Loading...
HomeMy WebLinkAbout36030 - AGENDAS - City Commission e �r. N: t J�, __ MINUTES DANIA CITY COMMISSION WORKSHOP MEETING MAY 16, 1995 Mayor Hyde called the meeting the order at 7:30 p.m. ROLL CALL: P Present: Mayor: Bill Hyde Vice Mayor: John Bertino x. Commissioners: Albert Jones M _ Robert Mikes City Manager: Robert Flatley City Attorney: Frank Adler Acting City Clerk: Marie Jabalee Absent: r:. ' . . Commissioner: Bobble Grace 4: s 1. City Manager Flatley explained that the Hollywood City Commission will be addressing whether or not to grant an operating permit for the Broward Recycling Center at Port 95 Commercial Park which is M located near the Alandco property. He expected the owners of the Alandco property to be opposing the center as the facility would dampen their opportunities for resale and stated that Mr. Adler and himself will be attending on behalf of the City. Commissioner Mikes commented on the problems and impact that the use will create for the area if the facility is built and his feelings that Hollywood would be bettor off to work something out with the existing Reuters Recycling Center instead of duplicating this type of facility. Commissioner Mikes stressed the need for the City to respond within the proper time frame and process the proper documents in order to proceed with an administrative challenge of any state permits. City Attorney Adler stated that a letter has been sent and that he also called the State requesting them to send the material necessary for Dania to participate in the administrative hearing process. Discussion followed on the need to contact Senator Jenne if the material has not been sent from the State by tomorrow. WORKSHOP MEETING 1 MAY 16, 1995 c` �SF.fl J ITEM 3 WAS HEARD AFTER ITEM 1 ITEM 2 WAS HEARD AFTER ITEM 4 2. City Manager Flatley advised that Harbour Towne Marina has requested an increase In the boat ramp fees to $10.00 instead of$2.00. He mentioned that sometime ago an individual challenged the legal right to increase boat ramp fees to non-residents and not to residents and that it was determined that since State funds were used to refurbish the ramps and for dredging and seawall work that the fees have to be increased equally so there is no discrimination. Commissioner Mikes stated that the intent of the Harbour Towne facility was for public park and community center use and that Dania also provided grant funding for the necessary dredging that has been done for the boat ramp area. Commissioner Mikes stated his disagreement with supporting anything that is _ going to restrict residents from using the recreation facility and that $5.00 is a sufficient increase. Commissioner Mikes included his displeasure that the City is not receiving revenues from the Vegas Express i Cruise boat that now docks at Harbour Towne. Gary Groenewold, General Manager for Habour Towne Marina, stated that the City receives the same 10% of gross on all rents at Harbour Towne in accordance with the lease and estimated that the amount received last year was around $153, 000. Marie Jabalee, Finance Director, corrected Mr. Groenewold that Harbour Towne pays the City $7,100.00 a month base rent and that Harbour Towne pays an additional amount to FDIC which has nothing to do with the City. Further comments were mentioned that Southeast Bank turned full responsibility over to FDIC who backed a second loan for Habour Towne. d+, Commissioner Jones agreed with Commissioner Mikes on the need to provide a break for the citizens to use the boat ramps and that the fee should be kept at a minimum. Mr. Groenewold mentioned that his company spent $42,000 to participate in the dredging of the canal with the City based on a commitment from the previous receiver and that it has ht been always b his s position to cooperate with the City. He clarified that grant money did cover repair of the launch ramps and but not the dredging as stated by Commissioner Mikes and that his rates are very low and out of date compared to what ' other launching facilities are charging. Mr. Groenewold provided a description of the 33 acres at Harbour Towne and Commissioner Mikes asked City Attorney Adler to review the lease to confirm the financial responsibilities from Westrec due to the confusion. After further discussion, the Commission and Gary Groenewold, Westrec, agreed on increasing the fee to $6.00. ITEM 5 WAS HEARD AFTER ITEM 2 # ITEM 3 WAS HEARD AFTER ITEM I 3. City Manager Flatley reported that Broward County would like to speak to Dania on the key issues relating to the Airport expansion and would like formal action from the Commission on further WORKSHOP MEETING 2 MAY 16, 1995 +tl • { 41 negotiations. The Commission agreed to have City Manager Flatley proceed with negotiations with the County without any formal action. 4. City Manager Flatley mentioned that Madsen, Sapp, Mena, Rodriguez & Company have conducted a very professional audit this past year and that staff is very satisfied with their performance. . Tom Evans, Madsen, Sapp, Mena, Rodriguez& Company, explained how much work and cost that is involved in the first year to obtain a foundation on the City's business in order to conduct an audit. He explained that 50% of the cost is involved in the first year and requested a 3 year extension of their audit contract that will save the City cost. U The Commission generally agreed that they prefer a one year extension with Madsen, Sapp, Mena, r Rodriguez& Company for the time being. ITEM 2 WAS HEARD AFTER ITEM 4 ITEM 5 WAS HEARD AFTER ITEM 2. 5. Will Allen, Growth Management Director, mentioned his desire to present additional information on the item to purchase office equipment for the new conference room and library area since the Commission continued it indefinitely on May 9. He pointed out that Police Capital funds have already been approved by the Commission and no General Funds will be used. Funds were allocated in the 93/94 Growth Management budget but never used. Mr. Allen explained that in order to purchase off another agency's bid, that bid must have been approved within the previous 12 months according to bid requirements in the Charter. He mentioned that Broward County's bid will expire June 21 and the Palm Beach County bid will automatically increase after June 1 so delaying the project will cost more money and will require additional procedures to be followed. Mr. Allen explained that the furniture that has been chosen is recycled furniture with recovered frames and that both bid proposals have some clauses in them about using small disadvantaged business participants. Lou Ann Cunningham mentioned that Broward County requires 5% SDBE participation in their bids and they advised her that there is a low response from SDBE furniture manufacturers. Mr. Allen advised that all light fixtures are being changed in the library area and that FPL has a program that will cost the City around $17,000 to change all City Hall lights. The City can receive a rebate of $5,800.00 on this program but the paper work has to be submitted by June 1. The new lights will return the amount expended in the first year of use due to energy savings. 6. City Manager Flatley explained that Bass Pro Shop is including Dania as one of the eight sites being considered for their corporate business and that it seems to be coming down to Dania or Palm Beach. He advised that the Broward County Commission adopted a Resolution in support of Bass Pro Shop coming to Broward County and that Dania has conducted ongoing meetings with them over the past few weeks. Mr. Flatley presented a conceptional plan that he would like to show Bass Pro to entice them to choose Dania and commented on the financial benefits that Palm Beach County has to offer. Mr. Flatley felt that Dania is closer to the population center and avid boaters and fishermen as well as the Latin American trade. The WORKSHOP MEETING 3 MAY 16, 1995 ,r location on Griffin Road is ideal for easy access to Interstate I-95 and 595. The other concern about the site involves a meeting with EPA and Bass Pro in obtaining a sign off letter confirming that the 5 million dollar cleanup was completed and signed off on since the site was the old Lindsay Lumber site. Mr. Flatley commented on the additional improvements that could be made to the Tri-rail system for possible ?: connection to the proposed people mover in the future and the widening of Griffin Road. Further comments related to Dania's lease with BCC for their boating needs at Tigertail Lake that might be coordinated with Bass Pro's environmental programs and the need to contact Congressman Shaw. 7. Marie Jabalee, Acting City Clerk/Finance Director,advised that $547,000 is the last payment due in accordance with the five year agreement with Broward County for fire prevention services. She explained that the payment was not included in last years budget and that staff has tried to negotiate a 2 year payoff plan with Broward County but they will only allow an extension to December 1995. Marie mentioned that the agreement with the County will have to be amended to show a time certain on the payment and that the City is now providing the fire protection services for the annexed area. 8. THIS ITEM WAS CONTINUED DUE TO COMMISSIONER GRACE BEING ABSENT 9. Commissioner Jones mentioned his recent attendance at a Water Workshop Seminar in Tallahassee that provided him with information from Angie Brewer, Angie Brewer&Associates, from Braton on MBE 'i (Minority Business Enterprise) and WBE (Women Business Entities) as well as information on how the City of Sarasota adopted policies on using minority business. Commissioner Jones felt that the City of Dania should provide a specific goal to encourage minority participation in its bids. P Mayor Hyde questioned whether the City wants to restrict itself to fulfilling a certain amount as was done by Sarasota and Commissioner Mikes suggested to continue the item until Commissioner Grace is present. p= Vice Mayor Bertino mentioned his concern that if a restriction is placed on receiving a certain number of SDBE and WBE in a bid and the bidder cannot meet that requirement and then they have to provide an i explanation as to why they can't meet the requirement that this may discourage bidders from wanting to deal with Dania. �..- THE MEETING WAS DISCONTINUED AT THIS TIME DUE TO A POWER FAILURE IN THE BUILDING. THE ITEMS NOT ADDRESSED WERE CONTINUED TO THE JUNE WORKSHOP MEETING. MAYOR-64MMISSIONER a, CITY CLERK•A DITOR WORKSHOP MEETING 4 MAY 16, 1995 1Y A 'v� AGENDA DANIA CITY COMMISSION WORKSHOP MEETING MAY 16, 1995 7:30 P.M. 1. Operating permit for Broward Recycling Center at Port 95 Commerce Park. (Staff) 2. Adjustment requested for Harbour Towne boat ramp fees. (Staff) 3. Status report on Airport negotiations. (Staff) 4. Madsen, Sapp, Mena, Rodriquez & Company request for extension of audit contract. (Staff) 5. Further information on the purchase of office equipment for the new conference room and library area. (Staff) 6. Bass Pro Shop discussion. (Staff)) 7. Fire Prevention Services. (Staff) k 8. DEDC future development plans. (Comm. Grace) 9. Minority Business Enterprises discussion. (Comm. Jones) l 10. Establishing a fine for littering on Dania Beach. (Comm. Mikes) 11. Charter Review Board and Budget Review Board suggested. (Mayor Hyde) 12. Education Committee. (Comm. Jones) ;~ 13. House numbers for front and rear of homes and businesses. (Vice-Mayor Bertino) 14. Appearance and Beautification Board. (Comm. Mikes) 15. Commission salaries. (Comm. Mikes) ha CY Y Y OF DANdA 100 W. DANIA BEACH BLVD. P.O. BOX 1708 Phone: 305 921-8700 DANIA, FL 33004 ��qe•�L�1?��' Fax: (305) 921-2604 May 11, 1995 Office of General Counsel Florida Department of Environmental Protection 2600 Blair Stone Road t! Tallahassee, FL 32399 < - RE: Operating Permit for Broward Recycling Center at Port 95 Commerce Park Gentlemen: ' The City Commission of the City of Dania, Florida, on behalf of thousands of its (¢ citizens, hereby formally requests that public hearings be held in the City of Dania to r hear objections to the approval of this facility at the proposed location which is situated a very short distance from a large residential area. If additional information is needed regarding this request, please let us know. Yours truly, Frank C. Adler City Attorney City of Dania CC: Mayor Bill Hyde City Commissioners Robert Flatley, City Manager FCA;lc v REM REGULAR MEETING AGENDA MAY 17 , 1995 O�'�O°d o 0 j 9 DIAMOND OF TEE GOLD COAST RA'T� CITY COMMISSION 1 =ry Mara Giulianti, Mayor Richard S. Blattner, Vice Mayor Cathleen A. Anderson, Commissioner Kenneth Gottlieb, Commissioner Eleanor Sobel, Commissioner SAMUEL A. FINZ JAMIE A. COLE PATRICIA A. CERNY CITY MANAGER CITY ATTORNEY CITY CLERK REGULAR MEETINGS ARE HELD ON THE FIRST AND THIRD WEDNESDAYS THE FIRST WEDNESDAY MEETING BEGINS AT 9:00 A.M. THE THIRD WEDNESDAY MEETING BEGINS AT 9:00 A.M. ROOM 219, GEN. JOSEPH W. WATSON CIRCLE, 2600 HOLLYWOOD BLVD., HOLLYWOOD, FLORIDA f- x 4 j r RULES OF PROCEDURE GOVERNING PUBLIC APPEARANCES BEFORE THE CITY COMMISSION r If a person wishes to address the City Commission, first obtain and complete an informational card from the City Clerk After being recognized, approach the podium,give your name and address, state whetheryou're a resident taxpayer of the City of Hollywood, state whether you're in favor of, or against the agenda Hem in question and then proceed to succinctly state your position or present your information. If an attorney, or any person, appears before the Commission in a representative capacity, t first obtain and complete an Informational card from the City Clerk. After being `4 recognized, approach the podium, give your name and address, Identify your client or clients, group or organization, state whether or not they are resident taxpayers of the City of Hollywood and then state whether they are in favor of, or against the agenda Item in question and proceed to succinctly state the client's, group or organization's position or present information on their behalf. CITIZENS COMMENTS - A period of 30 minutes shall be designated on the agenda for citizens to speak on items not scheduled on that day's agenda. Each speaker shall be given 3 minutes to speak. if more than 10 speakers register, those speakers who are ! unable to speak during the designated 30-minute period may speak at the end of the meeting, if all agenda Items have been completed prior to the 5 PM adjournment. The same n;les of procedure apply If additional time is available for citizens comments at the end of the meeting. A citizens time is not transferrable. (R-94-403), adopted 9/21/94) CITY COMMISSION BACKUP INFORMATION - For each agenda item backup may be reviewed in the City Clerk's office in Room 221. r CITY STAFF RESUMES - Resumes for all City staff who may testify on Planning and a•, Jtl Zoning Quasi-Judicial items are available for review in the City Clerk's Office and are automatically a part of the record for each such matter. CITIZENS REQUEST FOR SERVICE FORMS - If any citizen has a complaint they wish to register with the City or if they have a request for service, a form is available at the Information Desk in the Lobby which may be completed and submitted to the Office of Public Relations and Citizens' Assistance. LOBBYISTS REGISTRATION REQUIRED - Registration as a lobbyist in the City of Hollywood is required if any person, firm or corporation is being paid to lobby the Commission on any petition or issue, pursuant to Ordinance 0-92.27. Registration fortes are available in the City Clerk's Office, Room 221. AUXILIARY AIDS AND SERVICES - Any individual with a disability who requires a reasonable accommodation in order to participate in a City Commission Meeting may call the City Clerk at 921-3211 and place their request at least two working days prior to the meeting; three working days, if a braille agenda is requested. II hearing or speech impaired, please contact the Florida Relay Service by using the following number. 1-80D- 955-8770 (Voice)or the City 967-4357 (TDD). Y V. SAC City of Hollywood REGULAR CITY COMMISSION MEETING May 17, 1995 9:00 AM Public Hearings: NOTE: All time certain agenda items will not be considered by the Commission earlier than the time listed for the item, however, the item may be taken up at the time listed or later in the meeting. 1. Pledge of Allegiance 9:30 AM - Items - 8, 10, 12 2:00 PM - Item - 18 3:00 PM - Item - 19 2. Roll Call I AWARDS, PRESENTATIONS & PROCLAMATIONS " 3. R-95.200-Award Patrol Officer Lyle Bien, Police Officer of the Month, and 5 "S f : Community Service Officer, Lourdes Brennan, Employee of the Month, for April, 1995 4. Proclamation - National Public Works Week, May 21-27, 1995 L` 5. Proclamation - National Aquatic Week, May 27 - June 4, 1995 6. Presentation - By The Alamo Car Rental Agency to Officer Rick Eadie - Finalist for the Florida's Officer of the Year i ; 7. Presentation-Hollywood Pioneers-Mr.At Vessella, Mr. Henry Murawski, 4 Mr. James Orr, Mrs. Rosa Barwick, Mrs. Phyllis Spates, Mr. Olhol H. Souder Y,. ORDINANCES 9:30 AM 8. PO-95-32-Ordinance Second Reading -Amend Chapter 99 of the Code of Ordinances. Ordinance Proposes to AMEND CHAPTER 99 ENTITLED "MUNICIPAL BEACH", BY CREATING A NEW SUBSECTION (P) TO SECTION 99.03, "PROHIBITING THE USE OR POSSESSION OF FIREWORKS OR EXPLOSIVES ON THE CITY'S BEACHES UNLESS OTHERWISE AUTHORIZED OR PERMITTED". Recommendation: Chief of Police Recommends Approval. Recommendation: City Manager Recommends Approval 1 " May 17, 1995 A i \ I. 9. PO-95-33 - Ordinance First Reading - Amend Chapter 100 Entitled "Noise" of the Code of Ordinances. Ordinance Proposes to REPEAL CITY OF HOLLYWOOD CODE CHAPTER 100, ENTITLED "NOISE" IN ITS ENTIRETY AND CREATE A NEW CHAPTER 100 ENTITLED "NOISE"; PROVIDE DEFINITIONS; PROHIBIT UNREASONABLY LOUD OR DISTURBING NOISE; PROVIDE LIMITATIONS UPON SOUNDS MADE ON PUBLIC STREETS OR OTHER PUBLIC PROPERTY; PROVIDE FOR TEMPORARY PERMITS TO EXCEED NOISE LIMITATIONS; PROVIDE FOR EXEMPTIONS TO THE NOISE PROHIBITIONS; PROVIDE FOR ENFORCEMENT AND PENALTIES FOR VIOLATIONS INCLUDE ACTIONS FOR ABATEMENT OF NUISANCES BY THE CITY. Recommendation: Chief of Police Recommends Approval. Recommendation: Director of Development Administration Recommends Approval. Recommendation: City t, Manager Recommends Approval 9:30 AM 10. PO-95-19 - Ordinance Second Reading - Amend Chapter 100 Entitled "Noise" of the Code of Ordinances. Ordinance Proposes to AMEND CHAPTER 100 OF THE CODE OF ORDINANCES ENTITLED "NOISE" BY ADDING SECTION 100.07 ENTITLED "ENFORCEMENT RESPONSIBILITY"; AND AMEND SECTION 100.99 ENTITLED "PENALTY" TO ESTABLISH A MINIMUM AND MAXIMUM PENALTY. Recommendation: Code Review Committee Recommends Approval. Recommendation: Chief of Police Recommends Denial. Recommendation: Director of Development Administration Recommends Yayr' Denial. Recommendation: City Manager Recommends Denial 11. PO-95-34 - Ordinance First Reading - Amend Chapter 151 Entitled ; e. 'Buildings". Ordinance Proposes to AMEND CHAPTER 151 ENTITLED 'BUILDINGS" BY MODIFYING SECTION 151.108(A) AND SECTION 151.108(C) INCREASE THE ALLOWABLE SIDE SLOPE FOR EXCAVATIONS FROM ONE FOOT IN SEVEN FEET TO ONE FOOT IN FOUR FEET AND SECTION 151.108(A) ELIMINATE THE MINIMUM BOTTOM ELEVATION FOR LAKES; AND i SECTION 150.21(6)(2) INCREASE THE ALLOWABLE SIDE SLOPE FOR WATER BODIES NOT CONSIDERED CANALS FROM ONE FOOT IN SEVEN FEET TO ONE FOOT IN FOUR FEET. Recommendation: (. Director of Development Administration Recommends Approval. Recommendation: City Manager Recommends Approval 1 9:30 AM 12. PO-95-35 - Ordinance First Reading - Amend the Community Redevelopment Plan. Ordinance Proposes to AMEND THE COMMUNITY REDEVELOPMENT PLAN, AS ADOPTED IN ORDINANCE NO. 0-81-3 AND AS PREVIOUSLY AMENDED IN ORDINANCE NOS. 0-85-60, 0-91.69 AND 0-93.31 IN ACCORDANCE WITH SECTIONS 163.346 AND 163.361, FLORIDA STATUTES, AS AMENDED. Recommendation: Community Redevelopment Agency Recommends Approval. Recommendation: Director of Community Redevelopment Agency Recommends Approval. Recommendation: ' Director of Development Administration Recommends Approval. Recommendation: Director of Community Planning Division 'I Recommends Approval. Recommendation: City Attorney Recommends Approval. Recommendation: City Manager Recommends Approval - 2 - May 17, 1995 E REGULAR AGENDA 13. R-95-201 - Subject to Approval by the City of Hollywood, Florida Community Redevelopment Agency, the City of Hollywood, Florida Community Redevelopment Agency to Issue its Redevelopment Revenue Bond, Pursuant to Chapter 163, Part III, Florida Statutes, in Two Series, the First Series to be Designated Series 1995 in a Principal Amount not to Exceed Two Million Dollars ($2,000,000) and Aggregate Principal Amount of the Two Series not to Exceed Four Million Five Hundred Thousand Dollars ($4,500,000); Authorize the Use of the Proceeds of the Sale of the Series 1995 Bond to Finance the Costs of Construction and Improvement to Harrison Street by the Community Redevelopment Agency; Authorize t? the Community Redevelopment Agency to Distribute a Request for Proposals to Solicit Proposals for the Purchase of the Bond; Authorize, Subject to Certain Limitations, the Community Redevelopment Agency to Select the Proposal Most Acceptable to it and to Sell the Bond to the Successful Proposer, Approve the Terms of an Intedocal Agreement Between the City and the City of Hollywood, Florida Community Redevelopment Agency Providing, Among Other Things, for a Pledge by the City of Certain Public Service Tax Revenues as a Secondary Pledge for the Repayment of Such Bonds; Authorize Appropriate City Officials to Execute the Intedocal Agreement and any Bond Documents. Recommendation: Community Redevelopment Agency Recommends Approval. Recommendation: Director of Community Redevelopment r' Agency Recommends Approval. Recommendation: Director of Development Administration Recommends Approval. Recommendation: Director of Community Planning Division Recommends Approval. s'- Recommendation: Director of Financial Planning and Administration - Recommends Approval. Recommendation: City Attorney Recommends Approval. Recommendation: City Manager Recommends Approval i 14. R-95-202 - Authorize the Appropriate City Officials to Amend Rules of ' Order and Rules of Conduct and Procedure in Resolution No. R-89-30 and �3 Resolution No. R-94-403 for the Governing of City Commission Meetings of the City of Hollywood. Recommendation: City Manager Recommends Approval 15. R-95-203 -Authorize the Appropriate City Officials to Approve Changes to the City Commission Process to Appoint Members to the City Advisory Boards and to Approve Changes to Other Aspects of the Government Process as it Pertains to Advisory Boards. Recommendation: City Manager Recommends Approval 16. R-95-204-Authorize Appropriate City Officials to use a Graphic Design for use on the City of Hollywood's Bus as Selected by the City Commission. Recommendation: City Manager Recommends Approval - 3 - May 17, 1995 A S r_ J 17. R-95-205 - Waive a Technical Conflict of Peter Hernandez which no,"'I" from his Serving on the Hispanic Affairs Council and Performing Unrelated Services for Compensation which are Funded by the City. Recommendation: City Attorney Recommends Approval 2:00 PM 18. CITIZENS COMMENTS (Total Time 30 Minutes) { REGULAR AGENDA - CONTINUED 3:00 PM 19. R-95-206 - Presentation and Authorize the Appropriate City Officials to Execute the Amended Agreement Between Integrated Environmental Technologies (Broward Recycling, Inc.) and the City of Hollywood to Provide for the Development and Operation of the "Hollywood Recycling Center'. Recommendation: City Manager Recommends Approval NOTE:Agenda items not scheduled for a specific time may be considered at any time during the morning or afternoon, at the discretion of the Commission. l CONSENTAGENDA � a The City Manager places before the Commission for consideration the following consent agenda items prepared by various offices and departments of the City. If a citizen wishes to comment on a specific item, >, at< they should ask the Mayor or a Commissioner to remove it from the r F ' consent agenda for separate consideration. OFFICE OF CITY CLERK .`; 20. R-95.207 - Approve Regular City Commission Meeting Minutes - 5::.r;, February 1, 1995 21. R-95.208 - Approve Regular City Commission Meeting Minutes - ( February 15, 1995 ii 22. R-95-209 - Approve Planning and Zoning City Commission Meeting Minutes - February 22, 1995 23. R-95.210 - Approve Regular City Commission Meeting Minutes - March 1, 1995 24. R-95-211 - Approve Regular City Commission Meeting Minutes - March 15, 1995 25. R-95.212 - Approve Planning and Zoning City Commission Meeting Minutes - March 22, 1995 a - 4 - May 17, 1995 C� e OFFICE OF INFORMATION SERVICES 26. R-95-213 - Authorize the Appropriate City Officials to Execute an Agreement Between BellSouth Communications Systems and the City of Hollywood for On-Site Telephone Maintenance for an Estimated Annual Amount of $26,985.00 POLICE DEPARTMENT 27. R-95-214-Authorize the Expenditure of Law Enforcement Forfeiture Funds Pursuant to Florida's State Statute Chapter 932.7055 for Presentation to Cooper City,Davie,Miramarand Pembroke Pines Police Departments,and the Florida Department of Law Enforcement Representing Shared Assets from a Prior Asset Forfeiture in an Amount not to Exceed $13,797.00 28. R-95-215-Authorize the Expenditure of Law Enforcement Forfeiture Funds Pursuant to Florida's State Statute Chapter 932.7055 for Presentation to iCooper City, Davie and Miramar Police Departments Representing Shared Assets from a Prior Asset Forfeiture in an Amount not to Exceed j $39,000.00 29. R-95-216-Authorize the Expenditure of Law Enforcement Forfeiture Funds Pursuant to Florida Statutes Section 932.7055, for Enhancements to the Showmobile Recently Purchased by the Police and Recreation and Parks Department In an Amount not to Exceed $20,000.00 ,3 30. R-95-217-Authorize the Expenditure of Law Enforcement Forfeiture Funds Pursuant to Florida Statutes Section 932.7055, for Donation to the City of Hollywood's Police Athletic League Program in an Amount not to Exceed $23,239.00 PUBLIC UTILITIES DEPARTMENT i 31. R-95-218 - Authorize $250,000 in Matching Funds to Apply for a South Florida Water Management District Grant to Perform a Pilot Study to Halt ?; Saltwater Intrusion by Injecting Reclaimed Water into Contaminated Areas s of the Biscayne Aquifer aw 32. R-95-219 - Authorize the Appropriate City Officials to Execute Change '1= Order No. 3, to the Contract between Lanzo Construction Co., Florida and the City of Hollywood to Install a 30-Inch and 12-Inch Butterfly Valve on the Floridan Transmission Main and to add Generator Receptacles, Lights,and Additional Circuit Breakers at Each of the Floridan Wells Pump Stations F-2, F-3, F-4, and F-5, in an Amount not to Exceed $88,557.83 33. R-95-220 - Authorize the Appropriate City Officials to Execute Change Order No. 4 to Install Magnetic Flow Meters for Each of the Four Floridan Wells F-2,F-3, F-4,and F-5, to the Agreement with the Lanzo Construction Co., Florida, for the City of Hollywood Floridan Wells Pumping Stations and Pipeline, In an Amount not to Exceed S167,792.76 - 5 - May 17, 1995 i 34. R-95-221 - Authorize the Appropriate City Officials to Execute Change Order No. 14 to the Agreement Between the Poole & Kent Company and the City of Hollywood for the Water Treatment Plant Upgrade, in an Amount not to Exceed $44,228.00 35. R-95-222 - Authorize the Appropriate City Officials to Execute Change Order No. 15 to the Agreement Between the Poole & Kent Company and the City of Hollywood for the Water Treatment Plant Upgrade, in an Amount not to Exceed $45,000.00 RECREATION AND PARKS DEPARTMENT 36. R-95-223 -Authorize Beach Broadwalk Merchants to Set Up and Maintain ES f' a Merchandise Table in Front of Their Establishments During the 4th of July Festivities 37. ii-93-224 - Authorize the Appropriate City Officials to Execute a Lease Agreement Between the School Board of Broward County and the City of Hollywood for the Board's Playground Located at Stirling Elementary School in an Amount not to Exceed $1.00 Per Year 38. R-95-225 - Authorize Appropriate City Officials to Apply for a Florida Inland Navigation District Grant to be Used for Signs at the Hollywood Marina, in an Amount not to Exceed $7,300.00 DEVELOPMENT ADMINISTRATION DEPARTMENT f 39. R-95-226 - Support the Proposal to Include South Broward County as an Expansion Site of the Family Transition Program as Submitted by the {` Department of Health and Rehabilitative Services, District 10 ;r 40. R-95-227 - Authorize the Execution of Amendment No. 3 to the Joint Participation Agreement Between the City of Hollywood and the Florida Department of Transportation Allowing the Expenditure of an Additional $100,000 and Authorizing the Execution of the Required Change Order to the Contract Between the City of Hollywood and Weekley Asphalt Paving, Inc. Concerning the Drainage Improvements to the Orangebrook Golf Course for Additional Work Reimbursed by the Florida Department of Transportation at no Additional cost to the City INFORMATIONAL REPORTS These reports are provided for information only. Interested citizens can contact the Mayor or Commissioners, department or office responsible, if they have questions or comments. 41. IR-95-37 - Status Report on Scheduled Meetings and Workshops (Office of the City Manager) is - 6 - May 17, 1995 v F !" 42. IR-95-38 - Status Report on Suggested Dates and Locations for City Commission Town Hall Roundtable Discussions (Office of the City Manager) 43. IR-95-39 - Status Report on Artwork Selection Committee Appointments (Office of the City Manager) 44. IR-95-40 - Status Report on Change Order Status, for Bond Projects (Department of Public Utilities) COMMISSION AND CITY ATTORNEY ISSUES 45. Commissioner Anderson t, 46. Vice Mayor Blattner 0- ;. 47. Commissioner Sobel 48. Commissioner Gottlieb 49. Mayor Giulianti w 50. City Attorney ti 51. ADJOURNMENT i 'lxN. Any person wishing to appeal any decision made by this Commission with respect to any matter considered at such meeting or hearing will need a record of the proceedings,gs, and for such purposes may need to ensure that a verbatim record of the proceedings is made, which record >r S includes the testimony and evidence upon which the appeal is made. 1Et'•%T$x� •`n Y' . 7 - May 17, 1995 h �l e wF7a �I� C� 'a CITY of HOLLY WOOD, FLORIDA Samuel A. Finz City Manager (305)921.3201 May 12, 1995 4 . The Honorable Mayor of the City Commission Members City of Hollywood 2600 Hollywood Boulevard Hollywood, FL Madam Mayor and Commissioners: I am pleased to report that after extensive negotiation between representatives of the City, IET and AT&T regarding the Broward Recycling attached agreement was reached. The terms and condi ones income May 1 n the agreement will ultimately result in additional cost savings to the citizensOf Hollywood, 1 the enhance recycling productivity, Representatives of boost Recyclliing, Inc., Black dandlVeatch' a�ddAT&Tt jobs.Corporation will be present at the City Commission meeting of May 17 to present the recommended project and to respond to questions. 1 fully support and recommend a have placed this item on the May 17 Agenda for Commission apprpproval and o of this project, and z outline of key elements of the project as described in the agreementVal- Following is an • Site: The property for development of the eHOII I Ywoot Recycling Center• is the , previously described ten acre tract located on the north side of Southwest 42nd Street, adjacent to the FP&L plant and Alandcoa The owner of the pro entering into a long term lease with IET and will petition for voluntary annexrty is ation into the City of Hollywood, (currently contiguous to boundary). • Fin_ anclno• AT&T Capital Corporation has stated in face to face negotiations with the City, their intention to finance this project estimated at $22 to $24 million. The approved project based upon the terms and conditions of the attached agreement, will require the assets of Black & Veatch to guarantee the loan, providing AT&T with their necessary security. OFFICE OF THE CITY MA.\ACER / + H011 wood 01%d / P a hoe 229043 /Hollvwood.Florida 3.3e;:•.9U45/Faa(303)921.3314 'Nn Equal OPPurlunii.v and Sere ore Prueider Agency l . h .F.. t.'rM 1,d The Honorable Mayor and Members of the City Commission May 12, 1995 Page Two • Cost Savings to the City: The City will be receiving a minimum rebate of $100,000 per year, up to a maximum of 5% of the total tipping fees paid by the City to IET. Such rebate payment will be based upon recycling revenues earned by IET above a base amount of $1.2 million annually. Additionally, in the unlikely event that IET .r tipping fees would exceed that which the City would have paid to Broward County, the difference will be rebated to the City without exceeding IETs recycling revenues. Furthermore, the City will continue to be able to remove up to 2400 tons of newsprint from the wastestream, creating more cost avoidance and revenue for y. the City. • Economic Development: The development of a $24 million recycling facility in the City will further stimulate tax revenues, particularly considering the industrial nature of the improvements. Additionally, new jobs will be created for local residents. The 'Hollywood Recycling Center" will serve only the City of Hollywood's recycling and solid waste disposal needs for our estimated 50,000 tons per year of residential collection and 10,000 tons per year of yard waste. The City has an opportunity with this project to provide numerous benefits to our residents and to be at the forefront of recycling programs. I strongly support adoption of the attached agreement, which will subsequently require approval of the Broward County Resource Recovery Board, so that implementation of the project may begin. Ic. S' cerely, y' Samuel A. Finz Attachments PUD s. RESOLUTION NO. A RESOLUTION OF THE CITY CONMUSSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN ASSIGNMENT OF THE RECYCLING FACILITY AGREEMENT BETWEEN THE CITY AND BROWARD RECYCLING, INC., AND TO EXECUTE AN AMENDED AND STATED EN�EMNNfE BETWEEN THE CITY AND INTEGRATED NTAL TECHNOLOGIES, INC. I t! WHEREAS' the City C ""misvoq following an RFP i Process, awarded a contract for ' I the provision of recycling services to Broward Recycling, Inc. on September 25, 1991, "the Agreement"; and WHEREAS, the Agreement- I Provided that it could be assigned with the consent of the City Commission; and WHEREAS. subsequent to the execution of the original agreement, Broward Recycling, Inc, has formed a new com a , F PanY. Imegrated Environmental Technologies, Inc., in Partnership with Black& Veatch, a national engineering>irrn; and WHEREAS, it is appropriate that the original *. Agreement be assigned to the new 9�� I entity; and IWHEREAS'Ong the Period of time since the execution of the original ageeme the specifics of the implementation of the mixed waste Materials recovery facility have evolved to a degree thaz it is appropriate to execute as Amended and Restated Agreement between the parties; NOW, THEREFORE,BE IT RESOLVED BY THE CITY COMIriISSION OF THE i CITY OF HOLLYWOOD, FLORIDA: &U+srJL_l: That the appropriate City o>Edals are hereby authorized to execute as assignment of the existing Agreement between Broward R aSc ing Inc. and the City of Hollywood. Section 7: That the appropriate City officials are hereby authorized to execute the attached Amended and Restated Agreement between the City of Hollywood and Integrated Environmental Technologies, Inc., together with such nonmaterial changes as may be agreed to by the City Manager and approved as to form and legality by the City Attorney. PASSED AND ADOPTED this_day of . 1994. t I MARA GIULLQ-M, MAYOR j ATTEST: ENDORSED AS TO FORM&LEGALITY for the use and reliance ofthe City ofHollywood only. - ! PATRICIA A. CERNY, CITY CLERK JAMIE ALAN COLE, CITY ATTORNEY y , i � r 4f. -a t _ x E AMENDED AND RESTATED AGREEMENT BETWEEN CITY OF HOLLYWOOD AND E INTEGRATED ENVIRONMENTAL TECHNOLOGIES This Agreement is made and entered into this day of 1995, by and between the City of Hollywood, a municipal corporation located in Broward County, Florida (hereinafter the "City") and Integrated Environmental Technologies, a corporation organized pursuant to the laws of the State of Florida (hereinafter the "Company") . WHEREAS, City of Hollywood (the City) entered into an if agreement dated September 25, 1991 (the 1991 Agreement) , with Broward Recycling, Inc. (Broward) , whereby Broward agreed to design, construct, equip, and operate a Material Recovery Facility and accept and process solid waste for recycling purposes; and WHEREAS, Broward assigned the 1991 Agreement to Integrated Environmental Technologies (Company) , and such assignment was consented to by the City by Resolution R-95- and by agreement dated (the Assignment) , both of which are attached hereto and made a part hereof as composite Exhibit "A"; and WHEREAS, City has all municipal home rule powers to carry out its responsibilities as granted under its Charter and by the p' Home Rule Powers Act, Chapter 166, Florida Statutes, as amended; and C' WHEREAS, Florida Statutes Section 403 .706 reserves to 1 municipalities the right to recycle their solid waste and encourages such recycling efforts; and �x WHEREAS, Florida Statutes Section 403.713 provides that while a municipality may be obligated by interlocal agreement to deliver solid waste to a (county) resource recovery facility, "[s]uch solid waste shall not include that portion separated at the point of generation or after collection and intended to be held for purposes of recycling; " and WHEREAS, on July 20, 1988, after passage of the Florida Solid Waste Management Act, F.S. Section 403.702 et seq. (hereinafter the "Act") , the City entered into an Interlocal Agreement with Broward County (as herein defined) and became a "Contract Community" of Broward County's planned resource recovery facility; and I WHEREAS, Section 4 . 11 of the Interlocal Agreement and Section 3 of the City's Waste Flow Control Ordinance, R.v 5-11-95 1, rfTzc w respectively provide that the City and other Contract Communities do not relinquish title and interest in their solid waste until delivery to the resource recovery facility occurs; and WHEREAS, Section 4 . 13 of the Interlocal Agreement and Section 3 of the City's Waste Flow Control Ordinance, respectively provide that the Agreement and Ordinance are not intended to "discourage or prohibit either voluntary or locally ordained solid waste segregation programs segregating scrap or new or used materials at the point of generation or held for the purposes of reuse or recycling; " and WHEREAS, Section 12.2 of the Interlocal Agreement provides, in relevant part, that the solid waste disposal services under the Agreement shall comply with all applicable State and Federal <-- laws and that the Agreement shall be construed in accordance with Florida law; and r., ! WHEREAS, in August, 1989, Broward Recycling, Inc. , predecessor in interest to the Company, responded to a City Request for Proposals and was selected by the City Commission to provide recycling services to the City subject to an agreement to be negotiated; and s?r WHEREAS, the City and Broward Recycling, Inc. •reached a conceptual agreement with the Broward County Resource Recovery ' . Board (the "Board") for the recycling of a portion of City solid waste; and "= WHEREAS, notwithstanding the Board's conceptual approval the x Cityand Company have agreed to submit this Agreement to the '+ Boad for its review and a g approval; and it s,�t :. WHEREAS, the City and its citizens desire to recycle solid waste through the City's local recycling plan; and WHEREAS, The City and Company now desire to enter into an Amended and Restated Agreement whereby the Company will design, (; construct, equi p,p, and operate a Full Stream Material Recovery Facility and accept and process for recycling purposes the City's solid waste, as intended and encouraged by Florida law; NOW, THEREFORE, IN CONSIDERATION of Ten Dollars ($10.00) and other good and valuable consideration, the receipt of which is hereby acknowledged, and in further consideration of the mutual promises, covenants and conditions hereinbefore and hereinafter contained, City and Company wish to amend and restate the 1991 Agreement that was assigned by Broward to Company (i) to reflect the changes made in the parties thereto; and (ii) for the sake of clarity and convenience to restate the 1991 Agreement in its entirety as amended. Accordingly, upon the execution by the parties, the 1991 Agreement shall be amended in its entirety and Aw 5-i1-95 2 i h� L ' yya(( Yq/ as so amended shall read as follows : ARTICLE 1 The provisions contained in the above preamble are true and correct, and are hereby incorporated into the body of this agreement as if restated in full. i ARTICLE 2 DEFINITIONS I For the purpose of this Agreement, the defined terms set forth in Article 1 below shall have the following meanings unless the context clearly requires otherwise: "City" means the City of Hollywood, Florida, a municipal corporation of the State of Florida, possessing all municipal powers under its Charter and the Home Rule Powers Act, Chapter 166, Florida Statutes. s "City Collected Waste" means all Solid Waste which is subject to mandatory collection by or on behalf of the City under S City ordinance (as existing at the time of contract execution) . Such waste shall include Recyclable City Waste. CYty Collected Waste shall not include Unacceptable Waste. "City Collected Yard Waste" means that portion of City Waste which is collected separately from City Collected Waste and is comprised of tree limbs, stumps, branches, palm fronds, shrubbery cuttings, fruits, weeds, leaves and grass clippings. City. "City Waste" means all Solid Waste generated within the "Company's Financier" means the company or companies providing financing to the Company for the Facility. After the completion of construction, any such Financier shall be the lessor of the Facility. "Compost" shall have the meaning given in Section 62-709.200 F.A.C. , as amended, and the type of Compost shall be determined by the standards set out in Section 62-709.550 F.A.C. . as amended. "Hazardous Waste" means wastes which are hazardous, including: "hazardous waste" pursuant to Chapter 403 of Title XXIX of the Florida Statutes, and future amendments to or recodification of such statutes or regulations promulgated thereunder; materials regulated under the Resource Conservation and Recovery Act, 42 U.S.C. Section 6901 et seq. , as amended, and related federal, State and local laws and regulations; materials Rw 5-11-95 3 , (J 1 -r� regulated under the Toxic Substance Control Act, 15 U.S.C. Section 2601 et seq. , as amended, and related federal, State and local laws and regulations; materials regulated under the Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. 9601, et seq. , as amended, and regulations promulgated thereunder; and materials regulated under any future additional or substitute federal, State or local laws and regulations pertaining to the identification, transportation, treatment, storage or disposal of toxic substances or hazardous waste. If two or more governmental agencies having concurrent or overlapping jurisdiction over hazardous waste adopt conflicting definitions of "hazardous waste", the broader, more restrictive definition shall be employed for purposes of this Agreement. U. "Household Hazardous Waste" means those wastes, not - . constituting Hazardous Waste, resulting from products purchased by the general public for household use which, because of their quantity, concentration, or physical, chemical, or infectious J characteristics, may pose a substantial known or potential hazard to human health or the environment when improperly treated, disposed, or otherwise managed. "Interlocal Agreement" means the agreement by and among the County and the Contract Communities, including the City, pursuant to the terms of which the Contract Communities do not relinquish title and interest in their respective solid waste stream until they deliver it or cause it to be delivered to the County's ' resource recovery facility and pursuant to which the Contract Communities are not discouraged or prohibited from voluntary or s locally ordained solid waste segregation programs for the purpose of recycling. }' "Material Recovery Facility" or "Full Stream Material Recovery Facility" (the "Facility") means the facility to be designed, constructed, equipped, and operated by Company for the purpose of receiving City Collected Waste and removing Processable Waste therefrom and processing such material for recycling in accordance with the terms of this Agreement. "Nonprocessable Waste" means all Solid Waste that is not "Processable Waste" . "Processable Waste" means that portion of the Solid Waste stream which is deemed by general practice and usage in the resource recovery industry to be capable of being processed in a Material Recovery Facility, including, but not limited to, all forms of household garbage, commercial and light industrial waste, natural yard waste, paper and cardboard, plastics, aluminum and steel cans, glass bottles and jars, newspaper, high-rise apartment waste, office and business garbage and recyclable material, and any and all commingled recyclable material . Rev 5-11-95 4 D AL ` r 0 "Recyclable City Waste" means that portion of City Collected Waste which is capable of being removed from the waste stream for recycling purposes . "Recycled Material" means any material that is sold or given away for re-use and is not disposed of in an incinerator or landfill . "Residue" means that portion of City Collected Waste remaining after processing the City Collected Waste and which is not suitable for recycling and which must be disposed. ' "Solid Waste" means Processable Waste and Nonprocessable Waste, but excludes Unacceptable Waste. "Solid Waste Management Act" or "Act" means Chapter 403, Florida Statutes, as amended, the legislation enacted by the Florida Legislature to reduce the volume of solid waste generated within the State of Florida. "Unacceptable Waste" means that portion of the waste stream that is deemed by general practice and usage in the resource recovery industry to be not acceptable in a Material Recovery Facility, including, but not limited to: Hazardous Waste, motor vehicles, trailers, bulky items of machinery or equipment, flammable substances, sludge, liquid wastes, sewage, manure, explosives and ordinance materials, radioactive materials, pathological and biological waste and all waste originating from sources other than residential, commercial, and light industrial A sources . None of such material shall constitute either Processable Waste or Nonprocessable Waste. Provided however, that Household Hazardous Waste shall not be considered Unacceptable Waste. Any reference herein to "annual" or "year" shall mean a City Fiscal Year commencing on October 1 and ending on the following September 30th. ARTICLE 3 J TIME FOR PERFORMANCE; CONDITIONS PRECEDENT . I - 3. 1. Effective Date. Except as otherwise provided for herein, the obligations of the parties shall take effect on the day of execution hereof by both parties. i 3.2 . Conditions Precedent. The obligations of the City hereunder are subject to and conditioned on the satisfaction or occurrence of the following conditions precedent by the Company within the time periods set forth below: a.. s-it-es 5 JTS A 12 Y� 1 3.2 . 1. This Agreement is contingent upon the Company having a written commitment for institutional or private financing no later than the Effective Date of this Agreement. Such financing must be sufficient In amount to acquire the site of the Facility and construct and equip the plant in accordance with the plans and specifications of the Company for the Facility. In the event that the subject financing shall not be available and closed within six (6) months of the Effective Date, then this Agreement shall automatically terminate unless a written extension agreement has been signed by both parties. 3.2.2. Site Acquisition. In the event Company is not able, despite good faith efforts, to locate a suitable and acceptable site in the City, the Company shall be required to obtain the written consent of the City as to the alternate location of any proposed Facility Site. Any such consent to an alternate Facility Site as provided for herein shall not be unreasonably withheld, provided that approval of an alternate site shall not extend the period referenced herein. In no event shall the City be required to transport Waste further than 10 miles from the City limits. i 3.2.3. Permits. The Company shall obtain all required permits, licenses, and authorizations necessary for the construction and start-up testing of the Facility, other than those which by law cannot be obtained until after commencement of construction. r 3.2 .4 . Acceptance Test. Within eighteen ( 18) months of the - Effective Date hereof, the Facility shall commence acceptance testing as outlined in Article 4, and the Facility shall meet the - acceptance criteria within thirteen (13) weeks of commencement of the testing. 3. 2.5. Within 120 days of the Effective Date hereof, Company q and its principal shareholders and directors shall have complied with and been approved under the City's Background Check Ordinance, Code Section 95.02. An unacceptable Background Check shall be an event of default hereunder. 3.2.6. On or before the Effective Date, there shall be no outstanding materially adverse judgment, ruling, or order entered by a court of competent jurisdiction which affects in any material respect the validity, binding effect or enforceability of the obligations of the City or Company under this Agreement. ARTICLE 4 CONSTRUCTION AND OPERATION OF RECYCLING FACILITY 4 . 1. The Company will design, construct, equip, and operate the Facility so that it will comply with all applicable County, state, and federal laws, regulations, and similar requirements as _ ifa 6 Rw 5-11-95 m•f s i_. , 7 Fr' they may now exist or hereafter be amended, including all applicable requirements concerning noise, odors, effluents, and emissions applicable to the Facility, except as may be modified, waived, or amended by the applicable regulatory agency(ies) . Nothing herein contained shall limit the City's ability to enforce its Codes . 4.2. The Company shall be responsible for the maintenance of all permits and licenses associated with the operation of the Facility and making any equipment or system royalty or similar payments, if any, that are due to third parties. The Company shall at its sole cost and expense conduct such tests of the Facility from time to time as shall be required by such permits and licenses and shall make such test results available to the : City. Company shall provide copies of any such permits, or`U renewals thereof, and test results to City in a timely manner. .s ` , 4 .3 The Acceptance Test shall require the Facility toaccept and process an average of 1,200 tons of Processable Waste . ?r per week over a continuous four 4( ) week period. During this test, the Facility will accept and process an average of 225 tons of Processable Waste per day. Company shall demonstrate the t ability of the Facility to process 300 tons of Processable Waste per day on two consecutive days, on two occasions during the Acceptance Test. At least half of the newsprint, glass bottles, HDPE and PET bottles and aluminum cans shall be removed from the waste stream by the Company, processed for recycling in accordance with this Agreement, and there shall remain no more than 30% of the City Collected Waste as Residue after processing. r, Verification of these performance criteria shall be made as stated in Exhibit "D" attached hereto. 4 . 4 . Upon completion of acceptance testing, the Facility shall be capable of accepting and processing not less than 400 tons per day and 2,000 tons per week of City Collected Waste. C: 4 .5. The Company will design, construct, equip, and operate the Facility so that at all times there will be sufficient recycling equipment for processing of City Waste that City delivers to Company when City collection is operational. Company shall be entitled to thirty (30) days notice of any permanent change in the City's collection schedule, however, the City shall have no obligation to seek the consent of Company prior to changing its schedule. 4 . 6. Company agrees to design, construct, equip, and operate as 'part of the Facility a wholly enclosed composting facility that will compost and recycle the organic portion of the Processable Waste delivered to the Facility. Company will control odors by complying with air pollution and odor control regulations, and the operation of the Facility shall not result in the creation of a nuisance. 0.ev S-I:-95 7 t 4 . 7. During the Acceptance Test, and every twelve( 12) months thereafter, the Company shall perform a waste composition study. The results of that study shall be used to measure the various performance standards set forth in this Agreement. The City may, w at its option, have its own waste composition study performed by an independent contractor. Should the results of the City's study vary more than 5%, in the aggregate, from the results provided by Company, Company shall be required to pay the coat of City's study, and the result used for calculations will be the average of the two. City shall choose its independent contractor subject to the consent of Company, which consent shall not be unreasonably withheld. 4. 8. In addition to City Collected Waste, the Facility shall have the capacity for and process all City Collected Yard Waste. a ARTICLE 5 TERM OF AGREEMENT This Agreement shall become effective on the Effective Date and shall continue in full force and effect for a period of twenty-one (21) years from the successful completion of the Acceptance Test, unless this Agreement is sooner terminated i during the term as provided for herein. ARTICLE 6 TYPE, DELIVERY, AND AMOUNT OF WASTE FOR RECYCLING [, P 6. 1. The parties estimate that City Collected Waste totals approximately 50,000 tons annually. Exhibit "H" presents a summary of historical and projected totals for City Collected {"4,'"r" Waste. In addition, the City estimates that City Collected Yard Waste totals approximately 10,000 tons annually. The City shall deliver to the Company all City Collected Waste, less 2400 tons per year of Old News Print, and all City Collected Yard Waste. �R 6.2. Company shall not be obligated to accept Unacceptable Waste. 6.3. The Company shall accept and process all City Collected Waste delivered or caused to be delivered by the City. However, the Company shall not be obligated to accept more than four hundred (400) tons per day or 2000 tons per week of City Collected Waste and City Collected Yard Waste. In order to facilitate the operation of the Facility, the City agrees to use its best efforts in attempting to deliver the required tonnage in reasonable installments consistent with City collection practices. 6 .4 . The Company shall remove from the Processable Waste Rev 5-11-95 8 Z ri1 i i which is the subject of this Agreement, and process for recycling, materials composed of paper, glass, plastic, steel and aluminum, and shall compost the organic portion. Newsprint, glass and plastic bottles, and ferrous and aluminum cans shall be i removed from the Processable Waste to meet the guidelines of the Act. Recycling, distribution of recycled materials and disposal shall comply with the requirements of the Act. 6 .5. The Company shall provide City with a minimum of thirty (30) days written notice of any scheduled shutdowns and reasonable notice of any unscheduled shutdowns of the Facility. Any shutdown which results in the City falling below the State mandated reduction in the City's waste stream shall constitute an event of default. Failure to cure said default within 180 days shall result in the termination of this Agreement. Company shall " be responsible for the payment of any fines levied against City 4h ,. for a failure to meet recycling goals when such failure is the t result of a shutdown of the facility, unless the shutdown occurs ' through no fault of the Company. 3, 6 .6. The City shall have the option to purchase any portion of the Type A Compost produced by Company at the Facility at 90% of the market price. The City shall take delivery of up to 4000 tons of Type A or Type H Compost per year to the City, within t:1i City limits at locations designated by the City in •five to ten (5-10) yard lots, at no charge to Company or City. 6 . 7 . Company shall be responsible for the transportation and disposal of all Residue at the Hroward Resource Recovery facility. City shall not be responsible for any of the cost for such transportation and disposal. 6 . 8. In the event that City, due to extraordinary circumstances, collects Waste which Company determines is in excess of the Facility's ability to accept and process such Waste on any particular day, City shall have no obligation to hold such Waste and may dispose of any such excess in any legal manner without incurring any liability, under section 6.3 of this Agreement or otherwise, to Company for the tonnage so disposed. ARTICLE 7 y. TIPPING FEES 7 . 1. The City shall pay to Company a per ton tipping fee for all City Collected Waste and City Collected Yard Waste delivered to the Facility in accordance with the attached Tipping Fee Schedule (Exhibit "C") . 7.2. The terms of the Florida Prompt Payment Act shall apply to all payments due under this Agreement. In addition to the monthly statement, Company shall also provide the City with Rev 5-11-95 9 r r k' 77 5 1. , I i I copies of the truck weight tickets for the month of such billing. j The tipping fee payable by City shall be based upon the number of tons of City Waste accepted by the Company at the Facility each month, as otherwise modified by this Agreement. In addition, the Company shall give the City a detailed monthly report identifying how many tons of City Waste and other Processable Waste, if any, have been recycled by the Company from all sources and broken down by source. 7.3. The City's obligation to deliver all City Collected Waste and City Collected Yard Waste to Company shall commence upon the completion, licensing, and the commencement of the Acceptance Testing of the Facility. In any fiscal year in which the City fails or refuses to deliver or cause to be delivered to Company, through no fault of the Company,p y, all City Collected Waste and City Collected Yard Waste, the City shall nevertheless be obligated to Pay to Company in such year the then current tipping fee per ton, for a tonnage equal to the difference between the total City Collected Waste, and City Collected Yard Waste, and that portion thereof delivered to the Facility. ARTICLE 8 a TITLE AND REVENUE TO RECOVERED MATERIALS = The Company shall retain one hundred percent (100%) interest in the revenues from and title to the Processable Waste that is i tH delivered to the Facility. ARTICLE 9 INSURANCE i 9 .1 . The Company shall maintain the following: i 9 . 1 . 1 . Workers' Compensation Insurance as required by law. i 9. 1 .2. Commercial General Liability with a minimum limit of $1,000,000.00 per occurrence j aggregate combined single limit for Bodily Injury and Property Damage liability. Coverage will include premises/operations and independent contractors. 9. 1.3. Comprehensive Automobile Liability with a minimum limit of $500,000.00 per occurrence aggregate combined single limit for Bodily Injury and Property Damage liability. Coverage must include owned, hired, and non- owned vehicles. Rev y-11-95 10 w — i 9 . 1.4 . Prior to the Acceptance Testing Date, Builder's Risk Insurance coverage for "all risks" with limits equal to the total replacement value of the Improvements . The deductible for "all other perils" shall not exceed $25,000.00. 9. 1.5. After the Acceptance Testing Date, Property damage insurance is an amount not less than the full replacement value of the improvements and difference in condition coverage as customarily provided on similar " facilities to the extent available on commercially reasonable terms. 9 .2 . City shall be provided copies of Certificates of if Insurance which shall include a thirty (30) day advance notice of material changes, cancellation, or non-renewal of coverage. City shall be named as an additional insured on all required insurance ,policies. 9 .3. The requirement of Company to maintain Insurance during the term of this Agreement shall not be construed as a waiver of I sovereign immunity or any other defenses which may be available to the City pursuant to law. 9.4. Any lapse in the required coverages shall be deemed an event of default under Article 14. 9.5. Company also agrees to hold harmless and indemnify City against any claims or costs incurred by City relating to any :p third party contracts that Company enters into with respect to the redelivery and or resale or marketing of recycled products. ' ARTICLE 10 I A FORCE MAJEURE 10. 1. If the City or Company is unable to perform, or is '. delayed in its performance of, any of its obligations under this Agreement by reason of any event of force majeure, such inability or delay shall be excused at any time during which compliance therewith is prevented by such event and during such period thereafter as may be reasonably necessary for the City or Company to correct the adverse effect of such event of force majeure. 10.2. An event of "Force Majeure" shall mean the following events or circumstances, to the extent that they delay the City or Company to correct the adverse effect of such event of force majeure. 10.2. 1. Strikes and work stoppages other than those Rev 5-11-95 11 i Y �a occurring at the Facility caused by an act or omission of the Company or its agents or assigns; s 10.2 .2. Acts of God, tornadoes, hurricanes, floods, sinkholes, fires, and explosions (except those caused by the willful misconduct of the Company, its agents, and assigns) , landslides, earthquakes, epidemics, quarantine, pestilence; and 10.2.3. Acts of a public enemy, acts of war, terrorism, effects of nuclear radiation, blockades, insurrections, riots, civil tr disturbances, or national or international calamities. 10.3. In order to be entitled to the benefit of this section, a party claiming an event of force majeure shall be required to give prompt written notice to the other parties specifying in detail the event of force majeure and shall further _ be required to use its best efforts to cure the event of force majeure. The parties agree that, as to this section, time is of the essence. ARTICLE 11 j, LICENSING AND PERMITS Company agrees to operate its recycling facility in a manner ? consistent with applicable Federal, State, and local governmental { and licensing requirements. Company agrees to actively solicit and obtain and have in full force and effect at all times, all Federal, State, and local governmental approvals and permits necessary to operate its Facility. Company acknowledges that it has the sole responsibility for compliance with the licensing and permit requirements which relate to the operation of the Facility. i ARTICLE 12 COMPANY PAYMENTS TO CITY 12 . 1. Company will pay City the amount that gross Recycling Revenues exceed the Recycling Revenue base established in the Tipping Fee Schedule attached as Exhibit "C". Provided however, such payment shall not be less than $100,000 per year and shall not exceed five percent (5%) of total tipping fees paid by City. If the Company's tipping fee is greater than the County tipping fee, Company shall pay to City an additional amount equal to the remaining difference between what the City has paid to Company and what it would have paid to County, but in no event R�� 5-11-95 12 .i r. . R l ' vY 4sr n I more than all recycling revenues in excess of the amount shown on exhibit "C" . 12 .2 • Payments owing to City for previous year shall be i paid by Company within sixty days after closing of each year. ARTICLE 13 I NON-EXCLUSIVE USE Unless agreed to by City, the Facility to be constructed and operated by Company may not be used by Company to accept or process anything other than City Collected Waste. i V ARTICLE 14 k TERMINATION FOR BREACH OR EVENT OF DEFAULT 14. 1 . City shall have the right to terminate this Agreement on ten (10) days written notice in the event Company is unable to meet its obligations and conditions precedent under Article 3. 14.2. The Company's Financier shall have the right (but not the legal obligation) to cure, at its option, any breach or default by Company which Company refuses or is unable to cure. Notwithstanding anything else in this Agreement to the contrary, c Company shall be allowed to assign this Agreement to Company's s ^' Financier, at the option of Company, if Company is unable or 4 unwilling to continue performance after cure of Company's breach &} or default. s„ 14 .3. City shall have the right (but not the legal obligation) to cure, at its option, any breach or event of 4' default by Company which Company and Company's Financier refuse or are unable to cure in the first instance. Any reasonable and necessary expense incurred by City for any such cure shall be borne by Company and may be taken as a credit against any tipping fees, or any other sums, due from City. 14.4. In the event of any breach or default by Company, ( the City shall give the Company notice of same in writing and Company shall be given a reasonable opportunity (within thirty (30) days, or such longer period of time, as approved by the City Commission, which shall not be unreasonably withheld if Company is attempting in good faith to cure any such default or failure to perform) to cure said default or breach. Company shall have an affirmative obligation and duty to cure (within 30 days of receiving written notice or as otherwise extended as provided herein) any material breach of this Agreement or failure by Company to perform its obligations hereunder. In the event that the breach or default is not cured as provided above, this 13 a i Agreement shall terminate without the necessity of further notice or action on the part of City. 14 .5. No transfer of the Company's Financier's interest w may occur unless the transferee entity is of similar financial i strength as Compamy's Financier. 14 .6. Failure of the Company to operate Facility in full compliance with all applicable federal, state and county regulations shall be deemed an event of default. Failure to comply shall be demonstrated by a failure of Company to meet the terms of any non-appealable ppealable order of any agency with , j jurisdiction. N.. ARTICLE 15 G LIMITATIONS ON ASSIGNABILITY OF THIS AGREEMENT 15. 1. This Agreement may not be assigned in whole or in part by Company without first obtaining the written consent of j City Commission which consent shall not be unreasonably withheld, provided however, Company may change its name and assign this Contract to a new entity in which ownership is essentially the same as in Company. Nothing herein contained shall prevent Company from delegating or subcontracting any of its duties under this Agreement; provided however, in the event Company desires to delegate or subcontract all or substantially all of its management and operations duties then such delegation or subcontractingmust be approved by the City Commission, which approval will not be unreasonably withheld. Any assignment or sale of an interest in the Company's stock or its material yassets, other than the stock pledge to Compamy's Financier, shall comply with the City's background check ordinance, Code Section 95.02. 15.2. The parties acknowledge that this Agreement t contemplates the management and operation of the Facility by Harold Solomon. In the event that Harold Solomon shall cease to be involved in the operation and management of the recycling activities addressed herein by Company, City shall have the right s. to terminate this Agreement unless it shall have consented to or approved substitute or successive management of Company's Facility, such consent not to be unreasonably withheld. Harold Solomon's involvement in the management of Company shall not be deemed to require the full-time employment or participation in its operation in order to qualify same to be under his management Nothing herein contained shall be deemed to grant to City the right to terminate this Agreement in the event of the death, disability, or other non-voluntary termination of management of Harold Solomon. In that event, the Company shall :m= appoint knowledgeable and experienced replacement management �� Rev 5-13-95 14 w I a�N7 e:F ry I subject to the right of City to consent thereto, such consent shall not be unreasonably withheld. ARTICLE 16 NOTICES All notices, demands, requests for approvals, or other communications shall be given by any party to the other in writing and shall be deemed given and delivered on the date hand-delivered or received by certified mail return receipt requested, or received by overnight courier service or by facsimile to the office indicated below and addressed: ti TO CITY: k, The City of Hollywood Attention: City Manager 2600 Hollywood Boulevard Hollywood, Florida 33020 Fax No. 305-921-3314 WITH COPIES TO: yjl `" City Attorney ;a 2600 Hollywood Boulevard rc= Hollywood, Florida 33020 ? Fax No. 305-921-3081 and Director, Department of Public Works r 2600 Hollywood Boulevard a Hollywood, Florida 33020 Fax No. 305-921-3310 TO COMPANY: Integrated Environmental Technologies Attention: Harold Solomon 5801 Wiley Street s Hollywood, Florida 33023 Fax No. 305-961-3105 t WITH COPIES TO: Douglas G. Smith, P.E. Senior Partner Black s Veatch 2701 N. Rocky Point Drive, Suite 960 Tampa, Florida 33607-5924 Fax No. (813) 281-0881 Refusal to accept delivery of any notice delivered to the office at the address indicated above shall be deemed to be an effective 15 T C. I . k delivery. The addresses to which notices are to be sent may be changed from time to time by written notice delivered to the other party. Until notice of change of address is received, a party may rely upon the latest address given. i ARTICLE 17 i REPRESENTATIONS AND WARRANTIES OF COMPANY AND HAROLD SOLOMON Company and Solomon each represent and warrant to the City as follows : 17. 1 . Company is duly incorporated and licensed under i7 Florida law. 17.2. Company is authorized to enter into and execute this Agreement. 17. 3. Company reasonably believes it will be able to obtain financing commitment to build Facility and acquire the Facility site by the dates specified herein. 17.4 . Harold Solomon is duly authorized to enter into this Agreement on behalf of the Company. h'1 ARTICLE 18 UNACCEPTABLE WASTE 18. 1. The City shall take reasonable precautions to prevent Unacceptable Waste, and Household Hazardous Waste, from being delivered to the Facility by the City or on its behalf. In the event that any Unacceptable Waste is delivered to the Facility by the City or on its behalf, and Company identifies `^ such Unacceptable Waste while it can still be readily separated from the Processable Waste, City shall be responsible for the prompt removal and disposal of such Unacceptable Waste, and City t.r shall be solely liable for any damages or cleanup costs associated with such Unacceptable Waste and shall indemnify, to the extent permitted by law, Company against any claims, damages or costs relating to such Unacceptable Waste. Company shall, at S its sole cost and expense, be responsible for the segregation, storage and disposal of all Household Hazardous Waste. Company shall inform City of its disposal site(s) and any changes thereto, and provide City with copies of any and all waste manifests. 18.2. In the event that any Unacceptable Waste is delivered to the Facility by the City or on its behalf and Company fails to identify the Unacceptable Waste while it can still be readily separated from the Processable Waste, Company iRev 5-11-95 16 I I . a 'h ro shall be liable for any damages or cleanup costs and shall indemnify the City against any claims relating to such Unacceptable Waste. 18.3 . City shall maintain in place an ordinance prohibiting the disposal of Unacceptable Waste and Household Hazardous Waste in the waste stream that becomes City Collected Waste. City shall perform public education regarding the ordinance and proper disposal techniques and identify proper locations suitable for disposal of Unacceptable Waste. And City shall take any other reasonable efforts as appropriate to prevent the Introduction of Unacceptable Waste and Household Hazardous Waste in the waste stream that becomes City Collected Waste. 18.4 . Company shall use reasonable care in the handling � `'° •'' and inspection of all solid waste delivered to the Facility. If Unacceptable Waste is delivered to the Facility by City, Company shall use reasonable care in handling such Unacceptable Waste and properly containing it until such time as the City can remove and dispose of it. Company shall also assist the City in identifying the source of any Unacceptable Waste delivered to the Facility. 18.5. The City shall remove and dispose of any Unacceptable Waste, other than Household Hazardous Waste, immediately upon notice from Company that such Unacceptable Waste has been identified at the Facility, at the City's sole cost and expense. If the City fails promptly to remove the Unacceptable Waste from the Facility, and if Company believes that it is reasonably necessary to do so, Company may dispose of the Unacceptable Waste in accordance with applicable law and charge the cost of such disposal to the City as an itemized pass through cost. 18 . 6. Company shall procure, and keep in full force and = effect during the term of this Agreement or any extension thereof, product liability insurance with limits of not less than $1,000,000, which will cover any damages from the distribution of products later found to contain Hazardous Waste, to the extent that such insurance is commercially available at reasonable rates. 18.7. In the event that Household Hazardous Waste is delivered to Facility despite City's efforts, as described herein, to prevent such delivery, Company shall be solely responsible for the separation, storage and disposal of any such Household Hazardous Waste. Company shall dispose of any such Household Hazardous Waste in compliance with Federal, State and Local laws, using licensed haulers and shall provide City with copies of all hauling manifests. i ARTICLE 19 Ray 5-11-95 17 tc: aS s. i - Kith r t.. <i 1 APPROPRIATION Annual Appropriation. The City is committed to continue this Agreement for its entire Term and to pay all payments required hereunder. City will create and maintain for the life of this Agreement, a "Sanitation Enterprise Fund" for the purpose of funding the collection and disposal of City Collected Waste and City Collected Yard Waste. The City shall fund this "Enterprise Fund" with user fees charged to the properties receiving City collection services, and will establish such fees In amounts sufficient to pay all amounts which are charged against the Fund. The City believes that legally available funds in an amount sufficient to make all payments due under this agreement will be available when due. ARTICLE 20 CHANGES IN LAW 20. 1. Changes Outside Control of the City. Changes in law, including statutes, regulations, or judicial decisions, outside the control of the City which significantly affect the profitability of the Facility shall excuse performance of the Agreement by the Company. In the event of such a change in law, the Parties agree that they will attempt in good faith to modify the Agreement, and the Facility as necessary, to achieve the original intent of the Agreement. If no such modification can be x agreed to within 90 days of the effective date of the changed P ' law, this Agreement shall terminate as provided in section 3.1. 20.2. Changes Within Control of the City. Changes in law within the control of the City which reduce operating income by more than 10%, shall be considered a changed condition for which Company shall be entitled to an equitable adjustment for ! ' any resulting damage. A change shall not be deemed within the control of the City if it is mandated by a superior governmental entity. ARTICLE 21 MISCELLANEOUS 21. 1. Benefit of Agreement. This Agreement shall be binding upon the parties hereto and their heirs, successors, assignees, and personal or legal representatives to the extent approved by City as and if required hereunder. 21.2. Modification. The parties shall not be bound by any modification or amendment to this Agreement unless in writing and signed by the parties hereto. 21.3 . Further Cooperation. From and after the date of Rev 5-11-95 18 w K this Agreement, each of the parties hereto agrees to execute whatever additional documentation or instruments as are necessary to carry out the intent and purposes of this Agreement. The City shall cooperate to provide the Company with data and information s needed by Company to effectuate the terms and conditions of .this agreement. 21.4 . Waiver. No indulgences extended by any party hereto or any other party shall be construed as a waiver of any breach on the part of such other party, nor shall any waiver of one breach be construed as a waiver of any rights or remedies with respect to any subsequent breach. 21.5. Construction. It is the intention of the parties itl , . that the laws of the State of Florida shall govern the validity n of this Agreement, the construction of its terms, and the s interpretation of the rights and duties of the parties . The parties agree and acknowledge that each party has reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting parties shall not be employed in the interpretation of this Agreement or any amendment or exhibits thereto. 21.6. Truth of Preambles and Recitals. The preambles and recitals and statements contained in this Agreement are true and " correct and are hereby incorporated into this Agreement and made ' a part hereof. 21.7 . Entire Agreement. This Agreement sets forth the e entire agreement and understanding of the parties on the subject matter hereof and supersedes all prior agreements and understandings relating thereto. 21 .8. Severability. The invalidity or unenforceability of any particular provision of this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provision was omitted. i s, t„ 21. 9• Gender. Wherever the context shall so require, all a words herein in any gender shall be deemed to include the masculine, feminine, or neuter gender; all singular words shall include the plural and all plural shall include the singular. 21. 10. Headings. The headings used in this Agreement are used for reference purposes only and are not to be deemed controlling with respect to the contents thereof. 21 . 11. Counterparts. This Agreement may be executed in any number of counterparts, and each such counterpart shall for purposes be deemed to be an original. qw 5-I1-95 19 •y 4.FT . .. _-____._---- np W i 21 . 12 . Incorporation by Reference. The Exhibits referred to in this Agreement, if any, are hereby incorporated into this Agreement by reference. d. 21 . 13. The Company agrees to comply with the requirements of Ordinance 90-19 enacted by the City (the "Background Check" Ordinance) . 21. 14. Third Party Contracts. Company agrees to hold harmless and indemnify City against any claims or costs incurred by City relating to any third party contracts that Company enters into with respect to the redelivery and or resale or marketing of recycled products. ( 21. 15. Third Party Rights. Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than City and Company and Company's Financier. 21 . 16 . Company agrees to give City representatives access to the Facility upon 24 hours notice to ensure quality control and verification of the provisions of this Agreement. Scales may be checked at any time. 21. 17 . City shall have the right, following the provision of reasonable notice, to inspect Company's books and records in F 'r order to confirm that the terms and conditions of this Agreement are being met. Company shall retain all records for a period of at least three years. 21. 18 . Company shall have an annual audit prepared, at its expense, which includes all financial records relating to the disposition of materials recycled from the City's Waste. 21. 19. In the event Facility is shut down for a period in excess of 48 hours, City shall be allowed to dispose of its City Collected Waste in any legally permitted manner and shall not be responsible to Company for any fees on Waste so disposed. Upon written notification by Company that the Facility is again operational, City's obligation to deliver waste to Facility shall F be reinstated. IN WITNESS WHEREOF, the parties hereunto have set their hands and seals, the day and year first above written. Signed, sealed and delivered in the presence of: CITY OF HOLLYWOOD, FLORIDA, a municipal corporation of the State of Florida ATTEST: A�v 5-11-95 20 i vrt r BY: MARA GIULIANTI, MAYOR PATRICIA A. CERNY, CITY CLERK APPROVED: CARLOS GARCIA, DIRECTOR OF FINANCE AND ADMINISTRATION APPROVED AS TO FORM S LEGALITY FOR THE USE AND RELIANCE OF THE CITY OF HOLLYWOOD ONLY. JAMIE ALAN COLE CITY ATTORNEY Av � � INTEGRATED ENVIRONMENTAL TECHNOLOGIES, INC. ATTEST: BY: t c' DOUGLAS G. SMITH, DIRECTOR BY: SECRETARY, INTEGRATED HAROLD A. SOLOMON, DIRECTOR ENVIRONMENTAL TECHNOLOGIES (SEAL) ' C:\WPWIN\RECYCLE\REV9.AGR 1 y 1 tl a. R`v 5-11-95 21 `l �14 I Exhibit C Tipping Fee and Rebate Schedule Year of Corresponding Projected Tipping Recyclable Rebate Yard Waste Operation Fiscal Year Fee (1) Revenue Percentag Tipping Fee Base a (max) 1 1997 $80.49 1.200.000 5 $17.51 S 2 1998 82.91 1.200.000 5 $18.01 tl 3 1999 85.39 1.200.000 5 $18.58 -.. 4 2000 87.95 1.200.000 5 $19.13 5 2001 90.59 1.200.000 5 $19.71 6 2002 93.31 1.200.000 5 $20.30 7 2003 96.11 1.200.000 5 $20.91 8 2004 98.99 1.200,000 5 $21.54 9 2005 101.96 1.200.000 5 $22.18 10 2006 105.02 1.200.000 5 $22.85 11 2007 108.17 1.236.000 5 $23.53 12 2008 111.42 1.273.080 5 $24.24 13 2009 114.76 1.311.272 5 $24.97 14 2010 118.20 1.350.610 5 $25.71 15 2011 121.75 1.391.129 5 $26.49 16 2012 125.40 1.432.863 5 $27.28 17 2013 129.16 1.475.850 5 $28.10 18 2014 133.04 1.520.125 5 $28.94 19 2015 137.03 1.565.730 5 $29.81 20 2016 141.14 1,612.700 5 $30.70 m Actual Tipping Fee in year one (1)shall be equal to county lipping fee for corresponding Fiscal year. Tipping Fee Schedule shall be automatically adjusted by the ratio of Actual Yr I Tipping Fee to Projected Yr I Tipping Fee. Rw 5-13-95 22 .h p i Exhibit D Draft RECYCLING PERFORMANCE VERIFICATION s Performance Verification The Facility shall meet the performance standards specified in Article 4. Verification of performance will be determined on an annual basis. Verification of performance will be determined by: a Calculation of Performance Criteria a 1. Total Percent Recycled - (Total weight of material recycled by IET / Total weight of acceptable waste received at the .' facility) t 100 2. Percent Recycled for specific commodity - (Total weight of specific commodity recycled by IET / Total weight of specific commodity received at the facility) + 100 Definition of Terms The Total weight of material recycled by SET will be the sum of the weights for all materials recycled for the annual monitoring period. Weight of material will be determined by the scale records at the facility. All material destined for reuse rather than disposal shall be considered recycled. The Total weight of acceptable waste received at the facility will be the sum of the weights for all wastes received and accepted for processing during the annual monitoring period. Weight of material will be determined by the scale records at the facility. c ' The Total weight of a specific commodity recycled by IET will be the sum of the weights for the recycled material shipments for the 1 annual monitoring period. Weight of material will be determined by _ the scale records at the facility. jThe Total weight of specific commodity received at the facility will be a calculated value from the product of that commodity's percent of the waste stream composition times the Total weight of acceptable waste received at the facility. The waste stream composition will be a table presenting an analysis of the waste stream and assigning a percentage of the waste stream t*' to each of the various categories as shown in Waste Stream Composition Categories below. The categories may be changed from time to time by mutual agreement. Waste Stream Composition Testing The waste stream composition will be determined by annual testing Rav 5-11-95 23 "� 1 n{ �11 conducted by Company with full cooperation of City. The testing will be conducted in a manner that will produce a representative composition for the acceptable waste being received. Each test will be conducted for a one week period. During that period eight ® samples will be collected and analyzed each operating day. Each sample will be collected from a separate delivery vehicle and weigh approximately 200 pounds. The selection of delivery vehicles for sampling will be determined prior to the testing period to ensure different geographic areas within the City are included in testing program. The samples will be taken from thoroughly mixed waste unloaded by the delivery vehicle. The contents of each sample will be separated into containers representing the categories shown in the Waste Stream Composition Categories below. The waste composition for the test shall be determined by summing the weight of all material by category and dividing by the total weight of • '''., material received during the test period. The company may, at its own expense, conduct additional testing each year to obtain fully representative waste stream composition. Annual waste stream composition shall be determined by averaging each of the waste stream compositions performed that year. Waste Stream Composition Categories FERROUS METALS e Bi-metal containers Other ferrous metals PAPER Newspapers Corrugated cardboard Other paper PLASTICS PET HDPE Other plastics NON-FERROUS METALS Aluminum containers Other non-ferrous Rw 5-11-95 24 ST ' 14i µ� Waste Stream Composition Categories (continued) GLASS Clear glass Amber glass Green glass Other glass INORGANIC Misc. inorganic Construction debris j ORGANIC Food ` Rubber, Leather, Textiles '`...;._. Grass clippings = , Yard waste (except grass) Wood HOUSEHOLD HAZARDOUS Paint Batteries Other hazardous OTHER Fines 25 a s.. ✓c• tS' f. „ -------------- AG T. Dca: i Tt�n:LST41 C R:a Sclf BUCK & VEATCH MEMORANDUM Hollywood. Florida B&V Project 24463.201 e Hollywood Recycling Project B&V File A Status Update May 2. 1995 To: George Keller From: David Adair This memorandum is part of our continuing effort to keep the City of Hollywood updated Z on the progress of Black & Veatch and the Integrated Environmental Technologies team to complete the development of the Hollywood Recycling Center. We anticipate that you may wish to provide the Commission this information at the next meeting. Contract We have ccr.tinued to work with Jeff Sheffel to refire the basic contract language which has been in place for some time. Numerous teleconferences have been held and included legal counsel for our financier. AT&T. We understand from a telephone conversation earlier today. that Jeff will have the "final review draft” completed today. This will be distributed to all parties for review. We are proposing a final clarification meeting next week. which will allow f` Jeff to complete tte final draft for Commission approval and eventual execution by all parties. We are pleased with the progress and appreciate the City's efforts to complete this important step. fr Permits On April 1. 1995 the Florida Department of Environmental Protection, notified JET that our i application for a permit to operate and construct the Hollywood Recycling Center was accepted as complete and would be processed for review. The Department's final review time frame is 30 days. lash week we received a fax of the draft "notice of intent to issue a permit" frcm the Department. The draft indicated the Department's intent to issue JET a Perrin with condilicrs. We have reviewed the conditions and they are all within the concepts ` t that we have discussed with the Department during their review. We expect to receive a Final copy of the Department's letter this week. This represents a major technical milestone for J yes the project. Technical Resew As you are aware. before agreeing to final financing terms. AT&T commissioned an independent technical review by a nationally recognized environmental consulting firm. This review has been completed and no fatal flaws found. The reviewers have issued numerous comments and recommendations which have been incorporated into our facility design. ±' i 'l Mi :y p 8Y Fran:C)—d L Atat Tom:Gaa�o[o:ar . Dcx 4LT1 TTx»: BLACK h VEATCH MEMORANDUM Hollywood Recycling Center May 2. 1995 Financing AT&T has continued to work diligently with JET to complete the reviews and documentation necessary to obtain approval of financing to meet the City's deadlines. Currently they are awaiting a final review copy of the contract between the City and IET. as that document has a significant impact on the financabilily of the project. In a continued show of their intent i and support of the project. AT&T has recently issued a revised proposal intended to improve the financial structure of the project. Pending receipt of final contract for review. along with additional documentation being provided by Black & Veatch. we anticipate AT&T approval of financing `erms prior to the Commission's second meeting in May. *` S.ummdcy We feel the continued progress on the project has been significant. We are indeed seeing all the pieces fallinlc place. As we discussed during our telephone conversation yesterday. we f propose a meeting next week to review with the City the documenlaticr that has been put in Place to support Commission approval of the project. It is our understanding that you wish to consider this matter at the second meeting in May. Be will be prepared to present the = project for approval at that time. and feel that a meeting next week will support that intent. We will contact you after the Commission meeting this week to schedule our meeting. cc: San Finz Jeff Sheffel Harold Solomon is i L zj J V c0�1NA 801 N.E.Third Street Dania, Florida 33004 (305)926-0300•Fax(305)922-5485 May 12. 1995 Dania City Commission 100 W. Dania Beach Blvd. t Dania. FL 33004 Dear Sirs and Madam: jY Harbour Towne Associates, leasee of a certain section of Harbour Towne Marina respectfully petitions the Commissioners i for approval to raise the launch ramp rates for City of Dania residents. Approval by the Board Commissioners is required as per our lease with the City. The rate is now $2. 00 per +' launch. This has been the rate since the early 1980's when y; the ramps were built. Harbour Towne Associates has made capital improvements. specifically the dredging of the launch canal totaling over F, $40. 000 to keep the ramps operational . Harbour Towne provides security in the parking area and has also restriped and resealed the parking lot . We request the fee be raised to $10. 00 per launch for residents and non-residents alike. We understand from the City Manager that the State r' requires equal changes for all State residents. Harbour I Towne intends to raise the rate for non-Dania residents to $10.00 on June 1 . We request the City to approve the $10.00 rate for City residents also. Thank you for your consideration in this matter. Sincerely. G oenewold General Manager GG/grh t Sun A WESTREC MARINA s CITY OF DANIA INTEROFFICE MEMORANDUM Date January 13, 1995 To: Robert F. Flatley, City Manager From: Michael W. Smith, Personnel Director SUBJECT: HARBOURTOWNE BOAT RAMPS Recently I was contacted by John Fiore, the Broward County liaison with the Florida Boating r Improvement Program (FBIP) concerning complaints that have been filed with Tallahassee concerning the user fee being charged by Westrec for use of the boat launch ramps at Harbourtowne Marina located near the IT Parker Community Center. It is permissible to charge a user fee, however i' under FBIP rules the fee must be consistent regardless of residency. A lower Dania resident fee cannot be charged. The current leasehold agreement with Westrec stipulates that the resident fee can only be increased with the approval of the City Commission. Gary Groenwald at Westrec will be providing resident and non-resident utilization data to the City . Residents currently pay$3 and non- residents pay$10. F' This issue needs to be resolved promptly or else the FBIP will require the City to reimburse all grant funds paid for the facility (John Fiore estimates this to be around one million dollars since the mid E .' nineteen seventies) or construct a similar facility at another location at our own expense. This item is scheduled for discussion at the January, 17, 1995 commission workshop meeting. _J x Y _ this Lcae contair.ecl, or if it shill t•:aivr an rig„y ht i�crcin provided for, or Shall relinquish any benefit herein reserved, such license, permit, t•,aiver or relinquishment shall he strictly limited in effect, without establishing a prece- dent, and without precluding Lessor from thereafter requiring a strict er- formance by Lessee. o� , 2.17. That original receipts, or duplicate receipts executed as originals, showing payment of all insurance premiums, taxes, assessments and imposi- tions payable by Lessee shall, upon demand, be delivered to Lessor for inspection and verification within thirty (30) days after demand therefore has been made by Lessor. 2.18. That in the employment of persons to work in the business to be F` operated on said premises, he will give to local residents of the City of Dania first refusal of the right and privilege to be so employed thereon, but Lessee shall not be required to hire any particular person or persons regardless of residence. 2.19. That it will keep the Leased Premises clean and orderly. More particularly, Lessee shall remove all trash, litter, and refuse from the Leased Premises. 2.20. That rates charged to residents of Dania for boat launching for 1 trailered boats or for the picnic and tennis areas shall be approved by the City Manager. "Residents of Dania" shall mean any citizen that is either registered to vote in Dania or that owns real property in Dania. III. COVENANTS OF LESSOR Lessor covenants and agrees: 3.1. Lessee shall have the right to the use, possession and occupancy of the Leased Premises for the period aforesaid, subject only to the rights of Lessor as herein reserved, and also to the terms and conditions set forth in this Lease Agreement. 3.2. As to the Leased Premises hereinabove described, Lessor does hereby fully warrant the title and will defend the same against the lawful claims of all persons whomsoever. -7- �t ru, t _ 11 2 _ MADSEN, SAPP, MENA, RODRIGUEZ & CO., P.A. p� Certifiai Public Accounrmts & Consultants 7080 Northwest Fourth Street, Plantation, Flonda 33317-2200 Tdcphone: (305) 583-7711 -Facsimile: (305) 581-1788 Tlromes N. Evans,Jr., C.P.A. Nay 12, 1995 Mr. Bob riatley i city manager City of Dania 300 Heat Dania Beach Boulevard Dania, Florida 33004 Dear Mr. Platlay: _ Let we again express my appreciation to the City of Dania, each of the Commiseioncro and to bath you and Maria .7abalee for the opportunity to serve the City for the 1993-1994 fiscal year through our financial and compliance audits i of the City's financial statements and related activities. We found Marie and all personnel involved in finance to be very available and helpful throughout the entire project. Their willing assistance was important to our ability to complete our work and issue our reports by the required deadline_ i ,k Of course, in any audit circumstance where a new audit firm and now client are 3� working together for the first time, both parties incur a significant amount of time and costs building an initial relationship, understanding and foundation which can benefit eubaequent years of working together. This has certainly been truo with the City of Dania and our firm. iIn order for the City of Dania and our firm to gain maximum benefit from the investment we have both made during our first year together, we would request that you grant us a contract extension for an additional 3 years and allow us to audit fiscal years 1994-1995, 1995-1996, and 1996-1997. we would propose fees for the 3-year extension as follower i . 1994-1995................... $35,000l ay . ... ... •-�- 1995-1996_.......... .$37,D00 U 1996-2997.............. ........ . ...$39,000 We are available to discuea or further explain our request, but certainly wish to express our desire to continue serving the City of Dania in the future. , Sincerely, ° -- "� Thomas H. Evans, Jr., CPA THElab �N l;7 1 -")A ANramt INTERN ! NnFA s4M4ATXWAL IS A Woalmn0a 1.Trwam:0P A96Pt?DANi'AQ0TW s1G F5UW MnmmR•Att(xIA'ITJt P W.IaNAr.AlSYYM'nM]nP,Ae MAY-12-1995 11:46 305 581 1788 P.02 5 _ .._ vG, .y, All \ I L 4 y (.;rri�izi Th;l�{u: �iCi.iuul6mLs n: ltlnsullat115 7080 Northcutt;!. Fourth Strcvt. Plantation, .Florda 33S17-L2(M) - Telephone: (305) 5ti:3 7711 - Facsimile: (30"") 581-1788 b 'ntuslus H. Evans,Jr., C.P.A. May 12, 1995 Mr. Bob Platicy City manager City of Dania 100 Nest Dania Beach Boulevard Dania, Florida 33004 Dear Mr. Flatloy: Let me again expreco my appreciation to the City of Dania, each of the Commissioners and to both you and Maria Jabalee for the opportunity to serve the City for tho 1993-1994 fiscal year through our financial and complianeo audits of the City'a financial atatemunts and related activities. We found Marie and all personnnl involved in finance to be very available and helpful throughout the entire project. Their willing assistance was important to our ability to completo our work and Lanus our reports by the required deadline. Of course, in any audit circumstance where a new audit firm and now client are working together for the first time, both parties incur a significant amount of timo and costs building an initial relationship, understanding and foundation which can benefit subsequent years of working together. This has certainly been truo with the City of Dania and our firm. In order for the City of Dania and our firm to investment we have both made duringour firstar gain maximum benefit from the ther, we would request that you grant us a contract extensin for an additi naie3 years and allow us to audit fiscal yearn 1994-1995, 1995-1996, and 1996-2997. we would propose fees .' for the 3-year sxtonsion as followa, 1994-1995... .. ....... ... .......... .$35,000 1995-1996.... ........ .. . .... .. . . $37,000 1996-1597......... ... .. . ........ ...S39,000 k: We are available to discuso or further explain our request, but certainly wish ' aP to express our desire to continue serving the City of Dania in the future. Sincerely, Thomas H. Evans, Jr., cBA THE/ob ANtmtwa I NIERN ATIONAL NRRIA UM NATIONAL.M A WOR,tnnnR NETVM OF LN0UD1bQVr AOWUMWC PM)& NnmRR-A OOATP.n PRMOW.,,„rniNT„w:mown MA -12-1995 11:46 305 581 176E P.it^e El CITY OF DANIA INTEROFFICE MEMORANDUM GROWTH MANAGEMENT To: Robert Flatley City Manager From: Will Allen Growth Management X ,' RE: Conference Room and Growth Management Office Furnishings Date: May 10, 1995 At the May 9, 1995 City Commission meeting, the Commission voted to continue the resolution "piggy-backing" on the Broward County School Board and Palm Beach County bids for office furnishings. Two points of information are offered which are germane to whether the purchase of these furnishings should be delayed. t' t, The first is that the Broward County School Board bid for the Growth Management Department will not be eligible as an acceptable bid for "piggy-backing" after June 21, 1995. According to our City charter, an existing contract may be used for i P�99Y- sij '„, backing up to 12 months after it is awarded. Also, the cost of the proposed conference room furniture being purchased under the Palm Beach County Bid, will increase by 4% as of June 1, 1995. If these bids expire, essentially the price of the furniture will } increase. qV The second point of information is that according to Finance Director Marie Jabalee, the funding for the furniture will be the Police Captial Fund (Impact Fees) as previously 1 authorized by the City Commission. The funds in the Growth Management Department will stay within the general fund. WA;lc i 1 i v F ' CITY OF DANIA INTEROFFICE MEMORANDUM GROWTH MANAGEMENT To: Robert Flatley City Manager From: Will Allen I Growth Management L.V JA RE: Conference Room and Growth Management Office Furnishings Date: May 10, 1995 At the May 9, 1995 City Commission meeting, the Commission voted to continue the resolution "piggy-backing" on the Broward County School Board and Palm Beach County bids for office furnishings. Two points of information are offered which are germane to whether the purchase of these furnishings should be delayed. nx Pw r{ ,• The first is that the Broward County School Board bid for the Growth Management 1 Department will not be eligible as an acceptable bid for "Piggy-backing" after June 21, 1995. According to our City charter, an existing contract may be used for piggy_ " backing up to 12 months after it is awarded. Also, the cost of the proposed conference } room furniture being purchased under the Palm Beach County Bid, will increase by 4% as of June 1, 1995. If these bids expire, essentially the price of the furniture will increase. The second point of information is that according to Finance Director Marie Jabalee, the funding for the furniture will be the Police Captial Fund (Impact Fees) as previously authorized by the City Commission. The funds in the Growth Management Department will stay within the general fund. jam(/ WA;Ic �� �� %! far f .o . 1 RESOLUTION NO. A RESOLUTION OF THE CITY OF DANIA, FLORIDA AUTHORIZING THE CITY MANAGER TO CONTRACT FOR THE PURCHASE OF SUPPLIES, SERVICES, EQUIPMENT AND MATERIALS IN THE AMOUNT NOT TO EXCEED $58,554.30, BASED UPON THE COMPETITIVE BIDS RECEIVED BY BROWARD COUNTY SCHOOL BOARD AND PALM BEACH COUNTY; PROVIDING THAT ALL RESOLUTIONS PARTS OF RESOLUTIONS IN CONFLICT HEREWITH BE REPEALED TO THE EXTENT OF SUCH % fi CONFLICT; AND PROVIDING FOR AN EFFECTIVE DATE. L n. Y k , WHEREAS, the Charter of the City of Dania, Part III, Article 3, Section 4, Subsection (J) and Part XII, Article 5, Section 3 authorizes the City Manager to purchase supplies, services, equipment and materials for the city government in an amount in excess of$15,000.00 without competitive bidding and without advertisement for bids if such purchases are made pursuant to a competitive bid obtained within the last twelve (12) months by other governmental entities such as the federal government, i the State of Florida or a Florida county or municipality, if he is authorized to do so in i advance by a resolution adopted by the city commission; and WHEREAS, the city manager has determined that it is necessary to purchase office furniture and systems for the Growth Management Department and the p, Conference Room; and WHEREAS, the City Manager has determined that such purchase can be made at the least cost to the city by using the bids of Office Pavillion, One Oakwood Blvd., Suite 100, Hollywood, FL 33020 given Broward County School Board, bid No. 95-004H, dated 6/21/94 through 6/6/97, and Palm Beach County, bid No. 93-316A, dated 11/01/94 through 10/31/95, without further competitive bidding and without advertisement for bids. A copy of said bids are attached hereto and made a part hereof as Exhibits "A" and "B". 1 Resolution No. i = e i NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA, FLORIDA: Section 1 That the City Manager, is hereby authorized to purchase office furniture and systems for the Growth Management Department and the Conference Room from Office Pavillion, One Oakwood Blvd., Suite 100, Hollywood, FL 33020, in an amount not to exceed $58,554.30 without further competitive bidding and without U advertisement for bids under the Broward County School Board bid No. 95-004H dated 6/21/94 through 6/6/97 and the Palm Beach County bid No. 93-316A dated 11/01/94 through 10/31/95. i - Section 2 Funding available in Police Capital Fund per Resolution No. 89-92, approved June 23, 1992, and 1994 - 95 General Fund Budget. r` Section 3 That this resolution shall be in force and take effect immediately upon its passage and adoption. �y PASSED and ADOPTED this day of 1995. MAYOR - COMMISSIONER i ; ATTEST: CITY CLERK-AUDITOR APPROVED FOR FORM AND CORRECTNESS BY: FRANK C. ADLER, City Attorney 2 Resolution No. s r r: Ib •_.'. LED 1 ':"_ IC .PLJ luI: IIIG H:[j, ll7 W:.r,l ' H, Poo orfre+ The Nr(ion's ew fu!La ✓ems.9 Qf1RIO' Acu oo edted Seh /SYirum THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA Arev 5 Hercy,Jr..CM,Dke Wpwd" /I chi,ROMn D.Prrb »20Sa CiMCalfwwtlM= ,� chwW+m Mionn M.oghW tPat�Le6dadeb,fkrlaa 51912.7595 EarenS.sd"PY4 9UNCOM-0110 1 Twit.SeYi, ' 1A16120 '^ I m �V&AWW . r :rue iao5)76i8N] 1V/1 . Old Hu*m 1305)ms-tnve t) a.fr.r a rey,.., 4 SyasrbMWrf dSYlod� - -.. June 21, 1994 TO: ALL SCHOOLS/DEPARTMENTS/CENTERS FROM: Lojunnna Howard,Buyer Purchasing Depanment SUBJECT: Office Fumitui Bid 95-Fires 6/20/97 Office furniture,NOT STOCKED in the School Board's Warehouse or available on other q' School Board bids,will be ordered from this bld HOW TO USE THIS BID:Attached is a list of all of the Successful Bidder's names, addresses and telephone numbers. Also attached Is a list of the manufacturers awarded to each bidder,as well as discounts,installation percentage(if any)and minimum order(if any). You may contact any of the Successful Bidders listed to have them give you a written quote stating"LIST PRICES LESS THE DISCOUNT"for any of the ' manufacturers they have been awarded. i I HOW TO ORDER: Requisitions will be typed showing the MANUFACTURER'S fast item number NOT THE VENDORS. The unit of issue will be one lot. All orders for furniture on this bid will be"STANDING ORDERS,NOT TO EXCEED AS PER k. ATTACHED LIST". Any requisitions which do not specify the manufacturers fast item number or fail to have an attached list will be returned to the schools/departments for identifications.The attached list must state the LIST PRICES,LESS the discount your s. have taken,PLUS the installation(if any). The NET total of the attached list will be the total of your requisition line. ONLY manufacturers listed will be ordered on this bid. If you have any questions,please call Lojuanna Howattl,765-6137 or Ruth Costina 765. 6774. Attachments i i EPrN/00PatwrAf FrrpbYM,WMyAMirr.wiw Action C�:dM'rMr i' MPR-29-1995 11.44 PU2CHRSM HELP DESK I P. ' 04 II _... _ . 21 ,1 PL'.' —'c IIl37 I.'_ `A IL PL;;, L1' f _3 : it L t;0' P BID 95-004H THE SUCCESSFUL VENDORS ARE LISTED IN ALPHABETICAL ORDER BUY-RITE OFFICE FURNITURE OFFICE CONNECTION 3301 NW 22ND TERRACE,BLDG FN100 5301 NW 9IH AVENUE _. POMPANO BEACH,FL 33069 FT.LAUDERDALE,FL 33310 r 972-6900 491-4500 CONTACT PERSON: JEFF ROSENTHAL CONTACT PERSON: GEORGES AMIEL COMMERCIAL OFFICE FURN. INC. OFFICE DIMENSIONS, INC. 4 3001 WEST MCNAB ROAD 8300 NW 53RD STREET,SUITE 108 s POMPANO BEACH,FL 33069 MIAMI.FL 33166 }F' 972-3375 477-9141 CONTACT PERSON: ROSE SC31MRR C SON: MARK STERN CORPORATE ENVIRONMENT SYS. OFFICE PAVILION P.O. sox 2428 ONE OAKWOOD BOULEVARD,SUITE 100 WEST PALM BEACH,FL 33402-2428 HOLLYWOOD,FL 33020 407-948-9744 921-8333 CONTACT PERSON: PHILLIP HLMORE CONTACT PERSON: MARILYN WILSON DECORA OFFICE FURNITURE OFFICE SYSTEMS OF FLORIDA 1100 W.COMMERCIAL BOULEVARD 5150 NW 167TH STREET FT.LAUDERDALE,FL 33309-3746 MIAMI LAKES,FL 33014 491-4944 620-0654 CONTACT PERSON: ROBERT SCARR CONTACT PERSON: LES GALLOWAY ' FUTURE ENTERPRISES THOMAS W. RUFF & COMPANY 2641 WEST 81 STREET 3201 COMMERCE PARKWAY HIALEAH,FL 33016 MIRAMAR,FL 33309 556 9882 438.5391 CONTACT PERSON: RICHARD FLEMING CONTACT PERSON: FRANK VUYOVTTCH = M. HANSON & COMPANY, INC. I C. WHITE OFFICE FURNITURE 5441 N.E.21STTERRACE 200 S.W. 12TH AVENUE Fr.LAUDERDALE.PL 33308 POMPANO BEACH,FL 33069 776.9477 795-3212 CONTACT PERSON: MARK HANSON CONTACT PERSON: NATALIE STOTLER Page 3 of 10 Pates Bid No.95.004H nqR-29-1995 11:45 1 PURCHASING HELP DESK P.06 a C<3' 1 L!i71 1 1115 H:Ll' C..',I. 1E1 H(7: '0' -7LP 1'311 1:.,07 1114 The School Doard of BfDward County,Florida PURCHASING DEPARTMENT INVITATION TO BID 132D Southwest Fourth Strcwl- Building 7 Fort Luudordalo,Florida 3 3 31 2-753 5 Bidder Acknowledgernent PAGE Telephone Numb,—DoiRxgYrLp aid Nundma: 95-00411 Data AUNrd: 3/24/94 Doi 76"I nth.41 he mPnwd In Me Pumhaeln Depemma t n BID TITLE: 2OO r'Mv APRIL 21, 1994 (425-0 ,06.07,14FURNITURE T18, CONTRACT (425-03.06,07,14,IT,1B,21,56) cad MY act be wlManwmm wfd,rw stx1Y tool Wyt ear rah dsa Sad Erma Venda teams Tame: Odds see P 3•Gen ral Condition, Vender Alleging Add.w,r In ender for 111,1e b be vo.,Wv ed for III li ddor M 7T mh n wan Old nebmamd the•'� eaNdad hMtwlkm to Did bra pew sqq City-Onu.ZIP Coda! read Old Swnu y Dirt popes,NI Star required P.M dud . other required Submittals we desNled herehA VENDOR TAXPAYER IDENTiRCATION NUNDt/1 TNephpno Nun". TEN-Fnn Number. FactlmpeNumber- Is Cafe: LS00- Ara Code. -..� I corh'h set Iona beat to made Somme A'br urowwNuft Sane ere or . it c0nxedlbn,HIM arty wrpdrSeut Ann apwaon sub i"a bM M me . eeme melMNh a.Yx�bs apmrjRrnenf evd6 MelMpMn r.frand wdndur WAWM or/nW.)modify ad0epfance of of C nMom.Spac2taftn& SSrNh✓e Ot AOMGadd no"WD W(Wnuag and o11W Al omeaon oNOCAedhpreta 1 consly nut/am esmoeed to olpn . M bd Aar ate bfikler. I�pree Ref ids bid carer be Wit,""fnMn Sixty(a)days Ann dons Nome OAulhadmdRepr"wt m(TypedarPredeo 7Me GENERAL CONDITIONS Bidder To Insure acceptance of the bid follow theas Instructions— 1.BEAtED BID REOUIRENENfa:The"INITIATION TO BSr Meal must staled h Bipedal Conditions.Dbcone fit prompt Po"§M Award,I mode happen Yard,Sgned,aro rebrrrhed SRri Da M0.The`$WORN STATEMFIaT will be h Secondaries,won tarns and candle"aemd hfereh Each sem . UNDEn SECTR)N2o7.13N3)IA.FLONDASTATUTeS,CNPML)CEMItY must be bm separately end W Mwmp 4 m be made b be Nry hem S, f CRO.It3" mum a M Q alprcd, NOTMQED, and re111Rled a6 tefM N w/W any Odhar Sam a rlrlhe.CSah a p�Hv�nb eDrad clunbed hoth The BiO anmary&Net piped olwNMhS RNder atL+olry wen not a S eOMlderdlon M demmSnelmn Swa aAmheabidadmlypoOauponwtkhWdomstlanbregdradlo tnNWsed r cnS Dr wme at'Se,-i7irnyDtagd 1 mu*be e0m~aid subnddsd hen at bd Old*rWcNred flat ND 10 Sal a minimum d 30 aye will a m¢ked ke IAi'mert,and r a payment egapy with Non whmnlMi wgwlamcnte rhAMl eat a oameNasd for tllecotan k olland.the clnMut Ire hear a computed bom to dab Do l award, sWetarANy,WINey at pleco d acceptance and mnalpi a parrot Fndn a) SIDDEIre RESPONSIBILITY:tr b the mapr�tM?y at the bidder b be at go once Speer" o"In list all numbered papas d Vie Did aid M Wclmor s Ifem9 a) TAMES The School Bomd d Snpawd Cony.Folds door not pat _ s ,recoiret and al Addled"rule"rs recMwd pdo to wbm?Wno Forktral Btclsa and Slam tree M dreet puchree d bnptrs paaael e bd.At bids ore suij lo the condlbrn Wocaed hie.%W Ina Winched property.The apple"tan areepecn number is Shown w She pudese 2'f Bid doco ma is,ad uo any Addendum bead name, ads.The exemption Sena red atib to puuta of twoble riWUNhal b)OM) SUBMITTED Completed kid mhrs be oubmsad soled N an P�meda by oarss�M etla use the bmolble patoo W Mvoto I to a n must be SM amped bw nuchdnP e Department Pdor n reNrmence d cdnastK br to bpnvwrwd of schoap00payd 0a u t00 p.mis.W dnb doe No bid wa be o0nldeW a M tms camped owed real prop"N Weed h Chapter IP2 of M Rodo StaaM. 1n the Purcesho DopaMhore prior tc 2O0 pre cm date due.Bids.do b)MISTAKES:Bithre on axpaclNlb examNoew, "not dons,deeery be opanad tl 2m pre on dab tare."pM.laad by l000meoNe a scadUeo.bid pleas and WsadoR and 01 hArueSola polar ing b fecebroW konantleeM1 ovyldro my Un a der aExdrmrcmb supplies and wsNws.Fvlpm tl W oo wfT a N bidOaY Slat F�. nsoUeted d.V,will not be aarogad. '. EX ECUTION OF BID:Bid muw rwrteln an 0)CONDMON AND PACKAODIO:N is understood and Domed twt Sty ordered nve"I tJgnsore beml armed or eldppad ate a nand d the bid&W be reel ltllrfa of an eutotod rspdMtion,Ino e space gwdui Shows.Pa b Production model tl bin ammo of thiselal lu taimlmars Shot a globoset. popsy n bid I in.cdw sat q and i NM rot be candse0 M ean2o a eMpmhSN.ad all Prices chat Ncade YnMW camrnardSl br awSd.Al bid@ mull pslpap one poemowd. 1 4 na Ewa dmhdt . IM though d)I1NOERwN1EM'LAOOrATDKMM:thAsts oSerwles soputwed hti oepenonc tf!d�0 nn an enmr o cofreav� o s u e a _ bd.no manufactured Nuns am bokabd anaMdw tfeff be U L bad INS um -"own--r-Iwh r AS uce 09 adlfuld s0 a lim whom such has bean aeabUW by U.L br the Ituts)Mmd and _. w 1hN M1Wled.h Mu d 9W u1 ia9.dd I"Iimy �de�f' _ um oe and apxe I re ewe s aAorod h erry an Independent x �"'^'h'ruDl' ^�m way.Arend bona wD nee a cemldere0. MeaOrm 2.NO ND.r rot a bd respond W plo 1 and nhwr&o one e) m any cod COAMMOPM The Bond spneacdy neerYw to Ilpla b MemLTama i-m-'ba a'�. ado ar"nbo`' as ie.ean"Tum t a�ffefi'ru j-.�eebon br nsigplmY a- NONCONFORMANCETOCONiMCTCOIOrnONS:W adbmdway �kmused Submit -m,bblor and SaesSaO,1MIt•be r�ecollved art b dsasrdd.not conp/[� b bid Demotions am W w and for Ylbe the Stated bid opanhp else and Dan. mleaed and Returned So YedaY expense. Mcode nor awylow, too TiHsOe b•m e. OOAemd as pox-doh"dab In bid andfor purchase order may be 1 PRIM oUOTED D,ao- trade d400rlw and plot tent ref PIDN&OM purchased on to open raeltrI Any' In coal maYbo,dr9af ash ut pbo and carded bid Prices mud be abed h utb to guesser, Rhea~M bidder.Any vktWn ol one s*LdaftN why eft war b 1a bidding in N ran d dypaprcy h tw S wxd d the din to unit PAa incbd we o0.drt AL pkde I. vdrxfs'a nma beYq wnmwdiMh MDepamrtof I'udrWO Wrhda ales a F.00 dootlnadan,heoM Pmopold t9Ma p►ys W been mates bd bf too,(2)Mrs ad VISION not asp r ounwou dad ter Mapes.Bitter owle goodsN and ass eltytlehwj.lehbss DryewddudTho s+,perm. 2 IUdepahwne".awrwllodob Lk a sehvwsW. Fats 3270D Egret OloowtwrM[mproyr,LhAVAm,.mwrAS Anion GuMrrMw (CONTINUED ON BACTD rovwiom MAR-29-1995 11:51 PURCHASING HELP DESK P.14 f Cc'Sk iCI_ r10: ''I" U911 I12177 Pi lC SALIPLE6 San4w of Item,when race,cad. rraM bn 11 r 11r d hen is 20.WALJTY:M mabola urwd nor a+rw-0=0`0 or cw*bw:4x+d sty ,sperm whin 5 wlJnp ripe d rogues[unbec rnnerwln sWWd ono, ate YJia;mnlennlc or tv,lb m owwvA by the bN vas be rww The a-A doal9y0Q Will.upon agaer,ba-lu,ned W the ow1W,ar:enua. ano1 bid vn rJ be new,Amer W.*nodal,of r:e toot":4y,and hpimt OWars WA be mploW kw Me ree w avvi of ad eny eaten oa tumbhad Nxn O wertkmnnxhiP via clm after bid omap,,iV.As wmples all be,droned d acbr Wdrys. 71.LIABILITY,INSVnAMLE LICENBEe AND PfnS'ITS:YVhere biMwrc ors leach ardhlduW w npe read be rrdwbd wfth Ndderb tea w,bid nurabar, raqusod to edar or go Omo Scholl Ikwd pn>pbry a delnnx mMedaM Amid harm swtw.rafted of bidder Io oMeF dofiver raqukad annpass or or putcwm work or senicm M A r„ut Of e bid award.M bidder Agraea to clearly idwtyy femDMa n Mdcsad may be roosm br-[action d to Me Hold Haq rhod"mine suded hae'e W M avume Me hl are bid.Un"S dr hdcated,sommdp�oo should be doevo-0 b M AAy drpmian and eapane of Obtaining ear nateawy,Icenm,Wnft e daedM PucOAahnp OopMmMdRwSctad Bwudd Froward Canoe/', and insuwnca.The bidder shoe as table for any diunago,or loam.b M Flcrlc ,1320 SDeaawemi Foul,Skaer,Fort Laudordeb,Fiwlde 3331Z tabard bouwnad try nsgagance of 1M bidtlw far eOelO of s,y pone, S.DELNM:L1rde6s ardsledd6DYwyhspaO60dlu YspKMWdoAWy die bidder w deaipnekd n No auyratien don conlrW N a rout cwwwA be mot),star r-nbWal MW.1odbmkadeWeryeserwWV dherrhd. of purchase order in spas,powosd.D01firy onto may b000ma A basis �DM BONDS. PEAPDNMANCE PONDS, CERTIFICATES OF NSUR. km making an avrerd -r 9pedal Go0d17an11. DBlvery shag be wdM s.ANCE:Old Dorri When ropy,nd,as,be Submitted with MbE In M Mo-elms:Waco V haxs a1 M Mond M4 F user, ay Umriday.eacWwq errata spedled in spacial Carbonbonds W DO bos be rkwned to r,orteya. usuccenhA bidelaa.Alter Acceptance of bid.Me BOW w11 me*M 7.PnUU4ETATiONk Any Qaenao,pnncenning mnddrom and spadA• a,ufbl bddar b subnM.a poilkemdaebWard ce+kceledMunuru parr sup be w6aMad In a "A d rAmhnd by the DopedmM or b Me an,owa sdesified Ate Special Cwxld m Ups, rsoalp of Me , Mchsrp ro Wr Ern ton N wprA4q days Prior to M alpha(bid Did hark ea s bead Ma W We VAl be remained b M recamnU Wier. 1 ope L dole.gnantwy.MAddnrdmwgber-uod 2L oaAULT AND V9AUE N M Awed d deleul on a contact.M L AWARD&b the Dap ItAo"d M Sdad Board,the Hoard reeerws euccoeafulDllda'UMpgblM Sdad BowdafOrgwsld Fb1* r ties rlgb Io s)w1 Amy And an bits and b Wahte any bmguMrAy N bib a Lquldyad dime,rap AmA an amount equal b 25%dM,M plc,bid.Nma rscai-d b scrap any tom er group d yams anim quuiW try bolder; MquanAyw350OgwAncheyor, bnoAmaY lerrygearr.�Any saft'VIM ;lt to amethe Addtlonsr quantities At prices Oload on Ns im4fth n axbe ,Board tr aquidatorl demapas'rrd In VN44UW And FW&MW In M - ,. t'5..: Wddondo usndie uA not aocayypIs,In whirlr cea0 the Dld afeNs runt Come d tie County d BroAarQ Slab d Fkslda In M AVM d A ddwa be now�IgO IS FOR SPLXaFIEO OUANTFrY ONLY,••M a"%13 make an a cmaa-the sis,66"fid bbda NMI pub AS&lWfwys ben end mat As a Read at tax bid shed cmec m an apphaebr riaida Stevan. ad=banned N Odwhp rid tkpwlred Olives s LBID OPENING: Shag be pubic, m M dale and at M Me spedled 2e.CARCALATION:In Me sward ayyolM INVASION,dNA w"vwaw Item,Mbnn.MbW wahod After hat Ones dill rot be considered pry gre canon-,; and OWrbbMend nIW give waft nWoe b M 10.ADVER(SING&In wbndbrp a prapaal Ydm e9ran r,a1 m Ammo Ina mnhclx abDng M cbrK:K bid mien Mkiene"M contend rouse l,s,Wrorr,n e ppaann d sole cawnarclal adrvwt4dp wltho.d par wain We 15)days,rpcod+merd,am rN be made b Me School Board lorida N rM Sdml Bass M5F"M rpm b Ww*b mra'ra rerdap CCU*. kM" it.INSPECTION.ACCEPTANCE A TITLE:bOmOUte and aecaplann wtl a1 Arry time and for any reaeM WM Weq Nry,J=via„pbr WtM j tpU Od,On ui110e00tinarWx Provhiod.TalowlarFiLkollonardamy, nvw*to tin Oran pity. b d eons elrl be M lepdr3illy or the successful bidder until erulsmce by 0r baser unless Jim ac damage re"tran roN4�A 25.B6LINOINSIAUCTgH4:A,VvbMvam,Atwwbe'a�a�LmW Uar bye DWec Mrtuterleba N-kra applied EOM Board era load FasheFe ardor nur6en And ohm be subrnled in&Vildib b The Sdnd b a ddaeaw rm M conform b speelcel otte,M BoarE reserves M board w Broran G�bu�mtt�� Fonda,Assaub Payable Department. P.O. nubt lacw4w M ordar a=wftm notice b Me smiler and reran pnQo/ BOs b4M Fat lalnlwoab,Fkalda 33310b4M Prymen W&I be aide in bidder,ezpwns. a mwmun,dSOdays aaerdelwry,mAawiald lneDedI Wnmeprarl0a N7r%verdors some dmabd b send Vastest me a ciao,Me trJool all! 12.PAYMENT:P&p*M will be made by he bLW Saar Me items Awarded make dared p ,wr.a.A,M wader. Y b a ardor Nava been received,hspodad and sped Doempls'wIh Awrd y i spadecarim,am d deanda or defect and Popery Invoked. 2e.NOTE TO VENI101tltEay MroughERING TDlerldst,te OUR Curling L 1TB dOUSEI 13.CONRJCT OF NrEREBr The award haamider is Mudwdea b Me p=PRedeeming AL This yygfa eve s M lager ems o�bo by VA Seaboard i�bid Mer�"Oft&.&eaar Florlde be 099s. O0 w�bo w Mae,an m03yee Adma Vigil Croat Line.idagbrN car mrakp of Ion Bd oul Board of BrvaW Carry.Flonde ruMar,ad bidders mud 27.SUBSTITUTIONS: The School Board ot SivA rd Cgary,Flwids Mxl devices ate narrte w Any Beard employs,who awn.0109W w bndmerty. NOTwcW subm.aue WgNrww d"Imind a ter lbeapel Same ny An wM,,m d S-per cane f5%l er mere or M ml--on capael Me bald pealed h,Mal,bid woe marded ey 11Yii�A Seamd Boers Any eb,k in he biddah Sen. suDWub srMpman s-M be retuned d M bidLls eapnae. 14.DISPUTES:In emee of any doubt or dtlaren of 0pkdorn as l0 Me doers 2L FACILI M:The Based reserves Me might b' Me biddefs Mm14a to be banhhsd hkaounOF,!te decision o1 to byvr shut bu hmd and ,!any tine writ,polar raft& r„ badnp an both part" Ps.BID ABSTRILCTS,Bidders denting a am d bid lehderon terry ro¢rU pp� IA.LEGAL REOUIREk1FNTG FedwaL Slats, cwmy, bid Ideal laws, same by encia ga,atl-eddesNq Uerrpd envelope Mr blot orcinmunce3.Mev,and repaehone Mal ten any Maras, sand the Itms conerad Mrs n eppy.Lack d krowdM)a by he bidder wN In Ib way m'AS3 vid Co STATEaE]R:rd e 100 "Past b Ore IBidder Board d be a cause Is, slld kom mpo loft.. d it Cpmy.Floridayl rtart be "I"Past"M. d lit W - aµ a*ma by dprrq bd.Dut a Is 100 NA /L PATENTS A ROYALTIES:The dDow of card tern,rid,I adcrsaid ri1 guppy aNy malwol w p�,�mwd Srl b tODE eADsax ties.No d0 ' and save Mrmlen The Soloed Board d Brrawerd COrrsy,rlorlde M rM IOOrterdeled rAawa Nek epr,edbby Ur word-. b erint,"sfrom liability d Any ruunwldhd.Icludigoadand exporters 31.HOED HARMLESS AGNEDRNI!Owing M term dab bid ate biddy a w anGwe of any copra.pmanled.or unpbred erwneon, W/admmaWy had hArmam,rot claimed M Scl BOAS d Stressed pocaw&w adicMm Weduto roused In he performanoa dthe contract. Camay.Fbrlde Lb,Bab,Wvarb and employe-Mmy Uri o ar el Orr t Includingi,use by The School Board ofBmwwd Camay.FlerldL ill M And�yy yrbyV but not hbd to.Ukylgry Mee reaprbM bwor noes wy design,dwipo,w mmrtete c lot by Ien-1.Wk+^I• angtbad-and dtemeery cods coral too Aid s5 cum sums w1Nb _...._J Of M A Y maue'y ude�s'aod and op-ed wiaamh Aacepam O,U MBowd.aa eponb.sorvansar,d empbysw ma/pywbecalm I I ate I M bd pines sr,st od.rds AA royatle w aaaL adpnp Sam Us,use,d p pay an AmpAma d rid.�I arnd eery delm w dernAnd,w awraan much doppn,davlo%W Mwlate In wry wryimoWad In work di be any desire and away,rAh w dun"or oWdOn d bbova 17,OBHA:The bidden wanads that M prgAuer suppled b The School Bond wry c4hn or Actions Mlmdad.alaraoR wimiling w aaspW to Iva wbw cl Brswan Corny,Florida shad contain In as rmpotla e,M sts Breda out d M Pvd dik Soots WW kit krnWWbytab4d hw err dh In tie Oavpomonal Salary and Hearin Act ul 1970,se rneM w ad It era dd earnwits enplryees,w ON s ewpi won suck Aes, k aea�s w a ,M oaspy wYtnfts cwndRon we De mnidwvd n a DroacD ontract ro�deharling q�w moOAr,map eq,pnw 1L EPEGTN.CONDITIONS,Tho Sup@r mndMwoecyrashuMmtudy �nape, s eMhnatb0 birarse'wAeP+r MAi,oft w daMte I tr b arras Spaced CaNsur And^upacMewbra tie 16Wbed lw idividual asand ga+Pwwgpa iAsr1 ewnpb��bythe ... bids Any said Ad Special Conditions;aM may vuy lion,Ms,Gernert or to Bard w drrMM. oerrsok "hakes Precedence. 32.The Pubic Easily elms,Beach SM1smM regltied under Flakeat s Gre fa.ANiFpSCF MNATON:ThebWwcs&esthallwslkbcwroa nos 237.13)M&coup be mhgMbd and sawn b In to --I—bw w*M ron-decm"Abn oboe ewaal ned sr Section 202,ExecdNe by low and eu3mbed at the kid of bid sWnWAL t Wkft WON Order 11255,U-smondad by Eennllw Order 11375,rMaWe b 0egqrr1 this"Brareaat WIN read[bommww~wMid wommom errpbyreadda pa,"for M Persons,WVW regard to raw.color.re Fiala 32M Pope 2 ' Ran1eW 10R9 MPR-29--1995 11:52 PURCHASING HELP DESK P.15 s. n..._. . .. '9:; 4}:_ 1L-a= 1[r.PU::J iI'n IIIG CLP h lE_L 110:7"�-7GL-=Or1 ..�-„� sty a Did No. 95-ONH Page 6 of 12 Pages BID PROPOSAL SPECI 1,CONDITIONS 1. The School Board of Broward County,Florida(SBBC), desires bids on new OFFICE FURNITURE as specified herein. The discount quoted shall include freirht and inside delivery to various locations In Broward County. Bids will be considered from manufacturers or authorized distributors or authorized dealers only,located in the tritounty area(Dade,Broward,and Palm Beach Counties). 2. qrQPFj The purpose of this bid is to establish a contract for a period beginning with the, date of award and continuing through three(3)years. Each bidder shall submit a single fixed discount from the current price list for each manufacturer offered. The discount offered must be held firm for the contract period. 3. OTIANTITIES_ No quantity or dollar amount is given or implied. This furniture will be ordered on a ti if when needed as needed basis. _ 4. DLIAVERV: Bidder is requested to indicate delivery date in their bid. Orders will be required to be received within the delivery time specified by the bidder. Any bidders who fail to specify delivery time on the Bid Summary Sheet,the SBBC will expect delivery within sixty(60)days after the receipt of the order(ARO). 5. A3YARD: In order to meet the needs of the school system and in the best interest of the School Board, this bid shall be a multiple award, based on the highest discount offered(across the board),for all items offered Qtr manufacturer. 6. BID SUMMARY SHEET (PAG 11): THIS PAGE IS TO BE REPRODUCED .AND COMPLETED BY BIDDER AS NEEDED FOR EACH MANUFACTURER OFFERED. On lino provided,bidder shall insert the full name of the manufacturer,the catalog number or date to identify the a;y book the description of the furniture and price list date or number (for identification). ONLY ONE 1 °'� DISCOUNT (ACROSS THE BOARD) FOR ALL ITEMS AVAILABLE IN THE MANUFACTURER'S CATALOG OFFERED WILL BE ALLOWED. Additional information as specified on the Bid Summary Sheet submitted must be completed or specify NA(not applicable). Each Bid Summary Sheet submitted must be signed by an authorised representative with proof of the authorization attached(see Special Condition 7). Failure to comply will result in disqualification 7. AUTHORIZED DEALERS* Verification of authorization on the manufacturer's letterhead must be submitted for EACH MANUFACTURER OFFERED by each bidder. Failure to provide this i= Information will result in disqualification of the bidder for that manufacturer. ;. g- TA OC.S: Catalogs will NOT be submitted WITH this bid. Successful bidders will be required to submit MANUFACTURER'S catalogs with current price list to the Purchasing Department AFTER THE AWARD of this bid. Dealers catalogs will not be considered. It will be the successful bidder(s) responsibility to notify the Purchasing Depar6nent thirty (30) days prior to any price increases,by submitting the new manuractueer price list 9. BID FXyIPT; Purchases shall XW include items stocked in the School Board's warehouse or items available at lower prices on State of Florida contracts, or furniture available on other bids awarded by the SBBC. The SBBC reserves the right to bid any furniture at any time during this award, if it is in the Boards best interest to do so. VENDOR NAME: LIUk MAR-29-1995 11:55 PU?04 SING HELP DESK P.19 <h HIr_.11_!i I f IP 11 F: 16L Hu -U'� "Lu-u`J11 Did No.95.0(MH The School Board of Broward County, Florida Page 7 of 12 Pages OFFICE FURNITURE SPECIAL.CONDITIONS (Continued) 10, BLD CONDITIONS: Bidder, by virtue of submitting a bid, agrees that the SBBC's terms and conditions herein shall take precedence over any terms and conditions submitted with the bid, either appearing separately or included in pre-printed catalog(s)and/or price Mst(s)or other literature. 11. INSPECTION: The SDBC or their designee,reserves the right before making any award to hnpect the bidder's facility. This facility shall be within the tri-county area (Broward, Dade and/or Palm Beach counties). Bidder must have adequate facilities,equipment and personnel to insure prompt and efDcieat t deliveries for this bid. i 12 ORDERS; The SBBC is NOT obligated to place any order with any successful bidder in this bid. However, all schools and departments requesting furniture not available in the School Board's warehouse or available on other SBBC bids,will be directed to the successful bidder(s)of this contract. Individual orders will b- placed for all schools and departments in the county as needed and each shipment is to be FOB destination specified on the purchase order. The prices applicable to any purchase order are those that were In effect on the date of issuance of the purchase order. 13. PURCHASE AGREEMENT: This bid and the corresponding purchase orders will constitute the complete agreement. The SBBC will not accept proposed terms and conditions that are different than those contained in this bid, including pre-printed text contained on catalogs, price lists, or other descriptive information submitted with bid. Bidder's percentage discount must be stated in the space provided on the Bid Summary Sheet. (See Special Condition 6.) i 14. INSTALLATION: If the furniture requires installation(Le. systems furniture)bidders will specify on the Bid Summary Sheet the percentage to be added to the order. }r 15. MINIM IM ORDERS: If bidder(s) wish to set a minimum order dollar amount, they must do so by s indicating the dollar amount in the space provided on the Did Summary Suet Failure to specify will be considered no minimum dollar amount. It should be understood minimum orders with large dollar •` amounts may exclude bidders from competing for the Board's business. (See Special Condition 5.) i u`r yM. ,oK 16. PAY111F,NT: Partial payment will be allowed for partial delivery IF THE INVOICE MATCHES THE DELIVERY. Payments for the SBBC purchase orders will be made following delivery, y acceptance, reoeipt and approval of the invoice by the requester. School activity purchase orders or i check requests will direct the vendor to deliver and invoice to the school or department directly. 17. Oj1A ANTES: All furniture delivered under this contract shall be guaranteed against defects in z workmanship or materials for a period of one(1)year from date of delivery. Should any such defect arise within this guarantee period,not caused by vandalism,the defective furniture shall be replaced by the contractor,free of any charge. 18. RFPRESENTATLVE: Bidder must indicate on the Bid Summary Sheet the rattle and addreas of the representative. This representative shall have authority to receive purchase orders,resolve billing, and delivery problems. VENDOR NAME: LH/lc MAR-29-1995 11:56 PURCHASING FE-p DESK P.20 Q ]L.09 IU:f'Wl lJUli Bid No.95-004H The School Board of Broward County. Florida Page 8 of 12 Pages OFFICE FURNITURE SPR .IA . CONDITIONS (Crottinued) 19. PUBLIC ENTITY CRIMES: Florida Statutes. Section 287.133(3)(a) effective July 1, 1989. requires that no public entity shall enter into a contract, award a hid, or transact any business in excess of $3,000.00 with any person or affiliate who has been convicted of a public entity crime. Prior to entering into a contract to provide goods or services to a public entity, a person shall rile a swom statement with the Purchasing Department on Form FUR 7068. The law further states that "No public entity shall accept any bid from,award any contract to,or transact any business with any person or affiliate on the convicted vendor list for a period of thirty six (36) months from the date that the person or affiliate was placed on the convicted vendor Bs[ unlrss that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f),Florida Stauutn" This list is maintained and published by the Depanmoat of General Services, State of Florida. Any ,11 public entity which receives information that a person has been convicted of a public entity crime, subsequent to July 1. 1989, shall transmit that information to the Department of General Services in " writing within ten (10)days e" A co x - -c• py of the required SWORN STATEMENT is included as a pan of these bid documents. This ' sworn statement should be completed,signed�NOTAR17.ED and submitted with the bid or prior to the bid opening in order for live submittal bid to be considered. Every time a bid is submitted,a new sworn statement is required. Any bid that does not include this required swam statement will not be evaluated and will not be considered for award. A signature Is required on BOTH the Swore Statement AM the Invitation to Bid page. A signature on one page C nni;Il be substituted for the signature required on the otter page. Failure to complete and sign both pages requiring signature will result in rejection of bid submIned. a 20. MINORITY/WOMEN BUSINESS ENTERPRISE. (M/WBE) PARTICIPATION• SBBC bass Minority/Women Business Enterprise(WWBE) program. A M/WBE is defined by SBBC as any legal entity,other than a joint venture,which is organized to engage in commercial transactions and which is at least 51% owned and controlled by minority persons. If the bidder Is a Certified M/WBE by the SBBC or by the Department of Managemeat Services,Division of Purchasing,State of Florida,as Per Chapter 287.0943,Florida Statutes,bidder should indicate Its certification number on the Bid a' Summary Sheet. If the bidder is not a Certified AMBE by the SBBC, bidder should include,as an + attachment to its bid, a plan to show how it will incorporate at least five percent 5% M/4VSE s.. participation in any award received as a result of this bid. For information on MIWBE Certification. E' contact the School Board's M/WBE Office at(305)760 7470. 21. SEALED BW REQUIREMENTS: The "INVITATION TO BID"sheet must be compPleted,signed and returned. The SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES' should be completed, signed. NOT,_ ARi7.>& and returned as described herein In addition,the Bid Summer x Sheet page on which the bidder actually submits a bid,reseed to be executed and submitted with this bud. Bids received that fan to comply with them requirements shall not be considered for award. 22. SUBMITTAL QF BID, All bidders arc reminded that it is the sole responsibility of the BIDDER to assure that their bid is time atamned In the PURCHASING DEPARTMENT prior to 2:00 p.m,on date dun The label attached to the bid solicitation indicates that the address for bid submittal.Including hand delivery and overnight courier delivery,is indicated as: 1320 Southwest Fourth Street.Building 7,Fort Lauderdale,Florida 33312-7535. Prior to bid submittal,it Is the respottsibBity of the bidder to he certain that all addendum released have been received,that all addendum requirements have been completed, and that all submittals required by the addendum have been timely Ned (See I General Condltion 1.) VENDOR NAME: LR40 I MAR-29-1995 ll:S7 PURCHASING HELP DESK P.21 F INA{9 - b(77 1_:117 IC:{'Q ,Iil 11LS I f LP 71-L NO:73b G....3911 ::J(3'i P_3 i Did No.95-00411 ,qp The School Board of Durward County, Florida Page 10 of 12 Pages OFFICE FURNMIM SPECIAL CQ(!i[IITIONS (Continued) 25. SBBC ITEM IDENTIFICATION SYSTt?M: The five (5) digit, nine (9) digit, or thirteen (]3) characterldigit item number shown in parenthesis at the beginning of an item on the Bid Summary Sheet represents the School Board's identification number for the item. It does not represent any manufactureddisuibutor modellpan number. 26. S IRMITTAL OF INVOICES,. All bidders are hereby notified that any invoice submitted as a result of the award of this bid must be in the same format as any purchase order released as a result of the award of this bid._FRrh line of the invoICc must refemnce a coIMMItnnding single line dKmn on Lw U . pl.r has+ordler. A single invoice line must not correspond to or commingle the cost shown on multiple k`' •''°• purchase order lines. An invoice submitted that does not follow die same format and line numbering as shown on the purchase order will be deemed to be not correct,and may be returned to the vendor by the Accounts Payable Department for correction a' 27. POSTING OF BID RECOMMENDATIONS/TABULATIONS: Bid Recommendations and Tabulations will be posted in the Purchasing Department an HAY 20. 1994 @3:00 P.M. and will remain posted for seventy-two (72)consecutive hours. Any person adversely affected by the decision or intended decision shall file a notice of protest, in writing, within seventy-two (72) consecutive hours after the posting of the bid tabulation (or receipt of written notice of intended decision)and shall file a formal written protest within teo (10)calendar days after the date thettotice of protest was Wed. A written notice of intended decision shall only apCly when the Purchasing ,XSf Department gives notice of a decision or intended decision about this bid to All bidders by United States a?;y% mail or by hand delivery. A written notice of decision or intended decision received in accordance with Chapter 119. Florida Statutes, or School Board Policy 1343, shall nyt be used as a basis for filing a notice of protest as described henna A telegraphle or facsimile letter of protest or formal written protest will not be accepted. The same procedure,as described herein,which is used for the submittal- of bids shall also be used for the submittal of a letter of protest and formal written protest. School Board Policy 60x6-3.4, Rule l.c.(3)(a), states that, if the seventy-two (72) consecutive hours expire on a € Saturday. Sunday, or holiday, the notice of protest must be received by the same hour the next day. i School Board Policy 6Gx6-3.4, Rule l.c.(3xb) states that, if the tenth (loth)calendar day falls on a :ic•' Saturday,Sunday,or holiday,the formal written protest must be received by 4:30 p.m.the next calendar day. Failure to file a notice of protest or failure to file a formal written protest at the office of the Director of Purchasing, 1320 S.W. Fourth Street, Building 7, Fort Lauderdale, Florida 33312-7535,within the time prescribed in Section 120.53(5), Florida Statutes,shall constitute a waiver of proceedings under Section 120, Florida Statutes. Section 120.53(5)(b), Florida Statutes, states that "The formal writen protest shall state with particularity the facts and law upon which the protest t is based". VENDOR NAME: LH/k MAR-29-1995 11:58 PURCHASING HELP DESK P.22 lY ¢7] L='_ID:PUE [-U C-Sk: T[L tO: zir "7t,E J`+LL ItdU7 PJ7 Bid No.95-004H Page 11 of 12 Pages The School Board of Bmward County,Florida OFFICE FURNITURE SPECIAL CONMTiONS (Continued) 28. $PFCIAL.ACCOMMODATION: Any person requiring a special accommodation at the bid opening because of a disability should call the person named in the following Special Condition Prior to the bid opening. If you are hearing or speech impaired, please contact the person named by using the Florida Relay Service which can be reached at 1.800-955-8771 (TDD). t' 29. INFORMATION: Any questions by prospective bidders concerning this Invitation to Bid should be _ addressed to Ms. Lojuanna Howard, Buyer, Purchasing Department, (305) 765-6137 who is authorized only to direct the attention of prospective bidders to various portions of the Bid so they may read and interpret such for themselves. Neither Ms. Howard nor any employee of the SBBC is authorized to interpret any portion of the Bid or give information as to the requirements of the Bid in addition to that contained in the written Bid Document Questions should be submitted In accordance with General Condition W. Interpretations of the Bid or additional information as to its requirements, where necessary,shall be communicated to bidders only by written addendum. l { EL, 3�m g,.c: VENDOR NAME: LHlIc MW2-29-19% 11:59 PURCHASING HELP DESK P.23 r}1 A 34 4Y'A`S�F 51 v w ISA-�': - lJI:P L':�L ILf`U��I II FI IiG III Il' Ii_'l. Iiif N1 r,-'t,C'� '�lnll _tt:'f PI- OFFICE PAVILION 2517021F A.M.. seating6.1 2517 Anco O1fi Com unuturc + (425170349) Add tenor.=in 7 IS 7 51 vnnm a wc, 2517 17 o seaun S 7 7 Amol case oo a 5 7 5 Avenuc,dcwtablea 4 51 022 Bernhardt.scent[ .. 42537 rarsdrub caseA i 2517 8Igurrouehs wn L DCatrna :.i nrttSl seat[ 4 1T 355 --Design Options, 2517 1 ivetm 1 rruuue, 4 1 2517 1 7 rs r ar,sea n (425170090) Grahl,seating (4251701891 (,resson mating } (425170 Hale bookcasesg�--� k rn251 S75Ti3 —gin _ - Heiman n'11Jrer,SlanOtiS J) Lronbound - 0 ( 1 5Keithauer n .,seating mmucloama 42517 37 Krue.seadn 425170253 Kwik. mailroom Loewenstein,seas case goods 4 42517 Mcridlan % 42517 125 Novlknff,caselzoods 1 tee one 17 7 ierson De. 42517 1 Phoenix work stations Tiu­u— (425170358) K.P.L. lobby 2517037 ignore 5 r zs1 5 Sounoe, IniL, seaun -- —�— 42517028 voges tAhor-acatinx Wh 25170147 to sett — Wiftancl,araunjt 1 £mac 9 of 10 Pages Bid No.95.0()4H MRR-29-1995 11:49 PURCHASING HELP DESK P.12 xi ,My. `LLB-J.'1 _27 C11=1=10E PI PJILION 11.3' I`ti lam— iJ=fi �T 95 13: _S zy and of County Commissioners �I County Administrator a L Foster, Chat[ Robert Weisman n L.Foster,Vice Chairman I "en T.Manus lol A.Roberts Purchasing Department lren K Newell rt Aaronson H ude Ford Lee Fom L t OMOO14 A Jap e�1994 i Date: OFFICH PAVILION ONE OAKWOOD BOULEVARD SUITS 100 HOLLYWOOD FL 33020 Attention: Marilyn Nilson RE PRIC-R AOUMjxmT 9: 23316A Dear Vendor: This is to inform you that Pala Beach County Board of County Canmisaioners is entering into a Price Agreement with your coaparry for Office Furniture following: by Manufacturer ce•rrrwr based on one of the i 1 FORMAL BID ��. IXX:X1 RENEWAL OF FORMAL BID 0 93-316 EXTENSION ON FORMAL DID/RPQ WRITTEN QUOTATION / sit'i VERBAL QUOTATION PER ' I 1 STATE OF FLORIDA CONTRACT 1 PALM SIMON COUNTY SCHOOL BOARD DID tl tt ,..'...: I 1 OTMIR: OFFICE F mnrrrmn wv NME C=M0 AS PRR ATTACH® The term Of this agreement is 11/01/94 through 30/31/9S. The estimated dollar value is ; +. $019,500 for all 19 vendors. f The obligations of palm Beach County under this agreement are subject to the availability of £uada lawfully appropriated for its purpose by the State of Florida and the Board of County Commiooioners. Palm Beach County Departments will issue hard copy orders against this agreement as your authorization to deliver. A11 invoices moat reference each unique document number. If you bava any quostione, please contact 28 pi at t1071 qav-Iw, Sincerely, Doug a V. My a Dir for co: Pile 'An Equal Opportunity•Affirmative Action Employee 50 S.Military Trail,Suile 110 Weal Palm Beach,Florida 33415.31" aYWI^'�•�'r� Iar1111lirCM La Y. M.+H ow qPR-27-1995 13:05 305 921 5727' \ P.02 4 .. aAg: I III PO CiFR J7• by 13: 14 1 12 BID 993-316/MH AWARDED VENDOR: Office Pavilion Se(( (39) MANUFACTURER(S) : Adden Furniture Inc. 42t Discount Add Interiors Systems Inc. 42.5t Discount Amotek/Lusa Sot Discount Arnold Group 44% Discount Atlantic Furniture Systems 53.02t Discount Bernhardt Furniture 45t Discount Cartwright 46t Discount Cleator Corp, 45t Discount Councill co. 42.5t Discount Curtis Products 47.2t Discount Dar/Ran Purniture sot Discount alcon Products 45t Discount '' Fire King International 40.13t Discount Grahl Industries 49.52t Discount Gregoon 56.8t Discount Harvard Interiors 46.65t Discount Herman Miller - Action Office 61t Discount Herman Miller - Ethospace 48V Discount Herman Miller - Seating 51t Discount Herman Miller - Liaison 61t Discount Herman Miller - Geneva 49t Discount q Herman Miller - Furniture 49t Discount Inline Systems 47t Discount Keilhauer 47! Discount Krug Furniture 51.51t Discount Lowenstein 53.3t Discount ; >- LUI Corporation 45t Discount Meridian Inc. 42t Discount M J Industries 32V Discount ;g National Office Furniture 54.53t Discount '.' Novikoff Inc. 45t Discount office Speciality 461 Discount Omni International 334T Discount Omni Wall 33t Discount Shoto Corporation 42.2% Discount +� Transwall Corporation 33% Discount Vereteel 41V Discount -. Vogel oeeterson 51t Discount Wieland 42t Discount AM-27-1995 13:06 305 921 5727 P.03 I I 1 - ____--------.—..—_---------- —_- - �„-ems r,r�a .i..,', Do Ir.1 ul County C'um mi ssioners Mar) McI'arty, Chair Comity Administrator Ken I_ luster,Vice Chairman Robert Weisman Karen T.Marcus Carol A.Roberts Warren H. Newell Purchasing Department Burt Aaronson r, Maude Pord Lee V B — a col,rl•c4 BOARD ,OF CODNTy COMMISSIONERS �� NOTICE OF SOLICITATION BID�93-3161HA Office Furniture, Annual Contract BID OPENING DATE: , October_6,-_1993_ AT 2:00 P.H. It is the responsibility of the bidder to insure that all pages are received and all addendum released are received prior to submittal of a bid. All bidders are advised to closely examine this package. Any questions regarding the completeness of this package and issuance of any addendum thereto should be immediately directed to Palm Beach County Purchasing Department (407) 233-1500. Palm Beach County is exempt from Federal and State Taxes for tangible personal property. It is requested that all bids be submitted in triplicate, one original and two copies. C A U 'r = O 14 Addendum to this Invitation for Bid will be automatically sent only to those vendors who received this document directly from Palm Beach County Purchasing Department. Palm Beach County shall not be responsible for the completeness of any Invitation for Bid package not purchased directly from Palm Beach County Purchasing Department. Irl aCCo1C'(3ar10E w3 tY1 the p=ovis3. o3ns of 27kD2k thys clocurnarit array Yae requestacl ixx Z x al terriate foranat _ 'An Equal opportunity-Affirmative Action Employer' pp, 50 S.Military Trail,Suite 110 West Palm Beach,Florida 33415.3199 r.n.em,«rxi.avww (407)233-1500 FA%:(407)233.1511 Pat- imam r,{':y9• r it A 2 BOARD OF COUNTY COMMISSIONERS Palm Beach County 2 14 V 3C TAT 11 4:3P7 FOR 33 IC I) BID NO: _93-_316/MN__-.-- BID TITLE: Office Furniture Annual Cont PURCHASING DEPARTMENT CONTACT: Michael FMauer_- TELEPHONE NO. : (407 233-1515 All bid responses must be received on or before October 6 1993 r ----- r Pa— Beach County local time, at which time all bids will be publicly opened and read. SUBMIT BID TO: Palm Beach County Purchasing Department, 50 So. Military Trail , Suite 110, West Palm Beach, Florida 33415. This Invitation to Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addenda and/or any other referenced document form a part of this bid proposal and by reference are made a part thereof. V The selected awardee shall be bound by all terms, conditions and requirements in these documents. PURPOSE AND EFFECT: It is the purpose and intent of this invitation to secure bids for item(s) and/or services as listed herein. The selected awardee shall be bound by all terns, conditions, and requirements in these documents and is hereby placed on notice that acceptance of this bid by Palm Beach County shall constitute a binding contract. (i.e., Price Agreement). GENERAL CONDITIONS, INSTRUCTIONS AND INFORMATION FOR BIDDERS 1. , GENERAL INFORMATION ' These documents constitute the complete set of specification requirements and bid forms. IT IS THE RESPONSIBILITY OF THE BIDDER TO INSURE THAT ALL PAGES AND ALL ADDENDUM ARE RECEIVED. - All bidders are advised to closely examine this package. Any questions regarding the completeness of this package and any addendum thereto should be immediately directed to the 'v Purchasing Department contact. ALL BID PROPOSALS MUST BE SUBMITTED ON THE PROVIDED ' � r INVITATION FOR BID "PROPOSAL" FORM. BID PROPOSALS ON VENDOR LETTERHEAD/QUOTATION FORMS WILL NOT BE ACCEPTED. Al] bid proposals must be typewritten or written in ink, and must be signed in ink by an officer or employee having authority to bind the company or firm. SIGNATURES ARE REQUIRED WHERE INDICATED, FAILURE TO DO SO SHALL BE CAUSE FOR REJECTION OF BID. i Bidders shall not be allowed to modify their bids after the opening time and date. Bid files ' may be examined during normal working hours, by appointment only, after bid opening, at such �- time as the bid files become available for ., ..j public inspection. - _,:' , ; All bid proposals are to be returned with the enclosed address label affixed bearing the bid number and mailed or presented to the Purchasing Department and received on or before the specified time and date. The bid time must be and shall be scrupulously observed. Under no circumstances shall bids delivered after the time specified be considered. Such bids will be returned to the vendor unopened. It is the sole responsibility of the bidder to ensure that his or her bid reaches the Purchasing Department on or before the closing date and time. The County shall in no way be responsible for delays caused by any occurrence. Bid proposals by telephone, telegram or facsimile shall not be accepted. Any questions by prospective bidders should be directed to the Purchasing Department contact, noted herein, who is authorized only to direct inquiries to various portions of the bid so bidders may read and interpret such for themselves. Purchasing personnel are not authorized to give information as to bid requirements in addition to that which is contained in the written bid document. Interpretations of the bid or additional information as to its requirements, where necessary, shall be communicated to bidders only by written addendum. i h _ 2. PRICE_(, DELIVERY-_/ ACCEPTANCE. Price quoted must be the price for new merchandise and free from defects. Any bids containing modifying or "escalator" clauses will not be considered unless specifically requested in the bid specifications. Deliveries of all items shall be made as soon as possible. In the appropriate blank on the bid form, the vendor must indicate the best delivery date after receipt of order. Deliveries resulting from this bid are to be made during the normal working hours of the County. Time is of the essence and the bidder's delivery date must be specified and adhered to. should the bidder, to whom the order or contract is awarded, fail to deliver on or before his/her stated date, the county reserves the right to CANCEL the order or contract and make the purchase elsewhere. The successful bidder(s) shall be responsible for making any and all claims against carriers for missing or damaged items. "Acceptance" as herein used means the acceptance by Palm Beach County after the authorized agent for Palm Beach County has, by inspection or test of such items, determined that they fully comply with specifications. The Board of County Commissioners may return, for full credit, any item(s) received which fail to meet the County's performance standards. �i 3. FEDERAL_AND STATE TAX Palm Beach County is exempt from Federal and State Taxes for tangible personal property. The authorized agent for Purchasing will provide an exemption certificate to the successful bidder, upon request. Vendors or contractors doing business with Palm Beach County shall not be exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with the County, nor shall any Vendor/Contractor be authorized to use the County's Tax Exemption Number in securing such materials. t"d 4. ACCEPTANCE REJECTION F:? _. Palm Beach County reserves the right to accept or to reject any or all bids and make the award to that bidder, which in the opinion of the County will be in the best interest of Cu, and/or the most advantageous to the County. Palm Beach County also reserves the right to reject the bid of any vendor who has previously failed in the proper performance of an award t" or to deliver on time contracts of a similar nature, who has been suspended or debarred from doing business with the County, or who is not in a position to perform properly under this award. Palm Beach County reserves the right to inspect all facilities of bidders in order to make a determination as to the foregoing. Palm Beach County reserves the right to waive any irregularities and technicalities and may, at it's discretion, request a re-bid. 5. SUBCONTRACTING If a vendor subcontracts any portion of a contract for any reason, he must include, in writing, the name and address of the subcontractor, name of the person to be contacted including telephone number and extent of work to be performed. This information shall be submitted with bid proposal . Palm Beach County reserves the right to reject a bid of any bidder if the bid names a subcontractor who has previously failed in the proper performance of an award or failed to deliver on time contracts of a similar nature, or who is not in a position to perform properly under this award. Palm Beach County reserves the right to make determination as to the foregoing. i r J� •3 n 4At r ili 4 6. HO BID / NO.CHARGE Where more than one item is listed, any items not bid upon should be indicated "NO BID". Any/all items left blank will be considered a "No Bid" for that item. if no items are bid on, the "Statement of NO BID" should be returned, with the envelope plainly marked "NO BID" with the bid number. Failure to do so will be an indication that the bidder does not wish to be considered for future bids and may result in the removal of the bidder from the registered vendors list. A bidder desiring to bid "No Charge" must so indicate, otherwise the bid will be construed as incomplete and will be rejected. 7. IVE ALTERNATS.__. .._.___ .[_APPROVED EQUAL [. DEVIATIONS Unless otherwise specified, the mention of the particular manufacturer's brand name or number in the specifications does not imply that this particular product is the only one that will be considered for purchase. This reference is intended solely to designate the type or quality of merchandise that will be acceptable. Alternate offers will be considered and must include descriptive literature and/or specifications. Failure to provide descriptive literature and/or specifications with alternate offers will be cause for disqualification of the bid. The determination as to whether any alternate product or service is or is not equal shall be made by Palm Beach County and such determination shall be final and binding upon all bidders. £ Although the Board of County Commissioners provides for the consideration of alternate bids, j it reserves the right to make an award in the best interest of the County. Such award may not necessarily be given to the lowest bid offered. P4 The bidder shall be responsible for reading very carefully, and understanding completely, the �1i;7 . requirements and the specifications of the items bid upon. Any deviation from specifications listed herein must be clearly indicated, otherwise it will be considered that items offered are in strict compliance with these specifications, and the successful bidder will be held responsible therefore; deviations must be explained in detail on an attached sheet(s) and itemized by number. Any item or items that do not meet established specifications upon delivery will not be accepted. 8. , NON-COLLUSION Bidder certifies that this bid is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a bid for the same materials, services, supplies, or equipment and is in all respects fair and without collusion or fraud. No premiums, rebates or gratuities permitted; either with, prior to or after any delivery of material or provision of services. Any such violation may result in award cancellation, return of materials, discontinuation of services, removal from the vendor bid list(s), and/or disbarment or suspension from doing business with Palm Beach County. 9. CONFLICT OF INTEREST The award is subject to the provisions of the applicable Federal laws, rules and regulations, the Florida Statutes and the County s ordinances and resolutions. All bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of Palm Beach County. Further, all bidders must disclose the name of any County employee who owns, directly or indirectly, an interest of ten percent or more in the bidder's firm or any of it's branches. e S 10. LEGAL REQUIREMENTS Federal , State, County and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder shall in no way be a cause for relief from responsibility. A. Vendors doing business with the County are prohibited from discriminating against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to but not limited to the following: employment practices, rates of pay or other compensation methods, and training selection. B. Palm Beach County is committed to assuring equal opportunity in the award of contracts and, therefore, complies with all laws prohibiting discrimination on the basis of race, color, religion, national origin, age, sex, sexual orientation, disability and marital status. C. In compliance with Florida Public Entity Crime Statute (Section 287.132, 133) attached Public Entity Crime Form should be fully executed, notarized and submitted with bid response once per calendar year. No award will be executed with any person or affiliate identified on the Department of General Services convicted vendor list. This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017 without receipt of the statement. D. In compliance with Palm Beach County Recycled Paper Product Procurement Ordinance, all bidders agree to the following as a precondition to contract award: ,+ All reports submitted to the County by a contractor in fulfillment of contractual g obligations shall use recycled paper when it is available at a reasonable price and of satisfactory r.: . .-. Y quality to meet contractual performance standards. For purposes of this paragraph, the price of recycled paper shall be considered "reasonable" if its cost is no more than 10% higher than the lowest price offered for non-recycled paper. Reports submitted to the County by contractors shall use both sides of sheets whenever practicable. paper Contractors shall be responsible for maintaining records documenting usage of recycled paper for reports submitted to the County in fulfillment of contractual obligations. Contractors shall submit such records to the County, as required. E. In compliance with Florida Statute (Section 287.087) attached form "Drug-Free Workplace Certification" should be fully executed and submitted with bid response in order to be considered for a preference whenever two (2) or more bids/proposals which are equal with respect to price, quality, and service are received by Palm Beach County. F. The Uniform Commercial Code (Florida Statutes, Chapter 672) shall prevail as the basis for contractual obligations between the awarded contractor/vendor and Palm Beach County for any terms and conditions not specifically stated in the invitation for Bid. G. The obligations of Palm Reach County under this award are subject to the availability of funds lawfully appropriated for its purpose. se ryq� 4y I 6 H. This Invitation for Bid shall be included and incorporated in the final award. The order of contractual precedence will be the purchase order or price agreement release, bid document (original Terms and Conditions) and bid proposal. Any and al legal action necessary to enforce the award will be held in Palm Beach County and the contractual obligations will be interpreted according to the laws of Florida. 11. PRICES QUOTED Bidder warrants by virtue of bidding that prices shall remain firm for a period of ninety (90) days from the date of bid opening or other time stated in special conditions. In the event of extension error(s), the unit price will prevail and the bidder's total offer V will be corrected accordingly. In the event of addition errors, the extended totals will prevail and the bidder's total will be corrected accordingly. BIDS SAVING ERASURES OR - CORRECTIONS MUST BE INITIALED IN INK BY THE BIDDER. Bidders may offer a cash discount for prompt payment. However, such discounts will not be considered in determining the lowest net cost for bid evaluation purposes unless otherwise specified in the special conditions. Bidders should reflect any discounts to be considered in the unit prices bid. 12. PAYMENT Payment will be made by the County after commodities/services have been received, accepted and properly invoiced as indicated in the contract and/or order. Invoices must bear the order number. d •.., 13. POSTING OF AWARD RECOMMENDATIDNS 1 Recommended awards will be posted for review by interested parties, at the Purchasing Department, prior to submission through the appropriate approval process, and will remain posted for a period of five (5) calendar days. Bidders desiring a copy of the bid tabulation of the Invitation for Bid may request same by a enclosing a self-addressed, stamped envelope with their bid. i - 14. PROTEST PROCEDURE Protest procedures are provided in , section IV.D of the Palm Beach County Purchasing ordinance. Protests must be addressed to the Director of Purchasing, in writing, identifying the protester, the solicitation and the basis for the protest and must be received by the Purchasing Department within five calendar days of the initial award posting date. The protest is considered filed when it is received by the Purchasing Department. Failure to file protest as outlined in the Palm Beach County Purchasing ordinance shall constitute a waiver of proceedings under the referenced County Ordinance. 15. CERTI FICA TIONS,. LICENSES.AND PERMITS Vendor must include with his bid a copy of all applicable Certificates of Competency issued by the State of Florida or the Palm Beach County Construction Industry Licensing Board in the name of the vendor shown on the bid proposal page. 7 It shall also be the responsibility of the vendor to submit, prior to commencement of work, a current Occupational License for Palm Beach County and all permits required to complete ® this contractual service at no additional cost to Palm Beach County. In lieu of a Palm Beach County Occupational License, non-residents regulated by the State of Florida Department Of Professional Regulation may submit a copy of their State of Florida Department of Professional Regulation License and a current Occupational License issued by the County or City where their business is located. 16. CODES AND REGULATIONS The vendor must strictly comply with Federal , State and local building and safety codes. Equipment must meet all State and Federal Safety regulations for grounding of electrical �4 �! equipment and for lockout/tagout processes. Bidder certifies that all material , equipment, processes, etc. , contained in his bid meets all O.S.H.A. , ANSI, NFPA and all other Federal and state requirements. Bidder further certifies that, if he is the successful bidder, and the material, equipment, etc. , delivered is subsequently found to be deficient in any of the aforementioned requirements in effect on date of delivery, all costs necessary to bring the material, equipment, processes, etc., into compliance shall be borne by the bidder. q 17. COMPLIANCE WITN_THE FLORIDA TOXIC SUBSTANCE. STATUTE In compliance with Chapter 442, Florida Statutes, any toxic substance resulting from this bid must be accompanied by a Material Safety Data Sheet (MSDS) . The MSDS must include the following information: (a) The identity used on the chemical„u product's label . r (b) The chemical and the common name(s) of all ingredients which have been determined to t be a health hazard. (c) Physical and chemical characteristics of the hazardous chemicals (i.e. , vapor pressure, flash point) . (d) The physical hazards of the hazardous chemical , includingthe explosion and reactivity. Potential for fire, (e) The health hazards of the hazardous chemical , including signs and symptoms of exposure. (f) The primary route(s) of entry. (g) The Occupational Safety and Health Administration (OSHA) permissible exposure limit, American Conference of Governmental Industrial Hygienists (ACGIH) Threshold Limit Value, and any other exposure limit used or recommended. (h) Whether the hazardous chemical is listed in the National Toxicology Program (NTP) Annual Report on Carcinogens (latest edition) or has been found to be a potential carcinogen. (i) Any generally applicable precautions for safe handling and use which are known. (j) Any generally applicable control measures which are known. (e.g., ventilation point source controls, etc.) rr r� aF•rx f M B (k) Emergency and First Aid procedures. (1 ) The date of MSDS preparation or the last change to it. (m) The name, address, and telephone number of the chemical manufacturer or importer. (n) Any recommended personal protective equipment (i.e. gloves, goggles, respirators, etc. ) IS. INDEMNIFICATION Contractor agrees to protect, save, defend, reimburse, indemnify and hold the COUNTY, itsagents, employees and elected officers and each of them, free and harmless at all times from and against any and all claims, liability, expenses, losses, suits, costs, fines and damages + :wa (including attorney fees) and causes of action of every kind and character against or from i ;. COUNTY by reason of any damage to property or the environment, or bodily injury (including death) incurred or sustained by any party hereto, or of any party acquiring any interest hereunder, and any third or other party whomsoever, or any governmental agency, arising out j .. of or incident to or in connection with Contractor's 1 performance under this Agreement, y Contractor's acts, omissions or operations hereunder, or the performance, non-performance or .; purported performances of the Contractor or any breach of the terms of this Agreement; provided, however, the Contractor shall not be responsible to COUNTY for damages resulting p out of bodily injury or damages to property which Contractor can establish as being attributable to the sole negligence of COUNTY, its respective agents, servants, employees or c officers. This indemnification shall include, but not be limited to, suits, actions, or claims brought because of any injuries or damage sustained by any person or property on account of the Contractor's operations in connection with the Contract; or on account of or in consequence ;= of any neglect in constructing the work; or because of any act or omission by the Contractor; or because of any claims or amounts recovered for any infringement of patent, trademark or copyright; or from any claims or amounts arising or recovered under the Contractor under his contract; as is considered necessary by the COUNTY, may be retained for the use of the COUNTY, or in case no money is due, his surety shall be held until such suits, actions, or r` claims for injuries or damages, as aforesaid, shall have been steeled and suitable evidence to the effect furnished to the COUNTY. Ga 19. PURCHASING AGREEMENTS WITH. OTNER GOVERNMENT AGENCIES ,. All bidders submitting a response to this Invitation for Bid agree that such response constitutes a bid to the Palm Beach County School Board and to all Political entities of Palm Beach County, Florida, under the same conditions, for the same prices and the same effective period as this bid, should the bidder feel it is in their best interest to do so. This agreement in no way restricts or interferes with the right of any political entity of Palm Beach County, Florida, to rebid any or all items. 20. SPECIAL_COBDITIONS Any and all Special Conditions that may vary from these General Conditions shall have precedence. I K r 1 y i� 9 21. QUALIFICATION OF BIDDERS This bid shall be awarded only to responsive and responsible bidders, qualified to provide the furniture required. Bidders shall submit the fallowing information with their bid: A. Years of experience in this commodity area. B. List, or "line card" listing furniture manufacturers represented by your firm. C. List of references, including a contact name and telephone number, where your firm has/had a similar contract. 22. AWARD V The Board of County commissioners will award this contract to the lowest, responsive, =' responsible bidders offering the highest single fixed percentage discount off current manufacturers list price, on an item-by-item basis. 23. AUDIT All items sold to Palm Beach County as a result of this bid award are subject to Post Sale Audit Adjustment. In the event an audit indicates vendor has not honored quoted Price Lists and Discounts, vendor will be liable for any and all overage charges. i : 24. METHOD OF ORDERING_SPRICE AGREEMENT) A price agreement shall be issued for the term of the award. The department(s) will order 4 requirement(s) on an "as needed" basis. All terms and conditions of this bid are applicable. 25. F.O..B._ POINT The F.O.B. point shall be destination, and shall include: inside delivery, any assembly required, and any required installation (except electrical) . 26. DELIVERY Delivery time, after receipt of price agreement release, shall be as indicated on the bid proposal page by manufacturer. ". 27. RIGHT.TO.TERMINATE Palm Beach County reserves the right to terminate this contract without cause effective 30 days from date of written notice. In the event that any of the provisions of the contract are violated by the successful bidder, Palm Beach County may serve written notice upon such bidder of its intention to immediately terminate the contract. Such notice is to state the reason(s) for such intention to terminate the contract. The liability of the bidder for any and all such violation(s) shall not be affected by any such termination and vendor surety, if any, shall be forfeited. Provisions of Palm Beach County Purchasing Ordinance 90-25, Section IV (E) relating to suspension and debarment may be applied. 28. AS SPECIFIED A price agreement release will be issued to the successful bidder with the understanding that all items delivered must meet the specifications herein. Items delivered not as specified will be returned at no expense by Palm Beach County. NOW ql ptit =1 i x;of 10 29. ESTIMATED EXPENDITURES The anticipated value of this 12 month contract is $710,000.00. . Palm Beach County reserves the right to increase or decrease the anticipated value as necessary to meet actual requirements. 30. NON-EXCLUSIVE Bidder is advised that the amounts and quantities in this Invitation for Bid are estimates only and that said estimates are no guarantee of the total annual award to be received by the i successful bidder. The amounts and quantities referenced herein may only be relied on for the purpose of preparing the bid. Additionally, Palm Beach County reserves the right to award other contracts for goods and/or services falling within the scope of this agreement when specifications differ from this agreement. i i 31. EXTENSION ' The successful bidder shall be awarded a contract for 12 months with the option to renew the contract for two additional 12 month periods. Option for renewal will only be exercised upon mutual written agreement and with all original terms, conditions and unit prices adhered to with no deviations. Any renewal will be subject to appropriation of funds by the Board of County Commissioners. 32. MANUFACTURES LIST PRICES Bidders shall submit, with their bid proposal , one current manufacturers list price schedule for each manufacturer bid. Additional prices lists may be required during the price j agreement term. t . 33. ASSEMBLY AND/OR PLACEMENT Unless otherwise requested/required, all furniture must be completely assembled and/or installed prior to acceptance by Palm Beach County. 34. WARRANTY The successful bidder shall furnish factory warranty on all equipment furnished hereunder + " against defect in materials and/or workmanship. The factory warranty shall become effective on the date of delivery and acceptance by Palm Beach County. Should any defect in materials or workmanship, excepting ordinary wear and tear, appear during the above stated warranty period, the successful bidder shall repair or replace same at no cost to Palm Beach County. 35. DEBRIS Vendor shall be responsible for the prompt removal of all debris which is a result of this contractual service. 36. PROTECTION_OF PROPERTY The successful bidder shall at all times guard against damage or loss to the property of Palm Beach County or of other vendors or contractors and shall be held responsible for replacing or repairing any such loss or damage. Palm Beach County may withhold payment or make such deductions as deemed necessary to insure reimbursement or replacement for loss or damage to property through negligence of the successful bidder or his agents. 11 37. INSURANCE REQUIRED It shall be the responsibility of the successful bidder to provide evidence of the following minimum amounts of insurance coverage: Workers' Compensation and Employers' Liability coverage to apply to all employees for Statutory Limits in compliance with applicable state and federal laws. Coverage must include Employers' Liability with a minimum limit of $100,000 each accident; Business Auto Policy or similar form shall have minimum limits of $300,000 Per Occurrence Combined Single Limit for Bodily Injury and Property Damage Liability. This shall include, Owned, Hired and Non Owned Vehicles. Commercial General Liability or similar form, shall have minimum limits of $300,000 Per Combined Single Limit for Personal Injury, Bodily Injury, and Pro ertY Damage Liability. Coverage shall include Premises and/or Operations, Independent Contractors, Products and/or Complete Operations, Contractual Liability and Broad Form Property Damage Endorsements. Coverage for the hazards of explosion, collapse and underground property i damage (XCU) must also be included when applicable to the work to be performed. A signed Certificate or Certificates of Insurance, evidencing that required insurance coverage(s) has been procured by Contractor in the types and amount(s) required hereunder, shall be transmitted to County prior to Contractor performing any operations under the terms of the contract. Except as to Workers' Compensation and Employers' Liability, said Certificate(s) shall clearly state that coverage required by the Contract has been endorsed to include Palm Beach County, a political subdivision of the State of Florida, its officers, agents and employees ] as Additional Insured. Required insurance shall support Contractor's agreement of indemnity set forth in the Contract and shall so state in said Certificate. Further, said Certificate of Insurance shall unequivocally;�;.. 9 Y provide thirty (30) days written notice to County prior to any adverse change, cancellation or non-renewal of coverage thereunder. Said liability .' insurance must be acceptable to and approved by County as to form and types of coverage. In M- the event that the statutory liability of County is amended during the Term of this Agreement y to exceed the above limits, Contractor shall be required, upon thirty (30) days written r notice by County, to provide coverage at least equal to the amended statutory limit of liability of County. It shall be the responsibility of the contractor to insure that all subcontractors comply with the same insurance requirements referenced above. '- ..J 38. MINORITSYJWOHEN BQSINESS .ENTERPRISE PALM,BEACH COONTY_ORDINANCE NUMBER 91-34 .(B7D PREFERENCE , Item.l__.-_.Polite It is the policy of the Board of County Commissioners of Palm Beach County, that Minorities and Women Business Enterprises (M/WBE's), shall have the maximum practical opportunity to participate in the competitive process of supplying goods and services to the County (Palm Beach County Ordinance No. 91-34). This proposal is subject to the bid preference system to maximize M/WBE participation. �wA 12 Item 2 - MBE/WBE Obligation The bidder agrees to ensure that MBE/WBE firms as defined in ordinance 91-34 have the maximum opportunity to participate in the performance of contracts and subcontracts. In this regard, all bidders shall take all necessary and reasonable steps in accordance with Ordinance 91-34 to ensure that minority businesses have the maximum opportunity to compete for and perform contracts. Bidders shall not discriminate on the basis of race, color, national origin or sex. Item 3 - Bid Compliance All non certified bidders submit-ling a bid are required to submit with their proposal appropriate M/WBE documentation if the proposer is proposing the use of M/WBE subcontractors. _ Schedules necessary to document M/WBE subcontractors for this purpose are schedules 1 and 2. " A list of M/WBE subcontractors to be used, if applicable, on the subject contract shall be submitted with each bid/proposal (Schedule 1, Participation of M/WBE contractors). For each M/WBE firm that is listed on Schedule 1, "A Letter of Intent to Perform" Schedule 2) must be submitted with the bid/proposal . Item 4 - Contract Award Criteria 1 The contract award procedure for this solicitation will be under the bid preference system to maximize M/WBE participation. The bid preference system pursuant to Ordinance 91-34 requires the award to be made to the bidder who includes the highest M/WBE utilization as long as that bid does not exceed the low bid by the following percentage: 10% of the lowest Bid/Quote between $ -0- - $ 19,999 y@r°• 9% of the lowest Bid/Quote between $ 20,000 - $ 39,999 JS`3r' 8% of the lowest Bid/Quote between $ 40,000 - $ 59,999 7% of the lowest Bid/Quote between $ 60,000 - $ 79,999 6% of the lowest Bid/Quote between $ 80,000 - $ 99,999 5% of the lowest Bid/Quote between $100,000 - $200,000 Item 5 - Subcontract Clauses All bidders and potential bidders hereby assure that'they will include the above clauses in 1>' all subcontracts which offer further subcontracting opportunities. r kC: Item 6 - Additional_Terms_and.Conditions , _..J A. M/WBE Participation This project is subject to the bid preference system established under the Minority Business Ordinance 91-34 to maximize M/WBE participation. B. M/WBE Substitutions All bidders shall make a good faith effort to replace a certified M/WBE subcontractor that is unable or unwilling to perform successfully with another certified M/WBE subcontractor, maintaining or exceeding the original participation percentage. The User Department and the office of Equal Opportunity shall approve all substitutions. After the contract is awarded, the successful contractor may request substitution for subcontractors who are unwilling or unable to perform in accordance with the contract. Price alone is not a sufficient ground to request substitution. S �yV i1 get T 13 C. M/WBE Suppliers All bidders may count. sixty (60) percent of their expenditures to M/WBE suppliers that are not manufacturers, provided that M/WBE supplier(s) perform a commercially useful function in the supply process. A M/WBE is considered to perform a commercially useful function when it is responsible for execution of a distinct element of work of a contract and carrying out its responsibilities by actually performing, managing and supervising the work involved. For the purpose of calculating the percentage rate of participation by M/WBE(s) , those bidders using the service of M/WBE firms as brokers for the purpose of supplying (t materials or labor shall be allowed zero (0) credit toward meeting any contract goal ,. > (obligation). The term "broker" is defined as: A buyer and seller of goods or negotiator between buyer and seller, but without having custody of the property. D. Contract Award Criteria Only firms utilizing certified M/WBE's shall be eligible to receive bid preference. 1. Subject to provisions of Item 3, only certified M/WBE's will be considered eligible to receive bid preference. If bidders are proposing to utilize " Certified M/WBE subcontractors; the following below listed forms are necessary. Schedules 1 and 2 must be submitted with the bid to document the use of certified M/WBE's. They are as follows: For Those-Proposing, to Utilize M/WBE.Bidders/Proposers_ f A. Schedule 1 - List of Proposed certified M/WBE subcontractor; and B. Schedule 2 - A Letter of Intent to perform as a minority and/or woman subcontractor. A bidder failing to submit this with the bid shall be considered ineligible to receive a bid preference. (Forms are to be supplied with the bid documents) Bidders Not Utilizing H/WBE Subcontractors The utilization of M/WBE subcontractors is not a requirement established in the bid preference system. _...J Only firms who are certified at bid opening date will be credited towards the bid preference. E. Bid Preference System A bid preference is hereby established. Award will be made to the bidder who includes the highest M/WBE utilization as long as the bid does not exceed the low bid by the following percentage: 10% of the lowest Bid/Quote between $ -0- - $ 19,999 9% of the lowest Bid/Quote between $ 20,000 - $ 39,999 8% of the lowest Bid/Quote between $ 40,000 - $ 59,999 78 of the lowest Bid/Quote between $ 60,000 - $ 79,999 6% of the lowest Bid/Quote between $ 80,000 - $ 99,999 5% of the lowest Bid/Quote between $100,000 - $200,000 r P 14 .ITEM 7 - Reporting Requirements w The successful contractor shall establish, maintain and submit regular reports, as required, which will identify and assess progress in achieving M/WBE subcontract goals. Progress reports shall be submitted with each payment application. Failure to provide the progress reports may result in a delay in processing payment or disapproval of the invoice until the progress report is submitted. ITEM .8 - Certification Businesses/Contractors seeking to participate as a M/WBE must be certified. Contact the r� M/WBE Coordinator in the Office of Equal Opportunity Department (407) 355-4883 for kk verification or assistance. Any bidder/proposer submitting a MBE or WEE who has been decertified after the bid/proposal submittal or prior to the award of the contract will be given ten (10) calendar days to attain the M/WBE participation or make a showing that good faith efforts has been exercised in an attempt to acquire M/WBE participation. After the contract is awarded, the contractor _ may request to add additional certified M/WBEs to increase the participation percentage. • IT TARES.UP, TO_SIXTY_(60) DAYS TO RECOHE_CERTIFIED_ASA_MEE.,OR__WEE WITH..PALM. BEACH COUNTY_, PALM._BEACH. 000NTY,WILL.ACCEPT CERTIFICATION FROH TRE.DEPABTHER. OF OHNERAL SERVICES OF THE r STATE OF FLORIDA.4n Decertification As part of the consideration for bid award under the bid preference system, any firm/proposer decertified by Palm Beach County will be ineligible to receive bid preference. v� . 11 t 15 SPECIFICATIONS BID #93-316/MH I. GENERAL A. The sole purpose and intent of this Invitation for Bid, is to secure a firm, fixed, single discount from current manufacturers list prices, and establish a price agreement for the purchase of office furniture to meet the requirements of the County departments. B. The term of this price agreement shall be for twelve months from the award date, and shall also contain a renewal option for two additional twelve month terms. II. MANUFACTURERS REFERENCED + The manufacturers listed, represents the most commonly requested to match existing furniture. Additionally, vendors may offer other lines represented, utilizing the same terms and conditions, by filling in the extra spaces provided. III. MUNICIPAL/SCHOOL BOARD/STATE CONTRACTS Palm Beach County reserves the right to utilized other Municipal , School Board, and State contracts if discount. on a manufacturer's product is greater than discount offer in this Invitation for Bid. 15. r--.. a t r� CITY OF DANIA INTEROFFICE MEMORANDUM TO: ROBERT FL4TLEY, CITY MANAGER FROM: MARIE JABALEE, FINANCE DIRECTOR/ "a Q . " RE: FIRE PROTECTION SERVICES DATE: MAY 10, 1995 As a follow-up to our May 1st meeting with Mr. Phillip Allen, Broward County Finance r Director, attached are agreements in accordance with the terms discussed. As Mr. Allen points out, the City entered into a 5-year agreement with Broward County for fire protection in certain annexed areas, on January 2, 1990. The City made " payments to the County on a calendar year basis per the agreement as follows: 1990 $181,108.82 1991 453,923.68 1992 500,663.28 1993 519,582.84 The amount due for 1994 per the attached invoice is $547,046.80. On September 30, 1994 the City and County entered into a mutual agreement terminating the Interlocal between City & County providing for fire services on December 31, 1994 and agreeing to pay for the services received during calendar year 1994. No funds were budgeted for this item for FY 94/95. As a result of this, we were unable to pay the 1994 invoice. According to the proposed agreement, the City would make the final payment of $547,046.80 plus 6% per annum interest accruing from March 26, 1995. Interest for this eight month period would be approximately $22,000. 7. Finance and Administrative Services Department BROWARD COUNTY 115 S.Andrews Avenue, Room 121 Fort Lauderdale FL 33301 (305)357-7130. FAX(305)357-7134 May 5, 1995 Mr. Robert Flatley City Manager City of Dania 100 West Dania Beach Blvd. Dania, Florida 33004 i• r Dear Bob: o- Thank you for meeting with me on Monday, May 1st, to discuss the Q , past due payment from Dania for Fire Protection Services. `. Attached please find two original Agreements which should serve to address the issue in accordance with the conceptual terms we a, discussed. As agreed the payment is to be deferred to December 1st when the city will be in receipt of new year ad valorem taxes. � uytF Interest will accrue at the rate of 6% from March 26th to December 1, 1995. We will issue you a new invoice incorporating the - ,�fr,;e interest payment fifteen days prior to December 1st. Please advise me if you have any remaining concerns. i understand i You will submit this contract for a y� approval of the City Commission this month. With your city Is approval and return of the contracts LY. to my office, I will submit for approval of the Board of County rt Commissioners and will return a full executed co to Y copy your office. { Thank you for your cooperation in this matter. i Sincere , r. Phi lip C. Allen, Director w, Finance and Administrative Services Department PCA/vc . u�a.nlsmn.crop BROWARD COUNTY BOARD OF COUNTY COMMISSIONERS-An Equal Opportunity Employer and Provlair of Samices scoh I.Cowan Suzanne N.Gunzaurger John P.Hc^ Lon Nonce Pomm Svlvlo POliler John E.Roawom.Jr. Gerold F IDomOson Ws'n Hulloing A FuN Far Your F&MIFY.Ana Your Buslnisi. 1j Agreement Between BROWAR.D COUNTY and THE CITY OF D NIA ' t Relating to Payment for the Provision of Fire Protection in Certain Annexed Areas of the City 4Y.L it of yy�a:S I . Agreement Between BROWARD COUNTY and THE CITY OF DANIA Relating to Payment for the Provision of Fire Protection in Certain AnneX29 Areas of the City T This Agreement is made by and between BROWARD COUNTY, a i political subdivision of the State of Florida (hereinafter called "COUNTY") , and CITY OF DANIA, a municipal corporation of the State e� of Florida (hereinafter called "CITY") . � a i WHEREAS, COUNTY and CITY entered into an Interlocal Agreement dated January 2, 1990, providing for COUNTY to provide fire ., protection services in certain annexed areas of CITY; and {y: S WHEREAS, on December 5, 1994, COUNTY and CITY entered into a Mutual Termination Agreement providing for an earlier termination date of December 31, 1994, not December 31, 1995, as was referenced in the Interlocal Agreement; and WHEREAS, the Interlocal Agreement and Mutual Termination Agreement providing for CITY to make annual payments to COUNTY for the provision of fire protection services was silent as to when f' said payments were due COUNTY; and WHEREAS, CITY and COUNTY desire to enter into this Agreement to set forth the parties mutual understanding and agreement that i CITY shall make final payment to THEREFORE, COUNTY on December 1, 1995; NOW, IN CONSIDERATION of the mutual covenants, promises, terms and conditions set forth herein,follows: COUNTY and CITY do hereby agree as 1. The above recitals are true and correct and are incorporated herein as if set forth in full herein. 2. COUNTY and CITY acknowledge and agree that CITY shall make final payment to COUNTY for the provision of fire protection services rendered by COUNTY during calendar year 1994 on December 1, 1995. 3 . CITY and COUNTY agree that the final payment due COUNTY on December 1, 1995 shall be Five Hundred Forty-seven Thousand _f>x ti n i r 0 i Forty-six Dollars and Eighty Cents ($547, 046.80) plus interest at the rate of Six Percent (6%) per annum accruing after March 26, 1995. s ' 4. COUNTY shall furnish CITY's City Manager with an invoice for ithe provision of said fire protection services at least fifteen (15) days prior to the December 1, 1995 payment due date. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature: BROWARD COUNTY through its BOARD OF COUNTY COMMISSIONERS, signing by and through its Chair or Vice Chair, authorized to execute same by Board action on the day of }� _. • 19 , and the CITY OF DANIA, signing by and through its Mayor, duly authorized to execute same. COUNTY I ATTEST: BROWARD COUNTY, through its BOARD OF COUNTY COMMISSIONERS County Administrator and B • Y Ex-Officio Clerk of Chair the Board of County Commissioners of Broward County, Florida day of , 19 Approved as to form by Office of County Attorney Broward County, Florida JOHN J. COPELAN, JR. , County Attorney Governmental Center, Suite 423 115 South Andrews Avenue � f Fort Lauderdale, Florida 33301 Telephone: (305) 357-7600 Telecopier: (305) 357-7641 5t By PATRICE M. EICHEN Assistant County Attorney ...., l - �K^ tiF1 AGREEMENT BETWEEN BROWARD COUNTY AND THE CITY OF DANIA RELATING TO THE PAYMENT FOR FIRE PROTECTION IN CERTAIN ANNEXED AREAS OF THE CITY CITY ATTEST: CITY OF DANIA, FLORIDA By City Clerk Mayor r`= day of , 19_ (CORPORATE SEAL) i i APPROVED AS TO FORM: �i 't By City Attorney tK t:. n� ..J PHE:vis da iafir.A01 S/3/9S 09S-69.01 a 9•:i Pc t It F.IiF '-� pC,.? arv,.r Co. rrorcx Mrnos�a'�O^U%•.Z.7 rss a (/ -- SRF Lows 41 Graa!Finding SpeoW64 703 601b Strcct Court East,Suite A,tiradc0110r4 Florida 34209 (813)'7484700 • 748-S503 • FAX(813)749-7343 April21, 1995 Mr. Albert C.Jones,Commissioner City ofDania 100.West Dania Beach Boulevard Dania,Florida 33004 a- Dear Commissioner Jones: J enjoyed our discussion at the FDEP Workshop. Per your request,we are forwarding information on Minority Business Enterprises and Women Business Enterprises (MBE/WBE)requirements that have been established by a city in the central Florida area. These requirements were established by the city to ensure participation and may assist your community in establishing a MBE/WBE policy. hIf we can provide any further assistance or clarification,please contact us at the above number or address. $ln elyr u/ ' R B ewer Grant and Loan Specialist j Enclosures 4 APP.-26-1995 15:54 P.01 Y. 14 11. Tnxt�.� THE CITY OF SARASOTA DOES NUT PAY FLUCRAL LXCI5B AND 5T'A:m rAXCS ON DIRECT PURCHASES OF TANGIBLE PERSONAL PROPERTY 'TIIE EXEMPI(lIN NUN(RER WILL BE PROVIDM UN 'HE'VENDORS" COPY OF PURCIIASE ORDER. THIS EXEMPTION DOES NOT APPLY TO TANGIDLE PERSONAL PROPERTY PURCHASED BY CONTRACTORS FOR IIIE1R USE IN THE PERFORMANCE OF THIS CONTRACT. 12. RTLHS SCTRMTT'T'RT) BY AT)VISORY ROARD WMIEWRS SECTION 112,313(7),FLORIDA STATUTES 0939),PROHIBITS A CITY OF SARASOTA ADVISORY BOARD MEMBER FROM HOLDING ANY EMPLOYMENT OR CONTRACTUAL RELATIONSHIP WITH ANY BUSINESS ENTITY WHICH IS DOING BUSINESS WITH THE CITY. SECTION 112.313(12),RORIDA STATUTES(1"9),PROVIDES THATAN ADVISORY BOARD MEMBER WILL NOT BE IN VIOLATION OF THE PROHIBITION IN SECTION 112.313(7),FLORIDA STATUTES(1939).IF: 1. THE SIDIS AWARDED UNDER A SYSTEM OFSEALED,COMPETITIVE BIDDINOTO THELOWsSTOR 17 BESTBIDDER. IN ADDITION,THE ADVISORY BOARD MEMBER SHALL,PRIORTO ORAT THE TLIIE < - r„ OF THE SUBMISSIONS OF THE BID,FILE A STATEMENT WITH THE SUPERVISOR OF ELECTIONS OF SARASOTA COUNTY,DISCLOSING]ITS INTER1iSTAND 771E NATURE OF TIIE INTENDED BUSINESS. THE FORM WHICH SHALL 06 USED IS EN7TTLED'FORM 3A INTEREST IN COMPETITIVE BID FOR PUBLIC BUSINESS,' A COPY OF WHICH IS AVAILABLE FROM THE CITY.$ DEPARTMENT OF GENERAL SERVICES AND PURCHASING. 2. THD ADVISORY BOARD MEMBER, HIS SPOUSE OR CHILD SHALL HAVE IN NO WAY USED OR ATTEMPTED TO USE HIS INFLUENCE TO PERSUADE TIRE CITY OR ANY OF I13 AGENTS OR ^^ EMPLOYEES TO ENTER INTO SUCH A CONTRACT OTHER THAN BYTHEMEIESUBMOSIONOPTHE i . BID PROPOSAL - 9. THE ADVISORY BOARD MEMBER,HIS SPOUSE OR CHILD SHALL HAVE IN NO WAY pAR77CIPAT0D IN THE DETERMINATION OF THE CONTRACT DOCUMENTS OR THE DETERMINATION OF TIIE LOWEST OR BEST BIDDER. ALL OF THE THREE ABOVE CONDITIONS SHALL DE SATISFIED IN ACCORDANCE WITH THE FLORIDA STATUTES, TIE FILING OF THE DISCLOSURE FORM WITH THE SUPERVISOR OF ELECTIONS IS THE SOLE RFSPONSIBILRY OF THE BIDDER. A COPY OF THE COMPLETED DISCLOSURE FORM SHALL BE SUBMITTED TO THE CHY DIRECTOR OP T y-" GMiERAL SERVICES PRIOR TO OR AT THE TIME OF SUBMISSION OF THE BID PROPOSAL FAILURE OF THE BIDDER TO COMPLY WITH THE PROVISIONS OF THIS PARAGRAPH MAY RESULT IN THE REIECTION OF THE BID PROPOSAL 'li Y:'"Ij61 MINORITY B INES4 FN TL DPRrcc nnr rry it �• THD CITY COMMISSION HAS ESTABLISHED AMINORITY BUSINESS ENTERPRISE(M.B.EJ UTILIZATION PLAN I WHEREBY TIIE CITY WILL ASSIST IN TIIE DEVELOPMENT OF OPPORTUNMES FOR M.B.E.`S THROUGH THE USE OP . CONWODITIES,GOODS AND SERVICES OBTAINABLE FROM M.S.E.'S,IN CONJUNCTION WITH THBAWARD OF THIS - CONTRACT. ETCH BIDDER SHAH UNDERTAKE TO ACHIEVE A GOAL TO PLACE TEN PERCENT(10%)OFTHE TOTAL f ± AMOUNT DID WITH ONE ORMOREM.B.B,'S,INCLUDING SUPPLIERS OFMATER(AM GOODS AS WELLAS SERVICES, _ THE BIDDERS SHALL DOCUMENT AND INCLUDE WITH THEIR BID PROPOSALS THE PULL NAME AND ADDRESS OF -J THE M.B.B.'S, ALONG WITH A DESCRIPTION OF THE SERVICES, SUI'PLIFiS, MATERIALS OR GOODS AND THE ALLOCATION OF THE COST OF THE SAME AS IT RELATES TO EACH M.B.E. UTILIZED. CHANGES FROM THOSE'. M.B.E.'S SUBMITTED WITH THE BID PROPOSAL WILL BE SUBJECT TO TIE APPROVAL OF THD CITY. E. THE FOLLOWING WORDS AND TERMS SHALL HAVE THE FOLLOWING MEANINGS: 1. SMALL BUSINESS MEANS AN INDEPENDENTLY OWNED AND OPERATED BUSINESS CON (fRN WHICH EMPLOYS 25 OR FEWER PERMANENT FULLfiBME E'MPL.OYEES,AND W711CH HAS A NET WORTH OF NOT MORE THAN$I MILLION. 1 , GINS PPR-26-1995 15:55 P.02 gR .: �:7.Iktr v+ryl B T, hUNo RITY BUSINESS EPTFTRMUSE MEANS ANY SMALL BUSINESS CONCIALN, AS DEFINED UJ SUBSECTION (I)ABOVE, NVIUCH IS ORGANIZED TO ENGAGE IN CO}LMERCIAL TRNJSACTIONS, WHICH IS DOMICILED IN FLORIDA,WHICH IS AT LEAST FIFTY ONE I'ERCLNT(51%)OWNED BY MINORITY PERSONS, N9IOSE MANAGEMENT AND DAILY OPERATIONS ARE CONTROLLED BY SUCH PERSONS AND WHICH HAS BEEN CERTIFIED BY THE CITY. A MINORITY BUSINESS ENTERPRISE MAY BE RELATED TO THE PRACTICE OF A PROFESSION. ANY SMALL BUSINESS CERTmCD AS A MINORITY BUSINESS ENTERPRISE BY THE DEPARTMENT OF OENERAL SERVICES OF THE STATE OF FLORIDA SHALL BE PRESUMED TO MEET THE REQUIREMENTS OF THIS SUBSECTION. 3. MINORITY PERSON MEANS A LAWFUL,PERMANENT RESIDENT OF FLORIDA WHO 15; �. A BLACK AMEIUCAN, A PERSON HAVING ORIGINS IN ANY OF THE BLACK RACIAL GROUPS OF AFRICA; b. AN HISPANIC AMERICAN, A PERSON OF SPANISH OR PORTUGUESE CULTURE WITH • ORIGINS IN MEXICO. SOUTH AMERICA, CENTRAL AMERICA, OR THE CARIBBEAN, REGARDLESS OF RACE.; AN ASIAN AMERICAN,A PERSON HAVING ORIGINS IN ANY OF THE ORIGINAL PEOPLES :>.._. OF TILE FAR EAST,SOUTHEAST ASIA,THE INDIAN SUBCONTINENT, OR THE PACIFIC ISLANDS; d. A NATIVE AMERICAN, A PERSON WHO U A MEMBER OF OR IS ELIGIBLE TO LID A MEMBER OF,A FEDERALLY RECOGNIZED INDIAN TRIBE. A'FEDERALLY RECOGNIZED ? - IND"TRIBE'SHALL MEAN AN INDIAN TRIBE,BAND,NATION,RANCHLRIA,PUEBLO, COLONY, OR OTHER ORGANIZED GROUP OR COMMUNITY, INCLUDING ANY ALASKA NATIVE VILLAGE,WHICH IS RECOGNIZED BY THE SECRETARY OF THE INTERIOR ON OCTOBER 1, 1955,AS HAVING SPECIAL RIGHTS AND 15 RECOGNIZED AS ELIGIBLE FOR THE SERVICE PROVIDED BY THE UNITED STATES TO INDIANS BECAUSE OP THEIR STATUS ASINDIANS,AND ANY TRIBE THAT HAS A PENDING APPLICATION FOR FEDERAL RECOGNITION ON OCTOBER 1, IRS; a A NATIVE HAWAIIAN, A PERSON ANY OF WHOSE ANCESTORS WERE NATIVB OF THE AREA WHICH CONSISTS OF THE HAWARAN ISLANDS PRIOR TO 1771; bbk T. AN AMF.RICAN WOMAN; 4 g. A PHYSICALLY DISABLED PERSON, A PERSON WHO HAS A PHYSICAL IMPAIRMENT, DEFECT.DISFASfi,AILMENT,OR DISABILITY OF A PERMANENT NATURE WHICH IN ANY rc' WAY LIMITS THE TYPE OF EMPLOYMENT FOR WHICH THE PERSON WOULD OTHERWISE .. -E. DISQUALIFIED. 5 [7tY� o. IF A BIDDER DOLS NOT PLACE TEN PERCENT(10%)OF THE TOTAL AMOUNT BID WITH A M.B.B.,THE Gl BIDDER SHALL JUSTIFY,IN WRITING AS PART OF HIS BID PROPOSAL,THE REASONS WIRY TIM CONTRACTOR WAS ,2 key UNABLE TO MC•L•TTHE M•B.E.PARTICIPATION GOAL ADEQUATE HUSTIFICATIONMAY INCLUDETHE BIDDERREINO .. UNABLE TO FIND A M.R.E.POSS3SSINO THE REQUIRED EXPERIENCE OR LICENSING IN ORDER TO PROVIDE THE NECESSARY SUBCONTRACTOR OR MATERIALMAN'S SERVICES OR THE BIDDER'S INABILITY TO FIND ANY M.B.& WITHIN A SPECIFIC TRADE OR BUSINESS. ANY BIDDER WHO FAILS TO COMPLY WITH THE REQUIREMENTS OF THIS M.B.E.UTILIZATION PLAN SHALL HAVE 1119 DID PROPOSAL DECLARED NONRFSPONSIV& SHOULD ANY BIDDER WHO IS AWARDED THIS CONTRACT FALSELY REPRESENT TO TIIE CITY THAT IT HAS COMPLIED WITH THE REQUIREMENTS OF TINS PLAN, AND IF IT LS SUBSEQUENTLY DETERMINED BY THE CITY LLLYAOFRTHAT SAID CONTRACTOR HAS NOT COMPLIED WITH THIS PLAN,AS REPRESENTED,THE CITY MANAGER MAY TERMINATE THE SUBJECT CONTRACT UNDER THE.PROVISIONS OF THB CONTRACT REIATING TO A PREACH OF CONTRACT BY THE CONTRACTOR. ALTERNATIVELY,THE CITY MANAGER MAY ELECT TO FULFI LTIMTERMS OF THE CONTRACT BUT REFUSE TO ACCEPT FUTURE BIDS FROM THB CONTRACTOR ON THE BASIS THAT THE CONTRACTOR IS NOT A RESPONSIBLE CONTRACTOR FOR CITY OF SARASOTA BIDDING PURPOSES, i GP-6 RPR-26-1955 1S SE P.03 gip.; ��.. _.� � �. .. �� ��.�_ __ ••. � w'P l4. �A�V A)LD OF C'T)1i'I'R ITT A WARU OF CONTRACT,I F Af.ADE,WILL HE TO TI IE LO WEST RUSI'ONSIBLE BIDDER. IN REVIEWING BID PROPOSALS SUBAiITTGD, 771E uTv AIANnGER SHALL TARE. INTO GONSIDF:RA710N, WIZEN DETERNIININO THE LOWEST RESPONSIBLE BIDDER. THE EXTENT OF COMPLIANCE BY EACH BIDDER WITH THE REIININ fENE OF 711E U? MINORITY BUSINESS ENTERPRISE UTILIZATION PLAN, A OtDDER w1i0 HAS SEEN ABLE RE PLACE THE LARGEST PROPORTION OF THE WORK WITH M.D.E,'S, UP TO TEN PERCENT(10%)OF TIIE TOTAL AMOUNT BID, MAY B8 DErMEDTIIE MOST RESPONSIBLE BIDDER AND MAY BE A WARDED THIS CONTRACT,ALTNOUGII NOT THE LOWEST BIDDER IN TERMS OF THE TOTAL AMOUNT BID,$O LONG AS THAT 131D DOES NOT EXCEED Two pERCENT(2%)OR $5,000,WHICHEVER IS LESS,OF THE TOTAL AMOUNT DID BY THE LOWEST RESpOMjgLp BIDDER. IAS N RESPECITO TIIE BIDS,THE CITYMANAGR SHALL MANE SUCH RECOMMENDATIONS TO THE CIPY COMMLgS10N OMMISSfON SHALL EITHER MECTB EARLIEST ALL BIDS, AC THE 0 plTICALBLZ p pNTNE LOWEST RESPONSIBLE EXCEEDS 9IDDER,CITY EXCEEDP.RTLSE THE PROTECT FOR NEW BIDS. IN TIIE EVENT THg LOWEST RESPONSIBLE BID FOR A DM OR THE BID DS T CR.IN THE , FUNDS,THE CITY MANAGER,OR HIS THE L W MAY NE .. THE TOTAL E, TOFf THE OF CHANCE ORDER,WIIH It HIAWEgT RESPONSIBLE OTIATE 1N OROFMW BRING .. TND TOTAL COST OF THE PROJECT WITHIN THE AMOUNT OF LOWEST PONDS. 4 :U f`p THE CITY COMMISSION MAY REJECT ALL BID PROPOSALS FOR ANY REASON WIIA COMMISSION MAY REJECT ONE OR MORE BIDS,BUT LESS THAN OR r ANY UNDER WH TS B OR MORE E CITY FOLLOWING CIRCUMSTANCES; ONE ORR. OF CRY 1• WHEN THE CITY HAS EVIDENCE OF COLLUSION BETWEEN BIDDERSI 2. WHEN ANY BIDDER HAS AN INTEREST IN MORE THAN ONE BID ) i �. PROPOSAL SUBMITTED FOR THE SAME WORK; 3• WHEN THE CITY DETERMINES THAT THE RID PROPOSAL IS NOT RESPONSIVE ACCORDING TO THE BID SPECIFICATION; 4• WHEN THE CITY CO IS NOT A RESPONSIBLLEHBIDI ON DER.DETERMINES THAT A BIDDER �'s• IDFIVTACAL T F $m ,, WHENEVER TWO OR MORE BID PROPOSALS WHICH ARE EQUAL WITH RESPECT TO PRIC A$ ARE RECEIVED BY THE CRY, A 81D PROPOSAL RECEIVED FROM A BUSINESS THHAT 6,QUALITY,AND SERVICE + DdPLFMENIPp A UHUO FIfFy WORKPLACy PROGRAM SHALL D8 O1VEN CERTIFIES THAT IT HAS HAVE DHEDPROCEDURESFORPROCFSSINO TIE SLOS WILL BE FOLLOWED 1F NONDORALL OFTHB711D)BIDpBRB PREFIa2ENC8 IN THE AWARD PROCESS. ., HAVE A DRUQFRER WORKpIACE 1'ROGRAAI. 1N ORDER 7O HAVE A DRUOOFREB ::. BUSINESS SHALL: WORKPLACE PROGRAM,A '. • W n 5, I• PUBLISH A STATEMENT NOTIFYING EMPLOYEES THAT THE UNLAWFUL i re DISTRIBLTRON,DISPENSING,POSSBSSION,OR U960FACONTROI.LFUN MANUFACIURD, f IN THE WORKPLACE AND SPECIFYING THE ACTIONS THAT WILLBETABENAO,AINSTFAIP[AYEPS FOR VIOLATIO%OF SUCH PROHIBITION. THB STATEMENT S �:. . .. . J...v,.,� HALL ADDITIONALLY NOTIFY 7TIS L•MPLOY TES THAT.AS A CONDITION OF WORKING ON THE BIDECOM By OR IS SERVICES FOR THIS PROJECT THE ri.:.. FMIMAYE6 SHALL ABIDE BY Tll6 TERM OF THE STAT EMENT AND SFIAIy NOTIP4 TH8 APR-2E-1995 15:57 P.(34 9 i CITY OF DANIA INTEROFFICE MEMORANDUM Date: May 16, 1995 To: Robert F. Flatley, City Manager v From: Michael W. Smith, Director Personnel/Community Development SUBJECT: SDBE PROGRAM I have reviewed the MBE program which has been implemented in the City of Sarasota and spoke with a representative in the City Department of General Services. This program has specific goals (10%) and the failure of a bidder to comply with the terms of the MBE program can result in the rejection of the bid. The program has been successful averaging 17% MBE participation over the three years the program has been in existence. However, in implementing the program a disparity study was not completed which leaves the City open to legal challenge, although no one has sued the City to date ! t , over the terms of the program. The goals and sanctions indicated above are clearly in conflict with the Richmond decision rendered by the US Supreme Court in the absence of a disparity study. Secondly, the attached invitation from the City of Hollywood to participate in a disparity study appears to be an effective method whereby several cities can share the cost of conductingthis type of study. < The county, school board , port and North Broward Hospital District took a similar approach in implementing their programs. Depending on the cost allocation to our City ,this could offer a feasible r 454:1. t, solution to the high cost of conducting a study, if it is the will of the Commission to implement a stronger SDBE program. G\ 1 Y'' 4'y - \\` CITY of HOLLYWOOD FLORIDA Samuel A. F.-t (305) 921-3201 City May 12, 1995 Mr. Robert Flatley, City Manager City of Dania 100 W. Beach Boulevard Dania, FL 33004 Dear Mr. Flatley: r You are perhaps familiar with the United States Supreme Court ruling in the Richmond v. Croson case and its ramification on programs geared for women and minority businesses. The effect of the ruling requires that state and local governments, t committed to allocating contracts through preference programs for minority/women business enterprises (M/WBE), meet the Court's strict scrutiny standards through a study, x which determines the M/WBE entrepreneurial pool and the local entity's pattern of M/WBE utilization. f ? We are presently in the process of determining whether the City of Hollywood be contracting a "parity study" to better address participation of M/WBEs in City ont actsl Since cost is a major factor, a multi-jurisdictional study may be the best approach for all involved. Particularly since we purchase the same types of goods and services, and draw from the same pool of M/WBEs. In that regard, we are first requesting that you assign a representative from your jurisdiction to attend a meeting to explore a possible partnership. This meeting will be held on Wednesday, May 31, 1995, at 2:00 p.m., in City Hall, 4th Floor City Manager ( Conference Room. Secondly, we encourage you to consider participating in an M/WBE I Parity Study. Ms. Guithele Ruiz, Director for the Office of Equal Opportunity &Affirmative n Action will follow up with your office to confirm your City's attendance. I have enclosed a recent report prepared by Ms. Ruiz, detailing the court's requirements and the rationale for such studies. The changes in the City's demographics require measures that foster and facilitate the success of evolving M/WBEs. In light of continued growth, we must posture ourselves to actively address the unique needs of M/WBEs. We invite you to partake in this endeavor and look forward to your participation. OFFICE OF-':{_�:;-, MANAGER /2(AM)I Iullyw«N UIvd. /I'.O.Ilia 229045 /1 Iully,v,ani.Flonda 33022.a043/ Fax(303)921-3314 "An Ellual Oppurt unit) and Service 1•ruv idcr Agency" M Mr. Robert Flatley, City Manager City of Dania Page 2 Please do not hesitate to contact us if you have any questions. IY. Samuel A. Finz Enclosures c: Mayor & Commissioners Assistant City Manager Director, Equal Opportunity & Affirmative Action i Q.P.inlooub.7n Y b i � F A ti I P:': O CITY OF HOLLYWOOD, FLORIDA INTER-OFFICE MEMORANDUM DATE: April 14, 1995 FILE#:AA-95-59 TO: City Manager FROM: Director, Office of Equal Opportunity & Affirmative Action SUBJECT: Disparity Study Feasibility & Cost Analysis ISSUE: At the City's March 15, 1995 Commission meeting, we advised the Commission that more information pertaining to a disparity study and cost analysis would be provided. This report responds to their request. i BACKGROUND: Historical records indicate that programs designed to enhance minority business development are relatively recent. In 1969, the late President Richard M. Nixon established the nation's first minority enterprise development program. Since that ' =v time, state and local governments: presidents, governors, and mayors; private sector leaders, chief executive officers, business persons, as well as community leaders have encouraged the creation of minority business enterprise programs whose mission is to promote and foster the participation of M/WBEs in the American marketplace. While a; addressing societal and business hindrances experienced by these firms, programs were designed as a comprehensive approach to create healthy neighborhoods, decrease the unemployment rate and further economic development. EXPLANATION: From the 1989 case -- City of Richmond v. J.A. Croson -- arose the enactment of an ordinance by the Richmond, Va. city council in 1983 to establish a five-year program, requiring contractors awarded construction contracts by the City to subcontract at least 30% of the dollar amount to minority businesses. The City established the set-aside requirement after finding that, in a city with a 50% African- American population, J.A. Croson considered only 0.67% of a contract he bid on to minority businesses. Due to the lack of a waiver mechanism and a "narrowly tailored" program, the Supreme Court struck down the Richmond Plan in an opinion authored by Justice Sandra Day O'Conor. At the heart of the decision is the court's application of the "strict scrutiny" standard to review state and local laws which create ti `1 race-based preference and other set aside requirements. In applying this new rule in the Richmond case, the court set out a number of restrictions on affirmative action and other race-based preferences. Before taking action in favor of a minority group, a local government must establish a well-documented record of past or present discriminatory practices in the "local" community against qualified minorities. Moreover, the remedy must be "narrowly tailored." Since then, state and local jurisdictions have approached the challenge placed by the courts through disparities studies to ensure continued commitment to the development of minority and women business. In that regard, in order for the City of IV Hollywood to establish and provide a historical and statistical basis for its M/WBE I ' = program, consistent with constitutional requirements, a study is required to research the following: ' Legal considerations ' The history of Hollywood's purchasing practices * Historyof Hollywood's contracting and procurement activities with M/WBEs r ' A review of similar programs through the County and the state * Demographic business data * Availability of M/WBEs ' Projections of contracts and procurement opportunities * Methodology for establishing M/WBE program participation goals Ms. Thomas' report includes a sample of Florida jurisdictions which have had disparity studies and a cost analysis . As indicated, consultant fees range from$80,000 to $350,000. In view of the City's overall budget scheme, I have begun to dialogue with the cities of Fort Lauderdale, Miramar, and Pompano to determine possible partnerships to offset the cost. h As we prepare to rebuild the City's infrastructure through a General Obligation Bond Referendum in 1996, this is an opportune time to examine future directions of our M/WBE program. Similarly, as the City's demographics continue to change, and geographical boundaries of entrepreneurial pools further expand (tri-county or state instead of Hollywood), a disparity study enables us to factor in these modifications. Furthermore, the Minority/Wcmen Business Enterprise Program Status Report submitted in August 1994, indicated some progress in certain areas of the City due to voluntary goals and a good faith effort program. In other areas, due to the lack of an established mechanism, we have not been as successful. In that regard, this suggests the need to establish a predicate for the legal basis and diversification of program activities to maximize equal opportunity to M/WBEs for all City contracts. a . r r= Oil, LAM r ' ` r I would be remiss if I did not voice my anxiety that in the haste to establish goals clothed in some quantifiable measure of disparity, M/WBE availability, and projections of contract opportunity, one runs the risk of losing sight of the fact that a disparity study and program goals can never substitute the driving force behind M/WBE programs: M/WBE programs make good business sense in the American future. In light of the nation's mood and sentiments expressed by members of the Congress pertaining to affirmative action, it may lead to some question whether or not affirmative measures are still on strong grounds. The current assailment on these programs, initiated by Pete Wilson, governor of California, is based on the perception that ` affirmative action has not worked and treat non-protected groups disparately. Statistical data shows that affirmative action has worked. It was not until the legislation of related laws at the federal, state, and local government and policies in the private sector that we began to see a positive effect In the lives of women and minorities, thus impacting the workplace as well as business and industry. Yet despite a the tremendous population growth of minorities and women, there remains significant imbalance in the number of contracts awarded to women and minorities as well astotal gross receipts. They can be corrected only through affirmative steps. A disparity ^1 study provides local entities the opportunity to effectively redress the impact of -, Richmond v. Croson on government M/WBEs. RECOMMENDATION: I recommend that this item be placed on the May 3, 1995 Commission Agenda. +e Please do not hesitate to contact me if you need additional inf mation. �s t ` Guffl"iele M. Ruiz, M. . Attachments cc: Assistant City Manager Mayor & Commissioners Chance Thomas, Yale University w V „ 4 ` MINORITY/WOMEN BUSINESS ENTERPRISE DISPARITY STUDY & COST ANALYSIS I By: Charisse Thomas Equal Opportunity Intern City of Hollywood March 1995 ti ' Disparity Study Analysis Introduction In the 1989 landmark Supreme Court case Richmond vs Croson, Richmond's M/WBE program was struck down by a majority vote of 6-3. The court decided that t Richmond's M/WBE program lacked specific evidence, adequate statistics, waiver r ` procedures, a limited time period and race-neutral remedies or considerations. Only a disparity study could provide the necessary support for an M/WBE program to , .rwithstand the "strict scrutiny" of the courts. Richmond vs Croson laid the foundation for federal government's implementation of constitutional programs, by making a disparity study mandatory if a state or local government desired to have race t conscious and M/WBE program. The case of Richmond vs Croson forced those municipalities without disparity studies to be passive participants in continuing s, practices that hinder the participation of women and minority contractors. t Disparity Studv Goals and Components The goals of a disparity study are to assess the extent of utilization and L availability of M/WBE as contractors, to Investigate and describe previous practices causing under-utilization, to document anecdotal evidence that reflects past discrimination, and to make recommendations for designing, reviewing, and implementing M/WBE programs, as specified by the courts. 1. Companies conducting a disparity study research budgeted contract awards, purchase orders, disbursements from agency accounting systems, government 1 projects, the ethnic breakdown, the legal environment of minorities and women, growth of minority population and M/WBE firm's economic situation, and past civil rights struggles. Study consultants examine the age of M/WBE firms, their sources of bonds, revenue and capital, firm employment, difference in wages, contract amounts, % of M/WBE prime contractors and sub-contractors who worked on past government projects, and how they perceive the business practices of non-M/WBE firms. Such U research is conducted through mail and telephone surveys, interviews, public hearings, 4 and historical and anecdotal evidence of discrimination in the industry and society. This compilation provides a local government specific data on the industrial market z ,z and industrial community of their jurisdiction, so that their M/WBE program can be an j exact representation of the disparity in that municipality. i t 2. Another component of the disparity study is entrepreneurial pool of M/WBEs. The availability test includes: % of population in specified labor area, % of unemployment in specified labor area, % of minorities or women in total work force in specified labor are, % of availability with skills in specified labor are (availability at �iur F 1. reasonable amount in order for the disparity study to warrant an M/WBE program), " and % of minorities or women that are promotable. The use of low availability of v M/WBE firms as a reason to exclude remedial M/WBE programs or to set low M/WBE - `~' program goals is unfair. Past discrimination is a major cause of low availabilit y, yet low availability leads to a finding of no discrimination. M/WBEs are excluded from government contracting because of no disparity based on low availability. This is a covert form of discrimination. 2 Results Most disparity studies have shown that the real disparity lies within the M/WBE's interest in getting the job, in which they actually submit bids, and M/WBE's experience (or lack of) in getting the job. Because most purchasing agents for local governments prefer to work with the same vendors, contract awards are unfairly granted to the same contractors. M/WBE firms are further excluded from the market through this tactic. Another drawback it that the industrial categories (equipment and a supplies, services, construction, and architecture and engineering) are too finely drawn r s Id in a disparity study. The already low numbers of M/WBE firms are stretched and minimized further in each individual category. In the entire industry, the M/WBE availability is significant, but that is not true for each category. The disparity must be greater than 1.96 to be significant. j M/WBE Program Purpose and Components r The purpose of a M/WBE program is to serve a compelling public interest, to F remedy a pattern of past discrimination, and to be narrowly tailored to serve public i interest. Such programs should avoid using a system of rigid numerical quotas or preference quotas and pertain to firms that do business in the local jurisdiction. Geographic limitations should be moderate because most M/WBE firms usually do work outside the jurisdiction in which they live, so a severely limited geographic area would be unfair to these firms. M/WBE Firms The largest number of M/WBE's are material and supplies vendors. Although 3 y*'3vi ,t 1 _w T these firms lack investment, financing, surety bonding, and capital, the greatest disadvantage is their exclusion from the "good old boy" network. Until recently, M/WBE firms have been excluded from unions. Because the unions had monopolized the industry, M/WBE firms were also excluded from the industry. When the industry became available to non-union workers, government buyers continued to work exclusively with previous contractors, who were Caucasian male union members. is '!= °d Remedies f} 3 Local governments are able to find out about M/WBE interests in bidding at pre-bid conferences. Procurement complaints can also help these governments t document and find out about discrimination in the industry. Unfortunately, advertising of government bids through direct mail, telephone, or facsimile alone will not help M/WBE firms get the job. Although market access is a severe problem for M/WBE firms, without an actual M/WBE program with strong preferences, the M/WBE firms continue to be at a disadvantage in getting contracts. Local ordinances cannot contain any form of affirmative action without a disparity study. fi M/WBE Participation Measurement There are two ways to measure M/WBE participation in the industry. The first method is the dollar volume method. A small number of M/WBE firms have very big contracts. There is still a low market share of M/WBE firms. The second method is the number and firm volume method. There is a greater number of M/WBE firms with smaller or average-sized contracts. There is a high market share of M/WBE firms but 4 f>! low contract dollar. Because of the two methods of M/WBE participation, many government are unaware of the misrepresentation of M/WBE firms in government s contracts. Conclusion If a local government is to utilize its resources to the fullest extent, an M/WBE program is critical. The local government also has a responsibility to all of its citizens i and can no longer ignore their pleas for a fair representation of the community in government contracts. A disparity study is costly in terms of money, but under— utilizing resources is far more expensive in the long run. The economic impact that M/WBE firms will bring to the economy will pay off the costs of the disparity study. Local governments cannot continue to take the easy way out by staying with the same `. vendors and not taking the initiative to look for other bidders. If a local government k wants to make a strong commitment to equal opportunity, an M/WBE program is one of the effective measures that can be taken. Voluntary programs are weak and not legally binding. An M/WBE program is instrumental to a surviving economy and to the a incorporating of all firms in government contracts. A� 5 i t a v. T U U S U L A L L � ;o E L F u y •r. `a° 8b E� A E- C C Q Q U rhJa3 � mE a cyi I r a Q C, Z Z LJ X YJ � b9 Q y I ti 1i h r � rJ rJ Z V C K -149 - I O y W f. 7 ^ 3' 0`9 _T C N ^ U s ^ 'c a a = U � QZ 2 .^. Q Q U) Q T Z Z Q] E CO y °' Y• >' Z Z T C T u 0 � u Z c�i DU G CSC] 2 V 4 in c = •cam c c _' � m � � � o.v am ? c • a c E c a a c i A cc a a �P C > Z m00 } V. W F f zcnSOD T .. —.. C [] •C Q SUp2 U :J ;? < n < ._ C7 = —�, 5 Vfu7 u] ' or°�, j Fr. a� LU ob o v °D u o T •� m 4 a '• I:: c To �.7 u Z v .c � v u c � N m n c `�' c `�° - I r c o0 qt n O A E oD m p w v: n u oD n o c u o a o c I o`D — c .= •C "u v u O a n 1 N r N S _ U) i v _ v M � F- 0 W W 05 � < 2 C � Q Z Z G ZD .F t is },rr IL < O °- > UV OQQ Cl) T a o � C tq m E v :1 C ° U " r. p niJt Y a N V T 118.1 O „• !n = N l0 Q ,0.2 u u — r U7 'J -M 3L' Z Q Q C' C r`,f C.D A Q O w C u C m G cp v. u A < cc C Z a I_ C J fio� V — - m = u _O p v V u W h U Z 0 E < Q y G tr, U C a rz Q Q Q Q cn Z z z z G T CL05 .. _ . E m b,1 C N Z } yu, cNi } m U u na .12 E � —. — —-- —- --- - � \ \ : ,ro /\ a § / ) £ 22 & §= ± muQ. mED: . o } ui ) a 2 < �\ � . § \ CO a 2zb » IF } \ ) / \ \ i _. cN � �'� B'S� �'� W �.. •� L" FEY " " aYo`� -qY-r� ^o�-� E `F'u"' .,t" € Ll vV _E �� YurE Z� kV4 gBP• ""'28a sv _5cc :al EE Y , c5 dd�`u EY' Ys x :C osm'Q t'S' HUM 8� ; i � -El Q _�y 1, � E�•¢F5 tt fr��► 70 �►c$iIc u�� EIIio� �'. _�' O I Ilk 4 7d m F O g aj�r� Utz Hl _ N tIayq� �a .0 ge.Y v'Yi€�.' a«c I � -a- se • c �1[� w�Y _ cGo -=Q.Y�4 r t � � L E'`+C�- _ �• t' � o ' .; �yyO'I� ...1 r� � �� p� ai �'_i�•c= I m S.tl WIN" Rill_L 'Fill Yyyis � {�5 � � Y .¢�s t2 a6 r `� � �1 �0� � pv �� u=��€ {a�'w�.��•�yYE=_ Ev .1 m "•• yS^ t w to - E.E +cd O m y O F� :t� __ $ 8HU -F �l � O 077 Z'm E°.S.ww_ ,,.RS Wiz_ .� o iA.�' 4. a�� d Y7+9sk�8 v •• IY�/ c� i `"'v'pp!�,-j.E9yo��`-23 U j i 4gM 9g`3 y Yv 4i + C3 = C � i{a{o:to"`4�E-'3?.� = � •wta Q La"o L�{B. ^=3.'6_�`�� {552•r::u- e_ �S gC d S C w C—w1 9'b �0 m / O 0 a 4$L~pV"_�Ti4L rrYa_ ?�•' Qom_% 5 Et Ec ^> YiA26:8 E_ 2-tL i i Chapter 6 m BEACHES, PARKS AND RECREATION' Art. I. In General, §§ 6-1-6-29 Art. H. Beach Parking, H 6.30-6.33 1 ARTICLE I. IN GENERAL Sec. 6.1. Park defined. V4 V For the purposes of this article, a"park"shall mean any real property owned by or under •- > ,r,• the control of the city, intended primarily for use by the public for recreation or relaxation. Sec. 6-2. Hours for park, recreational facilities. It shall be unlawful for any person to go meet at,go upon,trespass upon,congregate at or assemble at any public park owned or operated by the city or at any recreational facility owned or operated by the city at any time of any day during the period beginning at 9:00 p.m.of any night and ending at 8:00 a.m.of the following morning unless such person is a spectator at,or participant in,a recreational activity being conducted in the public park or at the recreational area under the authority of a written permit issued by the city manager. (Code 1971, § 5-17) Sec. 6-3. Duty to leave when commanded. ? - Without regard to whether a person may have initially gone upon the area of any public xj rsx:;; park owned or operated by the city or any recreational facility owned or operated by the city in order to be a spectator at, or participant in, a recreational activity being conducted in the park or at the recreational area under the authority of a written permit issued by the city manager,and without regard as to the particular hour of the day,it shall be unlawful for any person,or persons,to remain upon the grounds or areas of any public park owned or operated by the city or at any recreational facility owned or operated by the city after such person,or the mayor, any city commissioner, any police officer or the persons,have been commended by 6 ; city manager to leave the grounds or areas of the public park or recreational facility. ( 5.17)`___ Sec. 6.4. Littering. I It shall be unlawful for any person to throw, place, deposit, sweep, or scatter or cause to be thrown,placed,deposited,swept or scattered,any paper,food,trash,fruit peeling,or other refuse, upon any beach or park owned by the city. (Code 1971, § 5.5) "Charter reference Parks and recreation, Pt. XI,Art. 2. Cross references—Licensing of beach equipment business,§ 15-12;department of growth management, § 19.61 at seq. Supp. No.54 381 § 6-5 DANIA CODE Sec. 6-5. Depositing cigarettes, other debris in public toilets. It shall be unlawful for any person to throw, place or deposit paper, cigarettes, cigars or other substances of such nature, in the toilets and urinals situated in any public building. (Code 1971, § 5-8) - Sec. 6.6. Use of property and equipment. . It shall be unlawful for any person to use or occupy areas, buildings, shelters, tables, t� l chairs or other property that has been designated by the city manager for the exclusive use of - the handicapped. Each such area shall be marked"Handicapped Only". 1 of Volations of this section shall be punishable as provided for in section 1-8, Chapter the Code of Ordinances. (Code 1971, § 5-6; Ord. No. 17-94, § 1, 11-22-94) Sec. 6.7. Injuring property and equipment. It shall be unlawful to injure or destroy any of the buildings, tables, chairs, or other property situated in or on any public parks. r (Code 1971, § 5-7) Cross reference Damaging public property generally, § 17-3. Sec. 6.8. Fires prohibited. E"-+ It shall be unlawful for any person to build any fires upon the beaches or in parka owned by the city, except at places built thereon by the city for such purposes. (Code 1971, § 5-2) L° Sec. 6.9. Animals on beaches, beach parks. It shall be unlawful to bring dogs, cats, animals or other pets upon the beaches or parks abutting the Atlantic Ocean and owned by the city or on sand beach areas designated on the zoning map. (Code 1971, §§ 4-30, 5-3) Cross reference Zoning map, Ch. 28, § 3.20. Sec. 6-10. Playing games on beaches. It shall be unlawful for any person to engage in or play ball or other games at any time upon the public beaches owned by the city and abutting the Atlantic Ocean. (Code 1971, § 5-1) Supp. No.54 382 t i ' i!f § 1-6 DANIA CODE Sec. 1-6. Altering Code. It shall be unlawful for any person in the city to change or amend by additions or deletions, any part of this Code, or to insert or delete pages, or portions thereof, or to alter or tamper with such Code in any manner whatsoever, which will cause the law of the City of Dania, Florida, to be misrepresented. thereby. Any person, firm .or corporation violating this section shall be punished as provided in section 1-8 hereof. (Code 1971, § 1-6) State law reference—Altering public records, F.S. § 831.01. Sec. 1-7. Amendments to Code; effect of new ordinances; amendatory language. .�-- All ordinances passed subsequent to this Code which amend, repeal or in any way affect this Code may be numbered in accordance with the numbering system of this Code and printed for inclusion herein. In the case of repealed chapters, sections and subsections or any part thereof, by subsequent ordinances, such repealed portions may be excluded from the Code by omission from reprinted pages affected thereby. The subsequent ordinances as numbered and printed or omitted, in the case of repeal,shall be prima facie evidence of such subsequent ordinances until such time that this Code and subsequent ordinances numbered or omitted are readopted as a new Code by the city commission. Amendments to any of the provisions of this Code may be made by amending such provisions by specific reference to the section number of this Code in the following j, language: "This section—of the Code of Ordinances of the City of Dania is hereby EF" amended to read as follows: . . . ." The new provisions shall then be set out in full as desired. In the event a new section, article or chapter not heretofore existing in the Code is s to be added, the following language may be used: "That the Code of Ordinances of the City of Dania is hereby amended by adding a section (or article or chapter) to be numbered—,which said section(or article or chapter)reads as follows: . . .."The new section shall then be set out in full as desired. All sections, articles, chapters or provisions desired to be repealed must be specifically repealed by section, article or chapter number, as the case may be. (Code -� 1971, § 1-7) Sec. 1-8. General penalty; continuing violations; violation as public nuisance. Whenever in this Code, or in any ordinance or resolution of the city, or rule, regulation or order promulgated by any officer or agency of the city under authority duly vested in him or it,any act is prohibited or is declared to be unlawful, or the doing of any act is required or the failure to do any act is declared unlawful and no specific penalty is provided for the violation thereof, the violation of any such provision of this Code or any such ordinance, resolution, rule, regulation or order shall be punished by a 104 V �•.Y GENERAL PROVISIONS § 1-9 fine of not more than five hundred dollars ($500.00), or by imprisonment for a period not exceeding ninety (90) days, or by both such fine and imprisonment. Each day any violation or any provision of this Code or of any such ordinance, resolution, rule, regulation or order shall continue shall constitute a separate offense. In addition to the penalties hereinabove provided, any condition caused or permitted to exist in violation of any of the provisions of this Code or any such ordinance, resolution, rule, regulation or order, shall be deemed a public nuisance and may be, by the city, abated as provided by law, and each day that such condition continues shall be regarded as a new and separate offense. (Code 1971, § 1-8) Charter reference—Maximum penalty for violating ordinances, Pt. I, Art. 3, § k. ,.�. 1(25). - - '` State law reference—Abatement of public nuisances, F.S. § 60.05. Sec. 1.9. Assessment of additional court costs. ' (a) Pursuant to Florida Statutes, Section 943.25, there is hereby assessed an additional amount of one dollar($1.00)as a court cost against every person convicted for a violation of a as state penal or criminal statute, traffic infraction, county or municipal ordinance of the city,except parking 'p p kin ordinances, with such additional revenue to be used for law enforcement education expenditures for the police department of the city. (b) The City of Dania hereby authorizes the appropriate courts in Broward County to provide for the assessment of an additional two dollars($2.00)in court costs for convictions for • - violations of all municipal ordinances, except vehicle parking ordinances, such additional costs to be used by the city for criminal justice education and training expenditures.(Ord.No. 115, § 1, 11-9-76; Ord. No. 5, § 1, 2-22.83) 1 Editor's note—Ord. No.5, § 1,enacted Feb.22, 1983,did not expressly amend the Code. Inclusion as § 1-9(b)was at the editor's discretion. Y. Supp.No.It [The next page is 155] 105 ;3 4 AI iCKM Fo 1 � 5 kV. 1 i 0 t - ' 1 ' These images were produced in the normal course of business by: The Microfilm Depot/Advanced Imaging Solutions 1213 South 30 Avenue, Hollywood, FL. 33020 Brow: (305) 927-4404 Dade: (305) 625-0509