental Law"). However, should the estimated cost to Seller of clean-up of Hazardous Materials exceed a sum which is equal to 20% of the Final Purchase Price as stated in paragraph 3., Seller may elect to terminate this Agreement and neither party shall have any further obligations under this Agreement. In the event that Hazardous Materials placed on the Property prior to closing are discovered after closing, Seller shall remain obligated hereunder, with such obligation to survive the closing and delivery and recording of the deed described in paragraph 7. of this Agreement and Purchaser's possession of the Property, to diligently pursue and accomplish the clean-up of Hazardous Materials in a manner consistent with all applicable Environmental Laws at Seller's sole cost and expense. IN ACCORDANCE WITH THE REQUIREMENTS OF S. 404.056(5), FLORIDA STATUTES: RADON GAS: RADON IS A NATURALLY OCCURING RADIOACTIVE GAS THAT, WHEN IT HAS ACCUMULATED IN A BUILDING IN SUFFICIENT QUANTITITES, MAY PRESENT HEALTH RISKS TO PERSONS WHO ARE EXPOSED TO IT OVER TIME. LEVELS OF RADON THAT EXCEED FEDERAL AND STATE GUIDELINES HAVE BEEN FOUND IN BUILDINGS IN FLORIDA. ADDITIONAL INFORMATION REGARDING RADON AND RADON TESTING MAY BE OBTAINED FROM YOUR COUNTY HEALTH DEPARTMENT. (B) Survey - Purchaser may have the Property surveyed to the Florida Minimum Technical Standards for Land Surveys. Purchaser shall order the Survey. If the survey ("Survey"), certified by professional surveyor and mapper licensed by the State of Florida, shows any encroachment on the Property or that improvements intended to be located on the Property encroach on the land of others the same shall be treated as a title defect as provided in paragraph 6. below. If the Survey shows any material deviations in the represented acreage, size, or configuration of the Property or location of easements, Purchaser, at its sole option, may elect to terminate this Agreement and neither party shall have any further obligations under this Agreement. Alternatively, the Purchaser and Seller may agree to an adjustment of the Initial Purchase Price. 4 Purchaser Seller (C) Other Investigations - Purchaser may undertake such other tests, analyses, investigations, and inspections as deemed necessary by Purchaser to determine to Purchaser's satisfaction the Property's engineering, architectural, and environmental properties; zoning, zoning restrictions and land use; soil, grade, and other environmental features; availability of access to public roads, water, and other utilities; consistency with local, state, and regional growth management plans; availability of permits, approvals, and licenses, including any wetlands permits that may be required; and all other investigations or inspections that Purchaser deems necessary to determine the Property's suitability for the Purchaser's intended use. If the Purchaser, in its sole discretion, determines that the Property is unacceptable for the Purchaser's intended use, the Purchaser may elect to terminate this Agreement and neither party shall have any further obligations under this Agreement. (D) Purchaser shall promptly restore any portions of the Property affected by Purchaser's inspections and investigations to the condition that existed immediately prior to the inspections or investigations. 5. TITLE INSURANCE. Purchaser may obtain a marketable title insurance commitment through Nabors, Giblin & Nickerson, P.A., to be followed by an ALTA owner's marketable title insurance policy from a title insurance company approved by Purchaser, insuring marketable title to the Property in the amount of the purchase price. If Seller defaults under this Agreement, Seller shall reimburse Purchaser for all costs incurred in obtaining the title insurance commitment Purchaser's remedy for default under the provisions of this paragraph is cumulative to all other remedies available to Purchaser at law and in equity. 6. DEFECTS IN TITLE. If the title insurance commitment or Survey furnished pursuant to this Agreement discloses any title matters that are not acceptable to Purchaser, Seller may, within five (5) days after notice from Purchaser, remove said matters. Any violation of federal, state or local laws, including statutes, regulations, ordinances, codes, rules, judgments, orders, decrees, permits, concessions, grants, franchises, licenses, agreements and other governmental restrictions shall be considered a title defect. At Seller's option, Seller agrees to use diligent effort to correct the defects in title within the time provided therefor, including the bringing of necessary suits. Defects arising from liens against the Property shall be satisfied at closing from Seller's proceeds. If Seller is unsuccessful in removing the title defects within said time or if Seller elects not to pursue the curing of said title defects, Purchaser shall have the option to either: (a) accept the title as it then is with no reduction in the Purchase Price, or (b) terminate this Agreement, thereupon releasing Purchaser and Seller from all further obligations under this Agreement; provided, however, that Seller shall reimburse Purchaser for all actual costs associated with Purchaser's due diligence activities outlined in paragraph 4 and Purchaser's deposit shall be fully refunded to Purchaser. 7. CLOSING. 5 Purchaser Seller (A) The consummation of the transaction contemplated by this Agreement (the "Closing") shall take place at a location mutually agreed upon by the parties, on a date after Commission approval that is mutually agreeable to the parties (the "Closing Date"), but no later than thirty (30) days following the end of the Investigatory Period, unless a delay is mutually agreeable to the parties. The City Manager shall be authorized to agree to any adjustments of the Closing Date on behalf of the City. Possession of the Property shall be granted by Seller to Purchaser no later than the Closing Date. (B) It is the intent of the parties that Purchaser will be conveyed, at Closing, the following ownership rights: 1. Fee simple ownership of the Property. (C) At Closing the Seller shall execute the following for the conveyance of the Property: 1. Execute, acknowledge and deliver to Purchaser a General Warranty Deed in accordance with Section 689.02, Florida Statutes, conveying the Property, which deed shall be in statutory form for recording; 2. Execute and deliver to Purchaser a mechanic's lien and possession affidavit in sufficient form and substance so as to allow the Title Company to remove the mechanical lien exception and parties-in-possession exception from the Title Commitment; 3. Execute and deliver to the Title Company an affidavit that there have been no changes to the conditions of title from that shown in the Title Commitment in order for the Title Company to delete the "gap" exception; 4. Execute and deliver instruments satisfactory to Purchaser and the Title Company reflecting the proper power, good standing and authorization for the sale of the Property from Seller to Purchaser hereunder; 5. Execute and deliver to Purchaser and the Title Company a FIRPTA affidavit in form and substance acceptable to Purchaser and the Title Company; 6. Execute and deliver to Purchaser a closing statement setting forth the Purchase Price, deposit, adjustments, prorations and closing costs as set forth herein; 7. Produce, execute and deliver to Purchaser any documents necessary to clear any title defects; and (D) Contemporaneously with the performance by Seller of its obligations set forth above, at Closing, Purchaser shall do the following: 6 Purchaser Seller 1. Execute and deliver instruments satisfactory to Seller and the Title Company reflecting the proper power, good standing and authorization for the purchase of the Property from Seller by Purchaser hereunder; and 2. Pay to Seller the Purchase Price, after credit for any deposits; and 3. Execute and deliver to Seller a closing statement setting forth the Purchase Price, deposit, adjustments, prorations and closing costs as set forth herein; and 4. Execute and deliver such other documents as may be required by this Agreement. 8. PREPARATION OF CLOSING DOCUMENTS. Within thirty (30) days of the Effective Date of this Agreement, the Escrow/Closing Agent shall prepare the deed described in paragraph 7. of this Agreement. The Escrow/Closing Agent shall prepare Purchaser's and Seller's closing statements and the title, possession and lien affidavit certified to be executed by the Seller to Purchaser and title insurer in accordance with Section 627.7842, Florida Statutes. 9. CLOSING COSTS. (A) Seller shall pay the following costs and expenses in connection with the Closing: 1. Its attorney's fees; 2. All recording fees associated any affidavits or satisfactions necessary to cure title; 3. All documentary stamps and any intangible taxes in connection with the conveyance of the Property; 4. All costs needed to cure title and provide title evidence; 5. Any costs of operating or maintaining the Property which have been accrued prior to the Closing; and 6. All mailing costs associated with Closing. (B) Purchaser shall pay all other costs arising in connection with the Closing and this Agreement, including without limitation, the following: 1. All recording fees associated with the recording of the General Warranty Deed; 7 Purchaser Seller 2. Survey costs; 3. Its costs of document preparation and its attorney's fees; 4. The costs of the title commitment and insurance; and 5. Its costs associated with any financing. (C) The following items shall be prorated between Seller and Purchaser as of midnight of the day prior to Closing and shall be reflected on the Closing Statement 1. All real estate taxes and assessments which are or which may become a lien against the Property shall be satisfied of record by Seller at closing. If the Purchaser acquires fee title to the Property between January 1 and November 1, Seller shall, in accordance with Section 196.295, Florida Statutes, place in escrow with the Broward County Tax Collector’s Office an amount equal to the current taxes prorated to the date of transfer, based upon the current assessment and millage rates on the Property. In the event the Purchaser acquires fee title to the Property on or after November 1, Seller shall pay to the county tax collector an amount equal to the taxes that are determined to be legally due and payable by the Broward County Tax Collector. 2. Utility charges, if any, and any other operating or maintenance expenses associated with the operation and upkeep of the Property. 10. RISK OF LOSS AND CONDITION OF REAL PROPERTY. Seller assumes all risk of loss or damage to the Property prior to the date of closing and warrants that the Property shall be transferred and conveyed to Purchaser in the same or essentially the same condition as of the date of Seller's execution of this Agreement, ordinary wear and tear excepted, and Seller shall prevent and refrain from any use of the Property for any purpose or in any manner that would diminish its market or conservation value. Seller will maintain the landscaping and grounds in a comparable condition and will not engage in or permit any activity that would materially alter the Property. The Seller shall not transfer or encumber any interest in the Property prior to closing. If the condition of the Property is altered by an act of God or other natural force beyond the control of Seller, however, Purchaser may elect, at its sole option, to terminate this Agreement and neither party shall have any further obligations under this Agreement. Subject to anything disclosed by the Survey, Seller represents and warrants that there are no parties other than Seller in occupancy or possession of any part of the Property. Seller warrants that there are no facts known to Seller materially affecting the value of the Property that are not readily observable by Purchaser or that have not been disclosed to Purchaser. 11. RIGHT TO ENTER PROPERTY AND POSSESSION. Seller agrees that from the date this Agreement is executed by Seller, Purchaser and its agents, upon reasonable notice, shall have the right to enter the Property for all lawful purposes in connection with this Agreement. Seller shall deliver possession of the Property to Purchaser at closing. 8 Purchaser Seller 12. DEFAULT. (A) If Seller defaults under this Agreement, Purchaser may waive the default and proceed to closing, seek specific performance, or refuse to close and elect to receive the return of any deposit money paid, each without waiving any action for damages, or any other remedy permitted by law or in equity resulting from Seller's default. (B) In the event the Purchaser should fail to consummate the transaction contemplated herein for any reason except for (i) any permissible reasons set forth herein or (ii) Seller's default, Seller may demand the Escrow Agent to pay any deposit, such sum being agreed upon as liquidated damages for the failure of Purchaser to perform the duties, liabilities and obligations imposed upon it by the terms and provisions of this Agreement and because the difficulty, inconvenience and uncertainty of ascertaining actual damages, and no other damages, rights or remedies shall in any case be collectible, enforceable or available to Seller other than as provided in this paragraph. (C) Seller and Purchaser shall not be required to perform any obligation under this Agreement or be liable to each other for damages so long as the performance or nonperformance of the obligation is delayed, caused or prevented by an act of God of force majeure. An "act of God" or "force majeure" is defined as hurricanes, earthquakes, floods, fire, unusual transportation delays, wars, insurrections and any other cause not reasonably in the control of the claiming party and which by exercise of due diligence the non-performing party is unable in whole or in part to prevent or overcome. 13. BROKERS. Seller and Purchaser each warrants to each other that no persons, firms, corporations or other entities are entitled to a real estate commission or other fees as a result of this Agreement or subsequent closing, except as accurately disclosed below: Seller: None Purchaser: None Seller shall and Purchaser shall to the extent permitted by applicable law indemnify and hold harmless each other harmless from any and all such claims under this paragraph, whether disclosed or undisclosed. However, Seller and Purchaser agree that this provision shall not have the effect of waiving sovereign immunity or the provisions of section 768.28, Florida Statutes. 14. ESCROW AGENT AND ESCROW PROCEDURE. Escrow Agent, as specified in paragraph 1(C), by acceptance of the funds deposited by Purchaser hereunder, agrees to hold such funds and to disperse the same only in accordance with the terms and conditions of this Agreement. In the event of a termination of this Agreement or a default under this Agreement, the deposit (inclusive of the interest accrued thereon) shall be delivered or disbursed by Escrow Agent as provided in this Agreement. If either party shall declare the other party in default under this Agreement and such party makes 9 Purchaser Seller demand (the "Demand") upon Escrow Agent for possession of the deposit, said party must provide the other party with a copy of such Demand made upon Escrow Agent. Except with respect to Demands for the deposit made by Purchaser prior to or on the expiration of the investigation period provided in paragraph 4. (in which event Escrow Agent shall promptly deliver the deposit to Purchaser upon demand), Escrow Agent shall not disburse the deposit in accordance with the Demand until the demanding party delivers to Escrow Agent evidence (e.g., returned receipt from U.S. Postal Service) of the other party's receipt of the Demand and Escrow Agent has not received written objection to such demand within the five (5) business days following said party's receipt of the copy of such Demand. If any dispute or difference arises between Purchaser and Seller or if any conflicting demands shall be timely made upon Escrow Agent or if the Escrow Agent is in doubt as to its duties or liabilities under the provisions of this Agreement, it may, in its sole discretion, continue to hold such funds until the parties mutually agree to disbursement thereof, or until a judgment of a court of competent jurisdiction shall determine the rights of the parties hereto, or Escrow Agent may deposit such funds with the Clerk of the Circuit Court of Broward County, Florida, pursuant to interpleader procedure, whereupon after notifying all parties concerned with such action and paying all costs imposed by the Clerk as a result of such deposit, all liability on the part of Escrow Agent shall terminate except to the extent of accounting for any monies theretofore delivered out of escrow. 15. TIME. Time is of essence with respect to all dates or times set forth in this Agreement. Unless otherwise specified, the expiration of any period of time prescribed in this Agreement shall occur at 5:00 p.m. of the last day of the period. Should any period of time specified herein end on a Saturday, Sunday, or legal holiday recognized in Crawfordville, Florida, the period of time shall automatically be extended to 5:00 p.m. of the next full business day. All time periods referencing number of days shall be calendar days, unless otherwise specified. 16. SEVERABILITY. If any of the provisions of this Agreement are deemed to be unenforceable and the unenforceability of said provisions does not adversely affect the purpose and intent of this Agreement, in Purchaser's sole discretion, the enforceability of the remaining provisions of this Agreement shall not be affected. 17. SUCCESSORS IN INTEREST. This Agreement shall bind and inure to the benefit of Seller and Purchaser and their respective heirs, legal representatives, successors and assigns. Whenever used, the singular shall include the plural and one gender shall include all genders. 18. ENTIRE AGREEMENT. This Agreement contains the entire agreement between the parties pertaining to the subject matter contained in it and supersedes all prior and contemporaneous agreements, representations and understandings of the parties. No supplement, modification or amendment to this Agreement shall be binding unless executed in writing by the parties. Notwithstanding the foregoing, the parties acknowledge that the legal description contained in Exhibit "A" was prepared based upon historic chain of title information, without the benefit of a current survey of the Property. The parties 10 Purchaser Seller agree that if, in the opinion of Purchaser, it becomes necessary to amend the legal description of the Property to correct errors, to more properly describe the Property, to cut out portions of the Property affected by title defects that cannot be timely removed by the Seller, or to otherwise revise the legal description of the Property, the legal description to be used in the Survey (if any) and in the closing instruments required by this Agreement shall be revised by or at the direction of Purchaser, and shall be subject to the final approval of Purchaser. Anything to the contrary hereinabove notwithstanding, such a revision of the legal description of the Property shall not require a written amendment to this Agreement. In such event, the Seller's execution and delivery of the closing instruments containing the revised legal description and the Purchaser's acceptance of said instruments and of the final Survey (if any) containing the revised legal description shall constitute a full and complete ratification and acceptance of the revised legal description of the Property by the parties. 19. WAIVER. Failure of either party to insist upon strict performance of any covenant or condition of this Agreement, or to exercise any right herein contained, shall not be construed as a waiver or relinquishment for the future of any such covenant, condition or right; but the same shall remain in full force and effect. 20. AGREEMENT EFFECTIVE. This Agreement or any modification, amendment or alteration thereto, shall not be effective or binding upon any of the parties hereto until it has been executed by all of the parties after approval by the Dania Beach City Commission. 21. ADDENDUM. Any addendum attached hereto that is signed by the parties shall be deemed a part of this Agreement. 22. NOTICE. Whenever either party desires or is required to give notice unto the other, it must be given by written notice, and either delivered personally, transmitted via facsimile transmission, mailed postage prepaid, or sent by overnight courier to the appropriate address indicated on the first page of this Agreement, or such other address or electronic mail address as may be designated in writing by a party to this Agreement. 23. SURVIVAL. The covenants, warranties, representations, indemnities and undertakings of Seller set forth in this Agreement shall survive the closing, the delivery and recording of the deed described in paragraph 7. of this Agreement and Purchaser's possession of the Property. 24. APPLICABLE LAW. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. The parties hereto consent to jurisdiction and venue in Broward County, Florida, and agree that such jurisdiction and venue shall be sole and exclusive for any and all actions or disputes related to this Agreement or any related instruments. 11 Purchaser Seller 25. COUNTERPARTS. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. 26. INTERPRETATION. Whenever the context hereof shall so require, the singular shall include the plural, the male gender shall include the female gender and neuter and vice versa. This Agreement and any related instruments shall not be construed more strictly against one party than against the other by virtue of the fact that initial drafts were made and prepared by counsel for one of the parties, it being recognized that this Agreement and any related instruments are the product of extensive negotiations between the parties hereto and that both parties hereto have contributed substantially and materially to the final preparation of this Agreement and all related instruments. 27. AUTHORITY OF PARTIES. Seller and Purchaser represent to each other that each has full power and authority to enter into and perform this Agreement, all related instruments and the documentation contemplated hereby and thereby in accordance with their respective terms and that delivery and performance of this Agreement, all related instruments and the documentation contemplated hereby and thereby has been duly authorized by all necessary action. 28. ATTORNEY'S FEES AND COSTS. In the event of any litigation between the parties arising out of this Agreement or the collection of any funds due Purchaser or Seller pursuant to this Agreement, the prevailing party shall be entitled to recover from the nonprevailing party all costs incurred, including without limitation reasonable attorneys' and paralegals' fees and costs, whether such fees and costs are incurred at trial, on appeal or in any bankruptcy proceedings. THIS AGREEMENT IS INITIALLY TRANSMITTED TO THE SELLER AS AN OFFER. IF THIS AGREEMENT IS NOT EXECUTED BY THE SELLER ON OR BEFORE ________________________, 2025, THIS OFFER WILL BE VOID UNLESS THE PURCHASER, AT ITS SOLE OPTION, ELECTS TO EXTEND THIS OFFER. THIS IS INTENDED TO BE A LEGALLY BINDING AGREEMENT ON SELLER UPON SELLER'S EXECUTION OF THE AGREEMENT. IF NOT FULLY UNDERSTOOD, SEEK THE ADVICE OF AN ATTORNEY PRIOR TO SIGNING. [THE REMAINDER OF THIS PAGE INTENTIONALLY BLANK.] 12 Purchaser Seller SELLER: Lawrence Barry Brown Witness as to Seller Date signed by Seller Printed Name Witness as to Seller Printed Name STATE OF ) ) COUNTY OF ) SWORN TO and subscribed before me ___ in person or ____ by electronic notarization, this day of , 2025, by Lawrence Barry Brown. Such person(s) (Notary Public must check applicable box) [ ] is/are personally known to me. [ ] produced a current drivers license(s). [ ] produced as identification. (NOTARY PUBLIC SEAL) Notary Public (Printed, Typed or Stamped Name of Notary Public) Commission No.: My Commission Expires: 13 Purchaser Seller PURCHASER: CITY OF DANIA BEACH, FLORIDA By: Witness as to Purchaser Ana M. Garcia, City Manager Printed Name Witness as to Purchaser Printed Name APPROVED AT PUBLIC HEARING: CITY OF DANIA BEACH, FLORIDA By: Joyce L. Davis, Mayor ATTEST: Elora Riera, City Clerk APPROVED AS TO FORM: Eve A. Boutis, City Attorney Date Executed: 14 Purchaser Seller EXHIBIT A – LEGAL DESCRIPTION Lots 1, 2 and 3, less the Easterly 8 feet thereof for roadway, and Lots 25 and 26, Block 2, of DANIA HEIGHTS, according to the Plat thereof, as recorded in Plat Book 3, Page 22, of the Public Records of Broward County, Florida. Parcel Ids: 5142-03-04-0080 and 5142-03-04-0220 With a street address of: 400 S. Federal Highway, Dania Beach, FL 33004 (Broward County) Commented [KP1]: This is parcel id 5142-03-04-0080 Commented [KP2]: This is parcel id 5142-03-04-0220 City of Dania Beach Commission Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Eve Boutsis, City Attorney VIA: Commissioner Lori Lewellen SUBJECT: Resolution Regarding Funding Policy for Budgeted Events Request: To create a funding policy and procedure for certain special events or contributions to local entities from the general fund budget and not discretionary accounts. Background: As stewards of public funds, the City recognizes that the community deserves to know that sponsorship funds are going to recipients with the capacity and integrity to provide quality community services, programs and events. Members of the City Commission are authorized to expend funds to meet local needs and fill gaps in City services. This policy only applies to funding or in-kind services allocated by the Mayor and Commission to be expended by the Mayor and Commission in fiscal years when sponsorship funding is explicitly adopted in the annual operating budget. Key Points: Cap of $200,000 for all third-party events and organizations. Demonstrated public purpose for Dania Beach residents No debt to the City Event must be in the City Current nonprofit Matching funds Not to service payroll, or internal operations of the entity Not for politics Not to pay debts Not for closed groups Not for alcohol or travel (means, lodging, entertainment) Provide documents on non-profit and most recent tax return No other city funding. Process involves vetting and final sign off by the City Commission, back up documentation on expenditures within 30 days after the event, invoices, and summary of expenditures. Failure to comply would result in a 10 year ineligibility for funding. Budgetary Impact No budgetary impact anticipated. Recommendation That the City Commission approve the resolution. RESOLUTION NO. 2025-___ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, CREATING THE CITY COMMISSION A SPENDING POLICY AND PROCEDURE FOR BUDGETED EVENTS OUTSIDE OF COMMUNITY GRANTS OR DISCRETIONARY FUNDS POLICIES; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission seeks to create a spending policy and procedure for budgeted events outside of community grant funding or discretionary grant funds; and WHEREAS, the policy would require application, matching funds, and accountability; and WHEREAS, the City Administration recommends amendment to the Policies to increase accountability and provide for placement on City Commission meeting agendas for approval prior to the obligation of funds for these community members or community events not funded by discretionary funds; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the foregoing “Whereas” clauses are ratified and confirmed to be true and correct and they are made a part of and are incorporated into this Resolution by this reference. Section 2.That pursuant to this Resolution, the City Commission adopts a Commission spending policy and procedure for budgeted events outside of community grants or discretionary funds, which policy and procedure is attached as Exhibit “A”, and is made a part of and incorporated into this Resolution by this reference. Section 3.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 4.That this Resolution shall be effective 10 days after passage. SIGNATURES ON THE FOLLOWING PAGE 2 RESOLUTION #2025- PASSED AND ADOPTED on __________________, 2025. Motion by __________________________, second by ___________________________. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Lori Lewellen ____ ____ Commissioner Luis Rimoli ____ ____ Commissioner Archibald J. Ryan IV ____ ____ Vice Mayor Marco Salvino ____ ____ Mayor Joyce L. Davis ____ ____ ATTEST: ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY 3 RESOLUTION #2025- EXHIBIT “A’ CITY OF DANIA BEACH COMMISSION SPENDING POLICY AND PROCEDURES Introduction As stewards of public funds, the City recognizes that the community deserves to know that sponsorship funds are going to recipients with the capacity and integrity to provide quality community services, programs and events. Members of the City Commission are authorized to expend funds to meet local needs and fill gaps in City services. Policy This policy only applies to funding or in-kind services allocated by the Mayor and Commission to be expended by the Mayor and Commission in fiscal years when sponsorship funding is explicitly adopted in the annual operating budget. This policy shall apply when City Commission members act in their official capacity as members of the Commission or proposed for the annual budget of the City. Cap A recommended cap of funding for this spending policy for all uses is a total of $200,000. Purpose The City hereby expressly acknowledges its responsibility to wisely administer limited public resources and to expend them only when there is a substantial benefit to the City and its residents. To conserve City resources and keep expenses within community standards for public officials, expenditures shall adhere to the rules and guidelines set forth in this policy. Allocated funds are only for a public purpose and may not support political activities (including but not limited to lobbying, campaigns or endorsements) and/or private interests. Demonstrating Public Purpose All public funds, no matter how awarded, must be used for a public purpose. In general, a public purpose is defined as an activity or service that promotes the public health, safety, morals, general welfare, security, prosperity, and contentment of all the inhabitants or residents of Dania Beach and is open and accessible to all public members regardless of race, creed, gender, sexual orientation, religious affiliation, etc., without restriction. It is imperative for the entity requesting funding to demonstrate the benefit that funded programs or services will have on the Dania Beach Community. 4 RESOLUTION #2025- Where it is appropriate for the City to allocate public funds are as follows:  When an entity provides a service that complements or enhances a service that the City also provides;  When there is an identifiable secondary or indirect benefit to City residents; and,  When the entity provides a service to augment/complement City events, services or programs, or events associated with the city, or using City facilities or roads. Eligibility Standards Eligibility: To be eligible for funding, the requestor:  Must be located within the City of Dania Beach or provide community, environmental, or social services to the Dania Beach community or support a city initiative.  Must directly provide the Dania Beach community service(s) for which the City funds are sought;  Must have no outstanding debt due to the City.  Must not be financially dependent upon receiving City support to meet the budget and operational requirements of the organization (i.e.: paying taxes, payroll, rent).  Is a recognized entity in good standing by the Florida Secretary of State, Secretary of State, and the Federal Internal Revenue Service, if applicable  Must have a current Dania Beach Business License, if applicable. • Must have matching funds. Ineligibility: City funds may not be used for any of the following activities unless expressly authorized by the Commission:  Individuals;  For Services which are primarily commercial, religious or political in nature;  Closed membership groups – those to which membership is restricted or subject to eligibility based upon prohibited factors – may generally not receive funding. Groups that serve a particular population – for example, youth aged 12 to 16 in a particular community – are not considered a closed membership group, as long as the program is open and accessible to all youth within that age bracket in the community.  Using funds to challenge City activities, plans, or actions; or 5 RESOLUTION #2025-  The payment of outstanding debts  The purchase of alcoholic beverages.  Travel, meals, lodging, or entertainment expenses. • Funding scholarships or grants for non-Dania Beach residents. The application and contact shall require, before distribution of gran or scholarship funds that recipient be a resident of Dania Beach at least 12 months prior to applying for the scholarship or grant).  Permanent improvements to any non-City owned structure or property so that it becomes an integral part of the real property, and its removal would do harm to the building or land, including those improvements that are bolted, nailed, screwed, or wired into the wall, ceiling, or floor. Procedures A. Councilmembers or city staff shall complete and submits applications by June 1 of each fiscal year to allow staff sufficient time to evaluate the applications. Each application shall include the entity, event, program or service and detail, purpose, partner associations or organizations, sponsors, municipal purpose, benefit to the public and comply with all applicable terms and conditions contained therein, including the requirement that outside vendors shall be required to meet the City’s minimum insurance requirements. B. Required Attachments: • Current organization operating budget reflecting sources and amounts of income and expenditures for the organization as a whole, not just the program outlined in the application. • IRS determination letter indicating the organization’s 501(c)(3) charitable status (if applicable) • Certificate of Good Standing from the Secretary of State’s Office. • Current list of board of directors • Most recent tax return. • City of Dania Beach business license. C. Staff will review the application to determine whether the application satisfies a public purpose and should be considered for funding. Staff will only bring forward applications that meet the minimum requirements stated in the policy. D. The City shall create a written contract to be executed by the organization, ensuring that they agree to comply with the City’s terms and conditions of this policy. 6 RESOLUTION #2025- E. Any budgeted amounts established by the City Commission shall adhere to following guidelines: 1) The funds should not be considered in addition to any grant funds allocated through the grant program or discretionary funds. Organizations cannot apply for grant or discretionary funds and have the additional amounts per budget. 2) The funds must not exceed the allocated amount specified in the budget, there cannot be any overages approved or requested of the City. If requested, a 4/5 vote of the City Commission would be required for overage requests. Vetting of Application All organizations must demonstrate eligibility and integrity in order to receive sponsorship funding. The city’s vetting process includes, but is not limited to the following:  Not-For-Profit Business Records Searches.  News article searches.  Potential conflicts of interest.  Tax Warrant database searches.  Not-for-profit entity status.  Compliance with State Charity registration requirements or certification that the organization is exempt from the registration requirements.  Active Federal Employer Identification Number (EIN) from the IRS.  Current IRS tax exempt status.  Past evaluations of contract performance; and Review of organizations’ use and public purpose of funds. A. If staff cannot determine after the initial review whether the application satisfies the eligibility requirements enumerated in this policy, program staff should consult with the City Manager. B. A report summarizing the eligible applications will be submitted by staff to the City Manager for review and placement on a City Commission meeting agenda for final action/approval. 7 RESOLUTION #2025- Post Funding Requirements Each awarded entity shall submit a reasonably detailed report, with receipts and proof of expenditures of the funds and proper backup documentation to substantiate those funds were expended appropriately. The report shall be submitted within 30 days of the end of the project or by September 30 of the fiscal year in which funds were awarded. Mandatory documentation is as follows:  Invoices/receipts documenting the expenditure of funds; and  A summary that explains all expenditures, including how they specifically benefited Dania Beach residents, may include pictures or other documents illustrating the use of the funds. If funds are not expended in accordance with the City’s Request and Approval Process, the awardee will be required to refund the award. The City reserves the right to request additional backup information to substantiate how funds received from the City were expended. Failure to spend the funds within the approved fiscal year, to provide proper documentation, and/or to utilize the funds for the intended purpose may jeopardize future funding opportunities. Failure to Comply with Policy, Procedure or Required Documents Failure to comply with the City’s policy, procedures and any required documents (relating to expenditures, applications, eligibility, etc.) shall result in the applicant’s loss of funding eligibility for 10 years. The City may also seek reimbursement of distributed funds. EFFECTIVE DATE This policy shall become effective upon adoption by the City Commission. City of Dania Beach City Clerk Memorandum DATE: 4/22/2025 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Elora Riera, MMC, City Clerk SUBJECT: Follow-Up Discussion Regarding the Broward County Aviation Department's Airport Noise Abatement Committee Request: Seeking guidance from the City Commission on the possible appointments to the Broward County Aviation Department's Airport Noise Abatement Committee Background: Based on our discussions during the March 31st Commission meeting, I reached out to Winston Cannicle from the Broward County Aviation Department to receive answers to the questions you had. Attached is the map of the site locations and addresses of the noise monitor locations. The sites assigned to Dania Beach are numbers 2, 3, 4, and 5. The addresses are also below: Site 2 - 4548 SW 37th Ave, Dania Beach, FL 33312 Site 3 - 4609 SW 28th Ave, Dania Beach, FL 33312 Site 4 - 805-B NW 13th Ave, Dania Bch, FL 33004 Site 5 - 325 NE 3rd Ave, Dania Beach, FL 33004 Below are the questions and answers Mr. Cannicle provided: Question: Do we need to appoint 4 representatives to the committee? Can it be less or just 1 representative? Answer: 4 representatives are needed, 1 representative for each of the 4 noise monitor locations Question: As for the noise sites 2, 3, 4, and 5 can you please provide some explanation on what those sites are and where they are located? Answer: These are noise monitoring sites that located in Dania Beach, attached is a map showing locations each of the noise site, along with the addresses for each location. Also attached is the ANAC Chater Summary listing the names of the current representatives for each of the sites in Dania Beach (#2, #3, #4, #5). As noted before, we have not heard from these representatives and as a result, have reached out to the City to see if they would want to appoint new representatives or provide updated information for these representatives. As for the representatives, their charter states the following: - Eleven (11) representatives of affected residential neighborhoods in the FLL environs The community representatives will come from neighborhoods generally covered by the permanent noise monitor locations. The Noise Information Officer will notify ANAC if a vacancy exists in any category. The ANAC members will assist in recruiting new members. If Commissioner Lewellen still wishes to volunteer as a representative (site #3), we will need three (3) more representatives to serve. We have reached out to the prior members of the Airport Advisory Board and are awaiting responses. As of April 15th, we have only heard back from one prior board member who is interested, however, she is not within the boundary of any of the sites. Mr. Cannicle stated that if we have trouble finding representatives to serve, she may serve. Budgetary Impact None Recommendation Seeking guidance from the City Commission on the possible appointments to the Broward County Aviation Department's Airport Noise Abatement Committee. !( !( !( !(!(!(!(!(!( !(!(!( !( Source: Esri, DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AeroGRID, IGN, and the GIS User Community ¹FORT LAUDERDALE - HOLLYWOOD INTERNATIONAL AIRPORT (FLL)BROWARD COUNTY AVIATION DEPARTMENT PERMANENT REMOTE NOISE MONITORING TERMINALS 0 0.75 1.50.375 Miles 1 2 3 4 5 678 9 10 11 1213 !(Existing Noise Monitor Location# Permanent Noise Monitor (RMT) Addresses for FLL RMT# Address 1 3640 SW 55th Ave, Davie, FL 33314 2 4548 SW 37th Ave, Dania Beach, FL 33312 3 4609 SW 28th Ave, Dania Beach, FL 33312 4 805-B NW 13th Ave, Dania Bch, FL 33004 5 325 NE 3rd Ave, Dania Beach, FL 33004 6 1041 SW 32nd Ct, Ft Laud, FL 33315 7 1750 SW 32nd St, Ft Laud, FL 33315 8 3411 SW 27th St, Ft Laud, FL 33312 9 3900 SW 100th Ave, Davie, FL 33328 10 2343 SW 27th Ave, Ft. Laud, FL 33312 11 6503 N Ocean Dr., Hollywood FL 33019 (Von D. Mizell and Eula Johnson State Park) 12 6503 N Ocean Dr., Hollywood FL 33019 (Von D. Mizell and Eula Johnson State Park) 13 4300 SW 55th Ave, Davie, FL 33314 1 Broward County Aviation Department Airport Noise Abatement Committee (ANAC) Charter INTRODUCTION The Broward County Aviation Department (BCAD) is committed to minimizing current and potential noise-related effects of operations at Fort Lauderdale-Hollywood International Airport (FLL). In 1992, the BCAD established the Airport Noise Abatement Committee (ANAC) to serve as the primary mechanism for noise-related communications with and among all potentially affected and interested parties. This Charter defines the ANAC’s purpose, responsibilities, membership, and meeting structure. PURPOSE The ANAC provides community and aviation industry interests with a public forum to cooperatively monitor and review aircraft-noise-related issues affecting neighborhoods surrounding FLL, and to recommend actions for the Broward County Director of Aviation to take to maximize the effectiveness of the Noise Compatibility Program, as implemented. RESPONSIBILITIES The Committee has the following responsibilities:  Provide a forum for objective discussion of noise-related issues affecting neighborhoods surrounding FLL.  Monitor noise-related trends based on reports from the FLL monitoring system and other information sources.  Monitor implementation of noise abatement and land use mitigation elements of the FLL Noise Compatibility Program  Recommend appropriate steps to involve and inform the broadest possible range of community and aviation industry interests regarding FLL noise-related issues.  Maintain communications to and from the groups that committee members represent.  Make recommendations to the Broward County Director of Aviation regarding steps to take to enhance the effectiveness of FLL Noise Compatibility Program and otherwise minimize noise-related impacts.  Other actions that the members agree will support the ANAC’s defined purpose. 2 MEMBERSHIP The ANAC consists of 20 members:  Sixteen (16) voting members  Eleven (11) representatives of affected residential neighborhoods in the FLL environs  Five (5) aviation industry representatives (including operators, pilots, and users)  Three (3) ex-officio (non-voting), advisory members:  The BCAD Noise Information Officer  The Federal Aviation Administration (FAA) Tower Manager at FLL (or designee)  The BCAD’s on-call acoustical consultant  A neutral, third-party chairperson approved by a majority of all voting members. The community representatives will come from neighborhoods generally covered by the permanent noise monitor locations. The Noise Information Officer will notify ANAC if a vacancy exists in any category. The ANAC members will assist in recruiting new members. The ANAC may establish subcommittees should the need arise. MEETINGS The regular ANAC schedule will include quarterly meetings, on the second Monday of the month (March, June, September, and December). Meetings normally are held at the BCAD offices at FLL - Airport Commerce Park - Conference Room D, 4101 Ravenswood Road, Suite 404 at 6 p.m. The Chairperson may call special meetings, or revise the meeting dates, time, and location; the BCAD will publicize the dates, times, and locations of such special or revised meetings at least one week in advance, using the ANAC mailing list. The meetings will generally follow Robert’s Rules of Order. ANAC meetings may proceed with any number of members in attendance. However, in order for votes to be official, a quorum comprised of a minimum of four community and two aviation industry members (six total) must be in attendance. The BCAD will prepare summary (non-verbatim) minutes, and attendance lists for each meeting. The BCAD will distribute the draft minutes and attendance lists. The ANAC will approve the minutes from previous meetings at the next meeting with a quorum. The ANAC mailing list shall include Committee members, meeting attendees who provide addresses, and other parties who request that they be on the mailing list. ANAC meetings will be open to all interested parties. Each meeting will include an opportunity for public comments. 3 ANAC REPRESENTATIVES: ANAC Chairperson (Vacant) RMT#1: Ernie Siegrist RMT#2: Gary Luedtke Richard C. Pfenniger (alternate) RMT#3: Pat Wright Randy Wright (alternate) RMT#4: Micheline Peacock RMT#5: Rae Sandler AVIATION INDUSTRY: Southwest Airlines Delta Airlines Spirit Airlines Jet Blue Airways Fix Based Operators (FBOs) Updated Mar.2018 RMT#6: Tom Gongola Alan Scharf (alternate) RMT#7: (Vacant) RMT#8: Angelina Pluzhnyk Dick Cahoon (alternate) RMT#9: Duncan Bossle RMT#10: Debra Van Valkenburgh Richard Reasoner (alternate) RMT 11: Eric Ram Frank Derisi (alternate) EX-OFFICIO: Winston Cannicle (BCAD Noise Officer) FLL ATCT Manager (FAA) HMMH (on-call Noise Consultant)