Loading...
HomeMy WebLinkAbout2023-10-10 City Commission Meeting - Agenda PacketAGENDA DANIA BEACH CITY COMMISSION REGULAR MEETING TUESDAY, OCTOBER 10, 2023 - 7:00 PM ANY PERSON WHO DECIDES TO APPEAL ANY DECISION MADE WITH REGARD TO ANY MATTER CONSIDERED AT THIS MEETING OR HEARING WILL NEED A RECORD OF THE PROCEEDING, AND FOR SUCH PURPOSE MAY NEED TO ENSURE THAT A VERBATIM RECORD OF THE PROCEEDING IS MADE WHICH RECORD INCLUDES THE TESTIMONY AND EVIDENCE UPON WHICH THE APPEAL IS TO BE BASED. LOBBYIST REGISTRATION IS REQUIRED. PRIOR TO ENGAGING IN ANY LOBBYING ACTIVITIES, WHETHER OR NOT COMPENSATION IS PAID OR RECEIVED IN CONNECTION WITH THOSE ACTIVITIES, EACH LOBBYIST SHALL FILE WITH THE CITY CLERK AN ANNUAL REGISTRATION STATEMENT AND PAY AN ANNUAL TWO HUNDRED FIFTY DOLLARS ($250.00) REGISTRATION FEE FOR EACH PRINCIPAL OR EMPLOYER. REGISTRATION FORMS ARE AVAILABLE ON THE CITY WEBSITE: WWW.DANIABEACHFL.GOV. (ORDINANCE #2012-019; AMENDED BY ORDINANCE #2019-019) IN ACCORDANCE WITH THE AMERICANS WITH DISABILITIES ACT, PERSONS NEEDING ASSISTANCE TO PARTICIPATE IN ANY OF THESE PROCEEDINGS SHOULD CONTACT THE CITY CLERK'S OFFICE, 100 W. DANIA BEACH BOULEVARD, DANIA BEACH, FL 33004, (954) 924-6800 EXTENSION 3624, AT LEAST 48 HOURS PRIOR TO THE MEETING. IN CONSIDERATION OF OTHERS, WE ASK THAT YOU: A. PLEASE TURN CELL PHONES OFF, OR PLACE ON VIBRATE. IF YOU MUST MAKE A CALL, PLEASE STEP OUT INTO THE ATRIUM, IN ORDER NOT TO INTERRUPT THE MEETING. B. IF YOU MUST SPEAK TO SOMEONE IN THE AUDIENCE, PLEASE SPEAK SOFTLY OR GO OUT INTO THE ATRIUM, IN ORDER NOT TO INTERRUPT THE MEETING. DECORUM POLICY FOR MEETINGS OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: INDIVIDUALS WHO WISH TO MAKE ANY “CITIZEN’S COMMENTS” UNDER THAT PORTION OF THE CITY COMMISSION AGENDA, OR WHO OTHERWISE WANT TO ADDRESS THE CITY COMMISSION, MUST FIRST BE REGISTERED WITH THE CITY CLERK (FORMS ARE AVAILABLE OUTSIDE OF THE CITY COMMISSION CHAMBERS AND MUST BE GIVEN TO THE CLERK BEFORE THE MEETING). OTHERS WHO WANT TO ADDRESS THE COMMISSION ON ANY MATTERS MUST FIRST BE RECOGNIZED BY THE MAYOR. ALL SUCH PERSONS MUST USE THE PODIUM IN THE COMMISSION CHAMBER. NO MORE THAN ONE PERSON AT A TIME MAY ADDRESS THE COMMISSION FROM THE PODIUM. COMMENTS ARE ONLY TO BE MADE TO THE CITY COMMISSION AND ARE NOT TO BE DIRECTED TO THE AUDIENCE OR CITY STAFF. NO INDIVIDUAL SHALL MAKE ANY SLANDEROUS OR UNDULY REPETITIVE REMARKS, OR ENGAGE IN ANY OTHER FORM OF BEHAVIOR THAT DISRUPTS OR IMPEDES THE ORDERLY CONDUCT OF THE MEETING, AS DETERMINED BY THE MAYOR. NO INDIVIDUAL MAY SPEAK DIRECTLY TO OR ADDRESS THE MAYOR, CITY COMMISSIONER OR CITY STAFF: COMMENTS ARE TO BE ONLY DIRECTED TO THE COMMISSION AS A WHOLE. NO CLAPPING, APPLAUDING, HECKLING OR VERBAL OUTBURSTS IN SUPPORT OF OR OPPOSITION TO A SPEAKER OR HIS OR HER REMARKS SHALL BE PERMITTED. NO SIGNS OR PLACARDS SHALL BE PERMITTED IN THE COMMISSION CHAMBER. IF ANY PERSON’S CONDUCT AS DETERMINED BY THE MAYOR IS FOUND TO BE DISRUPTIVE OR INTERFERES WITH THE ORDERLY CONDUCT OF THE MEETING, THE PERSON MAY BE ASKED BY THE MAYOR TO LEAVE THE COMMISSION CHAMBERS; IF THE PERSON DOES NOT LEAVE AND THE CONDUCT PERSISTS, THE CITY POLICE DEPARTMENT WILL BE REQUESTED TO ESCORT THE INDIVIDUAL FROM THE CITY COMMISSION CHAMBERS. ALL CELLULAR TELEPHONES ARE TO BE SILENCED DURING THE MEETING. ALL PERSONS EXITING THE COMMISSION CHAMBER SHALL DO SO QUIETLY. (RESOLUTION #2020-032) 1. CALL TO ORDER/ROLL CALL 2. MOMENT OF SILENCE AND PLEDGE OF ALLEGIANCE 3. PRESENTATIONS AND SPECIAL EVENT APPROVALS 1. Special Event Request - 17th Annual Dania Beach Vintage Motorcycle Show - Parks and Recreation 2. Special Event Request - Dania at Planet RV - Parks and Recreation Agenda – Dania Beach City Commission Tuesday, October 10, 2023 - 7:00 PM Page 2 of 4 4. PROCLAMATIONS 1. Cybersecurity Awareness Month - IT Department 2. Retroactive Proclamation Approval - Mirabella Bove - 10-03-2023 - Sponsored by Commissioner Salvino 5. ADMINISTRATIVE REPORTS 1. City Manager 2. City Attorney Direction to Draft Agreement Regarding Installation and Maintenance of 5K Markers by the City Along Dania Beach and the City of Hollywood Walking Paths 3. City Clerk - Reminders - October 24, 2023 City Commission Meeting - 7:00 p.m. 6. PUBLIC SAFETY REPORTS 7. CITIZENS' COMMENTS Addressing the Commission: A thirty (30) minute "Citizen Comments" period shall be designated on the agenda for citizens and interested persons to speak on matters whether or not scheduled on that day's agenda. Individuals wishing to speak on a matter not included on the "Public Hearing" section of the agenda, which matter pertains to an item before the City Commission which requires a decision of the City Commission, may do so by signing in and submitting a form to that effect with the City Clerk prior to the meeting. Speakers at Public Hearings shall also submit such a form. Each speaker shall be limited to 3 minutes for his or her comments. If more than ten (10) speakers express a desire to speak, the Commission shall determine on a meeting by meeting basis whether to (a) extend the time allotted for citizen comments to accommodate all speakers, or (b) whether to limit the number of speakers or amount of time per speaker. A speaker's time shall not be transferable to another speaker. 8. CONSENT AGENDA 1. Minutes: - September 20, 2023 - Final Budget Hearing Meeting Minutes - September 26, 2023 - Regular City Commission Meeting Minutes 2. Travel Requests: Request from City Manager Ana M. Garcia to Attend Legislative Meetings in Tallahassee, Florida on November 6 - 8, 2023. (Estimated cost $1,231.20) - City Manager 3. RESOLUTION NO. 2023-_____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, REQUESTING APPROVAL OF THE BROWARD COUNTY PUBLIC Agenda – Dania Beach City Commission Tuesday, October 10, 2023 - 7:00 PM Page 3 of 4 TRANSPORTATION AGENCY SAFETY PLAN (PTASP); AUTHORIZING THE CITY MANAGER OR DESIGNEE PERFORM ADMINISTRATIVE UPDATES AND APPROVALS TO THE PTASP; PROVIDING FOR CONFLICTS AND FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Public Services) 4. RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, PROVIDING FOR APPROPRIATION OF FUNDS FOR FISCAL YEAR 2022-2023; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Finance) 5. RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE A PURCHASE AND SALE AGREEMENT BETWEEN THE CITY OF DANIA BEACH AND RODNEY B. HARRISON FOR THE PURCHASE OF 148 NORTH FEDERAL HIGHWAY, DANIA BEACH, FLORIDA; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (City Manager) 9. BIDS AND REQUESTS FOR PROPOSALS: None. 10. QUASI-JUDICIAL HEARINGS: None 11. FIRST READING ORDINANCES 1. ORDINANCE NO. 2023-______ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE REQUEST MADE BY THE CITY OF DANIA BEACH TO REZONE PROPERTY LOCATED AT 100 NW 8 AVENUE, DANIA BEACH, FLORIDA, AS LEGALLY DESCRIBED IN EXHIBIT “A”; CHANGING THE CURRENT ZONING CLASSIFICATION OF THE PROPERTY FROM NEIGHBORHOOD RESIDENTIAL (NBHD-RES) TO OPEN SPACE (OS) (APPLICATION NO. RZ-074-23), SUBJECT TO CERTAIN RESTRICTIONS; AND AMENDING THE CITY’S ZONING MAP TO REFLECT THE REZONING OF THE PARCEL, AS REFLECTED IN EXHIBIT “B”; PROVIDING FOR CODIFICATION, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Community Development) 2. ORDINANCE NO. 2023-______ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE EXPENDITURE OF CITY FUNDS Agenda – Dania Beach City Commission Tuesday, October 10, 2023 - 7:00 PM Page 4 of 4 EXCEEDING ONE MILLION DOLLARS ($1,000,000.00), WHICH EXPENDITURE IS NOT TO EXCEED ONE MILLION SIX HUNDRED THOUSAND DOLLARS ($1,600,000.00) FOR THE PURCHASE OF 148 NORTH FEDERAL HIGHWAY, DANIA BEACH, FLORIDA; PROVIDING FOR SEVERABILITY; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (City Manager) 12. SECOND READING ORDINANCES 13. DISCUSSION AND POSSIBLE ACTION 1. Call to Artist Finalist - Community Development 2. Feeding South Florida - Sponsored by Commissioner James 14. APPOINTMENTS 15. COMMISSION COMMENTS 1. Commissioner Davis 2. Commissioner James 3. Commissioner Salvino 4. Vice-Mayor Lewellen 5. Mayor Ryan 16. ADJOURNMENT City of Dania Beach Parks & Recreation Memorandum DATE: 10/10/2023 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Eric Brown, Parks & Recreation Director SUBJECT: Special Event Application Request for the 17th Annual Dania Beach Vintage Motorcycle Show scheduled for Saturday, January 27, 2024 Request: A special event is requested by the City of Dania Beach and Dania Beach Lions Club to host the 17th Annual Dania Beach Vintage Motorcycle Show on Saturday, January 27, 2024, from 10 a.m. to 5:00 p.m. The set-up for this event will begin on Friday, January 26, 2024, from 8:00 a.m. to 6:00 p.m. The breakdown will begin on Saturday, January 27, 2024, from 5:01 p.m. to 8:00 p.m. The requested event will be held at Frost Park located at 300 N.E. 2nd Street, Dania Beach, FL 33004. Background: This event is in its seventeenth year of celebration. The event boasts live music, vendors, food, over 250 vintage motorcycles 35 years and older, an antique bicycle display, a bike parts swap meet, roller derby girls, a kiddie play area, a dealer display, and so much more for the community to take part in. Budgetary Impact The special event application fee is not applicable as this is a City city-collaborated event. This event is budgeted for FY2024 in the Parks & Recreation General Account 001-72-09-574-48- 10. Recommendation The applicant will pay for the necessary services recommended below. It is recommended that the City Commission Approve the Special Events Application request in whole with compliance of the conditions noted below: Staff Comments/Conditions BSO Fire Dept. – Fire Prevention Officer Zipoli BSO Fire Marshall Report (see attached) with applicant’s signature. This event is approved with conditions. Specifically, a fire inspector will be required to conduct a fire inspection once the event is set up for fire and life safety hazards. District Chief Pellecer will advise on the medical detail unit, which given the estimated crowd, will most likely be required. No further concerns raised. BSO Police Dept. - Lt. Cooper Recommendation: 6 special detail deputies. BSO Special Detail Office: 954-831-8199. No further concerns raised. Code Enforcement - Eric Walton No concerns raised. Parking Enforcement – Barbara Urow No concerns raised. Community Dev. (Building) – Jack Fisher Building required for this event. Plumbing for Port-A-Potties and gas grills. No further concerns raised. Community Dev. (Planning & Zoning) – Viviana Claudia Batista The applicant has provided the letter of authorization for parking and Zoning received & approved. The 30 (10 x 10) tents should be spaced 3 feet apart. No further concerns raised. City Attorney – Eve A. Boutsis No concerns raised. HR/Risk Mgmt. – Linda Gonzalez The COI “conditionally” approved by the COI Review Team stating: “The liquor license for the draft truch must be provided two (2) weeks prior to the date of the event.” The liquor license must be provided on or before Friday, January 12, 2024 to the Risk Department for review and approval. No further concerns raised. Parks & Recreation – Eric Brown Parks & Recreation has coordinated on-site meetings for reoccurring Tuesdays at 11 a.m.: January 9, January 16, and January 23, 2024 with the Review Team and applicant(s) for event and field preparation. No further concerns. Public Services – Fernando Rodriguez No concerns raised. City of Dania Beach Parks & Recreation Memorandum DATE: 10/10/2023 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Eric Brown, Parks & Recreation Director SUBJECT: Special Events Application Request from Kelley Johnson to host “Dania at Planet RV” scheduled for every day of the month beginning Friday, January 5, 2024, through Sunday, December 29, 2024. Request: A Special Event approval is being requested by Kelley Johnson on behalf of RV Sales of Broward to host “Dania at Planet RV” every Friday, Saturday and Sunday of the month beginning Friday, January 5, 2024 through Sunday, December 29, 2024. Each event will be approximately five to eight hours long, see attached program of events proposed. Background: The requested events are proposed to be held at Planet RV located at 2051 Griffin Road. The event will have cars, jet skis, boats, and motorcycles on display, an art show, wine tasting, movies and popup shops from a variety of vendors. These events will also include alcohol sales and music from live bands / DJ’s . The expected maximum attendance is 250 patrons with a sustained attendance of 100 attendees per event. Department Review: Comments: BSO Fire: Fire Prevention Approved with conditions Building Official Building, Plumbing and Electrical permits required City Attorney No issues Code Enforcement No issues, made applicant aware of temporary sign code Sec. 505-160 Planning & Zoning Application needs to indicated closest residence is 855 feet away, no further issues HR / Risk Mgmt- No response Parks & Recreation No issues Public Services No issues BSO Police Dept. 2 special detail deputies were recommended for events due to the alcohol sales and expected attendance Budgetary Impact Budgetary Impact The special events application fee for this event is $300.00. Recommendation The Parks & Recreation Department is recommending that the City Commission approve the special events application request with the conditions noted above. WHEREAS, the digital age has brought unprecedented benefits to our society, transforming the way we communicate, work, learn, and play, while also introducing challenges to our security; and WHEREAS, the City of Dania Beach recognizes the vital role that cyber security plays in the continued prosperity and growth of our community; and WHEREAS, maintaining the security of cyberspace is a shared responsibility, for which every individual and organization has a crucial role to play; and WHEREAS, the frequency, scale, and sophistication of cyber threats continue to rise, targeting our infrastructure, businesses, schools, and homes; and WHEREAS, promoting education and awareness about cyber threats and the steps to protect our information and digital assets is of utmost importance; and WHEREAS, the Dania Beach IT Department works diligently to provide awareness of cybersecurity and safety to employees through annual trainings and continuous communications on latest trends to be aware of; and WHEREAS, the United States Department of Homeland Security and the National Cyber Security Alliance have designated October as National Cyber Security Awareness Month. NOW, THEREFORE, on behalf of the Dania Beach City Commission, I, Archibald J. Ryan, IV, Mayor of the City of Dania Beach, Florida, do hereby proclaim October 2023 as: CYBER SECURITY AWARENESS MONTH in the City of Dania Beach and encourage all citizens, businesses, and institutions to engage in activities that promote a safer and more secure cyber environment. ATTEST: ELORA RIERA, MMC ARCHIBALD J. RYAN, IV CITY CLERK MAYOR WHEREAS, Mirabella Bove was born on January 15, 2019; and WHEREAS, Mirabella is the daughter of Eric and Olga Bove; and WHEREAS, Mirabella’s favorite color is purple, and her favorite foods are blueberries, pizza, Cheetos, and spaghetti; and WHEREAS, Mirabella loves to watch Moana, Frozen, and Peppa Pig, and likes to color, swim, play video games, and play with her Barbies; and WHEREAS, on October 3, 2023, Mirabella and her family will be going to Dave & Busters to have fun and play lots of games; and WHEREAS, at Dave & Busters, Mirabella will have her wish granted by the Make-A-Wish Foundation of America and will be going to Disney World; and NOW, THEREFORE, on behalf of the Dania Beach City Commission, I, Archibald J. Ryan, IV, Mayor of the City of Dania Beach, Florida, do hereby proclaim October 3, 2023 as: MIRABELLA BOVE DAY in the City of Dania Beach and encourage all citizens of Dania Beach to join us in wishing Mirabella a wonderful time at Disney World, “the Most Magical Place on Earth”! ATTEST: ERIN McCLENDON ARCHIBALD J. RYAN, IV DEPUTY CITY CLERK MAYOR CITY OF DANIA BEACH OFFICE OF THE CITY MANGER 100 West Dania Beach Blvd ∙ Dania Beach, FL 33004 ∙ (954) 924-6800 ∙ (954) 921-2604 (fax) MEMORANDUM Date: October 10, 2023 To: Mayor A. J. Ryan IV Vice Mayor Lori Lewellen Commissioner Joyce L. Davis Commissioner Tamara James Commissioner Marco A. Salvino, Sr. From: Ana M. Garcia, ICMA-CM, City Manager Subject: Manager’s Report As we prepare for our trip to Tallahassee and our meetings on November the 7th, you will receive the edited and latest brochure at Tuesday’s commission meeting. Additionally, as we do yearly, we will submit an application to FRDAP for Parks funding. We have received official communication from the Florida Division of Emergency Management that our City has received the full requested amount of $53,319.60 for the Sargassum (Seaweed) Clean-Up Grant. We continue to seek ways to make our beach campus pristine. We are currently assessing the Marine Law Enforcement Grant application as this will provide us funding for boating safety initiatives. Our City has taken a lead role in affordable housing unlike other cities representing Broward County. We have a total of 397 units built and/or being built. Saratoga I and II have 175 units, Saratoga III has 75 units, City Place has 99 units plus a $1 million dollar loan to support them to increase their chances with the County and State Funding. Harbour Landing (proposed for existing mobile park off Griffin Rd. and 441 has 42 units or 15% of project. The Dania Beach at Home project has 6 units. Staff is also currently exploring work force housing opportunities to present for your consideration. The comeback of Dania After Dark is almost here and on Saturday October 14th we expect an amazing event, one of many we have planned from October to May! We have sold almost 300 tickets to our beer tasting event and we expect thousands to come and enjoy a wonderful event with live music, food, and fun for the entire family. Our parking garage is available at a first come first serve basis. We encourage you to also consider public transportation as well as Uber/Lyft and/or have a designated driver. I just attended the ICMA conference in Austin, Texas where a record number of City Managers from around the world were present; more than 5500 attendees. I was able to engage in conversations and participate in sessions with my colleagues from South Africa, New Zealand, the United Kingdom, Canada, India, and the Philippines. Additionally, I further cemented my relationship with Broward County Administrator, Mónica Cepero. Next year, I will be bringing leaders from various departments as there is just too much value and opportunities for our Team that will greatly benefit our City. Below is a brief update on the timeline of the SE Drainage Project and details of what has been completed to date and where we are in the process: • Engineering, Design Plans and Permits approved and completed by City and Broward County. • Grant Funding Contract approved and completed by City and Broward County. • Request For Proposal (RFP) for Construction approved and posted on July 25th (posted for 60 days) • October 2nd, Bid committee opened bids and will review proposals while working with consultant to select the most responsive and responsible bidder. • Winning bidder (Construction Contractor) will be presented to City Commission for approval (2nd meeting in October or 1st meeting in November). • After City approval, Contractor has to create shop drawings to manufacture the custom catch basins and associated structures (3-4 months). • These custom concrete catch basins will be specifically made for the SE and not “off the shelf”. They are built to specific engineering design and developed for the complex drainage system to be installed. • Construction time is approximately 15 months; we will be working with the construction contractor to expedite construction to finish prior to the 15 months’ time frame. Below is a breakdown of funding for SE Stormwater, both Phases I and II: Phase I (low bid) $ 14,812,128 County Surtax Award $ 7,212,000 FDEP Grant $ 3,480,000 Difference $ 4,120,128 * The difference will be funded by additional grants/ARPA funding/Stormwater Fund reserves Phase II (estimate) $15,000,000 * Funding provided by a bank loan secured by Stormwater Assessment revenues. Can secure funding in early 2024 and align with awarding of bid for Phase II City of Dania Beach 100 West Dania Beach Blvd Dania Beach, Florida 33004 October 12, 2023 Special Magistrate Hearing Page 1 of 3 Cae comp Case # Status Hearing Type Property Address Cited Party Default Inspector 2018-00000078 Active P H-ABATEMENT - Abatement Hearing 4165 SW 51 ST DOREEN M SANABRIA Ricky Ali 2022-00000022 Active C H-CONFIRMATION - Confirmation Hearing 329 SW 13 ST SMART LAUNDRY INC Anson Westberry 2022-00000239 Active P H-ABATEMENT - Abatement Hearing 1327 S FEDERAL HWY RHINOZ CORP Anson Westberry 2022-00000244 Active C H-EXTENSION - Extension Hearing 26 SE 13 TER MM 26 SE 13 LLC Anson Westberry 2022-00000735 Active C H-ABATEMENT - Abatement Hearing 329 SE 3 TER SAROUDIS, NICK Anson Westberry 2022-00001018 Active C H-ABATEMENT - Abatement Hearing 2800 S FEDERAL HWY DS REALTY INC Anson Westberry 2022-00001068 Active C H-CONFIRMATION - Confirmation Hearing SE PARK ST VED GROUP LLC Anson Westberry 2023-00001026 Active P H- First HEARING -First Hearing 225 SE 3 ST FRED GALIATSATOS Anson Westberry 2022-00001457 Active C H-CONFIRMATION - Confirmation Hearing 22 SW 6 AVE SABA FL PROPERTIES LLC Christina Caserta 2023-00000388 Active C H-FIRST HEARING - First Hearing 223 JAMAICA ST ALLAIRE, MICHELE PERT, STEVE Christina Caserta 2023-00000393 Active C H-FIRST HEARING - First Hearing 234 NW 8 AVE HARRIS, PRINCETTA R Christina Caserta 2023-00000486 Active C H-FIRST HEARING - First Hearing 1190 STIRLING RD 1190 STIRLING ROAD LLC % AVERY PACK Christina Caserta 2023-00001071 Active P H-REPEAT HEARING - Repeat Hearing 22 SW 6 AVE SABA FL PROPERTIES LLC Christina Caserta 2020-00000181 Active P H-EXTENSION - Extension Hearing 4500 SW 34 AVE MARK LAROCCA Ricky Ali 2022-00001164 Active C H-ABATEMENT - Abatement Hearing 2748 SW 46 CT 2748 SOUTH WEST REALTY LLC Ricky Ali 2023-00000400 Active C H-EXTENSION - Extension Hearing 1518 SW 2 AVE SIMCHA, REUVEN Michelle Shahryar 2023-00000425 Active C H-EXTENSION - Extension Hearing 330 SW 4 CT MAROTTA, CLAUDIO MAROTTA, ROBERTO Michelle Shahryar City of Dania Beach 100 West Dania Beach Blvd Dania Beach, Florida 33004 October 12, 2023 Special Magistrate Hearing Page 2 of 3 2023-00000626 Active C H-FIRST HEARING - First Hearing 374 SW 4 CT SUZANNE M GALLET TR GALLET, SUZANNE M TRSTEE Michelle Shahryar 2023-00000638 Active C H-ABATEMENT - Abatement Hearing 738 SW 3 ST MAZARD, MERLINE Z LUNDI, EMMANUEL Michelle Shahryar 2023-00000684 Active C H-ABATEMENT - Abatement Hearing 738 SW 3 ST MAZARD, MERLINE Z LUNDI, EMMANUEL Michelle Shahryar 2023-00000706 Active C H-FIRST HEARING - First Hearing 1160 SW 2 AVE ANGELOS, THOMAS Michelle Shahryar 2023-00000707 Active C H-FIRST HEARING - First Hearing 60 SW 12 ST HILL,FRANK R, Michelle Shahryar 2023-00000716 Active P H-CONFIRMATION - Confirmation Hearing 22 SW 6 AVE SABA FL PROPERTIES LLC Michelle Shahryar 2023-00000740 Active C H-FIRST HEARING - First Hearing 230 SW 11 ST WONG, JOHN Michelle Shahryar 2023-00000775 Active C H-FIRST HEARING - First Hearing 36 SW 11 ST KIBIZOFF, GARY STEVEN Michelle Shahryar 2023-00000820 Active C H-FIRST HEARING - First Hearing 762 SW 3 ST PILO SHIRAN ALIZA Michelle Shahryar 2023-00000865 Active P H-FIRST HEARING - First Hearing 819 SW 12 AVE BIBLICAL HOUSE OF GOD NONE OTHER CHURCH INC Michelle Shahryar 2021-00001822 Active P H-EXTENSION - Extension Hearing 450 E DANIA BEACH BLVD DAGLARIS, ARISTITELIS DAGLARIS, JOHN Ricky Ali 2023-00000403 Active C H-EXTENSION - Extension Hearing 5940 SW 37 AVE HOMESTEAD HOLDINGS 2017 LLC Ricky Ali 2023-00000453 Active P H-EXTENSION - Extension Hearing 4875 SW 41 AVE ZDROYEVSKI, MAAYAN Ricky Ali 2023-00000567 Active P H-EXTENSION - Extension Hearing 4824 SW 45 AVE KADOSH, EZER-UZI Ricky Ali 2023-00000568 Active P H-FIRST HEARING - First Hearing 610-632 NE 2 ST EAST SIDE FIVE LLC Ricky Ali 2023-00000673 Active P H-FIRST HEARING - First Hearing 5414 SW 43 TER QUINONES,FELIX M H/E PASKALEVA,MILA Ricky Ali 2023-00000674 Active P H-FIRST HEARING - First Hearing 202 S FEDERAL HWY OAK STREET INVESTMENT GRADE NET LEASE FUND SERIES Ricky Ali 2023-00000763 Active P H-FIRST HEARING - First Hearing 5411 SW 44 AVE KUSHNIR, FELIX Ricky Ali City of Dania Beach 100 West Dania Beach Blvd Dania Beach, Florida 33004 October 12, 2023 Special Magistrate Hearing Page 3 of 3 2023-00000811 Active C H-FIRST HEARING - First Hearing 529 NW 7 ST PAUL PAVILACK REV LIV TR PAVILACK PAUL TRSTEE Ricky Ali 2023-00000853 Active P H-FIRST HEARING - First Hearing 111 NW 7 AVE SAP RE HOLDINGS LLC Ricky Ali 2023-00001002 Active P H-FIRST HEARING - First Hearing 4673 SW 28 AVE DRUSKIN PROPERTIES 1 LLC Ricky Ali 2022-00000526 Active P H-EXTENSION - Extension Hearing 3181 SW 44 ST 3181 SW 44 STREET LLC Windy Damis 2022-00001328 Active C H-ABATEMENT - Abatement Hearing 2930 SW 57 CT RABBAT ESTATE TR RABBAT, GUY TRSTEE ETAL Windy Damis 2022-00001476 Active P H-EXTENSION - Extension Hearing 2871 W MARINA DR ZAPP, JULIE Windy Damis 2023-00000675 Active P H-FIRST HEARING - First Hearing 5221 SW 28 AVE HORAN, MADELEINE G Windy Damis 2023-00000732 Active C H-FIRST HEARING - First Hearing 2620 SW 51 ST HOWLAND, PETER J Windy Damis 2023-00000750 Active C H-FIRST HEARING - First Hearing 4885 SW 24 AVE MARTINEZ, ALEJANDRO Windy Damis 2023-00000751 Active P H-FIRST HEARING - First Hearing 4871 SW 24 AVE BARGIG, ZEHAVA Windy Damis 2023-00000783 Active P H-FIRST HEARING - First Hearing 5519 SW 24 AVE PRIME REAL ESTATE HOLDINGS INC Windy Damis 2023-00000813 Active P H-FIRST HEARING - First Hearing 4875 SW 28 AVE NANAN, CHRISTAL Windy Damis 2023-00000835 Active P H-FIRST HEARING - First Hearing 5220 SW 28 AVE WHITE, THOMAS JR Windy Damis 2023-00000912 Active C H-FIRST HEARING - First Hearing 4910 SW 29 AVE CAMARAZA, JOHANA ROSADO Windy Damis City of Dania Beach City Clerk Memorandum DATE: 10/10/2023 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Elora Riera, MMC, City Clerk SUBJECT: Approval of Meeting Minutes Request: To approve meeting minutes as presented. Background: Meeting minutes to approve are as follows: - September 20, 2023 - Final Budget Hearing Meeting Minutes - September 26, 2023 - Regular City Commission Meeting Minutes Budgetary Impact N/A Recommendation To approve meeting minutes as presented. DANIA BEACH CITY COMMISSION FINAL BUDGET HEARING WEDNESDAY, SEPTEMBER 20, 2023 – 5:05 P.M. 1.CALL TO ORDER/ROLL CALL Mayor Ryan called the meeting to order at 5:05 p.m. Present: Mayor: A. J. Ryan IV Vice-Mayor: Lori Lewellen Commissioners: Joyce L. Davis Tamara James Marco A. Salvino, Sr. City Manager: Ana M. Garcia, ICMA-CM City Attorney: Eve Boutsis City Clerk: Elora Riera, MMC 2.BUDGET PUBLIC HEARING ITEMS 2.1 RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AS REQUIRED BY THE CITY CHARTER AND SECTION 200.065, FLORIDA STATUTES, APPROVING THE MILLAGE RATE NECESSARY TO BE LEVIED FOR THE FISCAL YEAR 2023-2024 FOR OPERATING PURPOSES; ESTABLISHING THE DEBT MILLAGE APPROVED BY THE ELECTORATE; PROVIDING FOR A PUBLIC HEARING WHEN AND WHERE OBJECTIONS MAY BE HEARD AND QUESTIONS CONCERNING THE SAME WILL BE ANSWERED; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Finance) City Attorney Boutsis read the title of the resolution into the record. Chief Financial Officer DiPaolo introduced the item and at the request of Commissioner Davis he provided an overview of the millage rate. Mayor Ryan opened the floor to public comments, there being none, public hearing was closed. Minutes of Regular Meeting Dania Beach City Commission Tuesday, July 11, 2023 – 7:00 p.m. 2 Commissioner James made a motion to approve the resolution. The motion was seconded by Vice Mayor Lewellen which carried unanimously on voice vote. 2.2 RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AS REQUIRED BY THE CITY CHARTER AND SECTION 200.065, FLORIDA STATUTES, APPROVING THE CITY’S FINAL ANNUAL BUDGET FOR THE FISCAL YEAR 2023-2024; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Finance) City Attorney Boutsis read the title of the resolution into the record. Chief Financial Officer DiPaolo introduced the item. Mayor Ryan opened the floor to public comments, there being none, public hearing was closed. Commissioner James made a motion to approve the resolution. The motion was seconded by Vice Mayor Lewellen which carried unanimously on voice vote. City Manager Garcia thanked the Commission for their time and dedication to review the proposed budget. She thanked the Finance department and department directors. The trust of the residents is an indication of the leadership in this Commission and City team. 3.PUBLIC COMMENTS None. 4.ADJOURNMENT Mayor Ryan adjourned the meeting at 5:14 p.m. ATTEST: CITY OF DANIA BEACH ELORA RIERA, MMC ARCHIBALD J. RYAN IV CITY CLERK MAYOR Approved: MINUTES OF REGULAR MEETING DANIA BEACH CITY COMMISSION TUESDAY, SEPTEMBER 26, 2023 – 7:00 P.M. 1.CALL TO ORDER/ROLL CALL Mayor Ryan called the meeting to order at 7:03 p.m. Present: Mayor: A. J. Ryan IV Vice-Mayor: Lori Lewellen Commissioners: Joyce L. Davis Tamara James Marco A. Salvino, Sr. City Manager: Ana M. Garcia, ICMA-CM City Attorney: Eve Boutsis City Clerk: Elora Riera, MMC 2.MOMENT OF SILENCE AND PLEDGE OF ALLEGIANCE Mayor Ryan called for a moment of silence followed by the Pledge of Allegiance to the United States Flag. 3.PRESENTATIONS AND SPECIAL EVENT APPROVALS 3.1 Feeding South Florida – Sponsored by Commissioner James Commissioner James introduced the item. Maxwell Adelstein, Development Director, spoke about Feeding South Florida’s efforts throughout Broward County and Dania Beach. Commissioner James spoke about touring the facility and seeing all those that volunteer. She would like to discuss a potential partnership with the City as the City has a great need. Vice Mayor Lewellen spoke about visiting the facility with City Manager Garcia and noted that Feeding South Florida is looking for a larger space. Minutes of Regular Meeting Dania Beach City Commission Tuesday, September 26, 2023 – 7:00 p.m. 2 Commissioner Davis inquired if the partnership with Ebenezer Seventh Day Adventist Church is continuing, and Mr. Adelstein responded that he believed so, but he would confirm and get her the answer. 3.2 Presentation by Public Art Advisory Board Chair, Kelly Sharaby This item was heard after item 6. Public Art Advisory Board Chair Sharaby said she thought she was here tonight to speak about the REACH program. She thanked the Commission for their support for the REACH program and spoke about backpacks she has available for donation to the Commission. 4.PROCLAMATIONS 4.1 Hunger Action Month - Sponsored by Vice Mayor Lewellen Vice Mayor Lewellen read the proclamation into the record and presented the proclamation. 4.2 Childhood Cancer Awareness Month - Sponsored by Commissioner Davis Commissioner Davis read the proclamation into the record and presented the proclamation to Silvia Vanni. Ms. Vanni spoke about her son who she lost to childhood cancer. 4.3 Hispanic Heritage Month - Sponsored by Mayor Ryan Mayor Ryan read the proclamation into the record and presented the proclamation. 5.ADMINISTRATIVE REPORTS 5.1 City Manager City Manager Garcia City Manager Garcia reminded everyone of the upcoming Oktoberfest event for Dania After Dark on October 14, 2023. She said that Deputy City Manager Sosa-Cruz, Fire Chief Pellecer, Director Rodriguez, and herself met with Senator Pizzo about resiliency and better positioning the City for grants. She will be going to Tallahassee in November with Mayor Ryan, Vice- Mayor Lewellen and Commissioner Davis. Their focus will be on storm drainage projects and the City’s EOC. The City has been working to finalize a draft for new parks and green space in the City as a result of impact fees from new construction. The City is exploring the opportunity to partner with Nova Southeastern University to be the home for the women’s Crew team. City Manager Garcia expressed her gratitude to CIP and Grants Administrator, Colin Donnelly for his performance working with the County on the 47th Year CDBG project. She noted that on September 20, 2023, Director Brown, Commissioner James, and herself met with the City of Fort Lauderdale regarding their partnerships with Broward County Schools. The City will continue to explore possibilities for funding and partnerships with our local schools. 5.2 City Attorney Minutes of Regular Meeting Dania Beach City Commission Tuesday, September 26, 2023 – 7:00 p.m. 3 City Attorney Boutsis had nothing to report. 5.3 City Clerk - Reminders City Clerk Riera reminded the Commission of their upcoming meetings in October. 6.PUBLIC SAFETY REPORTS Lieutenant Cooper reported on recent arrests in the City and an incident that took place with a group of juveniles at Dania Pointe near the movie theatre. October 4, 2023, is the National Coffee with a Cop event at the Dania Pointe Starbucks from 10:00 a.m. to 12:00 p.m. BSO has received several traffic complaints in the area of SE 5th avenue, between Dania Beach Blvd. and Sheridan Street. They are enforcing traffic and have added a speed measuring device to the area. They will continue to monitor the traffic and will report the findings at the next City Commission meeting. Fire Chief Pellecer reported that the Department is getting ready for ISO rating inspections, residents should have received a flyer in their water bill. Dania Beach has an ISO rating of 1. Inspections should be completed by the end of the month. Fire Prevention Week is 10/8 – 10/14 and is dedicated to raising awareness for fire safety. The City’s bi-annual fire drill will be coming up over the next few weeks. He encouraged residents to update their family emergency plans. BSO has hired 23 new firefighter paramedics, and they will participate in the Firefighter Pride Run on November 10, 2023. 7.CITIZENS’ COMMENTS The following spoke under citizens comments: - Alok Deoraj – 728 Lake Blvd., on behalf of the Indian Regional Cultural Center spoke about the Diwali Festival of Lights Celebration on November 18, 2023. - Nattaliah Earle – 1800 SW St. Avenue, Suite 205, on behalf of Urban Health Partnerships spoke about the programs available to our residents. - Diane Clark – 137 SW 3rd St., spoke about building responsibly and the addition of 4000 RAC units. Mayor Ryan responded to Ms. Clark and said to clarify, the City is not voting on the 4000 RAC Units tonight. - Robert Sims – 32 SW 4th St, spoke about the re-build of the hotel located at 380 S. Federal Highway and his concerns with the traffic and parking issues it will bring. - Janet McCombs – 41 SW 5th St, spoke about the proposed hotel located at 380 S. Federal Highway and her concerns with green space, parking for building equipment, workers, hotel parking and the residents surrounding the hotel. - David Miller – 310 SW 1st Ave., spoke about the increase in traffic and crime with the increase in development in the City. Minutes of Regular Meeting Dania Beach City Commission Tuesday, September 26, 2023 – 7:00 p.m. 4 City Attorney Boutsis said, for anyone speaking tonight on a project, need to come to the hearing when that project comes forward. The Commission can take into consideration the comments made, but it is valuable for the actual hearing. It is considered a quasi-judicial hearing and that is when their testimony is needed and when it should be taken into consideration. All these comments will be logged for the developer to know about, otherwise they could challenge our record because there is information that was not given at the hearing that the Commission heard. Please come to the hearing and speak at that time because that is when the Public Hearing is going to occur. Mayor Ryan said he appreciated everyone’s comments, and the Commission will be having a serious discussion regarding this project and future projects in the City. He reminded everyone to come out to the Public Hearing on the item. - Jose Armand – 50 SE 3rd Ave., spoke about Hispanic Heritage Month. Commissioner Salvino addressed the comments on the new development and said he sympathizes with their thoughts but long before any of them were on the Commission, there were a lot of rules and ordinances passed. There are certain conditions that the City must follow, or there will be lawsuits by the developers. Those lawsuits will take millions out of the City’s offers if we lose. The Commission is making decisions that they are obligated to make by ordinances that were passed many years ago. The Commission has to follow those rules, or they are putting the residents in a financial bind. Commissioner Salvino suggested the City put something together to help the residents better understand the process. Commissioner James said per code they can build 4 stories and with their incentives they can build up to 8. That is something that the Commission cannot negotiate. The Commission can tell them their feelings, and she has been on both sides, as a resident and as an elected official. By being an elected official, she has learned more about the code and ordinances. She looks forward to furthering the conversation and listening to what they all have to say. City Attorney Boutsis recommended no further discussion on the matter at this time. The right time for this is at the Public Hearing. Deputy Director of Community Development Lajoie said they have had two meetings but at this time there is not another meeting scheduled. 8.CONSENT AGENDA Commissioner James made a motion to approve the consent agenda. The motion was seconded by Vice Mayor Lewellen which carried unanimously on voice vote. 8.1 Minutes: September 13, 2023, City Commission Meeting Approved under consent agenda. 8.2 Travel Requests: None. Minutes of Regular Meeting Dania Beach City Commission Tuesday, September 26, 2023 – 7:00 p.m. 5 8.3 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE A SECOND TWO (2) YEAR RENEWAL OF THE EXISTING AGREEMENT WITH MARTIN GOLD COAST, LLC FOR BUS STOP BENCHES AND SHELTER MAINTENANCE SERVICES IN AN AMOUNT NOT TO EXCEED SIXTY-SIX THOUSAND TWO HUNDRED DOLLARS ($66,200.00) ANNUALLY; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Public Services) Approved under consent agenda. 8.4 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE A CONTRACT WITH SALTZ MICHELSON ARCHITECTS, FOR THE DESIGN AND CONSTRUCTION ADMINISTRATION OF THE FIRE ADMINISTRATION EMERGENCY OPERATIONS CENTER AND TRAINING FACILITY IN THE AMOUNT OF FOUR HUNDRED FOUR THOUSAND FOUR HUNDRED FORTY-NINE DOLLARS ($404,449.00); PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Public Services) Approved under consent agenda. 8.5 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF DANIA BEACH AND THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FOR GRANT FUNDS IN THE AMOUNT OF FIVE HUNDRED THOUSAND DOLLARS ($500,000.00), TO PROVIDE FOR FUNDING FOR THE SW 52ND STREET DRAINAGE PROJECT; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Public Services) Approved under consent agenda. 8.6 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AN AMENDMENT TO AN AGREEMENT BETWEEN THE CITY OF DANIA BEACH AND THE FLORIDA DIVISION OF EMERGENCY MANAGEMENT FOR A THREE-MONTH EXTENSION TO A GRANT FOR THE CREATION OF A WATERSHED MASTER PLAN; PROVIDING FOR CONFLICTS; FURTHER PROVIDING FOR AN EFFECTIVE DATE. (Community Development) Approved under consent agenda. Minutes of Regular Meeting Dania Beach City Commission Tuesday, September 26, 2023 – 7:00 p.m. 6 8.7 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF DANIA BEACH AND THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FOR GRANT FUNDS IN THE AMOUNT OF NINTY-FIVE THOUSAND FIVE HUNDRED DOLLARS ($95,500.00) FOR THE VULNERABILITY ASSESSMENT; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Public Services) Approved under consent agenda. 8.8 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, ADOPTING THE UPDATE OF THE MULTI-JURISDICTIONAL LOCAL MITIGATION STRATEGY PLAN; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (City Manager) Approved under consent agenda. 8.9 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AMENDING THE CITY’S INVESTMENT POLICY, IN ACCORDANCE WITH FLORIDA STATUTES, SECTION 218.415; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Finance) Approved under consent agenda. 9.BIDS AND REQUESTS FOR PROPOSALS 9.1 RESOLUTION NO. 2023 - ____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE AWARD OF CITY INVITATION TO BID NO. 23-015 FOR PORTABLE TOILET RENTALS TO JOHN TO GO, INC.; AUTHORIZING EXECUTION OF AN AGREEMENT WITH JOHN TO GO, INC.; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Parks & Recreation) City Attorney Boutsis read the title of the resolution into the record. Commissioner James made a motion to approve the resolution. The motion was seconded by Vice Mayor Lewellen which carried unanimously on voice vote. 9.2 RESOLUTION NO. 2023 - ____ Minutes of Regular Meeting Dania Beach City Commission Tuesday, September 26, 2023 – 7:00 p.m. 7 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE AWARD OF CITY INVITATION TO BID NO. 23-016 FOR EVENT EQUIPMENT RENTAL TO FIESTA CAROUSEL, INC. AND SUNSHINE TENTS AND EVENTS RENTAL, LLC, WHICH MAY EXCEED AN ANNUAL VENDOR THRESHOLD TOTAL AMOUNT OF FIFTY THOUSAND DOLLARS ($50,000.00); AUTHORIZING EXECUTION OF AN AGREEMENT WITH BOTH VENDORS; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Parks and Recreation) City Attorney Boutsis read the title of the resolution into the record. Commissioner James made a motion to approve the resolution. The motion was seconded by Vice Mayor Lewellen which carried unanimously on voice vote. 10.QUASI-JUDICIAL HEARINGS None. 11.FIRST READING ORDINANCES 11.1 ORDINANCE NO. 2023-____ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AMENDING CHAPTER 28 “LAND DEVELOPMENT CODE”; AT PART 3, “SPECIAL ZONING DISTRICTS”; SUBPART 1 “COMMUNITY REDEVELOPMENT AREA (CRA) FORM-BASED ZONING DISTRICTS” TO PROVIDE SPECIFIC REGULATIONS FOR THE 4,000 RAC UNITS AUTHORIZED BY BROWARD COUNTY TO BE ALLOCATED TO THE CRA FORM BASED CODE ZONING DISTRICT THROUGH THE CITY’S COMPREHENSIVE PLAN AMENDMENT TO BE ADOPTED IN DECEMBER 2023, TO PROVIDE FOR A SPECIFIC FORM BASED REGULATION FOR THE 4,000 NEW RAC UNITS; AND PROVIDING FOR A VESTING OF THE 2010 RAC UNITS APPROVED UNDER ORDINANCE NO. 2010-007 (ADOPTED ON 9/28/10) UNDER THE REGULATIONS OF THIS SUBPART AS THEY EXISTED IN SUPPLEMENT 154 OF THE DANIA BEACH CODE OF ORDINANCES, DATED NOVEMBER 30, 2022, PUBLISHED BY MUNICIPAL CODE CORPORATION; AND SPECIFICALLY AMENDING THE CRA FORM BASED CODE FOR THE 4,000 UNITS TO ELIMINATE INCENTIVES PROVIDE FOR MANDATORY GREEN CODE REQUIREMENTS AND CLARIFICATIONS, INCLUDING THE FOLLOWING REVISIONS: AMENDING 300-30, ENTITLED “HOW TO DETERMINE THE BUILDABLE AREA OF A LOT, ALLOWABLE DENSITY AND BUILDING HEIGHT”; AMENDING SECTION 300-60, ENTITLED “OTHER DEVELOPMENT REGULATIONS”; AMENDING SECTION 300-80, ENTITLED “INTENT”; AMENDING SECTION 301-20, ENTITLED “APPLICABILITY”; AMENDING SECTION 301-40, ENTITLED “SITE PLAN PROCEDURES”; AMENDING SECTION 301-50, ENTITLED “VARIATIONS IN DESIGN; PROCEDURE FOR REVIEW OF DESIGN VARIATIONS”; AMENDING ARTICLE 303, ENTITLED “DISTRICT DEVELOPMENT STANDARDS”; AMENDING SECTION 303-30, ENTITLED “ILLUSTRATED DEVELOPMENT STANDARD DEFINITIONS; INTERPRETATION”; AMENDING THE FOLLOWING SECTIONS: 303-40, ENTITLED “CITY CENTER (CC) Minutes of Regular Meeting Dania Beach City Commission Tuesday, September 26, 2023 – 7:00 p.m. 8 DISTRICT”; SECTION 303-50, ENTITLED “NBHD-MU, NEIGHBORHOOD MIXED-USE DISTRICT”; SECTION 303-60, ENTITLED “EDBB-MU, EAST DANIA BEACH BOULEVARD MIXED-USE DISTRICT”; SECTION 303-70, ENTITLED “GTWY-MU, BEACH GATEWAY MIXED-USE DISTRICT”; SECTION 303-80, ENTITLED “SFED-MU, SOUTH FEDERAL HIGHWAY CORRIDOR MIXED-USE DISTRICT”; SECTION 303-90, ENTITLED “NBHD-RES, NEIGHBORHOOD RESIDENTIAL DISTRICT”; SECTION 303- 100, ENTITLED “MARINE DISTRICT”; ARTICLE 304, ENTITLED “BUILDING HEIGHT AND TRANSITION REGULATIONS”; AT SECTIONS 304-10, ENTITLED “GENERALLY”; SECTION 304-20, ENTITLED “RULES OF HEIGHT TRANSITION FROM RESIDENTIAL ZONING DISTRICTS”; STRIKING SECTION 304-30, ENTITLED “RULES OF HEIGHT TRANSITION ADJACENT TO FEC RAILROAD CORRIDOR”; RENAMING ARTICLE 305 FROM “INCENTIVES” TO “SUSTAINABLE BUILDING REQUIREMENTS”; STRIKING SECTION 305-10 “APPLICABILITY”; STRIKING SECTION 305-20 ENTITLED “SCHEDULE OF INCENTIVES”; STRIKING SECTION 305-30 ENTITLED “INCENTIVES FOR PROVIDING PUBLIC OPEN SPACE”; STRIKING SECTION 305-40, ENTITLED “INCENTIVES FOR PROVIDING ATTAINABLE HOUSING”; STRIKING SECTION 305- 50, ENTITLED “SUSTAINABLE BUILDING PRACTICES”; CREATING A NEW SECTION 305-10 ENTITLED “APPLICABILITY”; CREATING A NEW SECTION 305-20 ENTITLED “GREEN BUILDING; GREEN BUILDING PRACTICES”; CREATING A NEW SECTION 305-30, ENTITLED “THIRD PARTY CERTIFICATION REQUIRED”; STRIKING SECTION 305-60 ENTITLED “PROVIDE PUBLIC PARKING”; STRIKING SECTION 305-70 ENTITLED “INCENTIVES FOR PUBLIC PARKS”; PROVIDING FOR CODIFICATION, PROVIDING FOR CONFLICTS”; PROVIDING FOR SEVERABILITY; AND FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Community Development) City Attorney Boutsis read the title of the ordinance into the record. Community Development Deputy Director Corinne Lajoie introduced the item. Commissioner James said she would like to see consistency on the number of stories and would like to request consensus to move sustainable green building from 20,000 square feet to 10,000 square feet. Vice Mayor Lewellen asked if this is only for new RAC units and not any existing units and Deputy Director Lajoie responded affirmatively. Commissioner Davis asked for clarification on the green incentives and Deputy Director Lajoie responded that she would get those to her. Mayor Ryan opened the floor to public comments, there being none, public hearing was closed. Parks and Recreation Director Brown said that Parks would not benefit from this. Director Norena said there is an analysis which provided the 20,000 square feet. Commissioner Salvino recommended a text amendment if needed at a later time. Minutes of Regular Meeting Dania Beach City Commission Tuesday, September 26, 2023 – 7:00 p.m. 9 Commissioner James made a motion to approve the ordinance on first reading with the amendment to change the area west of US 1 from 2 to all 4 (slide 7). The motion died for lack of a second. Deputy Director Lajoie said with that text amendment and that change you would be allowing those properties more height than what they have today. Commissioner Davis made a motion to approve the ordinance on first reading. The motion was seconded by Vice Mayor Lewellen which carried unanimously on voice vote. 12.SECOND READING ORDINANCES None. 13.DISCUSSION AND POSSIBLE ACTION 13.1 RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, PURSUANT TO SECTION 811-140, OF THE LAND DEVELOPMENT CODE, THE PROPERTY OWNER, COZY COVE MARINA, REQUESTS APPROVAL OF ITS MURAL LOCATED AT 318 N. FEDERAL HIGHWAY, DANIA BEACH, FLORIDA, AS LEGALLY DESCRIBED IN EXHIBIT “A,” A COPY OF WHICH IS ATTACHED TO AND INCORPORATED BY REFERENCE INTO THIS RESOLUTION; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Community Development) City Attorney Boutsis read the title of the resolution into the record. Community Development Deputy Director Corinne Lajoie introduced the item. Vice-Mayor Lewellen asked what the City can do to educate the community on the process of murals and discussion ensued. Commissioner Salvino suggested a flyer be given to new businesses that come in for a business license or a mailing with business license renewals. Chief Financial Officer DiPaolo said this can be done. Commissioner James made a motion to approve the resolution. The motion was seconded by Commissioner Salvino which carried unanimously on voice vote. 14.APPOINTMENTS None. 15.COMMISSION COMMENTS Minutes of Regular Meeting Dania Beach City Commission Tuesday, September 26, 2023 – 7:00 p.m. 10 During Commission comments, the Commission and City Manager made the following requests for their contingency funds: Commissioner James: -$6,800 for Breast Cancer event -$1,000 from City Manager for childhood cancer, Mystic Force Foundation -$1,000 to each American Legion post, 304 and 209 ($2k total) Commissioner Davis: -$1,000 to childhood cancer, Mystic Force Foundation -$5,000 set aside for CPR certification for residents (future event) -$2,000 for Dania Beach Historical Society -$1,000 to Janie Gooden Greenleaf Foundation Golf Tournament -Remainder of funds towards Get Fit Dania Beach 5K event with P&R Commissioner Salvino: -$1,000 to childhood cancer, Mystic Force Foundation -$2,000 for Dania Beach Historical Society -$1,000 to each American Legion post, 304 and 209 ($2k total) -$1,000 to Dania Beach Improvement Committee -Match $1,891 to the Lions Club Vice Mayor Lewellen: -$1,000 to childhood cancer, Mystic Force Foundation -matched Commissioner Davis for $5,000 for CPR certification for residents -$1,000 for Dania Beach Historical Society -$1,000 to the Lions Club -$1,000 to each American Legion post. 304 and 209 ($2k total) Mayor Ryan: -$3,000 to each American Legion post, 304 and 209 ($6k total) -$3,000 to Dania Beach Improvement Committee -$2,000 to Dania Beach Historical Society -$1,891 to the Lions club City Manager: -$1,000 to childhood cancer, Mystic Force Foundation -$1,000 for Dania Beach Historical Society -$1,000 to Dania Beach Improvement Committee -$1,000 to each American Legion post, 304 and 209 ($2k total) -$1,000 to the Lions Club Consensus was received for the above requests from their respective contingency funds. 15.1 Commissioner Davis Minutes of Regular Meeting Dania Beach City Commission Tuesday, September 26, 2023 – 7:00 p.m. 11 Commissioner Davis commented on the 37th Annual International Coastal Clean Up Day and the Seafair House event. She thanked the Parks & Recreation department for going above and beyond for assistance with the beach cleanup. 15.2 Commissioner James Commissioner James welcomed J. Crew to the City and commented on attending the Chambers after hours event. She would like the City to consider a possible partnership with Feeding South Florida and would like the item added to Discussion and Possible Action for the next meeting. 15.3 Commissioner Salvino Commissioner Salvino would like the City to see about the possibility of purchasing a stage for city events and tents. City Manager Garcia said staff will look at the different options and bring it back to the Commission. Chief Financial Officer DiPaolo reviewed the balances for each Commission member. 15.4 Vice-Mayor Lewellen Vice Mayor Lewellen advised the residents that all the clubs, organizations and associations are meeting again and encouraged members to attend. She commented that the meeting with Senator Pizzo was very informative and will be helpful for their trip to Tallahassee. Today she participated in a forum on affordable housing; FIU will be preparing a report on affordable housing that will be beneficial to all the cities in Broward County. 15.5 Mayor Ryan Mayor Ryan commented that we are entering the holiday season, and he is excited for the upcoming city events. 16.ADJOURNMENT Mayor Ryan adjourned the meeting at 9:27 p.m. ATTEST: CITY OF DANIA BEACH ELORA RIERA, MMC ARCHIBALD J. RYAN IV CITY CLERK MAYOR Approved: City of Dania Beach City Manager Memorandum DATE: 10/10/2023 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: SUBJECT: Travel request to Tallahassee, Florida to attend Legislative meetings November 6- 8, 2023. Request: A request for approval to attend Legislative meeting in Tallahassee, Florida November 6-8, 2023. Background: Annual travel to Tallahassee to be advocates for home rule, to discuss local issues that affect our City and to seize any and all opportunities that will benefit Dania Beach today and in the future via state budgetary dollars. Budgetary Impact The budgetary impact for travel to Tallahassee is estimated at $1,231.20. Funding is available in the City Manager's GL account 001-12-01-512-40-10. Recommendation City Commission approval of travel to attend Legislative meetings in Tallahassee, Florida. 9/29/23 9/29/23 Traveler's Name: Ana M. Garcia, ICMA-CM Description of Trip: Attend Legislative Meetings Destination: Tallahassee, Florida Daily M&IE for FY 2024:64.00$ First Date of Travel:11/6/2023 Last Date of Travel:11/8/2023 Travel Travel MON TUE WED Date 6-Nov-23 7-Nov-23 8-Nov-23 Breakfast ($14) 14.00$ Lunch ($16) 16.00$ Dinner ($29) 29.00$ Incidental ($5) 5.00$ Total Daily total =48.00$ 64.00$ 48.00$ Travel Days Pro-rated at 75% of M&IE 48.00$ Total Per Diem Due to Traveler 160.00$ M&IE Total Breakfast Lunch Dinner Incidental 75% 59.00 13.00 15.00 26.00 5.00 44.25 64.00 14.00 16.00 29.00 5.00 48.00 69.00 16.00 17.00 31.00 5.00 51.75 74.00 17.00 18.00 34.00 5.00 55.50 79.00 18.00 20.00 36.00 5.00 59.25 Domestic Meals and Incidental Expenses (M&IE) Breakdown for Federal FY 2022 City of Dania Beach Travel Per Diem Calculator City of Dania Beach Public Services Memorandum DATE: 10/10/2023 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Fernando Rodriguez, Public Services Director Dincer Akin Ozaydin, PE, Deputy Director SUBJECT: APPROVAL OF BROWARD COUNTY PUBLIC TRANSPORTATION AGENCY SAFETY PLAN – COMMUNITY SHUTTLE SERVICE Request: The Public Services Department (PSD) requests Commission approval of Broward County’s Public Transportation Agency Safety Plan (PTASP) and authorization for the City Manager or designee to perform administrative updates and approvals the same. Background: The City receives funding from Broward County’s Transportation Department’s Transit Division (BCT) to operate local community shuttle service. The funding is provided to BCT by the U.S. Department of Transportation (FTA) and allows for this important community transit service to be provided by many cities in the County, including Dania Beach. The FTA requires municipalities who receive federal funding to have an approved PTASP which formalizes safety programs and procedures, improves safety risk management, safety assurance, and sets safety performance targets as part of the overall safety management system. A further requirement that will ensure that the PTASP is kept updated and in conformance with any future FTA requirements is that the municipality’s City Manager or designee be authorized to perform updates and approvals to the PTASP. Budgetary Impact None. Recommendation Staff recommends approval. RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, REQUESTING APPROVAL OF THE BROWARD COUNTY PUBLIC TRANSPORTATION AGENCY SAFETY PLAN (PTASP); AUTHORIZING THE CITY MANAGER OR DESIGNEE PERFORM ADMINISTRATIVE UPDATES AND APPROVALS TO THE PTASP; PROVIDING FOR CONFLICTS AND FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Broward County, through the Transportation Department’s Transit Division (BCT), operates, financially supports, and oversees safe, friendly, and well-utilized public transportation within the urbanized area, which includes fixed route, community shuttle bus services; and WHEREAS, Broward County is a recipient of significant annual funding from the U.S. Department of Transportation, Federal Transit Administration (FTA); and WHEREAS, pursuant to 49 C.F.R. Part 673, the FTA requires public transportation operators such as municipalities that receive federal funding via BCT to have an approved PTASP to continue to be eligible for FTA funding; and WHEREAS, BCT has developed the Broward PTASP which formalizes safety programs and procedures already in place and improves safety risk management, safety assurance, and safety oversight processes, and sets safety performance targets as part of the overall safety management system; and WHEREAS, PTASPs must be approved by the public transportation operator’s or municipality’s governing body; and WHEREAS, the municipality’s City Manager or designee is authorized to perform administrative updates and approvals to the PTASP. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. Section 2. That the City Commission authorizes the approval of the Broward PTASP which is incorporated herein by reference as if set forth in full. 2 RESOLUTION #2023-______ Section 3. That the City Commission authorizes the City Manager or designee to perform administrative updates and approvals to the PTASP. Section 4.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 5.That this Resolution shall be effective 10 days after passage. PASSED AND ADOPTED on _____________________, 2023. Motion by ______________________, second by ________________________. FINAL VOTE ON ADOPTION: Commissioner Joyce Davis ______ Commissioner Tamara James ______ Commissioner Marco Salvino ______ Vice Mayor Lori Lewellen ______ Mayor Archibald J. Ryan IV ______ ATTEST: ELORA RIERA, MMC ARCHIBALD J. RYAN IV CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY Southeast Florida Governmental Purchasing Cooperative Group CONTRACT AWARD Please complete each of the applicable boxes and submit with bid documents, award notices and tabulations to lpiper@myboca.us for placement on the NIGP SEFL website Cooperative contract page. PAGE 1 OF 2 BID/RFP No. ___________________________________________________________________________________ Description/Title: _______________________________________________________________________________ Initial Contract Term: Start Date: ______________________ End Date: _________________ Renewal Terms of the Contract: ______________________ Renewal Options for ________________ (No. of Renewals) (Period of Time) Renewal No. ____ Start Date: ____________________ End Date: _________________ Renewal No. ____ Start Date: ____________________ End Date: _________________ Renewal No. ____ Start Date: ____________________ End Date: _________________ ____________________________________________________________________ SECTION #1 VENDOR AWARD Vendor Name: ________________________________________________________________________________ Vendor Address: ________________________________________________________________________________ Contact: ________________________________________________________________________________ Phone: ____________________________________ Fax: _______________________________________ Cell/Pager: _________________________________ Email Address: ____________________________ Website: _________________________________ FEIN: ___________________________________ VENDOR AWARD Vendor Name: ________________________________________________________________________________ Vendor Address: ________________________________________________________________________________ Contact: ________________________________________________________________________________ Phone: ____________________________________ Fax: _______________________________________ Cell/Pager: _________________________________ Email Address: ____________________________ Website: _________________________________ FEIN: ___________________________________ 20-21B Furnish, Deliver and Discharge of Quicklime November 1, 2020 October 31, 2023 3 1 Year Lhoist North America of Alabama, LLC 5600 Clearfork Main Street, Suite 300, Fort Worth, TX 76109 Dale James, Florida Sales Manager or Elizabeth Hart. FL Sales Coordinator (800) 695-5657 (Orders) & (877) 644-9010 (863) 644-9030 (314) 614-4950 dale.james@lhoist.com / elizabeth.hart@lhoist.com http://www.lhoist.com 63-1002780 Carmeuse Lime and Stone, Inc. (City of Hollywood Hi Cal Granular Lime Only) 11 Stanwix St., 21st Floor, Pittsburgh, PA 15222 Inside Sales (866) 780-0974 salesinquiries@carmeuse.com http://www.carmeuse.com 25-1254420 PAGE 2 OF 2 VENDOR AWARD Vendor Name: ________________________________________________________________________________ Vendor Address: ________________________________________________________________________________ Contact: ________________________________________________________________________________ Phone: ____________________________________ Fax: _______________________________________ Cell/Pager: _________________________________ Email Address: ____________________________ Website: _________________________________ FEIN: ___________________________________ VENDOR AWARD Vendor Name: ________________________________________________________________________________ Vendor Address: ________________________________________________________________________________ Contact: ________________________________________________________________________________ Phone: ____________________________________ Fax: _______________________________________ Cell/Pager: _________________________________ Email Address: ____________________________ Website: _________________________________ FEIN: ___________________________________ VENDOR AWARD Vendor Name: ________________________________________________________________________________ Vendor Address: ________________________________________________________________________________ Contact: ________________________________________________________________________________ Phone: ____________________________________ Fax: _______________________________________ Cell/Pager: _________________________________ Email Address: ____________________________ Website: _________________________________ FEIN: ___________________________________ ____________________________________________________________________ SECTION #2 AWARD/BACKGROUND INFORMATION Award Date: ______________ Resolution/Agenda Item No.: ________________ Insurance Required: Yes __________ No _____________ Performance Bond Required: Yes __________ No _____________ ____________________________________________________________________ SECTION #3 LEAD AGENCY Agency Name: __________________________________________________________________ Agency Address: _____________________________________________________________________ Agency Contact: __________________________ Email___________________________________ Telephone: __________________________ Fax: ____________________________________ N/A N/A N/A September 23, 2020 R-2020-095 X X City of Tamarac 7525 NW 88th Avenue, Room 108 Keith K. Glatz, CPPO (954) 597-3567 keith.glatz@tamarac.org (954) 597-3565 City of Tamarac Interoffice Memorandum Financial Services Department PURCHASING DIVISION To: Michael C. Cernech, City Manager From: Keith K. Glatz, Purchasing & Contracts Manager Thru: Date: Christine J. Cajuste, Interim Director of Financial Services September 8, 2020 Re: Temp Reso #13501 – Award of Agreement – Bid #20-21B, “Furnish, Deliver and Discharge of Quicklime” Recommendation: The Director of Public Services and Purchasing and Contracts Manager recommend placement of the above referenced item on the consent agenda of the September 23, 2020 Commission meeting, authorizing the award of an Agreement for an initial three (3) year term effective November 1, 2020 through October 31, 2023, with up to three (3) one year renewal options, authorizing a quarterly material adjustment for Quicklime purchased from Lhoist North America of Alabama, LLC, (Lhoist) for the City of Tamarac, and twenty-three (23) additional member agencies of the Southwest Florida Governmental Purchasing Cooperative (Co-op); and Carmeuse Lime and Stone Inc. for high calcium granular quicklime on behalf of one entity in the Co-op. Issue: The existing agreement with Lhoist for the City and the SE Florida Governmental Purchasing Co- op; as well as an existing agreement with Carmeuse Lime and Stone is set to expire on October 31, 2020. New bid #20-21B was recently solicited, and an award needs to be approved so that the City will have a vendor to furnish, deliver and discharge quicklime at the City’s Water Treatment Plant. Background: The City utilizes quicklime in the Public Services Water Treatment Plant. The current agreement with Lhoist will expire on October 31, 2020, and due to some requested industry-wide market structural changes, we were unable to exercise any of the original contract renewal options. Price adjustments under this agreement utilize several market indices, including several U. S. Government indices, such as those issued by the Bureau of Labor Statistics, as well as several industry-accepted privately published indices. As a result of market conditions, the existing formula models were not accounting for actual labor costs incurred by all of the firms in the Quicklime market, but our contract language did not provide the necessary flexibility to account for the modification of the pricing model. Regarding the model factors that were adjusted, the change with the greatest impact was the adjustment of the labor index used which was factoring only actual labor wages, and did not to include a factor for fringe benefits. This omission has created significant stress on the contractors, especially after benefit costs began to significantly escalate a few years ago. There was alsoa change to the reporting location for diesel fuel from West Texas to the Gulf Coast, since pricing in that region has tended to be more stable. Finally, Lhoist was able to leverage a reduction in transportation costs through the use of privately-owned rail cards rather than contracting with a public rail line. The new Agreement provides language that will allow the City to review and modify model changes in the future. Accordingly, bid #20-21B was solicited by formal advertisement in the Sun Sentinel, publication on the City’s web-site via Bids and Tenders, as well as on DemandStar.com. There were three (3) planholders that downloaded the bid, however, only two bids were submitted from Lhoist and Carmeuse Lime and Stone. The bid response submitted by Lhoist provided the lowest pricing for all but one item on the bid. As a result, it is being recommended that the bid from Lhoist be awarded, and an Agreement executed on behalf of the City of Tamarac and on behalf of an additional twenty-three (23) participating governmental agencies Co-op. The bid response from Carmeuse Lime and Stone Inc. provided the lowest pricing for high calcium granular lime used by the City of Hollywood Wastewater treatment plant. The cost savings for the City of Hollywood by awarding one item to Carmeuse Lime and Stone will be approximately $500,000 annually, justifying the split award. The initial term of the Agreement will be for three (3) years, beginning on November 1, 2020, with up to three (3) additional one (1) year renewals that may be exercised based on satisfactory performance. Section 5 of the Agreement provides that prices may be adjusted on a quarterly basis each October 1st, January 1st, April 1st and July 1st if the vendor is able to provide substantive documentation to support the request for increase. The Agreement utilizes a contract adjustment model providing for pricing adjustments on a quarterly basis subject to verification of actual cost changes for labor, raw materials (lime) production materials (coal) and fuel pricing. As mentioned earlier, the model utilized previously has been modified to account for industry-wide changes; however, it should be noted that the contract is structured in such a manner that we may see reductions in certain quarters, which has been our experience in the past, which often occurs due to reductions caused by de-escalating fuel and raw materials costs. Staff and other agencies in the Co-op feel that our ability to maintain better control of costs has been significantly enhanced through the institution of the current model. The pricing bid by both Lhoist and Carmeuse Lime and Stone reflects an approximate increase of 11% for Lhoist and 4% for Carmeuse. As in past years, the marketplace for Quicklime in South Florida is still very volatile. While production capacities have increased, and fuel costs for both production and transportation have been generally lower, our quicklime suppliers have been forced to purchase some of their raw materials from further away, which has increased their overall raw materials and transportation costs. The use of the quarterly model for price adjustments has actually resulted in a great deal of price stability for the City and other Co-op Lhoist Lime users, as our current price of $252.69 per delivered ton is very attractive by comparison to recent current pricing being charged by Lhoist in this area as shown in Chart 1 below for entities that require Lhoist to provide stable annual pricing. The reason for the disparity between our pricing and the pricing charged to other entities is that Lhoist and other suppliers must factor in a higher level of contract risk in order to maintain firm pricing. Additionally, pricing can actually decrease as well for both the material and delivery cost, as demonstrated in Chart 2 shown below. Chart 1 -- Current Delivered Per Ton Pricing For Surrounding Entities: Palm Beach County Utilities $392.24 Cities of Boynton Beach, Lake Worth Beach & Riviera Beach: $309.34 * City of Naples $301.13 City of Tamarac – SE FL Co-op (as of July 1, 2020) $252.69 City of Tamarac – SE FL Co-op (effective Nov. 1, 2020) $284.80 Chart 2 – City Quicklime Pricing: October 2019 – September 2020 Date Material Cost/Ton Trans/Surcharges** Total Cost/Ton October 1, 2019: $162.71 $105.11 $267.82 January 1, 2020: $161.49 $107.55 $269.04 April 1, 2020: $161.21 $106.83 $268.04 July 1, 2020: $147.26 $105.43 $252.69 *The Cities of Boynton Beach, Lake Worth Beach and Riviera Beach have joined the SE Florida Govt. Purchasing Co-op Agreement for the first time with this Agreement. Each of the entities will be paying $284.80 per ton; and will not renew their existing agreement at $309.34 per ton which will represent a significant savings as a result. **Transportation charges are additionally adjusted based on a prescribed fuel surcharge formula for every $.05 increase or decrease in the price of fuel. Fuel charges have generally been under $4.00 for each quarter. Accordingly, it is recommended that an award be made, and agreements executed with Lhoist for the City of Tamarac, and on behalf of twenty-three (23) additional entities in the Co-op; and with Carmeuse Lime & Stone, Inc., for high calcium granular quicklime for the City of Hollywood for a period of three (3) years. Fiscal Impact: Based on our estimated use of approximately 1500 tons of quicklime, we anticipate that the cost of lime will likely show see a slight increase of an additional 1%-- 5% based on the fact that the new model represents a one-time increase of 11% and will only be subject to actual market changes during the agreement, which we do not project to significantly increase over the initial three (3) year contract period. Accordingly, we anticipate that our total expenditures for quicklime for FY21 will be approximately $427,200, considering incremental changes throughout the year. It should be noted, however, that any unanticipated change in fuel, raw material market prices or water usage patterns may significantly impact our cost and quantity assumptions. Cc: Jack Strain Earl Henry Anthony Licata #AGENCY DELIVERY ADDRESS ANNUAL USAGE PRICE PER TON FREIGHT CHARGE Delivered Price Agency Total PRICE PER TON FREIGHT CHARGE Delivered Price Agency Total 1 Broward County Dist. 1 3701 N State Road 7 2500 No Bid No Bid No Bid No Bid 202.00$ $82.80 $284.80 $712,000.00 2 Broward County Dist. 2 1390 NE 51 St.4500 No Bid No Bid No Bid No Bid 202.00$ $82.80 $284.80 $1,281,600.00 3 City of Coral 3800 NW 85th 1352 No Bid No Bid No Bid No Bid 202.00$ $82.80 $284.80 $385,049.60 4 Town of Davie 3500 NW 76th Avenue 1000 No Bid No Bid No Bid No Bid 202.00$ $82.80 $284.80 $284,800.00 5 City of Dania Beach 1201 Stirling Road Dania 350 No Bid No Bid No Bid No Bid 202.00$ $82.80 $284.80 $99,680.00 6 City of Deerfield Beach 290 Goolsby Blvd. –West Plant 1415 No Bid No Bid No Bid No Bid 202.00$ $82.80 $284.80 $402,992.00 7 City of Fort Lauderdale 949 NW 38th St. Ft. Lauderdale 11500 No Bid No Bid No Bid No Bid 202.00$ $82.80 $284.80 $3,275,200.00 8 City of Hallandale Bh 630 NW 6th A 900 No Bid No Bid No Bid No Bid 202.00$ $ 82.8000 $284.80 $256,320.00 9 City of Lake Worth Beach 301 College St. Lake Worth 525 No Bid No Bid No Bid No Bid 202.00$ $ 82.8000 $284.80 $149,520.00 10 City of Lauderhill 2101 NW 49th A 1825 No Bid No Bid No Bid No Bid 202.00$ $ 82.8000 $284.80 $519,760.00 11 City of North Lauderdale 841 NW 71st Avenue North 650 No Bid No Bid No Bid No Bid 202.00$ $ 82.8000 $284.80 $185,120.00 12 City of North 12098 NW 11th 1150 No Bid No Bid No Bid No Bid 202.00$ $ 82.8000 $284.80 $327,520.00 13 Village of Palm 360 David Road l 600 No Bid No Bid No Bid No Bid 202.00$ $ 82.8000 $284.80 $170,880.00 14 Village of Palm Springs 5618 Basil Drive West Palm Beach 600 No Bid No Bid No Bid No Bid 202.00$ $ 82.8000 $284.80 $170,880.00 15 City of Pompano Beach City of Pompano Beach 2200 No Bid No Bid No Bid No Bid 202.00$ $ 82.8000 $284.80 $626,560.00 16 City of Riviera Beach 800 W. Blue Heron Blvd. Riviera Beach 588 No Bid No Bid No Bid No Bid 202.00$ $ 82.8000 $284.80 $167,462.40 20-21B - Furnish, Delivery and Discharge of Quicklime - Quote Form - Type 1 – Pebble Lime Carmeuse Lime & Stone Lhoist North America of Alabama, LLC TR13501 Exhibit 1 17 City of Sunrise 4350 Springtree Drive Sunrise 2400 No Bid No Bid No Bid No Bid 202.00$ $ 82.8000 $284.80 $683,520.00 18 City of Sunrise 15400 Sludge Mill Road Davie 600 No Bid No Bid No Bid No Bid 202.00$ $ 82.8000 $284.80 $170,880.00 19 Village of Wellington 1100 Wellington Trace Wellington 1330 No Bid No Bid No Bid No Bid 202.00$ $ 82.8000 $284.80 $378,784.00 Subtotal:$10,248,528.00 20-21B - Furnish, Delivery and Discharge of Quicklime - Quote Form - Type 1A -- Foundry/Rice Lime #AGENCY DELIVERY ADDRESS ANNUAL USAGE PRICE PER TON FREIGHT CHARGE Delivered Price Agency Total PRICE PER TON FREIGHT CHARGE Delivered Price Agency Total 1 City of Boynton Beach 124 E. Woolbright Rd. Boynton Beach 1685 No Bid No Bid No Bid No Bid 202.00$ 82.80$ 284.80$ 479,888.00$ 2 City of Delray Beach 201 SW 7th St. Delray Beach 3650 No Bid No Bid No Bid No Bid 202.00$ 82.80$ 284.80$ 1,039,520.00$ 3 City of Hollywood 3441 Hollywood Blvd. Hollywood 2400 No Bid No Bid No Bid No Bid 202.00$ 82.80$ 284.80$ 683,520.00$ 4 City of Margate 980 NW 66th Ave Margate 2000 No Bid No Bid No Bid No Bid 202.00$ 82.80$ 284.80$ 569,600.00$ 5 City of North Miami Beach 19150 NW 8th Ave Miami Gardens 3000 No Bid No Bid No Bid No Bid 202.00$ 82.80$ 284.80$ 854,400.00$ 6 City of Pembroke Pines 7960 Johnson Street Pembroke Pines 4200 No Bid No Bid No Bid No Bid 202.00$ 82.80$ 284.80$ 1,196,160.00$ 7 City of Tamarac 7803 NW 61st Street Tamarac 1500 No Bid No Bid No Bid No Bid 202.00$ 82.80$ 284.80$ 427,200.00$ Carmeuse Lime & Stone Lhoist North America of Alabama, LLC 8 City of West Palm Beach 1009 Banyan Blvd. West Palm Beach 5200 No Bid No Bid No Bid No Bid 202.00$ 82.80$ 284.80$ 1,480,960.00$ Subtotal:6,731,248.00$ #AGENCY DELIVERY ADDRESS ANNUAL USAGE PRICE PER TON FREIGHT CHARGE Delivered Price Agency Total PRICE PER TON FREIGHT CHARGE Delivered Price Agency Total 1 City of Hollywood Wastewater 1621 N14th Ave Hollywood 5550 190.00$ 100.99$ 290.99$ 1,614,994.50$ 202.00$ 180.33$ 382.33$ 2,121,931.50$ Subtotal:1,614,994.50$ $2,121,931.50 1,614,994.50$ 16,979,776.00$ GRAND TOTAL AWARD 20-21B - Furnish, Delivery and Discharge of Quicklime - Quote Form - Type 2 – Hi CAL Granular Carmeuse Lime & Stone Lhoist North America of Alabama, LLC Keith K. Glatz TR 13501 -- Exhibit 2 TR 13501 -- Exhibit 3 Order ID:6742699 Page 1 of 3 8/13/2020 9:38:29 AMPrinted: GROSS PRICE * :$124.20 * Agency Commission not included SSC Advertisement For BidsPACKAGE NAME: Product(s): Sun Sentinel, Affidavit, Floridapublicnotices.com AdSize(s):1 Column Run Date(s):Sunday, August 16, 2020 Color Spec.B/W Preview Order ID:6742699 Page 2 of 3 8/13/2020 9:38:29 AMPrinted: GROSS PRICE * :$124.20 * Agency Commission not included SSC Advertisement For BidsPACKAGE NAME: Order ID:6742699 Page 3 of 3 8/13/2020 9:38:29 AMPrinted: GROSS PRICE * :$124.20 * Agency Commission not included SSC Advertisement For BidsPACKAGE NAME: 20-21B - Furnish, Delivery and Discharge of Quicklime Opening Date: August 12, 2020 5:45 PM Closing Date: August 31, 2020 3:00 PM Vendor Details Company Name:Lhoist North America of Alabama, LLC Address: 1479 Town Center Drive Suite 229 Lakeland, Florida 33803 Contact:Elizabeth Hart Email:elizabeth.hart@lhoist.com Phone:863-644-9010 Fax:863-644-9030 HST#: Submission Details Created On:Tuesday August 25, 2020 08:57:58 Submitted On:Saturday August 29, 2020 14:15:06 Submitted By:Elizabeth Hart Email:elizabeth.hart@lhoist.com Transaction #:28c96c3f-ecff-4a4f-8a79-d49ffc6d798e Submitter's IP Address:65.35.99.250 Bid Number: 20-21B Vendor Name: Lhoist North America of Alabama, LLC Schedule of Prices The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do all or any part of the Work which is set out or called for in this Bid, at the unit prices, and/or lump sums, hereinafter stated. * Denotes a "MANDATORY" field Do not enter $0.00 dollars unless you are providing the line item at zero dollars to the Owner. If the line item and/or table is "NON-MANDATORY" and you are not bidding on it, leave the table and/or line item blank.Do not enter a $0.00 dollar value. All funds are to be submitted in USD currency. Type 1 – Pebble Lime We will not be submitting for Type 1 – Pebble Lime #AGENCY DELIVERY ADDRESS ANNUAL USAGE PRICE PER TON *FREIGHT CHARGE *Agency Total 1 Broward County Dist. 1 3701 N State Road 7 2500 $202.0000 $82.8000 $ 712,000.00 * 2 Broward County Dist. 2 1390 NE 51 St.4500 $202.0000 $82.8000 $ 1,281,600.00 * 3 City of Coral Springs      Note: Must deliver between 8:00  AM and 4:00 PM Monday to  Friday ONLY. 3800 NW 85th Avenue, Coral Springs 1352 $202.0000 $82.8000 $ 385,049.60 * 4 Town of Davie 3500 NW 76th Avenue, Hollywood 1000 $202.0000 $82.8000 $ 284,800.00 * 5 City of Dania Beach 1201 Stirling Road, Dania Beach 350 $202.0000 $82.8000 $ 99,680.00 * 6 City of Deerfield Beach 290 Goolsby Blvd. – West Plant, Deerfield Beach 1415 $202.0000 $82.8000 $ 402,992.00 * 7 City of Fort Lauderdale  Must deliver between 7:00AM and  3:00 Daily. 949 NW 38th St., Ft. Lauderdale 11500 $202.0000 $82.8000 $ 3,275,200.00 * 8 City of Hallandale Beach Delivery to be made by a tanker  truck @ 25 Tons/shipment.  Lime  to be pneumatically transferred  from truck to silo.  Delivery must  be within 3 days of order. 630 NW 6th Avenue, Hallandale 900 $202.0000 $82.8000 $ 256,320.00 * 9 City of Lake Worth Beach 301 College St., Lake Worth Beach 525 $202.0000 $82.8000 $ 149,520.00 * 10 City of Lauderhill 2101 NW 49th Avenue, Lauderhill 1825 $202.0000 $82.8000 $ 519,760.00 * 11 City of North Lauderdale 841 NW 71st Avenue, North Lauderdale 650 $202.0000 $82.8000 $ 185,120.00 * 12 City of North Miami 12098 NW 11th Ave, North Miami 1150 $202.0000 $82.8000 $ 327,520.00 * 13 Village of Palm Springs 360 David Road, Palm Springs 600 $202.0000 $82.8000 $ 170,880.00 * 14 Village of Palm Springs 5618 Basil Drive, West Palm Beach 600 $202.0000 $82.8000 $ 170,880.00 * 15 City of Pompano Beach City of Pompano Beach 2200 $202.0000 $82.8000 $ 626,560.00 * 16 City of Riviera Beach 800 W. Blue Heron Blvd., Riviera Beach 588 $202.0000 $82.8000 $ 167,462.40 * 17 City of Sunrise 4350 Springtree Drive, Sunrise 2400 $202.0000 $82.8000 $ 683,520.00 * 18 City of Sunrise 15400 Sludge Mill Road, Davie 600 $202.0000 $82.8000 $ 170,880.00 * 19 Village of Wellington 1100 Wellington Trace, Wellington 1330 $202.0000 $82.8000 $ 378,784.00 * Subtotal:$ 10,248,528.00 Type 1A -- Foundry/Rice Lime We will not be submitting for Type 1A -- Foundry/Rice Lime #AGENCY DELIVERY ADDRESS ANNUAL USAGE PRICE PER TON *FREIGHT CHARGE *Agency Total 1 City of Boynton Beach 124 E. Woolbright Rd., Boynton Beach 1685 $202.0000 $82.8000 $ 479,888.00 2 City of Delray Beach 201 SW 7th St., Delray Beach 3650 $202.0000 $82.8000 $ 1,039,520.00 3 City of Hollywood 3441 Hollywood Blvd., Hollywood 2400 $202.0000 $82.8000 $ 683,520.00 4 City of Margate 980 NW 66th Ave, Margate 2000 $202.0000 $82.8000 $ 569,600.00 5 City of North Miami Beach 19150 NW 8th Ave, Miami Gardens 3000 $202.0000 $82.8000 $ 854,400.00 6 City of Pembroke Pines 7960 Johnson Street, Pembroke Pines 4200 $202.0000 $82.8000 $ 1,196,160.00 7 City of Tamarac 7803 NW 61st Street, Tamarac 1500 $202.0000 $82.8000 $ 427,200.00 8 City of West Palm Beach 1009 Banyan Blvd., West Palm Beach 5200 $202.0000 $82.8000 $ 1,480,960.00 Subtotal:$ 6,731,248.00 Type 2 – Hi CAL Granular We will not be submitting for Type 2 – Hi CAL Granular #AGENCY DELIVERY ADDRESS ANNUAL USAGE PRICE PER TON *FREIGHT CHARGE *Agency Total 1 City of Hollywood Wastewater, 1621 N14th Ave, Hollywood 5550 $202.0000 $180.3300 $ 2,121,931.50 Subtotal:$ 2,121,931.50 Bid Number: 20-21B Vendor Name: Lhoist North America of Alabama, LLC Summary Table Bid Form Amount Type 1 – Pebble Lime $ 10,248,528.00 Type 1A -- Foundry/Rice Lime $ 6,731,248.00 Type 2 – Hi CAL Granular $ 2,121,931.50 Subtotal Contract Amount:$ 19,101,707.50 Bid Questions TERMS:______% (percent discount, if any, if payment made within______ DAYS; otherwise, terms are NET 30 days. No Discount. Payment terms net 30 days. The City of Tamarac desires to have the ability to use a city credit card for payment. Will your firm accept a Visa credit card as payment from the City of Tamarac? TYPE: YES or NO No - only on COD accounts. Does the firm produce the lime being sold? TYPE: YES or NO If yes, provide detailed information regarding your production facilities in your narrative response to be uploaded herein. If no, please provide detailed information regarding the following in your narrative response to be uploaded herein: - The source of your lime, and - The specific point(s) of origin for the production of lime to be provided under the Agreement, and - The staging area(s) for lime deliveries to CO-OP Members, including the capacity of staging area(s) expressed in tons. Yes Provide detailed information on your firm’s method for distributing the lime to CO-OP Members. Lime will be shipped via rail from manufacturing point in AL to distribution terminals in South Florida (Pompano and Ft. Lauderdale). Lime is unloaded into silos and then loaded into pneumatic tankers for delivery to customers' silos. The City may request the firm’s most recently completed audited financial statement to determine the firm’s ability to meet the obligations of the CO-OP Agreement. Are you able to provide this information if requested by the City? TYPE: Yes or No Yes Specifications CERTIFICATION We (I), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (I) certify that we (I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation to Bid. Indicate which type of organization below: Indicate which type of organization *Company Name *Address *Telephone *City *State *ZIP * Contractor’s License Number * Federal Tax ID Number * Email address for above signer * OTHER Lhoist North  America of AL,  LLC 1479 Town  Center Drive,  Suite 229,  Lakeland, FL  33803 3146144950 Lakeland FL 33813 M09000001425 63-1002780 dale.james@lho ist.com Bid Number: 20-21B Vendor Name: Lhoist North America of Alabama, LLC VENDOR DRUG-FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug-free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 1. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 2. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 3. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after each conviction. 4. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 5. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. I Hereby Acknowledge the Drug Free Information Above and Will Abide by Everything Outlined in this Section * Yes No * BIDDER’S QUALIFICATION STATEMENT Line Item How many years has your organization been in business under its present name? * If Vendor is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former name(s) has your business operated? Also List former address(es) of that business (if any). * Have you ever been debarred or suspended from doing business with any government al entity? If Yes, Explain * Are you Certified? If Yes, attach copy of Certification to Package * Are you Licensed? If Yes, attach copy of License to Package * Has your company ever declared bankruptcy? * If Yes, explain: * Are you a Sales Representati ve of the commodities /services bid upon? * Have you ever received a contract or a purchase order from the City of Tamarac or other government al entity? * 1 9 N/A Chemical Lime Company No Yes No Yes No Yes No No Manufacturer Yes No * Bid Number: 20-21B Vendor Name: Lhoist North America of Alabama, LLC Scrutinized Companies and Boycott of Israel I certify that my company will not: 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the .Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following rece!ipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to florida Statute§ 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services over $1,000,000.00 that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Contractor, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed oin the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I Hereby Acknowledge the Scrutinized Companies -- 287.135 and 215.473 Information Below and Will Abide by Everything Outlined in this Section * Yes No * By execution of this Agreement, Contractor certifies that the Contractor is not participating in a boycott of Israel. The Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has the Contractor been engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. Firm's Primary Ownership Line Item Which of the following best describes the gender of your firm’s primary owner (at least 51% ownership): * Which of the following best describes the ethnicity of your firm’s primary owner (at least 51% ownership): * Please select the current certification your firm holds: (*NOTE Proof of Certification must be included in Document Upload Section) Indicate the agency or agencies that have granted the certification to your firm: * If Other Please Enter Information Here: (If NONE Enter the word "NONE") 1 Equally-owned (Female and Male) Caucasian/White None Other NONE * APPENDIX A - PART 1 - CONTRACTOR PASS REQUEST CONTACT INFORMATION Vendor Name *Vendor Address *Vendor Contact Name: *Vendor Contact Telephone No. * Southern Tank 800 West McNab Road, Fort  Lauderdale, FL 33309 Matthew Sweatman 954-533-6795 Southern Tank 800 West McNab Road, Fort  Lauderdale, FL Matthew Sweatman 954-533-6795 * APPENDIX A - PART 2 -- CONTRACTOR PASS REQUEST - LIST OF CONTRACTOR EMPLOYEES REQUIRING ACCESS TO FACILITIES Name *Work to Be Performed * Santos George Quicklime Driver * Glover Gilley Quicklime Driver Hayden Gayle Quicklime Driver Franklyn Ulysses Quicklime Driver Matthew Sweatman Manager and Quicklime Driver Bid Number: 20-21B Vendor Name: Lhoist North America of Alabama, LLC References REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Line Item Company Name *Legal Address *Contact Name *Phone Number *Email Address * 1 City of Lakeland 1501 West Bella Vista Street Lakeland, Florida 33805 Joseph Costine 863-834-6750 Joseph.Costine@lakelandgov.net * 2 City of West Palm Beach 401 Clematis Street, 5th Floor West Palm Beach, FL 33401 Mona Wamsley 561-494-1055 rwamsley@wpb.org * 3 Palm Beach County COOP 100 E. Boynton Beach Blvd Boynton Beach, FL 33435 Julianne Alibrandi 561-742-6322 AlibrandiJ@bbfl.us * 4 City of Naples 1000 Fleischmand Blvd Naples, FL 34102 Gerald Secory 239-213-7100 jsecory@naplesgov.com * 5 City of Orlando 6001 Iron Bridge Circle Orlando, Florida 32765 Diane Tisdell 407-246-2563 Diane.Tisdell@orlandogov.org * Documents It is your responsibility to make sure the uploaded file(s) is/are not defective or corrupted and are able to be opened and viewed by the Owner. If the attached file(s) cannot be opened or viewed, your Bid Call Document may be rejected. Non-Collusive Affidavit & Acknowledgement Non-Collusive Affidavit - TAMARAC NON-COLLUSIVE AFFIDAVIT.pdf - Friday August 28, 2020 14:14:21 Certified Resolution - TAMARAC CERTIFIED RESOLUTION.pdf - Friday August 28, 2020 13:48:40 Certificate of Insurance Proof of Compliance with Requirements - COI THE CITY OF TAMARAC_2947859_64.pdf - Thursday August 27, 2020 09:10:45 W9 Form - LNA_AL 2020 W-9.pdf - Thursday August 27, 2020 09:09:12 Vendor Narrative to address any issues as requested in the bid document - Pricing Formula and Proposed Exceptions _ Tamarac.pdf - Friday August 28, 2020 14:22:46 Bid Number: 20-21B Vendor Name: Lhoist North America of Alabama, LLC Addenda, Terms and Conditions B. STANDARD TERMS & CONDITIONS These standard terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective Proposers. Any and all special conditions in this ITB or any sample agreement document that may be in variance or conflict with these Standard Terms and Conditions shall have precedence over these Standard Terms and Conditions. If no changes or deletions to Standard Terms and Conditions are made in any Special Conditions which may be contained herein, or in the Scope of Work, then the Standard Terms and Conditions shall prevail in their entirety. 1. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the Bid shall be just cause for cancellation of the Bid award; notwithstanding any additional requirements enumerated in the Special conditions herein relating to performance based contracting. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 2. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Bidder shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 3. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this Bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 4. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conform with all respects to the standards set forth in the Occupational Safety and Health Act of 1970 as amended, and shall be in compliance with Chapter 442, Florida Statutes as well as any industry standards, if applicable. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 5. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 6. TERMINATION a. DEFAULT: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. b. TERMINATION FOR CONVENIENCE OF CITY: Notwithstanding any additional requirements for performance based contracting contained in the special conditions herein, the final Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. c. FUNDING OUT:This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement and is subject to termination based on lack of funding. 7. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this Bid without the prior written consent of the City. Any award issued pursuant to this Bid and monies that may become due hereunder are not assignable except with prior written approval of the City. For purposes of this Agreement, any change of ownership of the proposer shall constitute an assignment which requires City approval. However, this Agreement shall run to the benefit of the City and its successors and assigns. 8. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Proposer shall be responsible to the City for the acts and omissions of all employees working under its directions. 9. NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 10. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder’s expense all necessary insurance in such form and amount as required by the City’s Risk & Safety Officer before beginning work under this Agreement. Proposer shall maintain such insurance in full force and effect during the life of this Agreement. Proposer shall provide to the City’s Risk & Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement. Proposer shall indemnify and save the City harmless from any damage resulting to it for Bid Number: 20-21B Vendor Name: Lhoist North America of Alabama, LLC failure of either Proposer or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Proposer agrees to maintain during the term of this contract: General Liability - $1M per occ. / $2M aggregate Automobile – $1M per occ. / $1M aggregate Workers Comp – Statutory The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per A.M. Best’s Key Rating Guide and be licensed to do business in Florida. Policies shall be ”Occurrence” form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder’s liability insurance policies shall be endorsed to add the City of Tamarac as an “additional insured”. The Bidder’s Worker’s Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self-insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self-insured retention. If the Bidder is to provide professional services. The City reserves the right to request the successful Bidder to provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. “Claims-Made” forms are acceptable for Professional Liability insurance in the event that the successful Proposer provides professional services as agreed upon with City. Contractor shall at a minimum, provide the level of coverage provided as stated in Section 10 “Insurance” of the Standard Terms and Conditions herein of this Agreement to any other organization in the Southeast Florida Governmental Purchasing Cooperative, and shall provide those agencies with their own Certificate of Insurance to validate coverage for their entity. Insurance coverage for other agencies within the Co-op shall apply only to those agencies individually. 11 . INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Proposer or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 12. INDEPENDENT CONTRACTOR An Agreement resulting from this solicitation does not create an employee/employer relationship between the parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City’s employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor’s activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under any potential Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor’s funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. Any potential Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 13. SCRUTINIZED COMPANIES F.S. 287.135 and 215.473 Bidder must certify that the company is not participating in a boycott of Israel. Bidder must also certify that Bidder is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or has been engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Bidder must submit the certification that is attached to this contract. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Bidder of the City's determination concerning the false certification. The Bidder shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Bidder shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Bidder does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 14. RECORDS/AUDITS 14.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The successful Bidder shall comply with Florida’s Public Records Law. Specifically, the Contractor shall: 14.1.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 14.1.2 Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 14.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 14.1.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce any available contract remedies in force including termination of the Agreement. 14.2 During the term of the contract, the successful Bidder shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City’s Auditor. The successful Bidder agrees to make available to the City’s Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this Bid Number: 20-21B Vendor Name: Lhoist North America of Alabama, LLC contract. 15. UNBALANCED BIDS When a unit price Bid has variable or estimated quantities, and the Bid shows evidence of unbalanced Bid pricing, such Bid may be rejected. 16. UNIT PRICES Where a discrepancy between unit price and total price is indicated on a Proposer’s submitted Schedule of Bid Prices or Price Bid Form, the unit prices shall prevail. 17. VENUE Any Agreement resulting from this solicitation shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 18. CUSTODIAN OF RECORDS IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88th AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK@TAMARAC.ORG Remainder of Page Intentionally Blank We (I), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Request of Quotation. We (I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Quotation - Dale James, Sales Manager, Lhoist North America of Alabama, LLC The bidder shall declare any potential conflict of interest that could arise from bidding on this bid. Do you have a potential conflict of interest? Yes No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. File Name I have reviewed the below addendum and attachments (if applicable) Pages There have not been any addenda issued for this bid. Bid Number: 20-21B Vendor Name: Lhoist North America of Alabama, LLC Bid Number: 20-21B Vendor Name: Lhoist North America of Alabama, LLC 20-21B - Furnish, Delivery and Discharge of Quicklime Opening Date: August 12, 2020 5:45 PM Closing Date: August 31, 2020 3:00 PM Vendor Details Company Name:Carmeuse Lime & Stone Does your company conduct business under any other name? If yes, please state: PA Address: 11 Stanwix Street Pittsburgh, PA 15222 Contact:Jeff McElhinny Email:jeff.mcelhinny@carmeuse.com Phone:412-995-2025 Fax:412-995-2025 HST#:25-1254420 Submission Details Created On:Tuesday August 18, 2020 10:38:56 Submitted On:Friday August 21, 2020 14:38:56 Submitted By:Jeff McElhinny Email:jeff.mcelhinny@carmeuse.com Transaction #:12b06e15-86a9-472e-a0bf-55c0b79b0203 Submitter's IP Address:12.91.164.154 Bid Number: 20-21B Vendor Name: Carmeuse Lime & Stone Schedule of Prices The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do all or any part of the Work which is set out or called for in this Bid, at the unit prices, and/or lump sums, hereinafter stated. * Denotes a "MANDATORY" field Do not enter $0.00 dollars unless you are providing the line item at zero dollars to the Owner. If the line item and/or table is "NON-MANDATORY" and you are not bidding on it, leave the table and/or line item blank.Do not enter a $0.00 dollar value. All funds are to be submitted in USD currency. Type 1 – Pebble Lime We will not be submitting for Type 1 – Pebble Lime #AGENCY DELIVERY ADDRESS ANNUAL USAGE PRICE PER TON *FREIGHT CHARGE *Agency Total 1 Broward County Dist. 1 3701 N State Road 7 2500 * 2 Broward County Dist. 2 1390 NE 51 St.4500 * 3 City of Coral Springs      Note: Must deliver between 8:00  AM and 4:00 PM Monday to  Friday ONLY. 3800 NW 85th Avenue, Coral Springs 1352 * 4 Town of Davie 3500 NW 76th Avenue, Hollywood 1000 * 5 City of Dania Beach 1201 Stirling Road, Dania Beach 350 * 6 City of Deerfield Beach 290 Goolsby Blvd. – West Plant, Deerfield Beach 1415 * 7 City of Fort Lauderdale  Must deliver between 7:00AM and  3:00 Daily. 949 NW 38th St., Ft. Lauderdale 11500 * 8 City of Hallandale Beach Delivery to be made by a tanker  truck @ 25 Tons/shipment.  Lime  to be pneumatically transferred  from truck to silo.  Delivery must  be within 3 days of order. 630 NW 6th Avenue, Hallandale 900 * 9 City of Lake Worth Beach 301 College St., Lake Worth Beach 525 * 10 City of Lauderhill 2101 NW 49th Avenue, Lauderhill 1825 * 11 City of North Lauderdale 841 NW 71st Avenue, North Lauderdale 650 * 12 City of North Miami 12098 NW 11th Ave, North Miami 1150 * 13 Village of Palm Springs 360 David Road, Palm Springs 600 * 14 Village of Palm Springs 5618 Basil Drive, West Palm Beach 600 * 15 City of Pompano Beach City of Pompano Beach 2200 * 16 City of Riviera Beach 800 W. Blue Heron Blvd., Riviera Beach 588 * 17 City of Sunrise 4350 Springtree Drive, Sunrise 2400 * 18 City of Sunrise 15400 Sludge Mill Road, Davie 600 * 19 Village of Wellington 1100 Wellington Trace, Wellington 1330 * Subtotal:Not Submitting Type 1A -- Foundry/Rice Lime We will not be submitting for Type 1A -- Foundry/Rice Lime #AGENCY DELIVERY ADDRESS ANNUAL USAGE PRICE PER TON *FREIGHT CHARGE *Agency Total 1 City of Boynton Beach 124 E. Woolbright Rd., Boynton Beach 1685 2 City of Delray Beach 201 SW 7th St., Delray Beach 3650 3 City of Hollywood 3441 Hollywood Blvd., Hollywood 2400 4 City of Margate 980 NW 66th Ave, Margate 2000 5 City of North Miami Beach 19150 NW 8th Ave, Miami Gardens 3000 6 City of Pembroke Pines 7960 Johnson Street, Pembroke Pines 4200 7 City of Tamarac 7803 NW 61st Street, Tamarac 1500 8 City of West Palm Beach 1009 Banyan Blvd., West Palm Beach 5200 Subtotal:Not Submitting Type 2 – Hi CAL Granular We will not be submitting for Type 2 – Hi CAL Granular #AGENCY DELIVERY ADDRESS ANNUAL USAGE PRICE PER TON *FREIGHT CHARGE *Agency Total 1 City of Hollywood Wastewater, 1621 N14th Ave, Hollywood 5550 $190.0000 $100.9900 $ 1,614,994.50 Subtotal:$ 1,614,994.50 Bid Number: 20-21B Vendor Name: Carmeuse Lime & Stone Summary Table Bid Form Amount Type 1 – Pebble Lime Not Submitting Type 1A -- Foundry/Rice Lime Not Submitting Type 2 – Hi CAL Granular $ 1,614,994.50 Subtotal Contract Amount:$ 1,614,994.50 Bid Questions TERMS:______% (percent discount, if any, if payment made within______ DAYS; otherwise, terms are NET 30 days. net 30, no discount for early payment The City of Tamarac desires to have the ability to use a city credit card for payment. Will your firm accept a Visa credit card as payment from the City of Tamarac? TYPE: YES or NO NO Does the firm produce the lime being sold? TYPE: YES or NO If yes, provide detailed information regarding your production facilities in your narrative response to be uploaded herein. If no, please provide detailed information regarding the following in your narrative response to be uploaded herein: - The source of your lime, and - The specific point(s) of origin for the production of lime to be provided under the Agreement, and - The staging area(s) for lime deliveries to CO-OP Members, including the capacity of staging area(s) expressed in tons. YES, we have a facility that quarries and calcines the lime in question in Saginaw, Alabama. The material is transported from there to one of several terminals within Florida. Most of our supply will come out of our Pompano terminal. Provide detailed information on your firm’s method for distributing the lime to CO-OP Members.We only have capacity to bid on the Type-2 HiCal for Hollywood, FL WWTP. The City may request the firm’s most recently completed audited financial statement to determine the firm’s ability to meet the obligations of the CO-OP Agreement. Are you able to provide this information if requested by the City? TYPE: Yes or No NO, we are a private corporation. Specifications CERTIFICATION We (I), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (I) certify that we (I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation to Bid. Indicate which type of organization below: Indicate which type of organization *Company Name *Address *Telephone *City *State *ZIP * Contractor’s License Number * Federal Tax ID Number * Email address for above signer * CORPORATION Carmeuse Lime  & Stone 11 Stanwix St,  21st flr 4129952025 Pittsburgh PA 15222 N/A 25-1254420 salesinquiries@ carmeuse.com Bid Number: 20-21B Vendor Name: Carmeuse Lime & Stone VENDOR DRUG-FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug-free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 1. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 2. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 3. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after each conviction. 4. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 5. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. I Hereby Acknowledge the Drug Free Information Above and Will Abide by Everything Outlined in this Section * Yes No * BIDDER’S QUALIFICATION STATEMENT Line Item How many years has your organization been in business under its present name? * If Vendor is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former name(s) has your business operated? Also List former address(es) of that business (if any). * Have you ever been debarred or suspended from doing business with any government al entity? If Yes, Explain * Are you Certified? If Yes, attach copy of Certification to Package * Are you Licensed? If Yes, attach copy of License to Package * Has your company ever declared bankruptcy? * If Yes, explain: * Are you a Sales Representati ve of the commodities /services bid upon? * Have you ever received a contract or a purchase order from the City of Tamarac or other government al entity? * 1 160 None None No Yes No Yes No Yes No N/A Manufacturer Yes No * Bid Number: 20-21B Vendor Name: Carmeuse Lime & Stone Scrutinized Companies and Boycott of Israel I certify that my company will not: 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the .Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following rece!ipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to florida Statute§ 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services over $1,000,000.00 that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Contractor, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed oin the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I Hereby Acknowledge the Scrutinized Companies -- 287.135 and 215.473 Information Below and Will Abide by Everything Outlined in this Section * Yes No * By execution of this Agreement, Contractor certifies that the Contractor is not participating in a boycott of Israel. The Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has the Contractor been engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. Firm's Primary Ownership Line Item Which of the following best describes the gender of your firm’s primary owner (at least 51% ownership): * Which of the following best describes the ethnicity of your firm’s primary owner (at least 51% ownership): * Please select the current certification your firm holds: (*NOTE Proof of Certification must be included in Document Upload Section) Indicate the agency or agencies that have granted the certification to your firm: * If Other Please Enter Information Here: (If NONE Enter the word "NONE") 1 Not Applicable Caucasian/White None Other None * APPENDIX A - PART 1 - CONTRACTOR PASS REQUEST CONTACT INFORMATION Vendor Name *Vendor Address *Vendor Contact Name: *Vendor Contact Telephone No. * Walpole 269 NW 9th St, Okeechobee,  FL 34972 John Cincotta 813-623-1702 N/A N/A N/A N/A * APPENDIX A - PART 2 -- CONTRACTOR PASS REQUEST - LIST OF CONTRACTOR EMPLOYEES REQUIRING ACCESS TO FACILITIES Name *Work to Be Performed * Walpole Delivery of Lime * References REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Line Item Company Name *Legal Address *Contact Name *Phone Number *Email Address * 1 Miami Dade Water 111 NW 1st Street, Miami, FL  33128 Herman Ramsey 305-375-2851 Unknown * 2 City of Boca Raton 201 West Palmetto Park Rd,  Boca Raton, FL 33432 Sean Sexton 561-338-7324 Unknown * 3 Tampa Bay Water 2575 Enterprise Rd, Clearwater,  FL 33763 Ken Enlow 813-626-8708 ext. 239 Unknown * 4 City of Hollywood 3441 Hollywood Blvd,  Hollywood, FL 33020 Ralph Dierks 954-921-3223 Unknown * 5 City of Palm Bay, FL 1103 Troutman Blvd NE Susan Blair 321-952-3424 ext. 3229 Unknown * Bid Number: 20-21B Vendor Name: Carmeuse Lime & Stone Documents It is your responsibility to make sure the uploaded file(s) is/are not defective or corrupted and are able to be opened and viewed by the Owner. If the attached file(s) cannot be opened or viewed, your Bid Call Document may be rejected. Non-Collusive Affidavit & Acknowledgement Non-Collusive Affidavit - NON-COLLUSIVE AFFIDAVIT - signed.pdf - Friday August 21, 2020 14:32:08 Certified Resolution - Carmeuse Lime & Stone Inc Officers and Directors Resolution 2019 FINAL.pdf - Tuesday August 18, 2020 11:20:59 Certificate of Insurance Proof of Compliance with Requirements - City of Hollywood COI.pdf - Tuesday August 18, 2020 11:24:58 W9 Form - W-9 Carmeuse Lime & Stone Inc.pdf - Tuesday August 18, 2020 11:21:23 Vendor Narrative to address any issues as requested in the bid document - Vendor Narrative.pdf - Friday August 21, 2020 14:37:18 Bid Number: 20-21B Vendor Name: Carmeuse Lime & Stone Addenda, Terms and Conditions B. STANDARD TERMS & CONDITIONS These standard terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective Proposers. Any and all special conditions in this ITB or any sample agreement document that may be in variance or conflict with these Standard Terms and Conditions shall have precedence over these Standard Terms and Conditions. If no changes or deletions to Standard Terms and Conditions are made in any Special Conditions which may be contained herein, or in the Scope of Work, then the Standard Terms and Conditions shall prevail in their entirety. 1. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the Bid shall be just cause for cancellation of the Bid award; notwithstanding any additional requirements enumerated in the Special conditions herein relating to performance based contracting. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 2. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Bidder shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 3. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this Bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 4. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conform with all respects to the standards set forth in the Occupational Safety and Health Act of 1970 as amended, and shall be in compliance with Chapter 442, Florida Statutes as well as any industry standards, if applicable. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 5. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 6. TERMINATION a. DEFAULT: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. b. TERMINATION FOR CONVENIENCE OF CITY: Notwithstanding any additional requirements for performance based contracting contained in the special conditions herein, the final Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. c. FUNDING OUT:This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement and is subject to termination based on lack of funding. 7. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this Bid without the prior written consent of the City. Any award issued pursuant to this Bid and monies that may become due hereunder are not assignable except with prior written approval of the City. For purposes of this Agreement, any change of ownership of the proposer shall constitute an assignment which requires City approval. However, this Agreement shall run to the benefit of the City and its successors and assigns. 8. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Proposer shall be responsible to the City for the acts and omissions of all employees working under its directions. 9. NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 10. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder’s expense all necessary insurance in such form and amount as required by the City’s Risk & Safety Officer before beginning work under this Agreement. Proposer shall maintain such insurance in full force and effect during the life of this Agreement. Proposer shall provide to the City’s Risk & Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement. Proposer shall indemnify and save the City harmless from any damage resulting to it for Bid Number: 20-21B Vendor Name: Carmeuse Lime & Stone failure of either Proposer or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Proposer agrees to maintain during the term of this contract: General Liability - $1M per occ. / $2M aggregate Automobile – $1M per occ. / $1M aggregate Workers Comp – Statutory The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per A.M. Best’s Key Rating Guide and be licensed to do business in Florida. Policies shall be ”Occurrence” form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder’s liability insurance policies shall be endorsed to add the City of Tamarac as an “additional insured”. The Bidder’s Worker’s Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self-insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self-insured retention. If the Bidder is to provide professional services. The City reserves the right to request the successful Bidder to provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. “Claims-Made” forms are acceptable for Professional Liability insurance in the event that the successful Proposer provides professional services as agreed upon with City. Contractor shall at a minimum, provide the level of coverage provided as stated in Section 10 “Insurance” of the Standard Terms and Conditions herein of this Agreement to any other organization in the Southeast Florida Governmental Purchasing Cooperative, and shall provide those agencies with their own Certificate of Insurance to validate coverage for their entity. Insurance coverage for other agencies within the Co-op shall apply only to those agencies individually. 11 . INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Proposer or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 12. INDEPENDENT CONTRACTOR An Agreement resulting from this solicitation does not create an employee/employer relationship between the parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City’s employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor’s activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under any potential Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor’s funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. Any potential Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 13. SCRUTINIZED COMPANIES F.S. 287.135 and 215.473 Bidder must certify that the company is not participating in a boycott of Israel. Bidder must also certify that Bidder is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or has been engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Bidder must submit the certification that is attached to this contract. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Bidder of the City's determination concerning the false certification. The Bidder shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Bidder shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Bidder does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 14. RECORDS/AUDITS 14.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The successful Bidder shall comply with Florida’s Public Records Law. Specifically, the Contractor shall: 14.1.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 14.1.2 Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 14.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 14.1.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce any available contract remedies in force including termination of the Agreement. 14.2 During the term of the contract, the successful Bidder shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City’s Auditor. The successful Bidder agrees to make available to the City’s Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this Bid Number: 20-21B Vendor Name: Carmeuse Lime & Stone contract. 15. UNBALANCED BIDS When a unit price Bid has variable or estimated quantities, and the Bid shows evidence of unbalanced Bid pricing, such Bid may be rejected. 16. UNIT PRICES Where a discrepancy between unit price and total price is indicated on a Proposer’s submitted Schedule of Bid Prices or Price Bid Form, the unit prices shall prevail. 17. VENUE Any Agreement resulting from this solicitation shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 18. CUSTODIAN OF RECORDS IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88th AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK@TAMARAC.ORG Remainder of Page Intentionally Blank We (I), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Request of Quotation. We (I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Quotation - Jeff McElhinny, Inside Sales Representative, Carmeuse Lime & Stone The bidder shall declare any potential conflict of interest that could arise from bidding on this bid. Do you have a potential conflict of interest? Yes No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. File Name I have reviewed the below addendum and attachments (if applicable) Pages There have not been any addenda issued for this bid. Bid Number: 20-21B Vendor Name: Carmeuse Lime & Stone Bid Number: 20-21B Vendor Name: Carmeuse Lime & Stone INVITATION TO BID 20-21B Furnish, Deliver and Discharge of Quicklime Publish Date: 08/12/2020 Bid Due and Bid Opening Date: 08/31/2020 at 3:00 PM Pre-Bid Conference: None Required All Questions Due: 08/20/2020 by 5:00 PM Where to Deliver Bid Online At: https://tamarac.bidsandtenders.org For Public Services Department and The Southeast Florida Governmental Purchasing Cooperative City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime INSTRUCTIONS TO BIDDERS & STANDARD TERMS AND CONDITIONS 20-21B FURNISH, DELIVER AND DISCHARGE OF QUICKLIME OUR VISION & MISSION Our Vision: The City of Tamarac, our community of choice -- leading the nation in quality of life through safe neighborhoods, a vibrant economy, exceptional customer service and recognized excellence. Our Mission: We Are “Committed to Excellence. . . Always” It is our job to foster and create an environment that Responds to the Customer Creates and Innovates Works as a Team Achieves Results, and Makes a Difference In the fulfillment of our vision and mission, as stewards of the public trust, we value vision, integrity, efficiency and quality service. Our vendors are truly partners in meeting these commitments to the community, and in support of that vision and mission, we are committed to ensuring that qualified, competitive vendors who share our commitment to quality, efficiency, teamwork and customer service are employed to provide goods and services to the City. Our vendors are expected to deliver high quality products and efficient service that is provided on time and as ordered; in a manner that improves the overall value of the services that the City provides to its residents. In addition, we expect our vendors to work with the City as a team and exhibit the highest level of integrity when dealing with any office or department of the City. Diligence in the execution of the requirements of this proposal will ultimately contribute to the overall quality of services provided to the entire community. The City is searching for a firm who will exemplify these ideals in the execution of their work, and the successful firm will be measured against the performance standards outlined in this bid invitation. ACCESSIBILITY The information contained in this document is available in an accessible format at: https://tamarac.bidsandtenders.org/Module/Tenders/en. A. INSTRUCTIONS TO BIDDERS 1. INTRODUCTION & AUTHORITY It is the intent of the City to award to the most responsible and responsive Responding firm. The City reserves the right to accept or reject any or all responses and to waive any informality concerning the responses when such rejection or waiver is deemed to be in the best interest of the City. The City reserves the right to award the response on a split order basis, lump sum or individual item basis unless otherwise stated, whichever is in the best interest of the City. This solicitation is issued pursuant to the City of Tamarac Code, Chapter 6, “Finance & Taxation”, Article V, “Purchasing Procedures”, Section 6-141 et seq. 2. TYPES OF SOLICITATIONS ISSUED BY THE CITY Anytime the City releases a new solicitation it will contain a suffix of one of the following types: B = Invitation for Bid (ITB) R = INVITATION TO BID(ITB) L = Letter of interest (LOI) Q = Request for Qualifications (RFQ) RB = Re-Bid RP = Re-Proposal FQ = Formal Quotation (RFFQ) IQ = Informal Quotation (RFIQ) HQ = Housing Quotation (RFHQ) This prefix/suffix will determine what type of solicitation the City will be utilizing. 3. DEFINED TERMS 3.1 “Addenda” – Written or graphic instruments issued prior to the opening of Solicitations which clarify, correct, or change the solicitation requirements or the contract document. 3.2 “Agreement” – The written agreement between the City and the Contractor covering the Work to be performed including other Contract Documents that are attached to the Agreement and made a part thereof. 3.3 “City" - the City of Tamarac, a municipal corporation of the State of Florida. 3.4 “Contract Administrator” – The Department’s Director, or some other employee expressly designated as Contract Administrator in writing by the Director, who is the representative of the Board concerning the Contract Documents. City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime 3.5 “Contract Documents” – The contract documents consist of this Agreement, conditions of the contract (General, Supplementa supplements, Change Orders and Work directive changes issued on or after the effective date of the Contract. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 3.6 “Contractor" - the individual(s) or firm(s) to whom the award is made and who executes the Contract Documents. 3.7 “Co-op” or “Cooperative” – The Southeast Florida Governmental Purchasing Cooperative. 3.8 “On-line e-procurement system” or “e- procurement system” – The City of Tamarac’s solicitation management partner “bidsandtendersTM” 3.9 “bidsandtendersTM” -- The City of Tamarac’s on-line solicitation management partner and the e-procurement system used by the City. The terms “on-line e- procurement system and “bidsandtendersTM” may be used interchangeably herein. 3.10 “Notice to Proceed” – A written notice given by the City to the Contractor fixing the date on which the Contract Time will commence to run and on which the Contractor shall start to perform the Contractor’s obligations under the Contract Documents. 3.11 “Performance Based Contract” -- A contracting model whereby satisfactory performance under the contract, will result in the City’s exclusive use of the contractor for all contractual purchases for the full period specified as the contract term for the individual services as awarded. Unsatisfactory performance by the contractor shall result in the contractor’s loss of exclusivity. If, in the sole judgment of the City, the contractor is not providing satisfactory service, the exclusive contractual relationship between the City and the contractor may be terminated, without penalty, by the City at any time after it has purchased the guaranteed volume of goods or services as specified in the Special Conditions and/or the Scope of Work. The principle of Performance Based Contracting, however, does not negate the right of the City to terminate the contract under the standard terms and conditions which govern contract termination. 3.12 “Project” – the total scope of work for which the Contractor is responsible under this agreement, including all labor, materials, equipment and transportation used or incorporated in such performance of contract work. 3.13 “Project Manager” – The City’s authorized project representative who is responsible for the full scope of project management tasks including authorizing and monitoring the work of consultants, vendors, and field staff of assigned projects. The Project Manager also is responsible to ensure successful completion of projects. 3.14 “Request for Proposals (ITB)” -- A Request for Proposals (ITB) is a method of procurement permitting discussions with responsible respondents and revisions to proposals prior to award of a contract. Proposals will be opened in private. Award may be made based on the responses based on the criteria set forth herein. 3.15 “Respondent/Offeror/Proposer" - one who submits a Proposal in response to a solicitation, as distinct from a Sub- Respondent, who submits a Proposal to the Offeror. 3.16 “Response Documents/Proposal" - the Request for Qualifications, Instructions to Offerors, Respondent’s Qualifications Statement, Non-Collusive Affidavit, Certified Resolution, Vendor Drug-Free Workplace, Respondent’s Proposal, Proposal Security and Specifications, if any, and the proposed Contract Documents (including all Addenda issued prior to opening of Proposals). 3.17 “Specifications” – Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, standards and workmanship as applied to the work and certain administrative details applicable thereto. 3.18 “Subcontractor” – An individual, firm or corporation having a direct Contract with the Contractor or with any other Subcontractor for the performance of a part of any work. 3.19 “Successful Offeror/Respondent" - the City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime qualified, responsible and responsive Offeror/Respondent to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 3.20 “Supplier” – A manufacturer, fabricator, supplier, distributor, materialman or vendor. 3.21 “Term Contract” -- A requirements agreement by which a specific good or service may be obtained from a vendor at a specific price for a specific timeframe. 3.22 “Unit Price Work” – Work to be paid for on the basis of unit prices. 3.23 “Work” – The entire completed scope of work or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work is the result of performing services, specifically, including but not limited to furnishing labor, documentation, equipment and materials used or incorporated in the construction of the entire Contract Documents. The words “Project” and “Work” are used interchangeably. 3.24 “Written Amendment” – A written amendment of the Contract Documents, signed by the CITY and the Contractor on or after the Effective Date of the Agreement and normally dealing with non-technical aspects rather than strictly work related aspects of the Contract Documents. 4. CLARIFICATION & ADDENDA 4.1 Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Scope of Work outlined in this document, the Special Conditions and/or the Scope of Work shall prevail. 4.2 The responding firm shall examine all response documents and shall judge all matters relating to the adequacy and accuracy of such documents. If, upon review, any material errors in specifications are found, the Responding firm shall contact the Purchasing & Contracts Division Office immediately. 4.3 Any inquiries, suggestions, requests concerning clarification, or requests for additional information shall be submitted online at https://tamarac.bidsandtenders.org/ . 4.4 The City of Tamarac reserves the right to amend this proposal document prior to the response opening date indicated by written addenda. Written addenda shall serve as the sole means of clarification. The City shall not be responsible for oral interpretations given by any City employee or its representative. 4.5 **** SPECIAL NOTE -- Addendums will only be issued electronically through the City’s web-site. Vendors will be notified of the availability of new solicitations and addendums via e-mail (per the vendor’s selected commodity choice). It is essential that all vendors receiving a bid or proposal download the document from the City’s web-site. All responding firms must visit https://tamarac.bidsandtenders.org/ to download response documents. Responders must create a New Account with the City’s solicitation distribution partner, bids&tenders™, and must select the commodity codes for which they wish to be notified. Upon selection of commodity codes and the completion of registration, responders will receive electronic e-mail notifications any time new solicitations are uploaded for the specific commodity codes selected. The notifications will provide vendors a link, allowing the vendor to download the package and receive all new addendums released by the City for that solicitation. It is the Contractor’s responsibility to select the correct Commodity Code associated with what type of items or services they can provide to the City. Upon completion of the registration process, a confirming e-mail will be sent to the individual who registered. Addendums will be uploaded to the City’s website but regardless of the means of transmission of an Addendum it is the responsibility of the bidder or proposer to ensure that they have received all addendums issued for a solicitation prior to submitting a response. Offerors shall be solely responsible for maintaining accurate contact data with the Responses and Tenders. The City shall under no circumstances be responsible for and errors or omissions in vendor’s contact information on file with. Updates to contact information may be requested by contacting Bids and Tenders at support@bidsandtenders.org. 5. SUBMISSION OF THE BID The Responding firm is directed to submit all bids online at https://tamarac.bidsandtenders.org/Module/Tenders/e n no later than the date and time specified on the cover page of this solicitation document. Bids will not be considered and cannot be entered online after the above referenced closing date. The City will not be responsible for a late bid as a result of the vendor’s City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime inability to respond and upload their bid response in a timely manner. It is the Responding firm's responsibility to read and understand the requirements of this bid request. Unless otherwise specified, the Responding firm must use the bid form located online for Invitation for Bid document. All bids shall be submitted in the English language. All prices, terms and conditions bid in the submitted response shall be expressed in U.S. Dollars, and will be firm for acceptance for ninety (90) calendar days from the date of the bid opening unless otherwise stated by the City. The Responding firm preparing a bid in response to this solicitation shall bear all expenses associated with its preparation. The Responding firm shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for expenses related to its preparation. 6. MODIFICATION AND WITHDRAWAL OF BID 6.1 Bids may be modified or withdrawn by a duly executed document signed by a corporate officer or other employee with designated signature authority. Evidence of such authority must accompany the request for withdrawal or modification. The request must be delivered to the Purchasing and Contracts Division Office at any time prior to the deadline for submitting Bids, and may be alternatively completed on-line at https://tamarac.bidsandtenders.org/Module/Tender s/en. Withdrawal of a Bid will not prejudice the rights of an Offeror to submit a new Bid prior to the Bid opening date and time. 6.2 If, within twenty-four (24) hours after Bids are opened, any Offeror files a duly signed, written notice with the Purchasing Office, and within five (5) calendar days thereafter demonstrates to the reasonable satisfaction of City, by clear and convincing evidence, that there was a material and substantial mistake in the preparation of its Bid, or that the mistake is clearly evident on the face of the Bid, but the intended correct Bid is not similarly evident, Offeror may withdraw its Bid and any bid security will be returned. Thereafter, the Offeror may be disqualified from further bidding on the subject Contract. 7. REJECTION OF BIDS 7.1 To the extent permitted by applicable state and federal laws and regulations, City reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the work with the Successful Offeror, and to disregard all nonconforming, non-responsive, unbalanced or conditional Bids. Bids will be considered irregular and may be rejected if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. 7.2 City reserves the right to reject the Bid of any Offeror if City believes that it would not be in its best interest to make an award to that Offeror, whether because the Bid is not responsive, the Offeror is unqualified, of doubtful financial ability, or fails to meet any other pertinent criteria established by City within the scope of the solicitation. 8. OMISSION OF DETAILS 8.1 The apparent silence of the requirements as to any detail, or the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail, and that only material and workmanship of the finest quality is to be used. All interpretations of the specifications shall be made on the basis of this statement. Omission of any essential details from these specifications will not relieve the Proposer of supplying such services or product(s) as specified. 8.2 For the purpose of evaluation, the Respondent must indicate any variance or exceptions to the stated requirements, no matter how slight. Deviations should be explained in detail. Absence of variations and/or corrections will be interpreted to mean that the Offeror meets all the requirements in every respect. 9. NON-COLLUSIVE AFFIDAVIT Each Offeror shall complete the Non-Collusive Affidavit Form and shall submit this form with the response/Bid. The City considers the failure of the Offeror to submit this document to be a major irregularity, and may be cause for rejection of the response 10. CONFLICT OF INTEREST The award hereunder is subject to the provisions of Chapter 112 of the State of Florida Statutes. Responding firms shall disclose the name of any officer, director, partner, proprietor, associate or agent who is also a public officer or employee of the City or any of its agencies. 11. QUANTITIES Any quantities which may be shown herein, as applicable, are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime 12. DELIVERY All items shall be delivered F.O.B. destination to an address specified by the using agency. All delivery costs and charges must be included in the Bid price. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the Bid. 13. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested, it must be delivered within seven days of the request unless otherwise stated in the Bid. Each sample must be marked with the Proposer's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Proposer. 14. PRICES, PAYMENTS, DISCOUNTS & ELECTRONIC PAYMENTS Firm Pricing: Any pricing provided shall be fixed and firm to the extent required under Special Conditions. In the absence of a reference in the Special Conditions, pricing submitted shall be fixed and firm for a period of ninety (90) calendar days including when the contract must be approved by another agency. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for response evaluation. Prompt Payment Discounts: Offerors are encouraged to provide prompt payment terms. If no payment discount is offered, the Offeror shall enter zero (0) for the percentage discount to indicate net 30 days. If the Offeror does not enter a percentage discount, it is understood and agreed that the payment terms shall be two percent (2%) ten (10) days, net thirty (30) days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed made on the date of the mailing of the check. All payments shall be governed by the Local Government Prompt Payment Act, F.S. Chapter 218. (See link for more information) ****************IMPORTANT NOTE********************** Payments by Electronic Funds Transfer: ALL payments by the City will be made by Direct Deposit (ACH) via electronic funds transfer. Vendors must register for direct deposit with the City prior to receiving any payments by providing a “City of Tamarac Consent for Direct Deposit” form (ACH Form) to the City’s Financial Services Accounting Division. The form may be accessed on the City of Tamarac web-site at https://tamarac.seamlessdocs.com/f/DirectDeposit . Please contact the Purchasing & Contracts Division at the number shown on this solicitation document herein as the first point of contact for more information. 15. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 16. RESPONSE TABULATION After the response time has closed, and after review by the Evaluation Committee, a tabulation of points awarded to each response will be posted online at: https://tamarac.bidsandtenders.org. Offerors will be able to download the tabulation at the link provided directly above. The City may or may not notify unsuccessful Responding firms of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m), sealed responses and quotations or Bids received by an agency pursuant to invitations for bid or requests for Bids are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to F.S. §120.57(3) (a), or within 30 days after bid/proposal opening, whichever is earlier. 17. FORM AGREEMENT DOCUMENT The City may attach as a part of this solicitation, a Form Agreement document. Proposers shall be responsible for complying with all of the terms and conditions of the Form Agreement document if included herein, except where variant or conflicting language may be included in any Special Conditions contained herein. Proposers shall note any deviation or variance with the Form Agreement document at the time of bid submission. 18. OTHER GOVERNMENTAL ENTITIES This bid is issued on behalf of members of the Southeast Florida Governmental Purchasing Cooperative. Only those agencies listed in this document will be eligible to participate in this contract. Contractor shall provide insurance to each agency based on the requirements listed herein at a minimum. Each agency will be responsible for coordinating their own orders, and the City will not be a party to any dispute between Contractor and any other agency besides the City. 19. UNBALANCED RESPONSES When a unit price proposed has variable or estimated City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime quantities, and the response shows evidence of unbalanced pricing, the City reserves the right to reject such response. 20. INFORMATION REQUESTS AFTER DUE DATE Pursuant to Florida Statute Chapter 119, Section 071(1), sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to F.S. §119.071(1) (b) (2), or within 30 days after bid/proposal opening, whichever is earlier. 21. BUDGETARY CONSTRAINTS In the event the City is required to reduce contract costs due to budgetary constraints, all services specified in this document may be subject to a permanent or temporary reduction in budget. In such an event, the total cost for the affected service shall be reduced as required. The Contractor shall also be provided with a minimum 30-day notice prior to any such reduction in budget. 22. CONTINGENT FEES PROHIBITED The Offeror must warrant that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub-consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 23. PROHIBITION AGAINST LOBBYING During the solicitation of any bid or proposal, any firm and its agents, officers or employees who intend to submit, or who have submitted, bids or proposals shall not lobby, either individually or collectively, any City Commission members, candidates for City Commission or any employee of the City. 23.1 Contact should only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing and Contracts Division for purposes of obtaining additional or clarifying information. Any action, including meals, invitations, gifts or gratuities by a submitting firm, its officers, agents, or employees shall be within the purview of this prohibition and shall result in the immediate disqualification of that firm from further consideration. 23.2 During a formal solicitation process, contact with personnel of the City of Tamarac other than the Purchasing and Contracts Manager or designated representative regarding any such solicitation may be grounds for elimination from the selection process. (Reference: Tamarac Procurement Code Section 6-156.) 24. PROTESTS Any actual or prospective bidder, offeror, or contractor who is aggrieved in connection with the solicitation or award of a contract may protest to the purchasing and contracts manager. The protest shall be submitted in writing within five (5) business days after such aggrieved person knows or should have known of the facts giving rise thereto and shall be submitted with the procedures outlined in section 6-154 “Appeals and remedies” of he Tamarac procurement code, available at the following link: https://www.municode.com/library/fl/tamarac/codes/code_ofo rdinances?nodeId=PTIICO_CH6FITA_ARTVTAPRCO 25. WITHDRAWAL OF BID Any Responding firm may withdraw its Bid prior to the indicated opening time. The request for withdrawal must be completed online at https://tamarac.bidsandtenders.org/Module/Tenders/en This must be requested prior to the Bid opening date and time. 26. BACKGROUND INVESTIGATION As a part of the Bid evaluation process, the City may conduct a background investigation including a criminal record check of Proposer’s officers and/or employees, by the Broward County Sheriff’s Office. Proposer’s submission of a Bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Proposer’s qualifications. Remainder of Page Intentionally Blank City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime B. STANDARD TERMS & CONDITIONS These standard terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective Proposers. Any and all special conditions in this ITB or any sample agreement document that may be in variance or conflict with these Standard Terms and Conditions shall have precedence over these Standard Terms and Conditions. If no changes or deletions to Standard Terms and Conditions are made in any Special Conditions which may be contained herein, or in the Scope of Work, then the Standard Terms and Conditions shall prevail in their entirety. 1. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the Bid shall be just cause for cancellation of the Bid award; notwithstanding any additional requirements enumerated in the Special conditions herein relating to performance based contracting. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 2. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Bidder shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 3. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this Bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 4. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conform with all respects to the standards set forth in the Occupational Safety and Health Act of 1970 as amended, and shall be in compliance with Chapter 442, Florida Statutes as well as any industry standards, if applicable. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 5. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 6. TERMINATION a. DEFAULT: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. b. TERMINATION FOR CONVENIENCE OF CITY: Notwithstanding any additional requirements for performance based contracting contained in the special conditions herein, the final Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime c. FUNDING OUT: This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement and is subject to termination based on lack of funding. 7. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this Bid without the prior written consent of the City. Any award issued pursuant to this Bid and monies that may become due hereunder are not assignable except with prior written approval of the City. For purposes of this Agreement, any change of ownership of the proposer shall constitute an assignment which requires City approval. However, this Agreement shall run to the benefit of the City and its successors and assigns. 8. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Proposer shall be responsible to the City for the acts and omissions of all employees working under its directions. 9. NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 10. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder’s expense all necessary insurance in such form and amount as required by the City’s Risk & Safety Officer before beginning work under this Agreement. Proposer shall maintain such insurance in full force and effect during the life of this Agreement. Proposer shall provide to the City’s Risk & Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement. Proposer shall indemnify and save the City harmless from any damage resulting to it for failure of either Proposer or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Proposer agrees to maintain during the term of this contract: • General Liability - $1M per occ. / $2M aggregate • Automobile – $1M per occ. / $1M aggregate • Workers Comp – Statutory The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per A.M. Best’s Key Rating Guide and be licensed to do business in Florida. Policies shall be ”Occurrence” form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder’s liability insurance policies shall be endorsed to add the City of Tamarac as an “additional insured”. The Bidder’s Worker’s Compensation carrier will provide a City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self- insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self-insured retention. If the Bidder is to provide professional services. The City reserves the right to request the successful Bidder to provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. “Claims-Made” forms are acceptable for Professional Liability insurance in the event that the successful Proposer provides professional services as agreed upon with City. Contractor shall at a minimum, provide the level of coverage provided as stated in Section 10 “Insurance” of the Standard Terms and Conditions herein of this Agreement to any other organization in the Southeast Florida Governmental Purchasing Cooperative, and shall provide those agencies with their own Certificate of Insurance to validate coverage for their entity. Insurance coverage for other agencies within the Co-op shall apply only to those agencies individually. 11. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Proposer or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 12. INDEPENDENT CONTRACTOR An Agreement resulting from this solicitation does not create an employee/employer relationship between the parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City’s employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor’s activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under any potential Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor’s funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. Any potential Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 13. SCRUTINIZED COMPANIES F.S. 287.135 and 215.473 Bidder must certify that the company is not participating in a boycott of Israel. Bidder must also certify that Bidder is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or has been engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Bidder must submit the certification that is attached to this contract. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Bidder of the City's determination concerning the false certification. The Bidder shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Bidder shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Bidder does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime 14. RECORDS/AUDITS 14.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The successful Bidder shall comply with Florida’s Public Records Law. Specifically, the Contractor shall: 14.1.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 14.1.2 Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 14.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 14.1.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce any available contract remedies in force including termination of the Agreement. 14.2 During the term of the contract, the successful Bidder shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City’s Auditor. The successful Bidder agrees to make available to the City’s Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 15. UNBALANCED BIDS When a unit price Bid has variable or estimated quantities, and the Bid shows evidence of unbalanced Bid pricing, such Bid may be rejected. 16. UNIT PRICES Where a discrepancy between unit price and total price is indicated on a Proposer’s submitted Schedule of Bid Prices or Price Bid Form, the unit prices shall prevail. 17. VENUE Any Agreement resulting from this solicitation shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 18. CUSTODIAN OF RECORDS IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88th AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK@TAMARAC.ORG Remainder of Page Intentionally Blank City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime TABLE OF CONTENTS 20-21B FURNISH, DELIVER AND DISCHARGE OF QUICKLIME INVITATION TO BID ......................................................................................................................................................................................... 1 INSTRUCTIONS TO BIDDERS & STANDARD TERMS AND CONDITIONS .................................................................................................... 2 1. INTRODUCTION & AUTHORITY ...................................................................................................................................................... 2 2. TYPES OF SOLICITATIONS ISSUED BY THE CITY ........................................................................................................................ 2 3. DEFINED TERMS ............................................................................................................................................................................. 2 4. CLARIFICATION & ADDENDA ......................................................................................................................................................... 4 5. SUBMISSION OF THE BID ............................................................................................................................................................... 4 6. MODIFICATION AND WITHDRAWAL OF BID ................................................................................................................................. 5 7. REJECTION OF BIDS ....................................................................................................................................................................... 5 8. OMISSION OF DETAILS ................................................................................................................................................................... 5 9. NON-COLLUSIVE AFFIDAVIT .......................................................................................................................................................... 5 10. CONFLICT OF INTEREST ........................................................................................................................................................... 5 11. QUANTITIES................................................................................................................................................................................ 5 12. DELIVERY ................................................................................................................................................................................... 6 13. SAMPLES AND DEMONSTRATIONS ......................................................................................................................................... 6 14. PRICES, PAYMENTS, DISCOUNTS & ELECTRONIC PAYMENTS ............................................................................................ 6 15. TAXES ......................................................................................................................................................................................... 6 16. RESPONSE TABULATION.......................................................................................................................................................... 6 17. FORM AGREEMENT DOCUMENT .............................................................................................................................................. 6 18. OTHER GOVERNMENTAL ENTITIES ......................................................................................................................................... 6 19. UNBALANCED RESPONSES ..................................................................................................................................................... 6 20. INFORMATION REQUESTS AFTER DUE DATE ........................................................................................................................ 7 21. BUDGETARY CONSTRAINTS .................................................................................................................................................... 7 22. CONTINGENT FEES PROHIBITED ............................................................................................................................................. 7 23. PROHIBITION AGAINST LOBBYING ......................................................................................................................................... 7 24. PROTESTS .................................................................................................................................................................................. 7 25. WITHDRAWAL OF BID ............................................................................................................................................................... 7 26. BACKGROUND INVESTIGATION ............................................................................................................................................... 7 B. STANDARD TERMS & CONDITIONS .......................................................................................................................................................... 8 1. PERFORMANCE ............................................................................................................................................................................... 8 2. CONDITIONS OF MATERIALS ......................................................................................................................................................... 8 3. COPYRIGHTS OR PATENT RIGHTS ............................................................................................................................................... 8 4. SAFETY STANDARDS ..................................................................................................................................................................... 8 5. INSPECTION ..................................................................................................................................................................................... 8 6. TERMINATION .................................................................................................................................................................................. 8 7. ASSIGNMENT ................................................................................................................................................................................... 9 8. EMPLOYEES .................................................................................................................................................................................... 9 9. NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT ............................................................................................... 9 10. INSURANCE REQUIREMENTS ................................................................................................................................................... 9 11. INDEMNIFICATION ................................................................................................................................................................... 10 12. INDEPENDENT CONTRACTOR ................................................................................................................................................ 10 13. SCRUTINIZED COMPANIES F.S. 287.135 and 215.473 ........................................................................................................... 10 14. RECORDS/AUDITS ................................................................................................................................................................... 11 15. UNBALANCED BIDS ................................................................................................................................................................. 11 16. UNIT PRICES ............................................................................................................................................................................. 11 17. VENUE ....................................................................................................................................................................................... 11 18. CUSTODIAN OF RECORDS ...................................................................................................................................................... 11 TABLE OF CONTENTS ................................................................................................................................................................................... 12 ADVERTISEMENT INVITATION TO BID (ITB) ............................................................................................................................................... 14 SOUTHEAST FLORIDA GOVERNMENTAL ......................................................................................................................................................... 2 PURCHASING COOPERATIVE GROUP ........................................................................................................................................................ 2 SPECIAL INSTRUCTIONS .............................................................................................................................................................................. 11 1. SE FLORIDA GOVERNMENTAL COOPERATIVE PARTICIPANTS: ............................................................................................. 11 2. CONTACT INFORMATION AND QUESTIONS................................................................................................................................ 11 3. DIGITAL FORMS TO COMPLETED WITH BID ......................................................................................................................... 12 4. FORMS THAT MUST BE UPLOADED TO THE DOCUMENT UPLOAD SECTION ........................................................................ 12 SPECIAL CONDITIONS .................................................................................................................................................................................. 13 BID 20-21B ................................................................................................................................................................................................ 13 1. PURPOSE OF BID .......................................................................................................................................................................... 13 2. CONTRACT TERM ......................................................................................................................................................................... 13 3. PRICING ......................................................................................................................................................................................... 13 4. BASIS FOR ADJUSTMENT OR REJECTION OF SHIPMENTS ..................................................................................................... 14 5. DAMAGE TO EQUIPMENT ............................................................................................................................................................. 14 6. DELIVERY....................................................................................................................................................................................... 14 City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime 7. INVOICING ...................................................................................................................................................................................... 15 8. INSURANCE ................................................................................................................................................................................... 15 9. REGULATORY COMPLIANCE ....................................................................................................................................................... 15 11. CAPABILITIES OF THE SUPPLIER .......................................................................................................................................... 15 12. CONSIDERATION FOR AWARD............................................................................................................................................... 16 TECHNICAL SPECIFICATIONS ...................................................................................................................................................................... 17 BID FORM ....................................................................................................................................................................................................... 20 APPENDIX A ................................................................................................................................................................................................... 22 APPENDIX B ................................................................................................................................................................................................... 23 SAMPLE FORM AGREEMENT ....................................................................................................................................................................... 24 1. The Contract Documents .............................................................................................................................................................. 24 2. The Work ........................................................................................................................................................................................ 24 3. Insurance ....................................................................................................................................................................................... 25 4. Term ............................................................................................................................................................................................... 26 5. Contract Sum ................................................................................................................................................................................. 26 6 Payments ....................................................................................................................................................................................... 27 7 Conditions of Material ................................................................................................................................................................... 27 8 Indemnification .............................................................................................................................................................................. 27 9 Non-Discrimination & Equal Opportunity Employment ............................................................................................................... 28 10 Independent Contractor ........................................................................................................................................................... 28 11 Assignment and Subcontracting ............................................................................................................................................. 29 12 Notice ........................................................................................................................................................................................ 29 13 Termination ............................................................................................................................................................................... 29 14 Uncontrollable Forces .............................................................................................................................................................. 30 15 Agreement Subject to Funding ................................................................................................................................................ 30 16 Venue ........................................................................................................................................................................................ 30 17 Signatory Authority .................................................................................................................................................................. 30 18 Severability; Waiver of Provisions .......................................................................................................................................... 30 19 Merger; Amendment ................................................................................................................................................................. 30 20 No Construction Against Drafting Party ................................................................................................................................. 30 21 Scrutinized Companies -- 287.135 AND 215.473 ..................................................................................................................... 31 22 Public Records ......................................................................................................................................................................... 31 23 Public Records Custodian ....................................................................................................................................................... 32 City of Tamarac Purchasing and Contracts Division IFB 20-21B – Furnish, Delivery & Discharge of Quicklime August 12, 2020 20-21B ADVERTISEMENT INVITATION TO BID (ITB) ALL QUALIFIED BIDDERS: Sealed Bids, addressed to the Purchasing and Contracts Division of the City of Tamarac, Broward County, Florida, will be received electronically via the City’s encrypted procurement management system, bids&tendersTM until 3:00 PM local time, Monday, August 31, 2020 for: Furnish, Deliver and Discharge Quicklime The City of Tamarac is hereby requesting Bids, from qualified Contractors, to Furnish, Deliver and Discharge Quicklime at the City of Tamarac Water Plant property at 7803 NW 61st Street, and on behalf of agencies in The South Florida Governmental Purchasing Cooperative as listed within the Bid document. Sealed Bids must be received electronically via the City’s encrypted procurement management system, bids&tendersTM on or before the date and time referenced above. Any Bids received after 3:00 PM on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Bid is received will be resolved against the Bidder. City reserves the right to reject any or all Bidder, to waive any informalities or irregularities in any Bids received, to re-advertise for Bids, to award in whole or in part to one or more Bidders, or take any other such actions that may be deemed to be in the best interests of the City. Bid documents may be obtained electronically ONLY at: https://tamarac.bidsandtenders.org/Module/Tenders/en. Sincerely, Keith K. Glatz, CPPO Purchasing & Contracts Manager Virtual Bid Opening Ceremony to be held at 3:00 P.M. on August 31, 2020. The public may access the Bid Opening Ceremony at the following link via Microsoft Teams: Join Microsoft Teams Meeting +1 954-289-2459 United States, Fort Lauderdale (Toll) Conference ID: 513 062 477# Publish Sun-Sentinel: 08/16/2020 IFB 20-21B – Furnish, Delivery & Discharge of Quicklime SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE GROUP TO OUR PROSPECTIVE CONTRACTORS: The attached Invitation for Bid or Request for Proposal represents a cooperative procurement for the Southeast Florida Governmental Purchasing Cooperative Group. For the past several years, approximately forty-five (45) government entities have participated in Cooperative Purchasing in Southeast Florida. The Southeast Florida Governmental Purchasing Cooperative Group was formed in an effort to provide cost savings and cost avoidances to all entities by utilizing the buying power of combined requirements for common, basic items. The Government Agencies participating in this particular procurement and their respective delivery locations are listed in the attached document. Southeast Florida Governmental Purchasing Cooperative Group Procurement Operational Procedures: • All questions concerning this procurement should be addressed to the issuing agency, hereinafter referred to as the “lead agency”. All responses are to be returned in accordance with the instructions contained in the attached document. Any difficulty with participating agencies referenced in this award must be brought to the attention of the lead agency. • Each participating governmental entity will be responsible for awarding the contract, issuing its own purchase orders, and for order placement. Each entity will require separate billings, be responsible for payment to the Contractor(s) awarded this contract, and issue its own tax exemption certificates as required by the Contractor. • The Contract/purchase order terms of each entity will prevail for the individual participating entity. Invoicing instructions, delivery locations and insurance requirements will be in accordance with the respective agency requirements. • Any reference in the documents to a single entity or location will, in fact, be understood as referring to all participating entities referenced in the documents and cover letter unless specifically noted otherwise. • The awarded Contractor(s) shall be responsible for advising the lead agency of those participants who fail to place orders as a result of this award during the contract period. • The Contractor(s) shall furnish the Lead Agency a detailed Summary of Sales semi-annually during the contract period. Sales Summary shall include contract number(s), contractor’s name, the total of each commodity sold during the reporting period and the total dollar amount of purchases by commodity. • Municipalities and other governmental entities which are not members of the Southeast Florida Governmental Purchasing Cooperative Group are strictly prohibited from utilizing any contract or purchase order resulting from this bid award. However, other Southeast Florida Governmental Purchasing Cooperative Group members may participate in this contract for new usage, during the contract term, or in any contract extension term, if approved by the lead agency. New Southeast Florida Governmental Purchasing Cooperative Group members may participate in any contract on acceptance and approval by the lead agency. • None of the participating governmental entities shall be deemed or construed to be a party to any contract executed by and between any other governmental entity and the Contractor(s) as a result of this procurement action. “WORKING TOGETHER TO REDUCE COSTS” City of Tamarac Purchasing and Contracts Division 11 SPECIAL INSTRUCTIONS BID 20-21B FURNISH, DELIVER AND DISCHARGE OF QUICKLIME 1. SE FLORIDA GOVERNMENTAL COOPERATIVE PARTICIPANTS: Below is a list of the agencies participating in this bid and their respective delivery locations: AGENCY DELIVERY ADDRESS CITY/STATE/ZIP CONTACT PHONE / E-MAIL City of Boynton Beach 124 E. Woolbright Rd. Boynton Beach 33435 David Roland 561/742-6434 RolandD@bbfl.us Broward County Dist. 1A 3701 N State Road 7 Lauderdale Lakes 33319 Pedro Berrios 954/831-4115 / 954/553-0653 Cell PBerrios@broward.org Broward County Dist. 2A 1390 NE 50th St. Deerfield Beach 33064 Jose Otero 954/831-4127 / 954/234-1034 Cell JOtero@broward.org City of Coral Springs 3800 NW 85th Avenue Coral Springs 33065 Alvan Jones 954/345-2162 ajones@coralsprings.org City of Dania Beach 1201 Stirling Road Dania Beach 33004 Nate Costa 954/924-6808 x3616 ncosta@daniabeachfl.gov City of Delray Beach 201 SW 7th St. Delray Beach 33444 Bryan Heller 561/531-0817 HellerB@mydelraybeach.com Town of Davie 3500 NW 76th Avenue Hollywood, FL 33024 Raul Sotelo 954/327-3748 Raul_sotelo@davie-fl.gov City of Deerfield Beach 290 Goolsby Blvd. Deerfield Beach 33442 Joshua Niemann 954/480-4373 Jniemann@Deerfield-Beach.com City of Fort Lauderdale 949 NW 38th Street Oakland Park, 33309 Cesar Alza 954/828-7865 calza@fortlauderdale.gov City of Hallandale Beach 630 NW 2nd Street Hallandale 33009 John Fawcett 954/457-1632 jfawcett@cohb.org City of Hollywood 3441 Hollywood Blvd. Hollywood 33021 Luis Montoya 954/967-4230 lmontoya@hollywoodfl.org City of Hollywood 1621 N. 14th Avenue Hollywood 33022 Coy Mathis Joel Blanco 954/921-3288 cmathis@hollywoodfl.org jblanco@hollywoodfl.org City of Lake Worth Beach 301 College Street Lake Worth Beach, 33460 Tim Sloan 561/586-1636 TSloan@LakeWorthBeachFL.Gov City of Lauderhill 2101 NW 49th Avenue Lauderhill 33313 Lurleen Evans 954/730-2972 / 954-730-4225 Levans@lauderhill.fl.gov City of Margate 980 NW 66 Ave. Margate 33063 Richard Uber 954/972-0828 ruber@margatefl.com City of North Lauderdale 841 NW 71st Avenue North Lauderdale 33068 Neil Buckeridge 954/597-4757 NBuckeridge@NLauderdale.org City of North Miami 12098 NW 11 Ave. North Miami 33168 Pavel Vida 305/953-2854 PVida@northmiamiFL.gov City of North Miami Beach 19150 NW 8th Avenue Miami Gardens 33169 Moises Sierra / Carlos Carrazana 787/406-9628 305/650-0000 Moises.sierraortiz@jacobs.com Carlos.carrazana@Citynmb.com Village of Palm Springs 360 Davis Road Palm Springs 33461 Dave Burgin 561/635-4282 dburgin@vpsfl.org Village of Palm Springs 5618 Basil Drive West Palm Beach 33415 Dave Burgin 561/635-4282 dburgin@vpsfl.org City of Pembroke Pines 7960 Johnson Street Pembroke Pines 33024 Michael Cepeda 786/644-8762 michael.cepeda@jacobs.com City of Pompano Beach 301 NE 12th Street Pompano Beach 33060 Phil Hyer 954/545-7030 Phil.hyer@copbfl.com City of Riviera Beach 800 W. Blue Heron Blvd. Riviera Beach 33404 David Danford 561/723-9973 ddanford@rivierabeach.org City of Sunrise 4350 Springtree Drive Sunrise 33351 Roal Small 954/572-2424 rsmall@sunrisefl.gov City of Sunrise 15450 Sludgemill Road Davie 33331 Hugo Alagic 954/434-6900 halagic@sunrisefl.gov City of Tamarac 7803 NW 61st Street Tamarac 33321 Anthony Licata 954/597-3777 anthony.licata@tamarac.org Village of Wellington 1100 Wellington Trace Wellington 33414 Karla Berroteran- Castellon 561/753-2465 kberroteran@wellingtonfl.gov City of West Palm Beach 1009 Banyan Blvd. West Palm Beach 33401 Sandra Feliciano 561/822-2290 sfeliciano@wpb.org City of Tamarac Purchasing and Contracts Division 12 2. CONTACT INFORMATION AND QUESTIONS For inquiries regarding this solicitation Bidders must submit questions online at https://tamarac.bidsandtenders.org/Module/Tenders/en. Once on the webpage bidder should click the solicitation they are interested in and click the “Submit a Question Button”. All questions will be reviewed by the City and answered in the form of an addendum which will be uploaded to the City’s website and available for all firms registered as plan holders. An example screen shot of how to submit a question is shown below: 3. DIGITAL FORMS TO COMPLETED WITH BID The following fillable digital forms have been created and must be submitted / acknowledged with each bid: Certification Vendor Drug-Free Workplace Bidder’s Qualification Statement References Boycotting Israel or Scrutinized Companies List APPENDIX A – Part 1 – Contractor Pass Request Contact Information APPENDIX A – Part 2 – Contractor Pass Request - List of Contractor Employees Requiring Access to Facilities. 4. FORMS THAT MUST BE UPLOADED TO THE DOCUMENT UPLOAD SECTION The following forms must be filled out, scanned back and uploaded to the defined section below: Document Upload # Required forms to be printed out, filled out, scanned back in and uploaded Document Upload 1: Non-Collusive Affidavit and Acknowledgment Non-Collusive Affidavit Document Upload 2: Certified Resolution Document Upload 4: Certificate of Insurance Proof of Requirements Document Upload 5: W9 Document Upload 6: Vendor Narrative to address any issues as requested in the bid document. (Please address any items to respond to requests for Licenses, product specifications or other items required.) Failure to provide the requested attachments may result in your bid being deemed non- responsive. City of Tamarac Purchasing and Contracts Division 13 SPECIAL CONDITIONS BID 20-21B FURNISH, DELIVER AND DISCHARGE OF QUICKLIME 1. PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified bidders, to supply quicklime per the conditions and specifications contained in this document. This is a Cooperative Invitation to Bid issued by the City of Tamarac on behalf of the participating governmental entities of the Southeast Florida Governmental Purchasing Cooperative, referenced within this bid document. All quantities given are estimates of annual usage and may be increased or decreased to meet the requirements of each participant. No warranty is given or implied as to the exact quantities that will be used during the term of this contract. 2. CONTRACT TERM The contract term shall be for an initial period of three (3) years, beginning November 1, 2020. The City reserves the right to renew the contract for three (3) additional one (1) year periods, providing all parties agree to the extension and renewal terms. 3. PRICING Prices quoted shall be F.O.B. destination, according to the rate in effect on the date set forth in the proposal and shall include all fuel surcharges and demurrage charges. A. Contract Pricing shall be based on delivered cost per ton. The Contract sum includes all labor, materials and freight charges. Pricing will be subject to adjustment on a quarterly basis in accordance with Section 3.C, “Escalation / De-escalation” shown herein. B. In consideration of fluctuations in fuel prices, the City will allow rail and trucking fuel surcharges during the term of the contract. Rail Surcharge – The rail fuel surcharge rate will be based on actual contracts, invoices or published rates of the contractor’s rail carrier. Contractor shall provide documentation regarding the rail carrier’s pricing as a part of the request for an adjustment to the rail surcharge. No surcharge will be applied on top of another one. The Bidder should provide a rail fuel surcharge schedule as part of their bid submittal in the area provided in Appendix B herein. Trucking Surcharge - The truck fuel surcharge rate will be based on the Trucking Fuel Surcharge Scale contained in Appendix B herein, which shall be determined by referencing the U.S. On-Highway Diesel Fuel Prices – U.S. (Average), as published by the U.S. Department of Energy, Energy Information Administration (DOE) for the third Monday of the final month of each quarter. The truck fuel surcharge will be applied to the base contract price per ton of quicklime transported effective with the start of the next quarter. No surcharge will be applied on top of another one. The bidder shall utilize the trucking fuel surcharge scale included in Appendix B as a basis for adjustment, and surcharge adjustments will be based on that scale. The DOE Retail On-Highway Diesel Price – US Average index may be found at: https://www.eia.gov/petroleum/gasdiesel/ . C. Escalation/De-escalation: 1. The City will accept price adjustments on a quarterly basis on January 1st, April 1st, July 1st and October 1st of each year. The Contractor must submit sufficient documentation to be given consideration for a price increase and must pass-on a price decrease when the Contractor’s costs are reduced. Approved documentation may include, but not be limited to published U.S. Department of Energy (DOE) reports on coal costs, Platt’s Coal Index, U.S. Bureau of Labor Statistics (BLS) City of Tamarac Purchasing and Contracts Division 14 reports on Producer Price Index (PPI) for all commodities, U.S. Energy Information Administration WTI publications on spot crude oil prices, BLS Electric Power Generation, Transmission and Distribution Index, BLS Crushed and Broken Limestone Index, BLS mining Machinery and Equipment Index; and copies of vendor monthly internal cost reports and/or actual invoices. The bidder will need to validate to the City, which sources will be used to justify price adjustments prior to commencement of work under the agreement issued as the result of this invitation for bid. The City reserves the right to exercise final approval of the sources to be used for price adjustment justification. 2. Rail and Truck freight charges and changes for transfer costs require written verification from vendor’s freight and transfer subcontractors, provided to the Purchasing & Contracts Division prior to initial contract term expiration of the Agreement. All Rail and Truck fuel surcharges will be applied initially on November 1, 2020, subject to change in accordance with the schedule provided in Section 3.C.1 herein. 3. The City acknowledges that Contractor’s rail and truck carriers adjust fuel surcharges monthly. The Contractor will apply fuel surcharges for each quarter based on the amount of the rail and truck fuel surcharges in effect for the month preceding the quarterly price change as calculated in accordance with Special Conditions Section 3.B “Pricing”, herein and utilizing Appendix B to this bid. 4. Cost adjustments, in all cases, shall reflect only a direct pass-through of costs, and no changes to the Contractor’s profit margin shall be permitted. The City and the Contractor may also utilize recognized government/industry indices or combination of indices to be mutually agreed upon by the City and Contractor, when determining price increases. The City reserves the right to allow the Contractor to utilize alternative indices for price adjustment justification; however, the Contractor will only be allowed to change these indices at the time of any potential contract renewal, unless the index or indices cease publication, in which case the Contractor will be allowed to make changes to for any discontinued index during the contract period. The City reserves final judgement in the determination of the acceptance of specific indices to be utilized for the justification of price adjustments. 4. BASIS FOR ADJUSTMENT OR REJECTION OF SHIPMENTS The City reserves the right to reject, at the Bidder's expense, any shipment that fails to meet the specifications listed herein. The Bidder shall be given twenty-four (24) hours after failure notification to arrange for independent laboratory analysis of one (1) of the retained samples from said shipment. 5. DAMAGE TO EQUIPMENT If it is determined that the Bidder has shipped a product other than that specified, resulting in equipment damage, the Bidder shall assume full responsibility for the cost of repairs. 6. DELIVERY Bidder shall be capable of and agree to the following: A. Delivery 24-hours per day, seven days per week. B. Furnish a weight certification with each shipment. Certificate shall indicate gross, tare and net weights. C. As may be requested by using department, provide a physical and chemical analysis with each delivery. The analysis shall be certified and performed by a reputable testing laboratory. A one (1) pound airtight sample must accompany each shipment. City of Tamarac Purchasing and Contracts Division 15 D. Deliver to the designated facilities and discharge product pneumatically into the specified storage tank. E. The risk of loss, injury or destruction, regardless of the cause, shall be on the Bidder until the delivery of goods to the designated City or agency location. Title to the goods shall pass to the City or agency upon delivery and acceptance. 7. INVOICING Invoice shall indicate Purchase Order number, Unit price, extension, total billed and any allowable cash discounts. 8. INSURANCE Bidders shall submit copies of their current insurance certificates with the bid as refernced in the General Terms and Conditions. Failure to do so may cause rejection of the Bid. 9. REGULATORY COMPLIANCE The Bidder shall submit a statement that the product or chemicals added to the drinking water conforms to the National Sanitation Foundation (NSF) Standard 60 (or referenced alternative standards). 10. SECURITY The awarded Contractor shall be required to complete the and upload the "Contractor Pass Request Form" (See attached Exhibit A), with photo identification of all personnel authorized to be on premises at City delivery sites. This form will be sent to the awarded vendor(s) with the notification of award letter. Personnel additions and/or deletions shall be reported to the City's designated representative in writing, via fax to a number to be provided by the using agency, within twenty four (24) hours of the personnel change, by modification of the names submitted on the original Contractor Pass Request Form. All personnel shall check-in with the Security Guard or Operator on duty immediately upon arrival at any delivery location. Photo identification, purpose of visit, and name of City staff contact, shall be required for entry. Vendor shall ensure that only authorized vendor employees and/or authorized City personnel shall have access to Vendor/City vehicles, work site, equipment, work products, reports, electronic data and any/all other information pertaining to the City. Vendor shall not admit any unauthorized personnel onto any work site. Vendor will not release, discuss or share any information on systems, equipment and/or operations, to any non-City personnel. Upon leaving premises, all personnel shall be required to check out with the Security Guard or Operator on duty. The awarded Contractor shall be held responsible for complying with these procedures. 11. CAPABILITIES OF THE SUPPLIER Suppliers of Quicklime under any Agreement resulting from this Invitation for Bid should be actively engaged in the actual production of Quicklime, and may be requested to demonstrate that the firm has the adequate equipment, supplies and labor required to produce the finished material and maintain production of Quicklime, and a continuity of supply to agencies within the Southeast Florida Governmental Purchasing Cooperative. The Supplier must have appropriate reliable distribution channels to transport, deliver and discharge quicklime at the requested delivery locations included herein. Additionally, the firm may be requested to provide copies of its most recent audited financial statement demonstrating that the firm has the necessary financial capability to meet the requirements of agencies within the Southeast Florida Governmental Purchasing Cooperative, as well as information that demonstrates the past experience in making compliant product deliveries for large quantities of quicklime at water treatment facilities similar to City of Tamarac Purchasing and Contracts Division 16 those used by the City. The Bidder will be required to respond to questions included in the Bids and Tenders electronic solicitation document. 12. CONSIDERATION FOR AWARD The City reserves the right to consider a Bidders history of citations and/or violations of environmental regulations in determining a Bidder's responsibility, and further reserves the right to declare a bidder not responsible if the history of violations warrants such determination. A complete history of all citations, violations, notices or dispositions shall be submitted with bid. The non-submission of any such documentation shall be deemed an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of any citation or violation received after the Bid opening date and during the time of performance of any contract awarded to Bidder. Other considerations for award include: A. The ability and capacity of the Bidder to perform the requirements of the bid. B. The availability and quality of the Bidder's product to the required use. Remainder of Page Intentionally Blank City of Tamarac Purchasing and Contracts Division 17 TECHNICAL SPECIFICATIONS BID NO. 20-21B FURNISH, DELIVER AND DISCHARGE OF QUICKLIME Type 1: Pebble lime, bulk must be in accordance with American National Standards Institute (ANSI) approved American Water Works (AWWA) Standard Specification B-202-02. The following requirements and testing procedures are applicable. (A) Slaking Rate Minimum temperature rise after three (3) minutes slaking time shall be 40 degrees Centigrade. (B) Calcium Oxide (CaO) Content Shall contain a minimum of 92% free lime. (C) Residue After Slaking Residue shall not be more than 2% by weight on 30 mesh sieve. (D) Sampling Procedure 1. Approximately 10 pounds of lime shall be taken by random sampling during the time that each shipment is being unloaded. Material is to be immediately placed in airtight containers to minimize contact with air. This ten-pound sample shall be used for testing. 2. The sample will be quartered and each of the four (4) quarters shall be placed in airtight containers. One quarter (1/4) will be used by the City’s laboratory for analysis. Two quarters (2/4) will be set aside for use by the Bidder and a referee laboratory in the event of a dispute. City will use the final quarter in the event of a dispute. (E) Testing Procedures 1. Slaking Rate As covered in ANSI/AWWA Specifications, B-202-02, Section 5.4. 2. Calcium Oxide As covered in ANSI/AWWA Specifications, B-202-02, Section 5.3.2. 3. Residue After Slaking As covered in ANSI/AWWA Specifications, B-202-02, Section 5.5. (F) Pebble Size: -1/2” x 5 mesh (-1/2” x 0.157”) Type 1A: Foundry or Rice lime, bulk must be in accordance with American National Standards Institute (ANSI) approved American Water Works (AWWA) Standard Specification B-202-02. The following requirements and testing procedures are applicable. (A) Slaking Rate Minimum temperature rise after three (3) minutes slaking time shall be 40 degrees Centigrade. (B) Calcium Oxide (CaO) Content Shall contain a minimum of 89% free lime. (C) Residue After Slaking Residue shall not be more than 2% by weight on 30 mesh sieve. City of Tamarac Purchasing and Contracts Division 18 (D) Sampling Procedure 1. Approximately 10 pounds of lime shall be taken by random sampling during the time that each shipment is being unloaded. Material is to be immediately placed in airtight containers to minimize contact with air. This ten-pound sample shall be used for testing. 2. The sample will be quartered and each of the four (4) quarters shall be placed in airtight containers. One quarter (1/4) will be used by the City’s laboratory for analysis. Two quarters (2/4) will be set aside for use by the Bidder and a referee laboratory in the event of a dispute. City will use the final quarter in the event of a dispute. (E) Testing Procedures 1. Slaking Rate As covered in ANSI/AWWA Specifications, B-202-02, Section 5.4. 2. Calcium Oxide As covered in ANSI/AWWA Specifications, B-202-02, Section 5.3.2. 3. Residue After Slaking As covered in ANSI/AWWA Specifications, B-202-02, Section 5.5. (F) Foundry/Rice Size: -5 mesh x 14 mesh (0.157” x 0.0555”) Type 2. Hi-Cal, Granular lime, bulk must be in accordance with American National Standards Institute (ANSI) approved American Water Works (AWWA) Standard Specification B-202-02. The following requirements and testing procedures are applicable. (A) Slaking Rate: Minimum temperature rise after three (3) minutes slaking time shall be 40 degrees Centigrade. (B) Calcium Oxide (CaO) Content Shall contain a minimum of 92% free lime total, and a minimum of 87% available CaO, per ASTM C-25 method. (C) Residue After Slaking Residue shall not be more than 2% by weight on 30 mesh sieve. (D) Sampling Procedure 1. Approximately 10 pounds of lime shall be taken by random sampling during the time that each shipment is being unloaded. Material is to be immediately placed in airtight containers to minimize contact with air. This ten-pound sample shall be used for testing. 2. The sample will be quartered and each of the four (4) quarters shall be placed in airtight containers. One quarter (1/4) will be used by the City’s laboratory for analysis. Two quarters (2/4) will be set aside for use by the Bidder and a referee laboratory in the event of a dispute. City will use the final quarter in the event of a dispute. City of Tamarac Purchasing and Contracts Division 19 (E) Testing Procedures 1. Slaking Rate As covered in ANSI/AWWA Specifications, B-202-02, Section 5.4. 2. Calcium Oxide As covered in ANSI/AWWA Specifications, B-202-02, Section 5.3.2. 3. Residue After Slaking As covered in ANSI/AWWA Specifications, B-202-02, Section 5.5. (F) Sizing: Granular product U.S. sieves size 0” x 1/8”. Bulk density average of 63 lb. per cubic foot. Remainder of Page Intentionally Blank City of Tamarac Purchasing and Contracts Division 20 BID FORM INVITATION FOR BID IFB 20-21B FURNISH, DELIVER AND DISCHARGE OF QUICKLIME NOTE: THIS FORM IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY!! ALL PRICING MUST BE SUBMITTED ELECTRONICALLY THROUGH THE CITY’S BIDS & TENDERS PLATFORM!! We propose to furnish the following in conformity with the specifications. The bid prices quoted are certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. Rail and Truck fuel surcharges are not included on the spreadsheet below and will be invoiced as separate line items per the requirements outlined in Section 3, “Pricing” of the Special Conditions herein. To assure continuity of supply, it is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to award the bid on a split order basis, lump sum (preferred) or individual item basis unless otherwise stated. AGENCY DELIVERY ADDRESS ANNUAL USAGE PRICE PER TON FREIGHT CHARGE TOTAL COST DELIVERED Type 1 – Pebble Lime Broward County Dist. 1 3701 N State Road 7 2500 $_______ $_______ $_________ Broward County Dist. 2 1390 NE 51 St. 4500 $_______ $_______ $_________ City of Coral Springs (1) 3800 NW 85th Avenue, Coral Springs 1352 $_______ $_______ $_________ Town of Davie 3500 NW 76th Avenue, Hollywood 1000 $_______ $_______ $_________ City of Dania Beach 1201 Stirling Road, Dania Beach 350 $_______ $_______ $_________ City of Deerfield Beach 290 Goolsby Blvd. – West Plant, Deerfield Beach 1415 $_______ $_______ $_________ City of Fort Lauderdale (2) 949 NW 38th St., Ft. Lauderdale 11500 $_______ $_______ $_________ City of Hallandale Beach (3) 630 NW 6th Avenue, Hallandale Beach 900 $_______ $_______ $_________ City of Lake Worth Beach 301 College St., Lake Worth Beach 525 $_______ $_______ $_________ City of Lauderhill 2101 NW 49th Avenue, Lauderhill 1825 $_______ $_______ $_________ City of North Lauderdale 841 NW 71st Avenue, North Lauderdale 650 $_______ $_______ $_________ City of North Miami 12098 NW 11th Ave, North Miami 1150 $_______ $_______ $_________ Village of Palm Springs 360 David Road, Palm Springs 600 $_______ $_______ $_________ Village of Palm Springs 5618 Basil Drive, West Palm Beach 600 $_______ $_______ $_________ City of Pompano Beach 301 NE 12th Street, Pompano Beach 2200 $_______ $_______ $_________ City of Riviera Beach 800 W. Blue Heron Blvd., Riviera Beach 588 $_______ $_______ $_________ City of Tamarac Purchasing and Contracts Division 21 AGENCY DELIVERY ADDRESS ANNUAL USAGE PRICE PER TON FREIGHT CHARGE TOTAL COST DELIVERED City of Sunrise 4350 Springtree Drive, Sunrise 2400 $_______ $_______ $_________ City of Sunrise 15400 Sludge Mill Road, Davie 600 $_______ $_______ $_________ Village of Wellington 1100 Wellington Trace, Wellington 1330 $_______ $_______ $_________ TYPE 1A – Foundry/ Rice Lime City of Boynton Beach 124 E. Woolbright Rd., Boynton Beach 1685 $_______ $_______ $_________ City of Delray Beach 201 SW 7th St., Delray Beach 3650 $_______ $_______ $_________ City of Hollywood 3441 Hollywood Blvd., Hollywood 2400 $_______ $_______ $_________ City of Margate 980 NW 66th Ave, Margate 2000 $_______ $_______ $_________ City of North Miami Beach 19150 NW 8th Ave, Miami Gardens 3000 $_______ $_______ $_________ City of Pembroke Pines 7960 Johnson Street, Pembroke Pines 4200 $_______ $_______ $_________ City of Tamarac 7803 NW 61st Street, Tamarac 1500 $_______ $_______ $_________ City of West Palm Beach 1009 Banyan Blvd., West Palm Beach 5200 $_______ $_______ $_________ TYPE 2 -- Hi CAL Granular City of Hollywood Wastewater, 1621 N14th Ave, Hollywood 5550 $_______ $_______ $_________ Total Annual Tonnage 65,170 $_________ Delivery Location Special Conditions: (1) Coral Springs – Must deliver between 8:00AM and 4:00PM Monday to Friday ONLY. (2) Fort Lauderdale – Must deliver between 7:00AM and 3:00 Daily. (3) Hallandale Beach – Delivery to be made by a tanker truck @ 25 Tons/shipment. Lime to be pneumatically transferred from truck to silo. Delivery must be within 3 days of order. City of Tamarac Purchasing and Contracts Division 22 APPENDIX A CONTRACTOR PASS REQUEST THIS FORM IS AVAILABLE ON THE CITY’S ELECTRONIC SOLICITATION SITE, BIDS & TENDERS, AND BIDDERS MUST PROVIDE INFORMATION IN THE DESIGNATED AREA WITHIN THE BID DOCUMENT. (BIDDER MAY ADD ADDITIONAL ROWS.) Vendor Name: Vendor Address: Vendor Contact Name: Vendor Contact Phone Number: List of Contractor Employees Requiring Entry to Facilities (Attach copy of Picture Identification for all persons listed below) Name Work to be Performed City of Tamarac Purchasing and Contracts Division 23 APPENDIX B 2020 TRUCK FUEL SURCHARGE SCALE Truck Fuel Surcharges are a percentage of the truck freight rate for product movement from the bidder’s distribution origin to the customer’s site. Truck Fuel Surcharges are subject to change quarterly. • The percentage of the Monthly Truck Fuel Surcharge is computed by determining the Department of Energy’s DOE Retail On-Highway Diesel Price – US Average index may be found at: published on the 3rd Monday of the last month of the quarter. DOE Diesel Prices may be found at the following website: https://www.eia.gov/petroleum/gasdiesel/ • Percentages change .5% for every $0.05 per gallon price change DIESEL FUEL PRICE FS = % OF DIESEL FUEL PRICE FS = % OF NATIONAL AVERAGE FREIGHT RATE NATIONAL AVERAGE FREIGHT RATE $1.75 0.00% $3.00 13.00% $1.80 1.00% $3.05 13.50% $1.85 1.50% $3.10 14.00% $1.90 2.00% $3.15 14.50% $1.95 2.50% $3.20 15.00% $2.00 3.00% $3.25 15.50% $2.05 3.50% $3.30 16.00% $2.10 4.00% $3.35 16.50% $2.15 4.50% $3.40 17.00% $2.20 5.00% $3.45 17.50% $2.25 5.50% $3.50 18.00% $2.30 6.00% $3.55 18.50% $2.35 6.50% $3.60 19.00% $2.40 7.00% $3.65 19.50% $2.45 7.50% $3.70 20.00% $2.50 8.00% $3.75 20.50% $2.55 8.50% $3.80 21.00% $2.60 9.00% $3.85 21.50% $2.65 9.50% $3.90 22.00% $2.70 10.00% $3.95 22.50% $2.75 10.50% $4.00 23.00% $2.80 11.00% $4.05 23.50% $2.85 11.50% $4.10 24.00% $2.90 12.00% $4.15 24.50% $2.95 12.50% $4.20 25.00% City of Tamarac Purchasing and Contracts Division 24 SAMPLE FORM AGREEMENT BETWEEN THE CITY OF TAMARAC AND (SUCCESSFUL BIDDER) NOTE: THIS IS A SAMPLE AGREEMENT DOCUMENT IS PROVIDED FOR INFORMATIONOAL PURPOSES ONLY!! ACTUAL AGREEMENT DOCUMENT WILL BE COMPLETED BY THE SUCCESSFUL BIDDER AT TIME OF AWARD!! THIS AGREEMENT is made and entered into this day of , 20__ by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the “CITY”) and , a corporation with principal offices located at (the “Contractor”) to provide for . Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1. The Contract Documents The contract documents consist of this Agreement, Bid Document No. 20-21B, “Furnish, Deliver and Discharge Quicklime”, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor’s bid/proposal included herein, and all modifications issued after execution of this Agreement; and Contract Exhibit A, which is a schedule of delivered pricing for individual delivery locations. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between Bid Document No. 20-21B, “Furnish Deliver and Discharge Quicklime”, as issued by the City, and the Contractor’s Proposal, Bid Document No. 20-21B, as issued by the City shall take precedence over the Contractor’s Proposal. Furthermore, in the event of a conflict between this document and any other contract documents, this Agreement shall prevail. 2. The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to Furnish, Deliver and Discharge Quicklime in accordance with the Technical Specifications, terms and conditions contained in Bid Document 20-21B, “Furnish, Deliver and Discharge Quicklime”. 2.1.2 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor’s expense. 2.1.3 Contractor shall comply with any and all Federal, State, and local laws and City of Tamarac Purchasing and Contracts Division 25 regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 2.1.4 Contractor shall be required to complete the "Contractor Pass Request Form" (See attached Appendix A to Bid Document No. 20-21B), with photo identification of all personnel authorized to be on premises at City delivery sites. This form will be sent to the awarded vendor(s) with the notification of award letter. 2.1.5 Personnel additions and/or deletions shall be reported to the City's designated representative in writing, via fax to a number to be provided by the using agency, within twenty four (24) hours of the personnel change, by modification of the names submitted on the original Contractor Pass Request Form. 2.1.6 All personnel shall check-in with the Security Guard or Operator on duty immediately upon arrival at any delivery location. Photo identification, purpose of visit, and name of City staff contact, shall be required for entry. 2.1.7 Contractor shall ensure that only authorized Contractor employees and/or authorized City personnel shall have access to Contractor/City vehicles, work site, equipment, work products, reports, electronic data and any/all other information pertaining to the City. Contractor shall not admit any unauthorized personnel onto any work site. Contractor will not release, discuss or share any information on systems, equipment and/or operations, to any non-City personnel. 2.1.8 Upon leaving premises, all personnel shall be required to check out with the Security Guard or Operator on duty. 3. Insurance 3.1. Contractor shall obtain at Contractor’s expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City’s Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, Builder’s Risk and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City’s Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor’s Liability Insurance policies shall be endorsed to add the City as an additional insured, and shall list the City as the Certificate Holder. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor’s Liability Insurance policies. Insurance limits are outlined below: o General Liability - $1M per occ. / $2M aggregate o Automobile – $1M per occ. / $1M aggregate o Workers Comp – Statutory 3.3 Contractor shall at a minimum, provide the level of coverage provided for in Section 3.2 of this Agreement to any other organization in the Southeast Florida Governmental Purchasing Cooperative, and shall provide those agencies with their own Certificate of Insurance to validate coverage for their entity. City of Tamarac Purchasing and Contracts Division 26 4. Term The term of this Agreement shall be for an initial three (3) year period, beginning November 1, 2020 through October 31, 2023. The City reserves the right to renew this Agreement for three (3) additional one (1) years periods subject to the Contractor’s acceptance, satisfactory performance and determination that renewal will be in the best interest of the City. 5. Contract Sum The Contract Sum for the above work for entities listed in Contract Exhibit A (UNIT PRICING PROVIDED IN BID) shall be based on delivered cost per ton. The Contract sum includes all labor, materials and freight charges for the job also known as Bid No. 20-21B, “Furnish, Deliver, and Discharge Quicklime” for the Southeast Florida Government Purchasing Cooperative entities listed in Contract Exhibit A. All Terms and Conditions, except product price, freight, transfer, and rail and truck fuel surcharges shall remain firm through the term of the contract, Pricing shown in Contract Exhibit A, shall be firm for the initial contract period from November 1, 2020 through October 31, 2023, Pricing changes will thereafter be allowable on a quarterly basis in accordance with Section 5.3, “Escalation / De- escalation” shown herein. 5.1 Contract Pricing shall be based on delivered cost per ton. The Contract sum includes all labor, materials and freight charges pricing shall be firm for the initial contract period from November 1, 2020 through October 31, 2023. Pricing changes will thereafter be allowable on a quarterly basis in accordance with Section 3.C, “Escalation / De- escalation” shown herein. 5.2 In consideration of fluctuations in fuel prices, the City will allow rail and trucking fuel surcharges during the term of the contract. 5.2.2 Rail Surcharge – The rail fuel surcharge rate will be based on actual contracts, invoices or published rates of the contractor’s rail carrier. Contractor shall provide documentation regarding the rail carrier’s pricing as a part of the request for an adjustment to the rail surcharge. No surcharge will be applied on top of another one. The Bidder should provide a rail fuel surcharge schedule as part of their bid submittal in the area provided in Appendix B herein. 5.2.3 Trucking Surcharge - The truck fuel surcharge rate will be based on the Trucking Fuel Surcharge Scale contained in Appendix B herein, which shall be determined by referencing the Retail On-Highway Diesel Price – U.S. Average, as published by the U.S. Department of Energy, Energy Information Administration (DOE) for the third Monday of the final month of each quarter. The truck fuel surcharge will be applied to the base contract price per ton of quicklime transported effective with the start of the next quarter. No surcharge will be applied on top of another one. The bidder shall utilize the trucking fuel surcharge scale included in Appendix B as a basis for adjustment, and surcharge adjustments will be based on that scale. The DOE Retail On-Highway Diesel Price – US Average index may be found at: http://tonto.eia.doe.gov/oog/info/wohdp/diesel_detail_report_combined.asp 5.3 Escalation/De-escalation: 5.3.1 The City will accept price adjustments on a quarterly basis on January 1st, April 1st, July 1st and October 1st of each year. The Contractor must submit sufficient documentation to be given consideration for a price increase, and must pass-on a price decrease when the Contractor’s costs are reduced. Approved documentation includes, but is not limited to published U.S. Department of Energy (DOE) reports on coal costs, Platt’s Coal Index, U.S. Bureau of Labor City of Tamarac Purchasing and Contracts Division 27 Statistics (BLS) reports on Producer Price Index (PPI) for all commodities, U.S. Energy Information Administration WTI publications on spot crude oil prices, BLS Electric Power Generation, Transmission and Distribution Index, BLS Crushed and Broken Limestone Index, BLS mining Machinery and Equipment Index; and copies of vendor monthly internal cost reports and/or actual invoices. 5.3.2 Rail and Truck freight charges and changes for transfer costs require written verification from vendor’s freight and transfer subcontractors, provided to the Purchasing & Contracts Division prior to initial contract term expiration of the Agreement. All Rail and Truck fuel surcharges will be applied initially on November 1, 2020, subject to change in accordance with the schedule provided in Section 3.C.1 herein. 5.3.3 The City acknowledges that Contractor’s rail and truck carriers adjust fuel surcharges monthly. The Contractor will apply fuel surcharges for each quarter based on the amount of the rail and truck fuel surcharges in effect for the month preceding the quarterly price change as calculated in accordance with Section 5.2 of this Agreement, utilizing Appendix B to the original bid #20-21B. At the end of each quarter, the Contractor will process a “true up” by comparing the actual monthly rail and truck fuel surcharges for the quarter to the rail and truck fuel surcharges implemented at the time of the quarterly price change. Based on this comparison, the Contractor will issue the City a credit or debit that represents the variance. 5.3.4 Cost adjustments, in all cases, shall reflect only a direct pass-through of costs, and no changes to the Contractor’s profit margin shall be permitted. The City and the Contractor may also utilize recognized government/industry indices or combination of indices to be mutually agreed upon by the City and Contractor, when determining price increases. 6 Payments A monthly payment will be made for work that is completed, accepted and properly invoiced. The City shall pay the Contractor for work performed subject to the specifications of Bid 20-21B. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII; Chapter 218. 7 Conditions of Material All materials and products supplied by the Bidder in conjunction with this bid shall conform to the specifications of the bid. The City reserves the right to return the product to the Bidder and require the delivery of new product at no cost to the City. 8 Indemnification 8.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys’ fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. City of Tamarac Purchasing and Contracts Division 28 8.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. i. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. ii. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 8.3 The City and Contractor recognize that various provisions of this Agreement, including but not limited to this Section, provide for indemnification by the Contractor and requires a specific consideration be given there for. The Parties therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by Contractor. Furthermore, the City and Contractor understand and agree that the covenants and representations relating to this indemnification provision shall serve the term of this Agreement and continue in full force and effect as to the City’s and the Contractor’s responsibility to indemnify. 8.4 Nothing contained herein is intended nor shall be construed to waive City’s rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 9 Non-Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 10 Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City’s employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor’s activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor’s funds provided for City of Tamarac Purchasing and Contracts Division 29 herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 11 Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 12 Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR 13 Termination 13.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 13.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the material terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. City of Tamarac Purchasing and Contracts Division 30 14 Uncontrollable Forces 14.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 14.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 15 Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16 Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17 Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18 Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non-enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19 Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 20 No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. City of Tamarac Purchasing and Contracts Division 31 21 Scrutinized Companies -- 287.135 AND 215.473 21.1 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. 21.2 Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 22 Public Records 22.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida’s Public Records Law. Specifically, the Contractor shall: 22.1.1 Keep and maintain public records required by the City in order to perform the service; 22.1.2 Upon request from the City’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 22.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City. 22.1.4 Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City’s custodian of public records in a format that is compatible with the information technology systems of the City. 22.2 During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City’s Auditor. The Contractor agrees to make available to the City’s City of Tamarac Purchasing and Contracts Division 32 Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 23 Public Records Custodian IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK@TAMARAC.ORG Remainder of Page Intentionally Blank City of Tamarac Purchasing and Contracts Division 33 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its duly authorized to execute same. CITY OF TAMARAC Michelle J. Gomez, Mayor Date ATTEST: Michael C. Cernech, City Manager Jennifer Johnson, CMC Date City Clerk Approved as to form and legal sufficiency: Date City Attorney Date ATTEST: Company Name Signature of Corporate Secretary Signature of President/Owner Type/Print Name of Corporate Secy. Type/Print Name of President/Owner (CORPORATE SEAL) Date City of Tamarac Purchasing and Contracts Division 41 CORPORATE ACKNOWLEDGEMENT STATE OF : : SS COUNTY OF : I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared , of , a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of , 20 . Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public Personally known to me or Produced Identification Type of I.D. Produced DID take an oath, or DID NOT take an oath. October 2023 City of Dania Beach Public Transportation Agency Safety Plan (PTASP) Prepared by: City of Dania Beach Public Services Department City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 2 Contents Introduction ..................................................................................................................... 3 PTASP Rule and Requirements ................................................................................... 3 Agency Overview ......................................................................................................... 5 Safety Objectives and Performance Targets................................................................ 9 Agency Coordination .................................................................................................. 10 Commonly Used Acronyms........................................................................................ 11 Definitions of Terms ................................................................................................... 12 Safety Management System (SMS) Framework ........................................................... 16 I: Safety Management Policy ..................................................................................... 18 II: Safety Risk Management ....................................................................................... 27 III: Safety Assurance .................................................................................................. 32 IV: Safety Promotion .................................................................................................. 38 State of Florida Requirements ....................................................................................... 40 City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 3 Introduction This document serves as the City of Dania Beach’s Public Transportation Agency Plan (PTASP) for its Broward County Transit (BCT) Community Shuttle Program (CSP) transit system located in Broward County, Florida. It is intended to encompass all current and future operations, services and projects and applies to all activities which involve planning, design, procurement, installation and testing of equipment or facilities, operations, maintenance, support activities, and the environment in which the transit system operates. PTASP Rule and Requirements The City of Dania Beach is committed to comprehensive safety planning. As an operator of a small public transportation system that receives Federal Financial assistance under Title 49 of the United States Code (USC), the City of Dania Beach is subject to FTA’s 49 CFR Part 673 Final Rule and as delineated in Florida Administrative Code Section 14-90.004(1), has adopted the principles and methods of Safety Management Systems (SMS) as the basis for enhancing the safety of its public transportation system. The plan incorporates the framework and principles of SMS for the City of Dania Beach CSP operations and all applicable Subcontracted organization(s) to the extent practical and consistent with applicable requirements for each SMS component: I) Safety Management Policy, II) Safety Risk Management, III) Safety Assurance, and IV) Safety Promotion. The PTASP adheres to the fundamentals and framework of SMS and reflects the specific safety objectives, standards and priorities for BCT’s CSP and the City of Dania Beach including the following required elements: ✓ The Safety Plan and subsequent updates will be signed by the Accountable Executive and approved by the City of Dania Beach. ✓ The Safety Plan documents the processes and activities related to SMS implementation. ✓ The Safety Plan includes performance targets based on the safety performance criteria established under the National Public Transportation Safety Plan (NSP), and the state of good repair standards established in the regulations that implement the National Transit Asset Management System and included in the NSP. ✓ The Safety Plan will comply with the minimum performance standards authorized through the National Public Transportation Safety Plan (NSP) ✓ The City of City of Dania Beach will establish a process and timeline for conducting an annual review and update of the Safety Plan. ✓ The City of City of Dania Beach and LSF will maintain the Safety Plan in accordance with the recordkeeping requirements in subpart D of Part 673. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 4 Issuance and Update The SMS plan will be reviewed and updated, as applicable, annually beginning on the date of issuance. Immediate changes to the Public Transportation Agency Safety Plan (PTASP) SMS procedures deemed paramount to safety mitigation may be authorized by Subcontractor Ernest Nastari via a signed SMS Immediate Policy Amendment Change Memo that has been reviewed and approved by the City’s Chief Safety Officer Carl Green. For these immediate changes, the Chief Safety Officer Carl Green/Subcontractor General Manager will be responsible for ensuring communication to all concerned parties through established internal communication venues and the update will be noted on the PTASP Activity Log by the Chief Safety Officer /Subcontractor General Manager Scope and Objectives The SMS has been established consistent with business needs and regulatory impetus. The SMS is designed to reduce safety risks to an acceptable level through a continuous process of hazard identification and safety risk management practices to achieve the following goals: ➢ Reducing transit safety, employee, and environmental risks by better managing the City of Dania beach’s CSP safety risks and setting goals to eliminate or reduce risks. ➢ Communication of safety risks to employees and their roles and responsibilities related to risks. ➢ Increase awareness of safety issues at all levels, thereby providing a better framework/structure for management to play a leadership role in addressing safety concerns. ➢ Continuous improvement of Contractor LSF organization SMS and risk controls. ➢ Compliance with all applicable state and federal regulations. ➢ Foster a culture of change management so that safety issues are identified, and risks are eliminated or reduced in the planning process and delays or other impediments to business goals are avoided. The SMS applies specifically to all Contracted and LSF organizations subject to Florida Department of Transportation and the Federal Transit Administration regulation on SMS and all City of Dania Beach’s CSP operations. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 5 Agency Overview Broward County is in southeast Florida and is bordered by 2 counties: Palm Beach County to the north, and Miami-Dade County to the south. As part of BCT’s CSP, the City of Dania Beach entered an Interlocal Agreement (ILA) on September 23, 2019 to provide transit service to the local community. BCT’s CSP is a collaborative transit service that operates in partnership with Broward County municipalities. The partnership is bound by an ILA in which the County provides funding and propane-fueled buses to the municipalities and the municipalities operate a pre-defined local fixed-route shuttle service with designated bus stops in their communities. According to the U.S. Census Bureau, the City of Dania Beach had an estimated residential population of 31,658 in 2022. The City of Dania beach provides fixed- schedule service on 2 routes. Most routes operate between 9am – 6:00pm on weekdays and 9am-6:00pm on weekends. Routes are designed to complement the County’s Fixed-Route system and to provide increased mobility and connectivity options in areas within the community that larger buses are unable to serve. The City of Dania Beach is responsible for the overall planning of the service, including bus stop locations. Assisted by BCT staff, the City of Dania Beach determines the major origins and destinations to be served by the route. Modifications to the routes are allowed; however, implementation must coincide with the schedule established by the County for Fixed- Route service. Travel times used for the implementation of bus schedules are calculated by BCT staff. Bus operator training, printed bus schedules, and shuttle/bus stop signs are provided by BCT. The City of Dania Beach must provide monthly passenger boarding/ridership reports to BCT and maintain performance of a minimum average of 7.1 Passengers Per Revenue Service Hour per route during any rolling twelve (12) month period in order to remain qualified for the CSP. The City of Dania Beach community shuttle daily operations and maintenance are Subcontracted through a third-party, Limousines of South Florida (LSF). Funding is paid quarterly in advance to municipalities in advance for operations and maintenance (O&M) at an established O&M rate for the total vehicle hours of the service. Propane-fueled buses equipped with wheelchair securements and bicycle racks are purchased by BCT and leased to municipalities for $10.00 per bus annually. Should municipalities choose to purchase non-propane-fueled buses, the County will reimburse municipalities on a per-vehicle basis up to the County’s current purchase price of a propane-fueled bus less the propane conversion or similar type vehicle from the Florida state contract. Capital assets that the City of Dania Beach owns, leases (from BCT), operates, maintains, or has a direct capital responsibility comprises of the following asset categories: City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 6 Rolling Stock Two (2) Vehicles for transporting of passengers. Subcontractor (Limousines of South Florida) provides (1) Spare vehicle Equipment Subcontractor (Limousines of South Florida) provides One (1) Rotary Lift(s) used for vehicle maintenance. Facilities Subcontractor Maintenance Facility located on Limousines of South Florida (LSF) property located at 2000 N. State RD 7 Lauderdale Lakes FL 33313 Two (2) hubs serving as major transfer stations for the fixed-route services, Dania Beach transfer hubs are The Dania Beach City Hall Shuttle and FTL Airport Tri-rail. Transit Agency Information Transit Agency Name City of Dania Beach Transit Agency Address 100 West Dania Beach Boulevard, Dania Beach FL, 33004 Name and Title of Accountable Executive Fernando Rodriguez, City of Dania Beach Public Services Director Name of Chief Safety Officer or SMS Executive Carl Green, City of Dania Beach Transit Coordinator Mode(s) of Service Covered by this Plan Community Shuttle bus List All FTA Funding Types (e.g., 5307, 5337, 5339) 5307 Mode(s) of Service Provided by the Transit Agency (Directly operated or contracted service) Subcontracted service Limousines Of South Florida (LSF) Does the agency provide transit services on behalf of another transit agency or entity? Yes X No Description of Arrangement(s) Community Shuttle Program - Interlocal Agreement with Broward County Transit Name and Address of Transit Agency(ies) or Entity(ies) for Which Service is Provided Broward County Transit 1 N. University Drive, Suite 3100A Plantation, FL 33324 City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 7 Plan Development Approval and Certification of Compliance The City of Dania Beach CSP’s Chief Safety Officer/ SMS Executive ensures that the Public Transportation Agency Safety Plan (PTASP) is developed, implemented, and maintained in an appropriate and effective manner. The Subcontract Operator, with oversight of Operations and Fleet Maintenance , assists the Chief Safety Officer in this effort. Any changes in policy, organization, rules, regulations, or operations necessitating plan adjustments are to be accomplished within the established guidelines of this plan and require review and approval by the Accountable Executive (Fernando Rodriguez) and/or Chief Safety Officer (Carl Green). The PTASP will have ongoing updates as necessary, including changes that will be implemented immediately. All updates to the plan will be recorded on the PTASP activity log of this plan. Name of Entity That Drafted This Plan City of Dania Beach Signature by the Accountable Executive Signature of Accountable Executive Date of Signature Approval by the Board of Directors or an Equivalent Authority Name of Individual/Entity that Approved This Plan Date of Approval City of Dania Beach Commissioners Relevant Documentation (Title and Location) Certification of Compliance Name of Individual/Entity that Certified This Plan Date of Certification City of Dania Beach Relevant Documentation (Title and Location) A paper copy of the approved PTASP is maintained on file with the Transit Coordinator at 100 West Dania Beach Boulevard, Dania Beach FL, 33004. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 8 Plan Review and Modification The City of Dania Beach’s Transit Coordinator and Public Services Director will review the PTASP annually beginning the date of issuance, then forward to the City Manager for review and approval. At the time of review, City of Dania Beach will discuss performance targets and any other safety hazards identified previously. The plan will have ongoing updates as necessary including changes that will be implement ed immediately. Any updates to the plan will be recorded on the activity log of this plan. This Agency Safety Plan addresses all applicable requirements and standards for Small Transit Agencies as set forth in FTA’s Public Transportation Safety Program and the National Public Transportation Safety Plan. Revision Number Section/Pages Affected Reasons for Change Date Issued Original City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 9 Safety Objectives and Performance Targets This section specifies performance targets based on the safety performance measures established under the National Public Transportation Safety Plan (NSP) and the state of good repair standards established in the regulations that implement the National Transit Asset Management System which are included in the NSP. It is the mission of the City of Dania Beach to provide safe, reliable public transit services to its community. In order to implement the City of Dania Beach’s safety policies, goals, and objectives, this plan requires coordination, integration, communication, and cooperation among all directors, managers, supervisors, departments, and City of Dania Beach employees. Safety performance targets, as defined in CFR Part 673.5 are to be compiled after reviewing the previous 5 years of performance data for: • Fatalities: Total number of reportable fatalities and rate of fatalities per total vehicle revenue miles (VRM), by mode. • Injuries: Total number of reportable injuries and rate of injuries pe r total vehicle revenue miles, by mode. • Safety Events: Total number of reportable events and rate o f events per total vehicle revenue miles, by mode. • System Reliability: Average distance between major mechanical failures, by mode. BCT has set the following performance targets for the CSP, including the City of Dania Beach, based on the safety performance criteria established under the National Public Transportation Safety Plan (NSP). Mode of Transit Service Fatalities (total) Fatalities (per 100 thousand VRM) Injuries (total) Injuries (per 100 thousand VRM) Safety Events (total) Safety Events (per 100 thousand VRM) System Reliability MDBF (Miles) Community Shuttle 0 0.0 9 0.568 12 0.946 3,420 A reportable safety event is defined in CFR Part 673.5 as any accident, incident, or occurrence. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 10 Agency Coordination This section describes the coordination with FDOT and the Broward Metropolitan Planning Organization (MPO) in the selection of State and MPO safety performance targets. BCT shares the safety performance targets with the Broward Metropolitan Planning Organization (MPO) and the City of Dania Beach each year prior to the PTASP’s annual update. BCT also provides the performance targets to the Florida Department of Transportation (FDOT) Central Office Transit Safety Programs Manager. City of Dania Beach personnel are available to coordinate with FDOT and the Broward MPO in the selection/coordination of State and MPO safety performance targets upon request. Targets Transmitted to State State Entity Name Transmittal Date Florida Department of Transportation District 4 10/28/2022 Targets Transmitted to MPO MPO Name Transmittal Date Broward MPO 10/28/2022 City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 11 Commonly Used Acronyms The following acronyms apply to all related information in this manual ADA Americans with Disabilities Act of 1990 AE Accountable Executive ALARP As Low as Reasonably Practicable ASP Agency Safety Plan (also referred to as PTASP in Part 673) CAP Corrective Action Plan CFR Code of Federal Regulations CONTR Subcontractor CSO Chief Safety Officer CSP Community Shuttle Program CT Community Transit DIR Director CONTR FM Subcontractor Fleet Manager CONTR GM Subcontractor General Manager CONTR OM Subcontractor Operations Manager FAC Florida Administrative Code FDOT Florida Department of Transportation FTA Federal Transportation Administration FM Fleet Manager GM General Manager OM Operations Manager NM Near Miss POC Point of Contact NSP National Public Transportation Safety Plan NTD National Transit Database NTSB National Transportation Safety Board PTASP Public Transit Agency Safety Plan (Replaces SSPP) RA Risk Assessment SA Safety Assurance SMS Safety Management System SMT Site Management Team SRA Safety Risk Assessment SRM Safety Risk Management SSP System Security Plan SSPP System Safety Program Plan (Replaced by PTASP) TASC Transit Agency Safety Council TAM Transit Asset Management City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 12 Definitions of Terms The following definitions apply to all related informatio n in this manual. Accident – an Event that involves any of the following: a loss of life; a report of a serious injury to a person; a collision of public transit vehicles; an evacuation for life safety reasons; at any time, whatever the cause. Accountable Executive – a single, identifiable person who has ultimate responsibility for carrying out the agency’s Public Transportation Agency Safety Plan (PTASP) and Transit Asset Management Plan (TAMP); and control or direction over the human and capital resources needed to develop and maintain both the agency’s PTASP, in accordance with 49 U.S.C. 5329(d), and the agency’s TAMP, in accordance with 49 U.S.C. 5326. Audit – an examination of records and related materials, including, but not limited to, those related to financial accounts. Broward County Transit – the County’s Fixed Route/ADA public transportation system serving unincorporated Broward County and local municipalities within Broward County, Florida. Chief Safety Officer or SMS Executive – an adequately trained individual who has the responsibility for safety and reports directly to a transit agency’s chief executive officer, general manager, president, or equivalent officer. Community Shuttle Program – a collaborative transit service that operates in partnership with municipalities in Broward County. The partnership is bound by an Interlocal Agreement (ILA) in which Broward County provides funding and buses to the municipalities, and the municipalities operate a pre-defined local fixed-route shuttle service with designated bus stops in their communities. Community Transit: Transit service provided via BCT’s CSP. Contractor – municipality participating in the Broward County Transit Community Shuttle Program under an Interlocal Agreement (i.e. contract) and is accountable on the terms of the agreement. Corrective Action Plan – a plan developed by recipient that describes the actions the recipient will take to minimize, mitigate, correct, or eliminate risks and hazards, and the schedule for taking those actions. Either BCT, a State Safety Oversight Agency (FDOT), or FTA may require a transit agency to develop and carry out a corrective action plan. Equivalent Authority – an entity that carries out duties similar to that of a Board of Directors for a recipient or sub recipient of FTA funds under 49 U.S.C. Chapter 53, including sufficient authority to review and approve a recipient or sub recipient’s Public Transportation Agency Safety Plan. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 13 External Service Provider – performs operations, maintenance, safety, or risk management services related to transit service delivery from outside a recipient’s immediate organizational structure and work is performed under an inter or intra governmental agreement, statute or regulation, not a contract. Event – any Accident, Incident, or Occurrence. Florida Department of Transportation (FDOT) – state agency that administers rules and regulations as outlined in Florida Administrative Code Chapter 14-90 Florida Administrative Code Rule Chapter 14-90 – is the official compilation of the administrative rules and regulations of state agencies that outlin es state law regarding bus systems specific to operational, maintenance, and safety rules concerning public transportation. Hazard – any real or potential condition that can cause injury, illness, or death; damage to or loss of the facilities, equipment, rolling stock, or infrastructure of the transit system or damage to the environment. Hazard Report – a report filed regarding a hazard identified in the workplace. Incident – an Event that involves any of the following: a personal injury that is not a serious injury, one or more injuries requiring medical transport; or damage to facilities, equipment, rolling stock, or infrastructure that disrupts the operations of the transit agency. Investigation – the process of determining the casual and contributing factors of an accident, incident or hazard for purpose of preventing reoccurrence and mitigating risk to the lowest manageable level practicable. National Public Transportation Safety Plan – a plan to improve the safety of all public transit systems that receive Federal financial assistance under 49 U.S.C. Chapter 53. Near Miss – a safety event where conditions with potential to generate an accident, incident, or occurrence existed, but where an accident, incident, or occurrence did not occur because the conditions were contained by chance or by existing safety risk mitigations. Near Miss Report – a report filed from a narrowly avoided collision or other accident. Occurrence – an event without any personal injury in which any damage to facilities, equipment, rolling stock, or infrastructure does not disrupt the operations of the transit agency. Operator – a public transportation system provider of public transportation as defined under 49 U.S.C. 5302. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 14 Performance Measure – an expression based on a quantifiable indicator of performance or condition that is used to establish targets and to assess progress toward meeting the established targets as prescribed by the National Public Transportation Safety Plan for the following: 1) fatalities; 2) injuries; 3) safety events; and 4) system reliability Performance Target – a specific quantifiable safety performance level related to safety management activities established in the National Public Transportation Safety Plan (NSP) Public Transportation Agency Safety Plan (PTASP) – documented comprehensive agency safety plan as required by 49 U.S.C. 5329 and Part 673. Recipient – a State or local government authority, or any other operator of public transportation that receives financial assistance under 49 U.S.C. Chapter 53 . The Ter, “recipient” includes State Safety Oversight Agencies. Recordable Injury – injury resulting in lost time at work. Reporting Manager – an employee’s direct supervisor. Risk – the composite of predicted severity and likelihood of the potential effect of a hazard Risk Assessment – a systematic study or examination and determination of a hazard to establish the significance or value of the risk. Risk Mitigation – a method or methods to eliminate or reduce the effects of hazards to its lowest manageable level practicable. Root Cause – The exact cause of an incident or accident where had the root cause found not to be present, the accident or incident would not have happened. Safety Assurance – the processes within the transit agency’s Safety Management System that functions to ensure the implementation and effectiveness of safety risk mitigation; and to ensure that the transit agency meets or exceeds its safety objectives and activities through the collection, analysis, and assessment of information. Safety Management Policy – the transit agency’s documented commitment to safety, which defines the agency’s safety objectives and the accountabilities and responsibilities of its employees regarding safety. Safety Management System – the formal, top-down organization-wide approach to managing safety risk and assuring effectiveness of the agency’s safety risk mitigation. SMS includes effective systematic procedures, practices, and policies for managing risks and hazards. Safety Performance Target – a performance target related to safety management activities. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 15 Safety Promotion – a combination of training and communication of safety information to support SMS policy and procedure practices throughout the transit agency as applied to the agency’s public transportation system. Safety Review – an on-site assessment to determine if a bus transit system has adequate safety management controls in place and fun ctioning in accordance with the safety standards provided and incorporated by referen ce in this rule chapter. Safety Risk Management – a process within the transit agency’s Agency Safety Plan for identifying hazards and analyzing, assessing, and mitigating safety risk. Serious Injury – an injury which (1) requires hospitalization for more than 48 hours, commencing within 7 days from the date the injury was received; (2) results in a fracture of any bone (except simple fractures of fingers, toes, or noses); (3) causes severe hemorrhages, nerve, muscle, or tendon damage; (4) involves an internal organ; or (5) involves second or third-degree burns, or any burns affecting more than 5 percent of the body surface. Small Public Transportation Provider – means a recipient or subrecipient of Federal financial assistance under U.S.C. 5307 that has one hundred (100) or fewer vehicles in peak revenue service and does not operate a rail fixed guideway public transportation system. State of Good Repair – the condition in which a capital asset can operate at a full level of performance. State Safety Oversight Agency – an agency established by a State that meets the requirements and performs the functions specified by 49 U.S.C. 5329€ and the regulations set forth in 49 CFR part 659 or 49 CFR part 674. Subcontractor – entity that provides operations and/or maintenance services to a municipality participating in the BCT CSP under a subcontract and is accountable on the terms of the subcontract. Transit Agency – an operator of a public transportation system Transit Asset Management (TAM) – the strategic and systematic practice of procuring, operating, inspecting, maintaining, rehabilitating, and replacing transit capital assets to manage their performance, risks, costs over their life cycles, for purpose of providing safe, cost effective, and reliable public transportation, as req uired by 49 U.S.C. 5326 and 49 CFR Part 625. Transit Asset Management Plan (TAM) – a plan developed for Broward County Transit pursuant to 49 CFR part 625 that includes, at minimum, capital asset inventories and condition assessments, decision support tools, and investment prioritization. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 16 Safety Management System (SMS) Framework This section outlines the SMS Framework incorporated under the PTASP by the City of Dania Beach Safety Policy – Establishes senior management’s commitment to continually improve safety; defines the methods, processes, and organizational structure needed to meet safety goals. Safety Risk Management – Determines the need for, and adequacy of new or revised risk controls based on the assessment of acceptable risk. Safety Assurance – Evaluates the continued effectiveness of implemented risk control strategies; supports the identification of new hazards. Safety Promotion – Includes training, communication, and other actions to create a positive safety culture within all levels of the workforce. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 17 Safety Management Policy ❖ A transit agency must establish its organizational accountabilities and responsibilities and have a written statement of safety management policy that includes the agency’s safety objectives. ❖ The safety management policy must be communicated throughout the agency. ❖ A transit agency must establish and implement a process that allows employees to report safety conditions to senior management, protections for employees who report safety conditions to senior management, and a description of employee behaviors that may result in disciplinary action. ❖ The transit agency must establish the necessary authorities, accountabilities, and responsibilities for the management of safety amongst the following individuals within its organization, as they relate to the development and management of the transit agency’s Safety Management System (SMS). ❖ The transit agency must identify an Accountable Executive. The Accountable Executive is accountable for ensuring that the agency’s SMS is effectively implemented throughout the agency’s public transportation system. The Accountable Executive is accountable for ensuring action is taken, as necessary, to address substandard performance in the agency’s SMS. The Accountable Executive may delegate specific responsibilities, but the ultimate accountability for the transit agency’s safety performance cannot be delegated and always rests with the Accountable Executive. ❖ The Accountable Executive must designate a Chief Safety Officer or SMS Executive who has the authority and responsibility for day-to-day implementation and operation of an agency’s SMS. The Chief Safety Officer or SMS Executive must hold a direct line of reporting to the Accountable Executive. A transit agency may allow the Accountable Executive to also serve as the Chief Safety Officer or SMS Executive. ❖ A transit agency must identify those members of its leadership or executive management, other than an Accountable Executive, Chief Safety Officer, or SMS Executive, who have authorities or responsibilities for day-to-day implementation and operation of an agency’s SMS. ❖ A transit agency may designate key staff, groups of staff, or committees to support the Accountable Executive, Chief Safety Officer, or SMS Executive in developing, implementing, and operating the agency’s SMS. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 18 I: Safety Management Policy Safety Management Policy Statement The City of Dania Beach is committed to providing a safe, comfortable, and accessible transit service as a viable means of mobility to the citizens and visitors of the City. Safety is the number one (1) priority and is a core value to the City of Dania Beach. To ensure the highest level of safety performance we are implementing, developing, and improving strategies, management systems, and the processes to ensure that all our activities uphold to the highest level of safety performance. We will develop and embed a safety culture in all our activities that recognizes the importance and value of effective safety management and acknowledge that safety is paramount always. Delegated Executive Management will lead all transit service activities, from project planning through operations and maintenance with a balanced allocation of organizational resources to support this goal. Any outside Subcontractor who is in service to the City of Dania Beach has the duty to adhere to the City’s Public Transportation Agency Safety Plan (PTASP); to recognize, report and correct hazards; to work in a safe manner; to promote safety awareness; and to actively assist in accident prevention. All levels of management and all employees are accountable for the delivery of the highest level of safety performance, starting with the Director of Public Services. The Chief Safety Officer is responsible for ensuring that all employees and Subcontractors will support safety management by ensuring that hazards are identified and reported and that all reasonable steps are taken to perform activities established as part of the Safety Management System (SMS). Each department manager is also responsible for implementing the SMS in their transit area of responsibility and actively support and promote the SMS ensuring staff compliance with all processes and procedures. We will also work to ensure that all frontline transit employees are provided with adequate and appropriate safety information and training and are competent in safety matters. The City of Dania Beach will minimize the safety risk associated with transit service to its lowest level practicable and whenever possible, exceed legi slative and regulatory requirements and standards. We will foster an open communication system whereby employees at all levels are encouraged to report all safety hazards and concerns without fear of reprisal. The City of Dania Beach has established safety performance targets to help measure the overall effectiveness of its processes and ensure the transit system meets the City’s PTASP safety objectives. The City will evaluate ongoing City of Dania Beach SMS performance by analyzing key safety performance indicators, reviewing inspections, investigations and corrective action reports, and auditing the processes that support the SMS which will become the basis for revising or developing safety objectives, safety performance targets and plans with the goal of continuous safety improvement. The City of Dania Beach will: City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 19 ➢ Provide appropriate resources to comply with all federal, state, and local safety- related requirements, rules, and standards for development and implementation of SMS activities within the Public Transportation Agency Safety Plan (PTASP). ➢ Enhance hazard identification and analysis, and safety risk evaluation activities to include: (1) establish and measure our safety performance against realistic, data-driven safety performance indicators and targets; (2) develop an employee safety reporting program that supports continuous improvement and (4) ensure externally supplied systems and services meet all transit safety performance standards. ➢ Ensure that no action will be taken against any employee who discloses a safety concern through the employee safety reporting program (unless disclosure indicates, beyond any reasonable doubt, an illegal act, gross negligence, or a deliberate or willful disregard of regulations or procedures). The SMS Executive Management Team for the City of Dania Beach CSP transit system hereby adopts the principles and methods of Safety Management Systems (SMS) as the basis for enhancing the safety of public transportation. All rules, regulations, policies, guidance, best practices, and technical assistance administered will, to the extent practical and consistent with legal and other applicable requirements, follow the principles and methods of SMS. The signatures in this section attest that this plan is understood, accepted and approved; and that the Key SMS Management Team is fully committed to implementing SMS through the City’s Public Transportation Agency Safety Plan (PTASP) and achieving its safety goals and objectives. _______________________________ __________________________ __________ Public Services Director (Print Name) Date Accountable Executive _______________________________ __________________________ __________ Transit Coordinator (Print Name) Date Chief Safety Officer/SMS Executive _______________________________ __________________________ __________ Subcontractor General Manager (Print Name) Date _______________________________ __________________________ __________ Subcontract Regional Manager (Print Name) Date City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 20 Annual Safety Certification and Adoption Annual Safety Certification and Adoption Date: 12/1/2023 Name: City of Dania Beach – Broward County Transit Community Shuttle Program Address: 100 West Dania Beach Boulevard Dania Beach FL, 33004 In accordance with FTA 49 CFR Part 673 Final Rule, the bus system named above hereby adopts and certifies to the following: 1. The adoption and update of an Agency Safety Plan (ASP), formerly called the System Safety Program Plan (SSPP), and a Security Program Plan (SPP), in accordance, and at a minimum, with the established standards set forth in Chapter 14-90, Florida Administrative Code. 2. Compliance with adopted standards of the ASP, formerly called the SSPP, and the SPP. 3. Performance of safety inspections on all buses operated in accordance with Rule 14-90.009. Signature: __________________________________________________________ Print Name: ________________________________________________________ Title: City Manager, City of Dania Beach Signature: __________________________________________________________ Print Name: ________________________________________________________ Title: Director of Public Services, City of Dania Beach – Broward County Transit Community Shuttle Program City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 21 Safety Management Policy Communication The City of Dania Beach recognizes that communication is the essential component to the promotion of its safety objectives, targets, and safety culture and will use a variety of methods to communicate issues important to the operation of the SMS, including: - Ensuring that all staff are aware of the SMS and their roles/responsibilities - Conveying SMS lessons and information - Explaining why SMS related activities are introduced or changed - Conveying SMS activity updates - Educating personnel on procedures for hazard and near miss reporting - Promotion of the company’s safety objectives, targets, and culture The PTASP will be made available to all employees and will be maintained and kept in an accessible electronic file and in hard copy format by Key SMS Personnel in locations accessible to all employees under their supervision and management. All employees and Subcontractors will support safety management by ensuring that hazards are identified and reported. Safety communication will comprise both internal and external communication tools/venues to include face to face meetings and interactions, posting and/or distribution of bulletins, department notices, and memoranda. All posted information can be found at a central location in each departmen t area easily accessible to employees. Other communication methods include posters, signs, brochures, training materials, rule books, and operating procedures. Authorities, Accountabilities, and Responsibilities This section describes the role of the following individuals in the development and management of the transit agency’s Safety Management System (SMS). Title Responsibilities Accountable Executive The Director of Public Services serves as the City of Dania Beach’s Accountable Executive with the following authorities, ac City of Dania Beach countabilities, and responsibilities under this plan: • Controls and directs human and capital resources needed to develop and maintain the ASP and SMS. • Designates an adequately trained Chief Safety Officer who is a direct report. • Ensures that CT's SMS is effectively implemented. • Ensures action is taken to address substandard performance in CT’s SMS. • Assumes ultimate responsibility for carrying out CT's ASP and SMS. Chief Safety Officer or SMS Executive The Accountable Executive designates the Transit Coordinator as the City of Dania Beach Chief Safety Officer. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 22 The Chief Safety Officer has the following authorities, accountabilities, and responsibilities under this plan: • Develops the City of Dania Beach’s ASP and SMS policies and procedures. • Ensures and oversees day-to-day implementation and operation of the City of Dania Beach’s SMS. • Manages the City of Dania Beach ESRP. • Chairs the City of Dania Beach Safety Committee and • Coordinates the activities of the committee; • Establishes and maintains CT’s Safety Risk Register and Safety Event Log to monitor and analyze trends in hazards, occurrences, incidents, and accidents; and • Maintains and distributes minutes of committee meetings. • Advises the Accountable Executive on SMS progress and status. • Identifies substandard performance in the City of Dania Beach’s SMS and develops action plans for approval by the Accountable Executive. • Ensures the City of Dania Beach policies are consistent with the City of Dania Beach safety objectives. • Provides Safety Risk Management (SRM) expertise and support for other City of Dania Beach personnel who conduct and oversee Safety Assurance activities. Agency Leadership and Executive Management Agency Leadership and Executive Management also have authorities and responsibilities for day-to-day SMS implementation and operation of the City of Dania Beach’s SMS under this plan. The City of Dania Beach Agency Leadership and Executive Management include: • Director of Public Services, • City commissioners, • Director of Vehicle Maintenance, • Director of Human Resources and Training, • Director of Procurement, • Operations managers, and • Transit Coordinator The City of Dania Beach Leadership and Executive Management personnel have the following authorities, accountabilities, and responsibilities: • Participate as members of the City of Dania Beach Safety Committee (Deputy Director of Public Services, and Officer Manager will be rotated through the Safety Committee on a one-year term and other positions are permanent City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 23 members). • Complete training on SMS and the City of Dania Beach ASP elements. • Oversee day-to-day operations of the SMS in their departments. • Modify policies in their departments consistent with implementation of the SMS, as necessary. • Provide subject matter expertise to support implementation of the SMS as requested by the Accountable Executive or the Chief Safety Officer, including SRM activities, investigation of safety events, development of safety risk mitigations, and monitoring of mitigation effectiveness. Key Staff The City of Dania Beach uses the Safety Committee, as well as the monthly Drivers’ Meeting and quarterly All-Staff Meetings, to support its SMS and safety programs: • Safety Committee: Any safety hazards reported will be jointly evaluated by the Safety Committee and the Chief Safety Officer during the bimonthly meeting. The Safety Committee members include the Chief Safety Officer, Director of Public Services, an operations manager, a representative from Community Shuttle, a representative Subcontractor, and a representative from County Risk Management who meet bimonthly to review issues and make recommendations to improve safety. • Drivers’ Meetings: Drivers receive a semi-annual training refresher course that includes safety as a topic. • Quarterly All-Staff Meetings: Hazard reports and mitigations will be shared, safety topics will be brought up for open discussion, further feedback solicited, and hazard self-reporting further encouraged. Information discussed in these meetings will be documented. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 24 Employee Safety Reporting Program This section describes the process and protections for employees to report safety conditions to senior management. Describes employee behaviors that may result in disciplinary action (and therefore, are excluded from protection). This includes: • A process that allows employees to report safety conditions to senior management. • Protections for employees who report safety conditions to safety management. • A description of employee behaviors that may result in disciplinary action, and therefore are excluded from protection. One of management’s most important responsibilities under SMS is to encourage and motivate others to want to communicate openly, authentically, and without concern for reprisal. The City of Dania Beach’s PTASP requires proactive reporting of safety hazards or safety concerns on the part of all employees in order to maintain a proactive position on risk. All employees are responsible for reporting any adverse safety conditions, events or acts, any observed or foreseeable hazards, and any safety concerns. Employees may report directly via email, text, verbally, or via written document to the Accountable Executive, Chief Safety Officer/SMS Executive, Agency Leadership or Executive Management, or Key SMS Staff members. Protected Self-Reporting Unprotected Self-Reporting ❖ Traffic Signal violations not resulting in an accident, injury or damage to property. ❖ Failure to report an adverse event immediately, but within 4 hours of occurrence. All information connected to the investigation of the reported event will fall under this protection. ❖ Hours of Service violations. ❖ Reporting a safety concern that investigation reveals is not valid. ❖ Failure to wear proper PPE. ❖ Operating a revenue vehicle without proper equipment and uniform, including carrying the CDL on the employee’s person. ❖ Fatigue that presents an unacceptable hazardous condition if duties are continued. ❖ Defined accidents/incidents ❖ Willful violations including but not limited to: ▪ Violations of Drug and Alcohol policies and requirements ▪ Criminal acts ▪ Failure to report criminal acts immediately. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 25 Self-reported violations can be reported as an initial instance without disciplinary action. However, no willful violations will be subject to self-reporting protections. All employees have the option of reporting anonymously at any time. Employees who do not report anonymously will receive feedback from the key SMS staff member in their area as to the disposition of the report. Any person receiving a report of a hazard will immediately notify the key SMS staff member in his or her department. All reports will be documented and investigated in a timely manner. A second instance of a self-reported violation will be evaluated by the City of Dania Beach’s Chief Safety Officer to determine if circumstances warrant disciplinary action. A third instance of the same violation will result in disciplinary action, whether self- reported or not. All Hazards determined to be unacceptable and undesirable for operations and/or fleet maintenance will be referred to the Chief Safety Officer and Subcontractor General Manager/SMS Executive to ensure it is addressed immediately with mitigation or elimination. The hazard will be tracked by the SMS Manager and the corrective action plan will be monitored through full resolution by the designated SMS Executive and FDOT when appropriate. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 26 Safety Risk Management ❖ A transit agency must develop and implement a Safety Risk Management process for all elements of its public transportation system. The Safety Risk Management process must be comprised of the following activities: safety hazard identification, safety risk assessment, and safety risk mitigation. ❖ A transit agency must establish methods or processes to identify hazards and consequences of the hazards. ❖ A transit agency must consider, as a source for hazard identification, data and information provided by an oversight authority and the FTA. ❖ A transit agency must establish methods or processes to assess the safety risks associated with identified safety hazards. ❖ A safety risk assessment includes an assessment of the likelihood and severity of the consequences of the hazards, including existing mitigations, and prioritization of the hazards based on the safety risk. ❖ A transit agency must establish methods or processes to identify mitigations or strategies necessary as a result of the agency's safety risk assessment to reduce the likelihood and severity of the consequences. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 27 II: Safety Risk Management The Safety Risk Management process is comprised of the following activities each having specific procedures and accountabilities to ensure that the safety hazard has been mitigated to the level “as low as reasonably practicable”. • Safety Hazard Identification • Safety Risk Assessment • Safety Risk Mitigation • Documented system Safety Risk Management tracking Safety Hazard Identification Identification of hazards is the responsibility of all City of Dania Beach’s Community Shuttle Program transit service employees. The continuous identification, monitoring, and elimination of hazards is key to an effective system safety program. Hazard identification methods include but are not limited to the following. - Observation, inspection, and interaction of all City of Dania Beach Community Shuttle Program transit employees. - Reports from drivers, passengers, customer service, etc. - Evaluation of accidents, incidents, near misses, to include data trends and projections. - Internal and external safety audits, inspections, observations, defects, findings, violations, and reviews. Examples of observed hazards may include: - An uneven sidewalk joint that could cause a trip and fall - An extension cord or garden hose laying across a pathway - Oil leaked out of a Bus in parking lot - Missing fire extinguisher - Low hanging tree limb along routes - Problematic routes due to route design - Service door entry steps, safety tread attached Every employee is required to report all hazard or unsafe conditions to his/her Supervisor, Department Manager or other appropriate authority as defined in the PTASP. However, employees may also communicate the identification of a potential hazard directly to the City’s designated Chief Safety Officer or any Key SMS staff member verbally or in writing or by communicating through other established communication channels within the Employee Safety Reporting Program. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 28 Safety Risk Assessment This section describes the methods or processes used to assess the safety risks associated with identified safety hazards. The City of Dania Beach’s safety risk assessment process provides the ability to assign identified hazards an overall Hazard Rating of High, Serious, Medium, Low, based on a combination of Hazard Severity and Hazard Probability (or likelihood). Hazard Severity may be rated as Catastrophic, Critical, Marginal, and Negligible. Severity Rating Description Catastrophic 1 Deaths (not including suicide or death by natural causes); Equipment destroyed. Critical 2 A large reduction in safety margins: Serious injury, fracture, severe bleeding, paralysis, brain injury; Major equipment damage. Marginal 3 A reduction in safety margins, injury, bruising, abrasions, bleeding, sprains, (ambulance transport); Sub-system or component failure; Procedural deficiencies Minor 4 Nuisance, operating limitations, minor incidents, minor injury, bruising, abrasions, (no ambulance transportation) Negligible 5 Insignificant Hazard Probability is the likelihood that a hazard may occur in potential occurrences per unit of time, events, items, or activity. The City of Dania Beach derives qualitative hazard probability from research, analysis, and evaluation of existing safety data from the operating experience from the City of Dania Beach and/or similar transit agencies. Hazard probability may be rated as Frequent, Occasional, Remote, Improbable, Extremely Improbable. Frequency Rating Probability Frequent A Likely to occur frequently/has occurred frequently to an individual item. Continuously experienced in the fleet inventory. Occasional B Likely to occur/has occurred sometimes in life of an item; will occur several times in fleet/inventory. Remote C Unlikely to occur/has occurred rarely in life of an item; unlikely to occur but possible to occur in fleet/inventory. Improbable D So unlikely, it can be assumed occurrence will not be experienced to an individual item; very unlikely to occur or no known occurrences in fleet/inventory. Extremely Improbable E Almost inconceivable that this hazard will ever occur. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 29 Before implementation of any Corrective Action to mitigate a safety risk/hazard, the City of Dania Beach will assign each identified hazard an overall Hazard Rating, which reflects the severity and probability for each identified hazard. Risk Severity 1 2 3 4 5 Risk Probability Cat as t r o p h i c Cri t i c al Mar g i n a l Min o r Neg l i g i b l e A Frequent 1A 2A 3A 4A 5A B Occasional 1B 2B 3B 4B 5B C Remote 1C 2C 3C 4C 5C D Improbable 1D 2D 3D 4D 5D E Extremely Improbable 1E 2E 3E 4E 5E Safety Risk Mitigation This section describes the methods or processes used to identify mitigations or strategies necessary as a result of the safety risk assessment to reduce the likelihood and severity of hazards. The City of Dania Beach acts to eliminate identified safety hazards or to reduce the associated risk. In accordance with the risk acceptance criteria below, the City eliminates “unacceptable” hazards or reduces their associated risk to an acceptable level. If this is impossible or impractical, alternatives are recommended to the appropriate City’s transit management decision makers. The risk assessment and acceptance criteria assist the City of Dania Beach’s management in understanding the amount of risk involved by accepting the safety hazard relative to the costs (schedule, dollars, operations, etc.) to reduce the hazard’s risk to an acceptable level. The following table identifies the hazard acceptance criteria: High Unacceptable Corrective Action required Serious Undesirable Corrective Action may be required, decision by management Medium Acceptable W/ review With review and documentation by management Low Acceptable Without review City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 30 Corrective Action Plan Procedures The City of Dania Beach compares risk assessment criteria to the identified hazards based on their estimated severity and likelihood of occurrence to determine acceptance of the risk or the need for corrective action to further reduce the risk. In accordance with FDOT and BCT requirements, City of Dania Beach is required to develop corrective action plans for various deficiencies and hazards identified through on-site safety and security review process, accident or hazard investigations, and internal safety or security reviews. Either the FDOT, BCT or the City of Dania Beach may identify the need for corrective actions. If FDOT or BCT identifies a need for corrective action, it will notify the City of Dania Beach in writing. Causes for Initiation of Corrective Action Plan: ❖ On-Site BCT, FDOT, or FTA Safety and Security Reviews – Upon receipt of the final report for an external regulatory agency safety or security review, City of Dania Beach will develop a corrective action plan to correct identified deficiencies and submit the CAP as required. ❖ Accident/Incident/Hazard Investigations – Regardless of the agency conducting the investigation process, any final report indicating findings and recommendations for addressing deficiencies or unsafe conditions that have met the overall Hazard Rating of High or Serious according to the City of Dania Beach will be the primary responsibility of the City and/or the City’s Operations and Maintenance Subcontractor SMS Staff (where applicable) to correct. Upon receipt of the final report, the Subcontractor will have 15 calendar days to develop a corrective action plan or methodology to correct identified deficiencies. ❖ Internal Safety and Security Review - If the City of Dania Beach finds areas of non-compliance during internal audits of City of Dania Beach Agency Safety Plan or Security and Emergency Preparedness Plan, those areas of non-compliance must be remedied by a corrective action plan within 30 calendar days. If BCT or FDOT rejects City of Dania Beach annual safety or security audit report, the City will have 15 calendar days to develop a corrective action plan to correct identified deficiencies. Corrective Action Plan Required Components: ❖ Identified noted Hazard or Deficiency ❖ Date Corrective Action Plan was opened ❖ Process, Plan or Mechanism to address and resolve deficiency ❖ Deadline for Implementation of Plan of Action ❖ Departments and Persons who will be responsible For Implementation City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 31 Safety Assurance ❖ A transit agency must develop and implement a safety assurance process, consistent with this subpart. A small public transportation provider is not required to describe Management of Change and Continuous Improvement. ❖ A transit agency must establish activities to: o Monitor its system for compliance with, and sufficiency of, the agency’s procedures for operations and maintenance; o Monitor its operations to identify any safety risk mitigations that may be ineffective, inappropriate, or were not implemented as intended; o Conduct investigations of safety events to identify causal factors; and o Monitor information reported through any internal safety reporting programs. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 32 III: Safety Assurance Safety Assurance is accomplished through implementation of safety oversight and risk monitoring activities. Safety performance measures are used to select improvement targets, monitor safety performance and encourage continuous improvements in service delivery. As the City of Dania Beach implements its SMS, several activities will be initiated, and tools will be developed to support these safety oversight and risk monitoring activities. Safety assurance includes safety reviews, evaluations, inspections, as well as safety data collection, tracking, and analysis from various resources (including investigations), and development of Key Performance Indicators (KPIs). Safety Performance Monitoring and Measurement The City of Dania Beach has developed and implemented a safety assurance process for the CSP consistent with 49 CFR Part 673 to ensure that the transit system complies with or exceeds the established safety standards set forth in the PTASP (as well as Rule Chapter 14-90, Florida Administrative Code located in the final section of this document). These Safety Performance Monitoring and Measurement processes will allow the City of Dania Beach to • Monitor the system for compliance with procedures for operations and maintenance. • Monitor operations to identify hazards no identified through the Safety Risk Management process (per 49 CFR 673.25) • Monitor operations to identify safety risk mitigations that may be ineffective, inappropriate, or were not implemented as intended. • Conduct investigation of safety events, including identification of causal factors. • Monitor information reported through internal safety reporting programs. Results from the above processes are compared against recent performance trends monthly, quarterly and annually by the City of Dania Beach and SMS Key Staff, including Subcontractor SMS Key Staff, to determine where action needs to be taken. The Chief Safety Officer will review the performance of individual safety risk mitigations during scheduled Safety Committee/Council meetings, based on the reporting schedule determined. The SMS Manager enters any identified non-compliant or ineffective activities, including mitigations, back into the Safety Risk Management process for re- evaluation with oversight by the City of Dania Beach and Subcontractor SMS Executives (Chief Safety Officer and Subcontractor General Manager). These processes will provide the confidence to the City of Dania Beach leadership that the organization and system is functioning at an acceptable level of safety. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 33 The City of Dania Beach has established safety objectives, performance targets and performance measures in coordination with its Subcontract Provider, BCT, FDOT and Broward MPO in compliance with all requirements set forth in FTA’s Public Transportation Safety Agency Plan (PTASP) and the National Public T ransportation Safety Plan (NSP). The initial focus of City of Dania Beach performance measure and established safety performance targets is based on existing data delivered to the National Transit database (NTD) for: ❖ Fatalities – total number of reportable fatalities and rate per total vehicle revenue miles; ❖ Injuries – total number of reportable injuries and rate per total vehicle revenue miles; ❖ Safety Events – total number of reportable events (accidents, incidents, and occurrences) as defined in CFR Part 673.5 and rate per total vehicle revenue miles; ❖ System Reliability – mean distance between major mechanical failures The City of Dania Beach also establishes performance criteria and monitoring for operations and maintenance areas including Rules and Procedure Compliance, Facilities and Equipment, Vehicle Inspections and Preventive Maintenance, Safety Data Collection and Analysis, Internal Safety Audit Processes, Accident and Incident Reporting and Investigation, Internal System Safety Audit and Review, Drug and Alcohol Program and Medical Monitoring, and Employee Safety Reporting and Training. The City of Dania Beach will maintain 100% compliance with all safety performance requirements through use of the following performance measure activities: ❖ Safety audits; informal inspections. ❖ Regular safety review of onboard camera footage to assess drivers and specific incidents; ❖ Employee safety reporting program; ❖ Investigation of safety occurrences; ❖ Daily data gathering and monitoring of data related to service delivery; ❖ Regular vehicle inspections and preventive maintenance. ❖ Adherence to schedules set and acceptable measures ❖ Appropriate corrective action plans (CAPS) for findings and reasonable timeframe for closure of CAPS in coordination with federal, state and local oversight agencies as necessary Results from the above processes are compared against recent performance trends quarterly and annually by the Chief Safety Officer to determine where action needs to be taken. The Chief Safety Officer enters any identified non-compliant or ineffective activities, including mitigations, back into the SRM process for reevaluation by the Safety Committee. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 34 The City of Dania Beach monitors safety risk mitigations to determine if they have been implemented and are effective, appropriate, and working as intended. The Chief Safety Officer maintains a list of safety risk mitigations in the Safety Risk Register. The mechanism for monitoring safety risk mitigations varies depending on the mitigation. The Chief Safety Officer establishes one or more mechanisms for monitoring safety risk mitigations as part of the mitigation implementation process and assigns monitoring activities to the appropriate director, manager, or supervisor. These monitoring mechanisms may include tracking a specific metric on daily, weekly, or monthly logs or reports; conducting job performance observations; or other activities. The Chief Safety Officer will endeavor to make use of existing City of Dania Beach processes and activities before assigning new information collection activities. The City of Dania Beach’s Chief Safety Officer and Safety Committee review the performance of individual safety risk mitigations during bimonthly Safety Committee meetings, based on the reporting schedule determined for each mitigation, and determine if a specific safety risk mitigation is not implemented or performing as intended. If the mitigation is not implemented or performing as intended, the Safety Committee will propose a course of action to modify the mitigation or take other action to manage the safety risk. The Chief Safety Officer will approve or modify this proposed course of action and oversee its execution. The City of Dania Beach Chief Safety Officer and Safety Committee also monitor City of Dania Beach’s Community Shuttle Program transit system operations on a large scale to identify mitigations that may be ineffective, inappropriate, or not implemented as intended by: • Reviewing results from accident, incident, and occurrence investigations; • Monitoring employee safety reporting; • Reviewing results of internal safety audits and inspections; and • Analyzing operational and safety data to identify emerging safety concerns. The Chief Safety Officer works with the Safety Committee and Accountable Executive to carry out and document all monitoring activities. The City of Dania Beach maintains documented procedures for conducting safety investigations of events (accidents, incidents, and occurrences, as defined by FTA) to find causal and contributing factors and review the existing mitigations in place at the time of the event (see City of Dania Beach System Safety Program Plan for specific procedures for conducting safety investigations). These procedures also reflect all traffic safety reporting and investigation requirements established by Florida’s Department of Motor Vehicles. The Chief Safety Officer maintains all documentation of City of Dania Beach’s investigation policies, processes, forms, checklists, activities, and results. Consistent with the Interlocal Agreement and Rule Chapter 14-90 of the Florida Administrative Code, the City of Dania Beach will investigate and document any/all events involving a City bus, non-bus transit system vehicle, or taking place on bus City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 35 transit system controlled property resulting in a fatality, injury, or property damage including: • A fatality where an individual is confirmed dead within 30 days of a City transit system related event. This excludes suicides and deaths from illnesses; • Injuries that require immediate medical attention away from the scene for two or more individuals; • Property damage to a transit system bus, non-transit system vehicles, other bus system property or facilities, or any other property; and • Evacuation of a bus due to a life safety event where there is imminent danger to passengers on the bus, excluding evacuations due to operational issues As detailed in the City of Dania Beach procedures, an investigation report is prepared which identifies if: • The accident was preventable or non-preventable; • Personnel require discipline or retraining. • The causal factor(s) indicate(s) that a safety hazard contributed to or was present during the event; and • The accident appears to involve underlying organizational causal factors beyond just individual employee behavior. The Chief Safety Officer and Safety Committee routinely review safety data captured in employee safety reports, safety meeting minutes, customer complaints, and other safety communication channels. When necessary, the Chief Safety Officer and Safety Committee ensure that the concerns are investigated or analyzed through the City of Dania Beach Safety Risk Management process. The Chief Safety Officer and Safety Committee also review internal and external reviews, including audits and assessments, with findings concerning the City of Dania Beach CSP’s safety performance, compliance with operations and maintenance procedures, or the effectiveness of safety risk mitigations. Procedures for Reporting Near Miss The City of Dania Beach PTASP requires proactive reporting of safety hazards or safety concerns on the part of all employees to maintain a proactive position on risk. Each employee, regardless of his or her position within the organization, is expected to cooperate in all aspects of safety reporting. When an employee becomes aware of a hazard or near miss, they shall submit a report at the end of the shift using the following reporting forms: 1) City of Dania Beach’s Hazard Incident Report Form or 2) City of Dania Beach Driver’s View Form for any system deficiencies, road hazards, passenger concerns, etc. that require the attention of management for resolution. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 36 A full investigation may not be required for all near misses. In this case, the Department Manager/Safety Liaison, will determine the level of investigation appropriate to effectively address the report and will forward the final completed investigation report and other documentation to the SMS Manager who will be responsible for documenting and recording on the hazard event tracking log. When the contributing or causal factor is not readily determined the SMS Safety Liaison for the respective department will review and conduct the follow-up investigations using same procedures as outlined for other safety events. Transit Asset Management/State of Good Repair The City of Dania Beach also addresses the requirements of 49 CFR Parts 625 and 630, Transit Asset Management (TAM) and State of Good Repair (SGR), through the Broward County Transit’s (BCT) Transit Asset Management Plan, which includes TAM and SGR performance measures. The TAM Plan allows BCT to predict the impact of its polices and investment justification decisions on the condition of its assets throughout the asset’s life cycle and enhances the ability to maintain SGR by proactively investing in an asset before the asset’s condition deteriorates to an unacceptable level. The goal of these policies is to allow BCT to determine and predict the cost to improve BCT’s fixed-route and CSP asset condition(s) at various stages of the asset life cycle while balancing prioritization of capital, operating, and expansion needs. The two foundational criteria of SGR performance measures are Useful Life Benchmark (ULB) and Condition. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 37 Safety Promotion ❖ A transit agency must establish and implement a comprehensive safety training program for all agency employees and contractors directly responsible for safety in the agency’s public transportation system. The training program must include refresher training, as necessary. ❖ A transit agency must communicate safety and safety performance information throughout the agency’s organization that, at a minimum, conveys information on hazards and safety risks relevant to employees’ roles and responsibilities and informs employees of safety actions taken in response to reports submitted through an employee safety reporting program. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 38 IV: Safety Promotion This section outlines the City of Dania Beach’s commitment to safety and competencies training, including refresher training for all employees and contractors directly responsible for safety, and safety communication. Competencies and Training This section describes the comprehensive safety training program for all agency employees and Subcontractors directly responsible for safety. The City of Dania Beach CSP’s comprehensive safety training program applies to all the City of Dania Beach CSP’s employees directly responsible for safety, including: • Bus vehicle operators, • Dispatchers, • Maintenance technicians, • Managers and supervisors, • Agency Leadership and Executive Management, • Chief Safety Officer, and • Accountable Executive. The City of Dania Beach dedicates resources to conduct a comprehensive safety training program, as well as training on SMS roles and responsibilities. The scope of the safety training, including annual refresher training, is appropriate to each employee’s individual safety-related job responsibilities and their role in the SMS. Basic training requirements for City of Dania Beach employees, including frequencies and refresher training, are documented in City of Dania Beach System Safety Program Plan (SSPP) and the Operator Manual/Handbook. Training records are kept in each employee’s file. Operations safety-related skill training includes the following: • New-hire bus vehicle operator classroom and hands-on skill training, • Bus vehicle operator refresher training, • Bus vehicle operator retraining (recertification or return to work), • Classroom and on-the-job training for dispatchers, • Classroom and on-the-job training for operations supervisors and managers, and • Accident investigation training for operations supervisors and managers. Vehicle maintenance safety-related skill training includes the following: • Ongoing vehicle maintenance technician skill training, • Ongoing skill training for vehicle maintenance supervisors, • Accident investigation training for vehicle maintenance supervisors, • Ongoing hazardous material training for vehicle maintenance technicians and supervisors, and • Training provided by vendors. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 39 Training mechanisms include classroom, written and video communications, field exercises, and drills. There are formal training programs for operators and employees involved in maintenance activities. These include training classes, training manuals, lesson plans, and field observations. Safety Communication The City of Dania Beach Chief Safety Officer coordinate’s safety communication activities for the SMS. City of Dania Beach’s activities focus on the three categories of communication activity established in 49 CFR Part 673 (Part 673): ❖ Communicating safety and safety performance information throughout the agency: The City of Dania Beach communicates information on safety and safety performance in its quarterly newsletter and during quarterly All-Staff Meetings. The City of Dania Beach also has a permanent agenda item in all monthly Drivers’ Meetings dedicated to safety. Information typically conveyed during these meetings includes safety performance statistics, lessons learned from recent occurrences, upcoming events that may impact City of Dania Beach’s CSP service or safety performance, and updates regarding SMS implementation. The City of Dania Beach also requests information from drivers during these meetings, which is recorded in meeting minutes. Finally, the subcontractor posts safety bulletins and flyers on the bulletin boards located in all bus operator and maintenance technician break rooms, advertising safety messages and promoting awareness of safety issues. ❖ Communicating information on hazards and safety risks relevant to employees' roles and responsibilities throughout the agency: As part of new- hire training, the City of Dania Beach/Subcontractor distributes safety policies and procedures, included in the City of Dania Beach /Subcontractor ‘s CSP’s Employee/Driver Handbook/Manual, to all employees. The City of Dania Beach provides training on these policies and procedures and discusses them during safety talks between supervisors and bus operators and vehicle technicians. For newly emerging issues or safety events at the agency, the City of Dania Beach’s Chief Safety Officer issues bulletins or messages to employees that are reinforced by supervisors in one-on-one or group discussions with employees. ❖ Informing employees of safety actions taken in response to reports submitted through the Employee Safety Reporting Program (ESRP): The City of Dania Beach//Subcontractor provides targeted communications to inform employees of safety actions taken in response to reports submitted through the ESRP, including handouts and flyers, safety talks, updates to bulletin boards, and one-on-one discussions between employees and supervisors. City of Dania Beach Public Transportation Agency Safety Plan (PTASP) 40 State of Florida Requirements This section includes policies and procedures adopted to meet State of Florida Equipment and Operational Safety Standards for Bus Transit Systems found in Rule Chapter 14-90 of the Florida Administrative Code (F.A.C). In accordance with Rule 14- 90, F.A.C., the City of Dania Beach has adopted safety and security procedures and policies including but not limited to: - System Safety Program Plan (SSPP) - System Security Plan (SSP) - Wireless Communications Policy (WCP) - Preventative Maintenance Plan - Operator Training, Testing, and Supervision - Operator Hours Tracking - Hazard Identification - Incident Investigation and Tracking - Medical Examinations - Qualification and Selection of CDL Operators - Safety Data Acquisition and Analysis - Records Management These policies and procedures are incorporated by reference as appendices to the ASP. City of Dania Beach Finance Memorandum DATE: 10/10/2023 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Frank L. DiPaolo, Chief Financial Officer SUBJECT: Resolution amending the fiscal year 2022-23 budget providing for additional funding appropriations in the General Fund and Marina Fund Request: The Finance Department requests approval of a Resolution amending the fiscal year 2022-23 budget providing for additional funding appropriations in the General Fund and Marina Fund. Background: The Finance Department recommends approval of a budget amendment for the receipt and expenditure of Chapter 175/185 Premium Insurance Tax Funds, and for the receipt and expenditure of insurance proceeds due to a lightning strike at the Marina. Police and Firefighter Pension Supplement Each year, the City receives surplus Insurance Premium Tax funds that must be remitted to the Firefighters’ Pension Trust Fund and Municipal Police Officers’ Retirement Trust Fund under Florida Statutes Chapter 175 and 185, respectively. The amount is not known until it is received and therefore, is not budgeted. For fiscal year 2022-23, the City received $339,817.88 for Police and $230,722.51 for Firefighters which must be remitted to the State within five days of receipt. Therefore, payment must be made before the budget can be amended. Marina Lightning Strike and Repair On July 28, 2023, a transformer at the Marina suffered a lightning strike and was damaged beyond repair. Staff arranged for an emergency generator and the repair, and the entire cost was submitted to the City's liability insurance and the claim was approved in full, less the $2,500 deductible. Therefore, the budget must be amended for the receipt of insurance proceeds and the unexpected expenditure of funds for the generator and repair. Budgetary Impact Upon approval of the Resolution, the following budget amendment will be posted: General Fund Appropriations Sources of Funds Fire Chapter 175 Pension Supplement 001-00-00-312-51-00 $ 230,723.00 Police Chapter 185 Pension Supplement 001-00-00-312-52-00 339,818.00 Total Sources of Funds: $ 570,541.00 Uses of Funds Fire – Pension Supplement 001-22-01-522-22-12 $ 230,723.00 Police – Pension Supplement 001-21-01-521-22-11 339,818.00 Total Uses of Funds: $ 570.541.00 Marina Fund Appropriations Sources of Funds Miscellaneous Revenues 406-00-00-369-90-01 $ 80,485.00 Uses of Funds Repair and Maintenance – Grounds 406-72-09-575-46-50 $ 80,485.00 Recommendation Approve the Resolution amending the fiscal year 2022-23 budget providing for additional funding appropriations in the General Fund and Marina Fund RESOLUTION NO 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, PROVIDING FOR APPROPRIATION OF FUNDS FOR FISCAL YEAR 2022-2023; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on September 27, 2022, the City Commission of the City of Dania Beach adopted a City-wide budget for fiscal year 2022-23; and WHEREAS, the City Administration’s end-of-year review of City operations through September 30, 2023, projects an estimated need for additional funding appropriations in the General Fund, for consideration by the City Commission and is attached as Exhibit “A”, which is made a part of and incorporated into this Resolution by this reference; and WHEREAS, in accordance with Florida Statutes 166.241, a public hearing has been publicly noticed and conducted prior to consideration of the proposed budget amendment. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “WHEREAS” clauses are ratified and confirmed as being true and correct, and they are made a part of and incorporated into this Resolution by this reference. Section 2.That the City Commission hereby amends the budget as shown in Exhibit “A”, which is attached and made a part of this Resolution by this reference. Section 3.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 4.That this Resolution shall be in force and take effect retroactively to September 30, 2023, upon its passage and adoption. PASSED AND ADOPTED on , 2023. Motion by ______________________, second by ________________________. FINAL VOTE ON ADOPTION: Commissioner Joyce Davis ______ Commissioner Tamara James ______ Commissioner Marco Salvino ______ Vice Mayor Lori Lewellen ______ Mayor Archibald J. Ryan IV ______ 2 RESOLUTION #2023-______ ATTEST: ELORA RIERA, MMC ARCHIBALD J. RYAN IV CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY 3 RESOLUTION #2023-______ EXHIBIT “A” END OF YEAR BUDGET AMENDMENT FOR FY2022-23 General Fund Appropriations Sources of Funds Fire Chapter 175 Pension Supplement 001-00-00-312-51-00 $ 230,723.00 Police Chapter 185 Pension Supplement 001-00-00-312-52-00 339,818.00 Total Sources of Funds: $ 570,541.00 Uses of Funds Fire – Pension Supplement (State reimbursement) 001-22-01-522-22-12 $ 230,723.00 Police – Pension Supplement (State reimbursement) 001-21-01-521-22-11 339,818.00 Total Uses of Funds: $ 570.541.00 Marina Fund Appropriations Sources of Funds Miscellaneous Revenues 406-00-00-369-90-01 $ 80,485.00 Uses of Funds Repair and Maintenance – Grounds 406-72-09-575-46-50 $ 80,485.00 City of Dania Beach City Manager Memorandum DATE: 10/10/2023 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Ana M. Garcia, ICMA-CM, City Manager SUBJECT: Purchase and Sale Agreement 148 N Federal Hwy, Dania Beach Request: The City of Dania Beach is interested in purchasing the property known as 148 North Federal Highway, Dania Beach, Florida. Background: The City Commission has provided direction to seek land to purchase in Dania Beach, Florida. Through the Mayor, as the City’s liaison, the City negotiated with Rodney B. Harrison for the purchase of 148 North Federal Highway. The resolution authorizes the purchase and sale agreement between the City and Mr. Harrison, which offer is contingent upon City Commission approval and a due diligence period to confirm environmental quality of the land at $1,600,000.00. Budgetary Impact The City will expend $1,600,000.00, plus closing costs to purchase the land. EAB:la Attachment: Purchase and Sale Agreement cc: Candido Sosa-Cruz, ICMA-CM, Deputy City Manager Frank DiPaolo, Chief Financial Officer Recommendation That the resolution authorizing the proper City officials execute the purchase and sale agreement for the purchase of 148 North Federal Highway, Dania Beach, at $1,600,000.00. RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE A PURCHASE AND SALE AGREEMENT BETWEEN THE CITY OF DANIA BEACH AND RODNEY B. HARRISON FOR THE PURCHASE OF 148 NORTH FEDERAL HIGHWAY, DANIA BEACH, FLORIDA; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Dania Beach is interested in purchasing the property known as 148 North Federal Highway, Dania Beach, Florida, bearing the legal description identified in Exhibit A; and WHEREAS, through Mayor, the City has prepared a purchase and sale agreement between the City and Rodney B. Harrison, a copy of which is attached as Exhibit A which offer is contingent upon City Commission approval and a due diligence period to confirm environmental quality of the land; and WHEREAS, the City Commission desires to move forward with the land purchase; and WHEREAS, the City authorizes the appropriate City Officials, upon compliance with the terms of attached purchase and sale agreement to complete the land purchase. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. Section 2.That the proper City officials are authorized to execute the purchase and sale agreement with Rodney B. Harrison for 148 North Federal Highway, Dania Beach, Florida. Section 3.That the City Manager and City Attorney are authorized to make minor revisions to the Agreement which are deemed necessary and proper and in the best interest of the City. Section 4. That funding for this purchase in the amount of One Million Six Hundred Thousand Dollars ($1,600,000.00), plus closing costs, will be appropriated from General Fund Unassigned Fund Balance to the following revenue and expenditure accounts: Appropriated Fund Balance (001-00-00-389-90-01), Purchase of Land (001-18-00-519-61-10). 2 RESOLUTION #2023-______ Section 5.That in accordance with City Code of Ordinances Section 2, “Certain Expenditures” of Article 3, “Powers of the City”, the City has adopted an Ordinance authorizing the expenditure exceeding One Million Dollars ($1,000,000.00) for the purchase of the property. Section 6.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 7.That this Resolution shall be effective immediately. PASSED AND ADOPTED on _______________, 2023. Motion by ______________________, second by ________________________. FINAL VOTE ON ADOPTION: Commissioner Joyce Davis ______ Commissioner Tamara James ______ Commissioner Marco Salvino ______ Vice Mayor Lori Lewellen ______ Mayor Archibald J. Ryan IV ______ ATTEST: ELORA RIERA, MMC ARCHIBALD J. RYAN IV CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY 1 Purchaser Seller Parcel Id. No. 5042 34 01 1640; 5042 34 01 1630 (Broward County) PURCHASE AND SALE AGREEMENT THIS PURCHASE AND SALE AGREEMENT is (“Agreement”) made this day of October, 2023 between Rodney B. Harrison, whose mailing address is 4865 SW 58th Ave, Davie, Florida 33134 (“Seller”) and the City of Dania Beach, Florida, a municipal corporation of the state of Florida, through its City Commission (the "Commission") with an address at 100 W. Dania Beach Blvd., Dania Beach, FL 33004 ("Purchaser" or “City”). For and in consideration of Ten and No/100ths Dollars ($10.00), the purchase price and the mutual covenants and conditions contained herein, and for other good and valuable considerations, the receipt and sufficiency of which are hereby acknowledged, the parties hereto agree as follows: 1. AGREEMENT TO SELL AND CONVEY. (A) Seller agrees to sell and convey to Purchaser, and Purchaser agrees to buy from Seller, subject to the terms and conditions hereinafter set forth, all of Seller's rights, title, and interest in and to the real property located in Broward County, Florida, described in Exhibit "A", together with all improvements, easements and appurtenances ("Property"), which may also be identified by Parcel Id. Numbers 55042 34 01 1640 and 5042 34 01 1630 as assigned by the Broward County Property Appraiser, in accordance with the provisions of this Agreement. (B) The City's representative in all matters shall be the Dania Beach City Manager, 100 W. Dania Beach Blvd., Dania Beach, FL 33004 (the "City"). (C) There shall be no deposit required with the execution of this Agreement by the City Manager. Upon the approval of this Agreement by the Commission in accordance with Paragraph 2(A), the City shall pay a deposit in the amount of fifty thousand and no/100th Dollars ($50,000.00) within 10 days of such Board approval, which shall be held in escrow in accordance with Paragraph 14. All deposits shall be fully refundable in accordance with the terms of this Agreement. (D) Seller warrants to the best of Seller's knowledge that there are no private or governmental actions, suits, proceedings, or investigations pending against Seller or the Property which could have an adverse effect on the Property. 2. CONTINGENCIES. (A) The enforceability of this Agreement against the Purchaser is wholly contingent upon the approval of this Agreement by the Commission and execution by the Mayor evidencing such approval after a properly noticed public hearing, as mandated by Chapter 166.045, Florida Statutes. 2 Purchaser Seller (B) Should the Commission fail to approve this Agreement, this Agreement shall be null and void. (C) All dates and timelines herein shall run from the date this Agreement is executed by the Mayor of the City and Seller, whichever is later (the “Effective Date”). (D) This Agreement is exempt from the provisions of section 119.07, Florida Statutes (“Public Records Act”) until 30 days before this Agreement is considered for approval by the Board of City Commissioners or 30 days after the termination of negotiations between the parties hereto. (E) As a condition precedent to Closing, Seller shall take all necessary, legal steps to relocate any existing tenants in possession of the Property and to terminate any written or unwritten leases, easements, or claims of the same on the Property so as to provide Purchaser with full, exclusive, open, peaceful, and undisputed possession and ownership of the Property at Closing. If the Seller is unable to satisfy this condition prior to the date established for Closing, as set forth in Paragraph 7, Purchaser, at its sole option, may elect to terminate this Agreement, receive a refund of the Deposit, and neither party shall have any further obligations under this Agreement. Alternatively, the Purchaser and Seller may agree to an adjustment of the Closing date. 3. PURCHASE PRICE. (A) The purchase price for the Property is One Million Six Hundred Thousand Dollars ($1,600,000.00) for the Property (Purchase Price") which, after credit for any deposit, will be paid by the Purchaser to the Seller at closing. The Purchase Price is predicated upon the appraisal dated August 9, 2023, prepared by Harry C. Newstreet, MAI, of Bowery. As a municipality, prior to purchase, the Purchaser will be required to obtain a second appraisal of the Property. If the second appraisal determines the Property’s value is at least 5% less than the Purchase Price, the parties agree to use their best efforts to negotiate a new Purchase Price; provided however, if the parties cannot agree to a reduced Purchase Price, Purchaser shall have the right to terminate the Agreement and receive a return of its deposit. (B) Seller hereby authorizes Purchaser to issue a City check or deliver cash for the Purchase Price directly to the Escrow Agent who is authorized by law to receive such payment, and who is acceptable to Purchaser, and to require the Escrow Agent to pay Seller's expenses of sale and prorated real estate taxes. Kerry A. Parsons, Nabors, Giblin & Nickerson, P.A., 1500 Mahan Dr. Suite 200, shall serve as the Escrow Agent pursuant to this Agreement. 4. FEASIBILITY AND SUITABILITY ANALYSIS. Within 30 days of the Effective Date of this Agreement, Purchaser, at its sole cost and expense, may conduct a feasibility and suitability analysis of the Property to determine, in Purchaser's sole discretion, whether the Property is suitable for City purposes. If the Purchaser determines the Property is not suitable for its use, the Purchaser may terminate this Agreement, have any deposit 3 Purchaser Seller returned, and neither party shall have any further obligations under this Agreement. Purchaser's feasibility and suitability analysis may include the following: (A) Environmental Site Assessment - Seller shall provide to Purchaser any previous, current, or pending court actions or regulatory actions, environmental audit information, if any, and other such information regarding any potential hazardous soil or water conditions on or around the Property that are in Seller's control. Purchaser may conduct an environmental site assessment of the Property to determine the existence and extent, if any, of any Hazardous Materials on the Property. For purposes of this Agreement "Hazardous Materials" shall mean any hazardous or toxic substance, material or waste of any kind or any other substance which is regulated by any Environmental Law. In the event that the environmental audit provided for herein confirms the presence of Hazardous Materials on the Property, Purchaser, at its sole option, may elect to terminate this Agreement and neither party shall have any further obligations under this Agreement. Should Purchaser elect not to terminate this Agreement, Seller shall, at its sole cost and expense and prior to the closing, promptly commence and diligently pursue any assessment, clean up and monitoring of the Property necessary to bring the Property into full compliance with any and all applicable federal, state or local laws, statutes, ordinances, rules, regulations or other governmental restrictions regulating, relating to, or imposing liability or standards of conduct concerning Hazardous Materials ("Environmental Law"). However, should the estimated cost to Seller of clean-up of Hazardous Materials exceed a sum which is equal to 20% of the Final Purchase Price as stated in paragraph 3., Seller may elect to terminate this Agreement and neither party shall have any further obligations under this Agreement. In the event that Hazardous Materials placed on the Property prior to closing are discovered after closing, Seller shall remain obligated hereunder, with such obligation to survive the closing and delivery and recording of the deed described in Paragraph 7. of this Agreement and Purchaser's possession of the Property, to diligently pursue and accomplish the clean-up of Hazardous Materials in a manner consistent with all applicable Environmental Laws at Seller's sole cost and expense. (B) Survey - Purchaser may have the Property surveyed to the Florida Minimum Technical Standards for Land Surveys. Purchaser shall order the Survey. If the survey ("Survey"), certified by professional surveyor and mapper licensed by the State of Florida, shows any encroachment on the Property or that improvements intended to be located on the Property encroach on the land of others the same shall be treated as a title defect as provided in Paragraph 6. below. If the Survey shows any material deviations in the represented acreage, size, or configuration of the Property or location of easements, Purchaser, at its sole option, may elect to terminate this Agreement and neither party shall have any further obligations under this Agreement. Alternatively, the Purchaser and Seller may agree to an adjustment of the Initial Purchase Price. (C) Other Investigations - Purchaser may undertake such other tests, analyses, investigations, and inspections as deemed necessary by Purchaser to determine to Purchaser's satisfaction the Property's engineering, architectural, and environmental properties; zoning, zoning restrictions and land use; soil, grade, and other environmental 4 Purchaser Seller features; availability of access to public roads, water, and other utilities; consistency with local, state, and regional growth management plans; availability of permits, approvals, and licenses, including any wetlands permits that may be required; and all other investigations or inspections that Purchaser deems necessary to determine the Property's suitability for the Purchaser's intended use. If the Purchaser, in its sole discretion, determines that the Property is unacceptable for the Purchaser's intended use, the Purchaser may elect to terminate this Agreement and neither party shall have any further obligations under this Agreement. (D) Purchaser shall promptly restore any portions of the Property affected by Purchaser's inspections and investigations to the condition that existed immediately prior to the inspections or investigations. 5. TITLE INSURANCE. Purchaser may obtain a marketable title insurance commitment through Nabors, Giblin & Nickerson, P.A., to be followed by an ALTA owner's marketable title insurance policy from a title insurance company approved by Purchaser, insuring marketable title to the Property in the amount of the purchase price. If Seller defaults under this Agreement, Seller shall reimburse Purchaser for all costs incurred in obtaining the title insurance commitment Purchaser's remedy for default under the provisions of this paragraph is cumulative to all other remedies available to Purchaser at law and in equity. 6. DEFECTS IN TITLE. If the title insurance commitment or Survey furnished pursuant to this Agreement discloses any title matters that are not acceptable to Purchaser, Seller may, within 15 days after notice from Purchaser, remove said matters. Any violation of federal, state or local laws, including statutes, regulations, ordinances, codes, rules, judgments, orders, decrees, permits, concessions, grants, franchises, licenses, agreements and other governmental restrictions shall be considered a title defect. At Seller's option, Seller agrees to use diligent effort to correct the defects in title within the time provided therefor, including the bringing of necessary suits. Defects arising from liens against the Property shall be satisfied at closing from Seller's proceeds. If Seller is unsuccessful in removing the title defects within said time or if Seller elects not to pursue the curing of said title defects, Purchaser shall have the option to either: (a) accept the title as it then is with no reduction in the Purchase Price, or (b) terminate this Agreement, thereupon releasing Purchaser and Seller from all further obligations under this Agreement; provided, however, that Seller shall reimburse Purchaser for all actual costs associated with Purchaser's due diligence activities outlined in paragraph 4 and Purchaser's deposit shall be fully refunded to Purchaser. 7. CLOSING. (A) The consummation of the transaction contemplated by this Agreement (the "Closing") shall take place at a location mutually agreed upon by the parties, on a date after Board approval that is mutually agreeable to the parties (the "Closing Date"), but no later than 60 days following the date this Agreement is approved by the Commission, 5 Purchaser Seller unless a delay is mutually agreeable to the parties. The City Manager shall be authorized to agree to any adjustments of the Closing Date on behalf of the City. Possession of the Property shall be granted by Seller to Purchaser no later than the Closing Date. (B) It is the intent of the parties that Purchaser will be conveyed, at Closing, the following ownership rights: 1. Fee simple ownership of the Property. (C) At Closing the Seller shall execute the following for the conveyance of the Property: 1. Execute, acknowledge and deliver to Purchaser a General Warranty Deed in accordance with Section 689.02, Florida Statutes, conveying the Property, which deed shall be in statutory form for recording; 2. Execute and deliver to Purchaser a mechanic's lien and possession affidavit in sufficient form and substance so as to allow the Title Company to remove the mechanical lien exception and parties-in-possession exception from the Title Commitment; 3. Execute and deliver to the Title Company an affidavit that there have been no changes to the conditions of title from that shown in the Title Commitment in order for the Title Company to delete the "gap" exception; 4. Execute and deliver instruments satisfactory to Purchaser and the Title Company reflecting the proper power, good standing and authorization for the sale of the Property from Seller to Purchaser hereunder; 5. Execute and deliver to Purchaser and the Title Company a FIRPTA affidavit in form and substance acceptable to Purchaser and the Title Company; 6. Execute and deliver to Purchaser a closing statement setting forth the Purchase Price, deposit, adjustments, prorations and closing costs as set forth herein; 7. Produce, execute and deliver to Purchaser any documents necessary to clear any title defects; and (D) Contemporaneously with the performance by Seller of its obligations set forth above, at Closing, Purchaser shall do the following: 1. Execute and deliver instruments satisfactory to Seller and the Title Company reflecting the proper power, good standing and authorization for the purchase of the Property from Seller by Purchaser hereunder; and 6 Purchaser Seller 2. Pay to Seller the Purchase Price, after credit for any deposits; and 3. Execute and deliver to Seller a closing statement setting forth the Purchase Price, deposit, adjustments, prorations and closing costs as set forth herein; and 4. Execute and deliver such other documents as may be required by this Agreement. 8. PREPARATION OF CLOSING DOCUMENTS. Within thirty (30) days of the Effective Date of this Agreement, the Escrow/Closing Agent shall prepare the deed described in Paragraph 7. of this Agreement. The Escrow/Closing Agent shall prepare Purchaser's and Seller's closing statements and the title, possession and lien affidavit certified to be executed by the Seller to Purchaser and title insurer in accordance with Section 627.7842, Florida Statutes. 9. CLOSING COSTS. (A) Seller shall pay the following costs and expenses in connection with the Closing: 1. Its attorney's fees; 2. All recording fees associated any affidavits or satisfactions necessary to cure title; 3. All documentary stamps and any intangible taxes in connection with the conveyance of the Property; 4. All costs needed to cure title and provide title evidence; 5. Any costs of operating or maintaining the Property which have been accrued prior to the Closing; and 6. All mailing costs associated with Closing. (B) Purchaser shall pay all other costs arising in connection with the Closing and this Agreement, including without limitation, the following: 1. All recording fees associated with the recording of the General Warranty Deed; 2. Survey and Appraisal costs; 3. Its costs of document preparation and its attorney's fees; 7 Purchaser Seller 4. The costs of the title commitment and insurance; and 5. Its costs associated with any financing. (C) The following items shall be prorated between Seller and Purchaser as of midnight of the day prior to Closing and shall be reflected on the Closing Statement: 1. All real estate taxes and assessments which are or which may become a lien against the Property shall be satisfied of record by Seller at closing. If the Purchaser acquires fee title to the Property between January 1 and November 1, Seller shall, in accordance with Section 196.295, Florida Statutes, place in escrow with the Broward County Records, Taxes and Treasury Division an amount equal to the current taxes prorated to the date of transfer, based upon the current assessment and millage rates on the Property. In the event the Purchaser acquires fee title to the Property on or after November 1, Seller shall pay to the county tax collector an amount equal to the taxes that are determined to be legally due and payable by the Broward County Records, Taxes and Treasury Division. 2. Utility charges, if any, and any other operating or maintenance expenses associated with the operation and upkeep of the Property. 10. RISK OF LOSS AND CONDITION OF REAL PROPERTY. Seller assumes all risk of loss or damage to the Property prior to the date of closing and warrants that the Property shall be transferred and conveyed to Purchaser in the same or essentially the same condition as of the date of Seller's execution of this Agreement, ordinary wear and tear excepted, and Seller shall prevent and refrain from any use of the Property for any purpose or in any manner that would diminish its market or conservation value. Seller will maintain the landscaping and grounds in a comparable condition and will not engage in or permit any activity that would materially alter the Property. The Seller shall not transfer or encumber any interest in the Property prior to closing. If the condition of the Property is altered by an act of God or other natural force beyond the control of Seller, however, Purchaser may elect, at its sole option, to terminate this Agreement and neither party shall have any further obligations under this Agreement. Subject to anything disclosed by the Survey, Seller represents and warrants that there are no parties other than Seller in occupancy or possession of any part of the Property. Seller warrants that there are no facts known to Seller materially affecting the value of the Property that are not readily observable by Purchaser or that have not been disclosed to Purchaser. 11. RIGHT TO ENTER PROPERTY AND POSSESSION. Seller agrees that from the date this Agreement is executed by Seller, Purchaser and its agents, upon reasonable notice, shall have the right to enter the Property for all lawful purposes in connection with this Agreement. Seller shall deliver possession of the Property to Purchaser at closing. 12. DEFAULT. 8 Purchaser Seller (A) If Seller defaults under this Agreement, Purchaser may waive the default and proceed to closing, seek specific performance, or refuse to close and elect to receive the return of any deposit money paid, each without waiving any action for damages, or any other remedy permitted by law or in equity resulting from Seller's default. (B) In the event the Purchaser should fail to consummate the transaction contemplated herein for any reason except for (i) any permissible reasons set forth herein or (ii) Seller's default, Seller may demand the Escrow Agent to pay any deposit, such sum being agreed upon as liquidated damages for the failure of Purchaser to perform the duties, liabilities and obligations imposed upon it by the terms and provisions of this Agreement and because the difficulty, inconvenience and uncertainty of ascertaining actual damages, and no other damages, rights or remedies shall in any case be collectible, enforceable or available to Seller other than as provided in this paragraph. (C) Seller and Purchaser shall not be required to perform any obligation under this Agreement or be liable to each other for damages so long as the performance or nonperformance of the obligation is delayed, caused or prevented by an act of God of force majeure. An "act of God" or "force majeure" is defined as hurricanes, earthquakes, floods, fire, unusual transportation delays, wars, insurrections and any other cause not reasonably in the control of the claiming party and which by exercise of due diligence the non-performing party is unable in whole or in part to prevent or overcome. 13. BROKERS. Seller and Purchaser each warrants to each other that no persons, firms, corporations or other entities are entitled to a real estate commission or other fees as a result of this Agreement or subsequent closing, except as accurately disclosed below: Seller: None Purchaser: None Seller shall and Purchaser shall to the extent permitted by applicable law indemnify and hold harmless each other harmless from any and all such claims under this paragraph, whether disclosed or undisclosed. However, Seller and Purchaser agree that this provision shall not have the effect of waiving sovereign immunity or the provisions of section 768.28, Florida Statutes. 14. ESCROW AGENT AND ESCROW PROCEDURE. Escrow Agent, as specified in Paragraph 1(C), by acceptance of the funds deposited by Purchaser hereunder, agrees to hold such funds and to disperse the same only in accordance with the terms and conditions of this Agreement. In the event of a termination of this Agreement or a default under this Agreement, the deposit (inclusive of the interest accrued thereon) shall be delivered or disbursed by Escrow Agent as provided in this Agreement. If either party shall declare the other party in default under this Agreement and such party makes demand (the "Demand") upon Escrow Agent for possession of the deposit, said party must provide the other party with a copy of such Demand made upon Escrow Agent. 9 Purchaser Seller Except with respect to Demands for the deposit made by Purchaser prior to or on the expiration of the investigation period provided in paragraph 4. (in which event Escrow Agent shall promptly deliver the deposit to Purchaser upon demand), Escrow Agent shall not disburse the deposit in accordance with the Demand until the demanding party delivers to Escrow Agent evidence (e.g., returned receipt from U.S. Postal Service) of the other party's receipt of the Demand and Escrow Agent has not received written objection to such demand within the five (5) business days following said party's receipt of the copy of such Demand. If any dispute or difference arises between Purchaser and Seller or if any conflicting demands shall be timely made upon Escrow Agent or if the Escrow Agent is in doubt as to its duties or liabilities under the provisions of this Agreement, it may, in its sole discretion, continue to hold such funds until the parties mutually agree to disbursement thereof, or until a judgment of a court of competent jurisdiction shall determine the rights of the parties hereto, or Escrow Agent may deposit such funds with the Clerk of the Circuit Court of Broward County, Florida, pursuant to interpleader procedure, whereupon after notifying all parties concerned with such action and paying all costs imposed by the Clerk as a result of such deposit, all liability on the part of Escrow Agent shall terminate except to the extent of accounting for any monies theretofore delivered out of escrow. 15. TIME. Time is of essence with respect to all dates or times set forth in this Agreement. Unless otherwise specified, the expiration of any period of time prescribed in this Agreement shall occur at 5:00 p.m. of the last day of the period. Should any period of time specified herein end on a Saturday, Sunday, or legal holiday recognized in Dania Beach, Florida, the period of time shall automatically be extended to 5:00 p.m. of the next full business day. All time periods referencing number of days shall be calendar days, unless otherwise specified. 16. SEVERABILITY. If any of the provisions of this Agreement are deemed to be unenforceable and the unenforceability of said provisions does not adversely affect the purpose and intent of this Agreement, in Purchaser's sole discretion, the enforceability of the remaining provisions of this Agreement shall not be affected. 17. SUCCESSORS IN INTEREST. This Agreement shall bind and inure to the benefit of Seller and Purchaser and their respective heirs, legal representatives, successors and assigns. Whenever used, the singular shall include the plural and one gender shall include all genders. 18. ENTIRE AGREEMENT. This Agreement contains the entire agreement between the parties pertaining to the subject matter contained in it and supersedes all prior and contemporaneous agreements, representations and understandings of the parties. No supplement, modification or amendment to this Agreement shall be binding unless executed in writing by the parties. Notwithstanding the foregoing, the parties acknowledge that the legal description contained in Exhibit "A" was prepared based upon historic chain of title information, without the benefit of a current survey of the Property. The parties agree that if, in the opinion of Purchaser, it becomes necessary to amend the legal description of the Property to correct errors, to more properly describe the Property, to 10 Purchaser Seller cut out portions of the Property affected by title defects that cannot be timely removed by the Seller, or to otherwise revise the legal description of the Property, the legal description to be used in the Survey (if any) and in the closing instruments required by this Agreement shall be revised by or at the direction of Purchaser, and shall be subject to the final approval of Purchaser. Anything to the contrary hereinabove notwithstanding, such a revision of the legal description of the Property shall not require a written amendment to this Agreement. In such event, the Seller's execution and delivery of the closing instruments containing the revised legal description and the Purchaser's acceptance of said instruments and of the final Survey (if any) containing the revised legal description shall constitute a full and complete ratification and acceptance of the revised legal description of the Property by the parties. 19. WAIVER. Failure of either party to insist upon strict performance of any covenant or condition of this Agreement, or to exercise any right herein contained, shall not be construed as a waiver or relinquishment for the future of any such covenant, condition or right; but the same shall remain in full force and effect. 20. AGREEMENT EFFECTIVE. This Agreement or any modification, amendment or alteration thereto, shall not be effective or binding upon any of the parties hereto until it has been executed by all of the parties after approval by the Dania Beach City Commissioners. 21. ADDENDUM. Any addendum attached hereto that is signed by the parties shall be deemed a part of this Agreement. 22. NOTICE. Whenever either party desires or is required to give notice unto the other, it must be given by written notice, and either delivered personally, transmitted via facsimile transmission, mailed postage prepaid, or sent by overnight courier to the appropriate address indicated on the first page of this Agreement, or such other address or electronic mail address as may be designated in writing by a party to this Agreement. 23. SURVIVAL. The covenants, warranties, representations, indemnities and undertakings of Seller set forth in this Agreement shall survive the closing, the delivery and recording of the deed described in paragraph 7. of this Agreement and Purchaser's possession of the Property. 24. APPLICABLE LAW. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. The parties hereto consent to jurisdiction and venue in Broward County, Florida, and agree that such jurisdiction and venue shall be sole and exclusive for any and all actions or disputes related to this Agreement or any related instruments. 25. COUNTERPARTS. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. 11 Purchaser Seller 26. INTERPRETATION. Whenever the context hereof shall so require, the singular shall include the plural, the male gender shall include the female gender and neuter and vice versa. This Agreement and any related instruments shall not be construed more strictly against one party than against the other by virtue of the fact that initial drafts were made and prepared by counsel for one of the parties, it being recognized that this Agreement and any related instruments are the product of extensive negotiations between the parties hereto and that both parties hereto have contributed substantially and materially to the final preparation of this Agreement and all related instruments. 27. AUTHORITY OF PARTIES. Seller and Purchaser represent to each other that each has full power and authority to enter into and perform this Agreement, all related instruments and the documentation contemplated hereby and thereby in accordance with their respective terms and that delivery and performance of this Agreement, all related instruments and the documentation contemplated hereby and thereby has been duly authorized by all necessary action. 28. ATTORNEY'S FEES AND COSTS. In the event of any litigation between the parties arising out of this Agreement or the collection of any funds due Purchaser or Seller pursuant to this Agreement, the prevailing party shall be entitled to recover from the nonprevailing party all costs incurred, including without limitation reasonable attorneys' and paralegals' fees and costs, whether such fees and costs are incurred at trial, on appeal or in any bankruptcy proceedings. THIS AGREEMENT IS INITIALLY TRANSMITTED TO THE SELLER AS AN OFFER. IF THIS AGREEMENT IS NOT EXECUTED BY THE SELLER ON OR BEFORE ________________________, 20_____, THIS OFFER WILL BE VOID UNLESS THE PURCHASER, AT ITS SOLE OPTION, ELECTS TO EXTEND THIS OFFER. THIS IS INTENDED TO BE A LEGALLY BINDING AGREEMENT ON SELLER UPON SELLER'S EXECUTION OF THE AGREEMENT. IF NOT FULLY UNDERSTOOD, SEEK THE ADVICE OF AN ATTORNEY PRIOR TO SIGNING. [THE REMAINDER OF THIS PAGE INTENTIONALLY BLANK.] 12 Purchaser Seller SELLER: Print Name: Rodney B. Harrison Witness as to Seller Date signed by Seller Printed Name Witness as to Seller Printed Name STATE OF ) ) COUNTY OF ) SWORN TO and subscribed before me ___ in person or ____ by electronic notarization, this day of , 20 , by Rodney B. Harrison. Such person(s) (Notary Public must check applicable box) [ ] is/are personally known to me. [ ] produced a current drivers license(s). [ ] produced as identification. (NOTARY PUBLIC SEAL) Notary Public (Printed, Typed or Stamped Name of Notary Public) Commission No.: My Commission Expires: 13 Purchaser Seller PURCHASER: CITY OF DANIA BEACH, FLORIDA By: Witness as to Purchaser Ana M. Garcia, City Manager Printed Name Witness as to Purchaser Printed Name APPROVED AT PUBLIC HEARING: CITY OF DANIA BEACH, FLORIDA BY ITS BOARD OF CITY COMMISSIONERS By: A.J. Ryan IV, Mayor ATTEST: Elora Riera, City Clerk APPROVED AS TO FORM: Eva A. Boutsis, City Attorney Date Executed: 14 Purchaser Seller EXHIBIT A – LEGAL DESCRIPTION 5042 34 01 1630 Site Address: 148 N Federal Highway, Dania Beach FL 33004 Lots 5 and 6, less the West 24 feet of Lot 6, in Block 11, of the TOWN OF MODELO (now Dania), according to the Plat thereof, as recorded in Plat Book “B” at Page 49, of the Public Records of Dade County, Florida; said lands situate, lying and being in Broward County, Florida. 5042 34 01 1640 Site Address: NE 1 Ave, Dania Beach FL 33004 Lot 7, Less the West 24 Feet thereof, and all of Lot 8, Block 11, TOWN OF MODELO (now Dania), according to the Plat Thereof, as recorded in Plat Book “B” at Page 49, of the Public Records of Dade County, Florida; said lands situate, lying and being in Broward County, Florida. City of Dania Beach Community Development Memorandum DATE: 10/10/2023 TO: Honorable Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Candido Sosa-Cruz, Deputy City Manager Eleanor Norena, CFM, Director Corinne Lajoie, AICP, Deputy DIrector SUBJECT: RZ-074-23: The applicant, the City of Dania Beach, is requesting to rezone a portion of the city owned CW Thomas Park from Neighborhood-Residential to Open Space (FIRST READING). Request: To rezone a portion of CW Thomas Park from Neighborhood-Residential (NBDH-RES) to Open Space (OS). Background: The CW Thomas Park currently as two (2) zoning designations on the land, Neighborhood- Residential (NBDH-RES) and Open Space (OS). As the park expanded over time, the zoning was never changed to reflect the expansion of the park. Each zoning designation has different development regulations making redevelopment of the site difficult. At this time, Community Development is proposing to rezone the western portion of the park, so the entire park is properly zoned Open Space. Having one set of development regulations for the entire park will make it easier to create and review the site plan for compliance with the City’s Land Development Code (LDC). This rezoning application will require two (2) readings by the City Commission for approval. Budgetary Impact None. Recommendation Planning and Zoning Board Recommendation On September 21, 2023, the Planning and Zoning Board recommended approval of this application. Department Recommendation The Community Development Department recommends that the City Commission approval of the proposed rezoning on first reading. ORDINANCE NO. 2023-______ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE REQUEST MADE BY THE CITY OF DANIA BEACH TO REZONE PROPERTY LOCATED AT 100 NW 8 AVENUE, DANIA BEACH, FLORIDA, AS LEGALLY DESCRIBED IN EXHIBIT “A”; CHANGING THE CURRENT ZONING CLASSIFICATION OF THE PROPERTY FROM NEIGHBORHOOD RESIDENTIAL (NBHD-RES) TO OPEN SPACE (OS) (APPLICATION NO. RZ-074-23), SUBJECT TO CERTAIN RESTRICTIONS; AND AMENDING THE CITY’S ZONING MAP TO REFLECT THE REZONING OF THE PARCEL, AS REFLECTED IN EXHIBIT “B”; PROVIDING FOR CODIFICATION, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, pursuant to Chapter 28, the “Land Development Code,” Part 6, “Development Review Procedures And Requirements,” Article 645, “Rezoning” of the City Code of Ordinances (the “City Code”), the City of Dania Beach, Owners (the “Applicant”), has applied to the City of Dania Beach (the “City”) for approval of a rezoning (Application RZ-074-23) for property located at 100 NW 8 Avenue, Dania Beach, Florida and legally described in Exhibit “A”; a copy of which is made a part of and incorporated into this Ordinance by this reference; and WHEREAS, the City Planning and Zoning Board, sitting as the Local Planning Agency, held a duly advertised public hearing on September 21, 2023, and determined that the proposed rezoning is consistent with the goals and objectives of the City of Dania Beach Comprehensive Plan (the “Comprehensive Plan”), and therefore, recommended approval of the proposed rezoning; and WHEREAS, the rezoning is consistent with the Future Land Use Map (FLUM) of the Comprehensive Plan which designates this area as Regional Activity Center; and WHEREAS, the City Commission conducted two (2) duly noticed public hearings in accordance with law; and WHEREAS, the City Commission finds that the approval of the proposed rezoning will protect the public health, safety, and welfare of the residents of the City, and furthers the purpose, goals, objectives and policies of the Comprehensive Plan. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: 2 ORDINANCE #2023-______ Section 1.That the foregoing “Whereas” clauses are ratified and confirmed as being true and correct and they are made a specific part of this Ordinance. Section 2.Pursuant to Chapter 28 “Land Development Code,” Part 6, “Development Review Procedures And Requirements,” Article 645, “Rezoning” of the City Code, the rezoning request (RZ-074-23) from Neighborhood Residential (NBHD-RES) to Open Space (OS) District, for the property located at 100 NW 8 Avenue, in the City of Dania Beach, Florida, as legally described in Exhibit “A,” is approved. Section 3. That the City’s zoning map is amended, as described in Exhibit “B”, which exhibit is attached and incorporated by reference into this Ordinance. Section 4.That issuance of a development permit by a municipality does not in any way create any right on the part of an applicant to obtain a permit from a state or federal agency and does not create any liability on the part of the municipality for issuance of the permit if the applicant fails to obtain requisite approvals or fulfill the obligations imposed by a state or federal agency or undertakes actions that result in a violation of state or federal law. Section 5.That if any section, clause, sentence or phrase of this Ordinance is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this Ordinance. Section 6.That all ordinances or parts of ordinances in conflict with the provisions of this Ordinance are repealed to the extent of such conflict. Section 7.That this Ordinance shall be effective 10 days after passage. PASSED on first reading on , 2023. PASSED AND ADOPTED on second reading on , 2023. First Reading: Motion by: ____ Second by: ____ Second Reading: Motion by: _________________________ Second by: _________________________ 3 ORDINANCE #2023-______ FINAL VOTE ON ADOPTION: Commissioner Joyce Davis ______ Commissioner Tamara James ______ Commissioner Marco Salvino ______ Vice Mayor Lori Lewellen ______ Mayor Archibald J. Ryan IV ______ ATTEST: ELORA RIERA, MMC ARCHIBALD J. RYAN IV CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY 4 ORDINANCE #2023-______ EXHIBIT “A” LEGAL DESCRIPTION ALL THAT PART OF THE NORTHEAST QUARTER (NE 1/4) OF THE NORTHWEST QUARTER (NW 1/4) OF THE SOUTHWEST QUARTER (SW 1/4) OF SECTION THIRTY- FOUR (34), TOWNSHIP FIFTY (50) SOUTH, RANGE FORTY-TWO (42) EAST, LYING WEST OF BLOCK THIRTY (30) OF THE TOWN OF MODELO (NOW DANIA), ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK “B”, PAGE 49, OF THE PUBLIC RECORDS OF DADE COUNTY, FLORIDA; SAID LANDS SITUATE, LYING AND BEING IN BROWARD COUNTY, FLORIDA. LESS AND EXCEPT THEREFROM PUBLIC RIGHT-OF-WAY FOR NW 8TH AVENUE, TOGETHER WITH: LOTS ONE (1) THROUGH TEN (10), INCLUSIVE, BLOCK ONE (1), “WEST MOORLAND”, ACCORDING TO THE PLAT THEREOF, AS RECORDED IN PLAT BOOK 19, PAGE 8, OF THE PUBLIC RECORDS OF BROWARD COUNTY, FLORIDA, TOGETHER WITH A TWENTY-FIVE (25) FOOT RIGHT-OF-WAY FOR NW 10TH AVENUE, LYING EASTERLY OF SAID BLOCK ONE (1). SUBJECT TO: THAT PORTION OF UNRECORDED PUBLIC RIGHT-OF-WAY, ADJACENT TO THE ABOVE DESCRIBED LANDS, BEING THE EASTERLY EXTENSION OF NW 1ST STREET AND NW 2ND STREET, INTERSECTING NW 8TH AVENUE. 5 ORDINANCE #2023-______ EXHIBIT “B” City of Dania Beach City Manager Memorandum DATE: 10/10/2023 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Ana M. Garcia, ICMA-CM, City Manager SUBJECT: Approval of Expenditure of City Funds to Exceed One Million for the Purchase of 148 S. North Federal Highway - First Reading Request: The City Administration requests expenditure authorization of City funds that will exceed one million dollars for the property located at 148 N. Federal Highway. Background: Through the Mayor, the City has prepared a purchase and sale agreement between the City and Rodney B. Harrison which offer is contingent upon City Commission approval and a due diligence period to confirm environmental quality of the land, at a purchase price of One Million Six Hundred Thousand Dollars ($1,600,000.00). Before proceeding with the purchase, the City’s to Section 2, “Certain Expenditures” of Article 3, “Powers of the City”, of the City Charter, the City Commission must, by ordinance, approve any expenditures of City funds that exceed One Million Dollars ($1,000,000.00) after two (2) advertised public hearings of the ordinance requires the Commission to authorize expenditures that exceed one million dollars. The City has completed its due diligence as to the property value, and any closing will occur after the City has received environmental sign off in conducting a Phase I Environmental test of the property. Budgetary Impact The funding for this purchase in the amount of $1,600,000.00, plus closing costs, will be appropriated from: Appropriated Fund Balance (001-00-00-389-90-01), Purchase of Land (001- 18-00-519-61-10). Recommendation It is recommended that the City Commission adopt the Ordinance on the first reading to authorize the expenditure of City funds exceeding one million dollars for the purchase of 148 N. Federal Highway in the amount of $1,600,000.00, plus closing costs. ORDINANCE NO. 2023-_____ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE EXPENDITURE OF CITY FUNDS EXCEEDING ONE MILLION DOLLARS ($1,000,000.00), WHICH EXPENDITURE IS NOT TO EXCEED ONE MILLION SIX HUNDRED THOUSAND DOLLARS ($1,600,000.00) FOR THE PURCHASE OF 148 NORTH FEDERAL HIGHWAY, DANIA BEACH, FLORIDA; PROVIDING FOR SEVERABILITY; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, pursuant to Section 2, “Certain Expenditures” of Article 3, “Powers of the City”, of the City Charter, the City Commission must, by ordinance, approve any expenditures of City funds that exceed One Million Dollars ($1,000,000.00) after two (2) advertised public hearings of the ordinance; and WHEREAS, the City has issued an offer to purchase 148 North Federal Highway, for the purchase price of One Million Six Hundred Thousand Dollars ($1,600,000.00), contingent upon city commission approval, and a due diligence period; and WHEREAS the dollar amount the purchase price exceeds the monetary threshold of One Million Dollars ($1,000,000.00); and WHEREAS, at second reading of the ordinance the City shall hold two public hearings on the expenditure exceeding One Million Dollars ($1,000,000.00). NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “WHEREAS” clauses are ratified and confirmed as being true and correct, and they are made a part of and incorporated into this Ordinance by this reference. Section 2.That the proper City officials are authorized to expend more than One Million Dollars ($1,000,000.00) to purchase 148 North Federal Highway. Section 3. That Fiscal Year 2023-24 funding for this purchase, in the amount of One Million Six Hundred Thousand Dollars ($1,600,000.00), plus applicable closing costs, is currently available in the City’s General Fund Unassigned Fund Balance account number 001- 71-00-00 and shall be appropriated to the following revenue and expenditure accounts: Appropriated Fund Balance (001-00-00-389-90-01) Purchase of Land (001-18-00-519-61-10). ORDINANCE #2023-______2 Section 4.That if any section, clause, sentence, or phrase of this Ordinance is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this Ordinance. Section 5.That all Ordinances or parts of Ordinances in conflict with the provisions of this Ordinance are repealed. Section 6.That this Ordinance shall take effect immediately at the time of its passage and adoption. PASSED on first reading on October 10, 2023. PASSED AND ADOPTED on second reading on _______________________. First Reading: Motion by: ___________________________ Second by: ___________________________ Second Reading: Motion by: ___________________________ Second by: ___________________________ FINAL VOTE ON ADOPTION: Commissioner Joyce Davis ______ Commissioner Tamara James ______ Commissioner Marco Salvino ______ Vice Mayor Lori Lewellen ______ Mayor Archibald J. Ryan IV ______ ATTEST: __________________________ ___________________________ ELORA RIERA, MMC ARCHIBALD J. RYAN IV CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS: EVE A. BOUTSIS CITY ATTORNEY ORDINANCE #2023-______3 EXHIBIT “A” LEGAL DESCRIPTION Lots 5 and 6, less the West 24 feet of Lot 6, in Block 11, of the TOWN OF MODELO (now DANIA), according to the Plat thereof, as recorded in Plat Book "B," at Page 49, of the Public Records of Dade County, Florida; said lands situate, lying and being in Broward County, Florida. City of Dania Beach Community Development Memorandum DATE: 10/10/2023 TO: Honorable Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Candido Sosa-Cruz, ICMA-CM, Deputy City Manager Eleanor Norena, CFM, Director Corinne Lajoie, AICP, Deputy Director SUBJECT: Selection of artist in response to the Call to Artist for the City of Dania Beach’s City Hall Parking Garage public art project. Request: Selection of artist in response to the Call to Artist for the City of Dania Beach’s City Hall Parking Garage public art project. Background: On August 1, 2023, the Call to Artist was published with an anticipated project budget of $60,000. A total of fifty-nine (59) submittals were received, forty-six (46) of which met the minimum qualifications. The Call to Artist identified that the City would shortlist up to five (5) Artists to develop preliminary conceptual design proposals to present via video conference or in-person to the PAAB. Each shortlisted Artist will receive information about the project and have a minimum of one (1) month to prepare a preliminary conceptual design proposal for review by the Artist Selection Panel. Shortlisted Artists will be paid an honorarium of $1,000 for the proposal and presentation. On September 18, 2023, the PAAB met and discussed the submittals received. The Board identified their top five artists whom they would like to request proposals from. The top five artists selected are identified below: • Ivan Roque • Vito Di Bari • Ernesto Maranje • Aaron T. Stephan • Dan Bergeron & Gabriel Specter Budgetary Impact The anticipated cost for the conceptual design proposals from the five (5) selected artist is $5,000 which will be appropriated from the Public Art fund Account #115-15-01-515-31-10. Recommendation City Commission to approve the five (5) selected artist to request proposals for a mural design on the City of Dania Beach Parking Garage (east wall) public art project. VITO DI BARI Innovation Designer, CEO and Founder of DiBari & Associates Professional Resume. In 1999, Vito was appointed Executive Director at International Multimedia Institute of UNESCO, in Paris. At this time, Vito was a member of the Editorial Committee of Harvard Business Review (Italy) and the Scientific Committee of the International Institute for Opera and Poetry of UNESCO, a Member of the Fiction Financing Committee Euro-Aim MEDIA with the Council of Europe (Bruxelles), and a Chairman of the Arts & Communication International Fellowship of the Rotary International (Evanston, Il). In 2007, the city of Milan appointed Vito Di Bari to be the Innovation Designer for The 2015 Universal EXPO. As a result of this, Vito began developing creative and inspiring urban projects. All of Vito’s projects are value- driven and based on next-generation technologies and materials. His Digital Expo Project won the competition with a visionary proposal featuring Vito’s concepts to design a city of the future using recent discoveries in various fields, such as augmented reality, movement sensors, nanotechnologies, and robotics. Vito created his vision of the Inspirational City, a city of the future releasing positive emotions and improving the overall quality of life driven by hidden next generation technologies. NEO-FUTURISM Vito is considered the leader of the avant-garde movement called Neo-Futurism, which is a rethinking of the aesthetics and efficient functionality of future cities, concerning architectural design and art in public places. The pioneer of the movement was French architect Denis Laming. Neo-futurist urbanists, architects, and artists believe in cities releasing positive emotions and improving the quality of life through Eco sustainability, values, and innovative technologies. With The Art Reef Project (2017), Vito designed, fabricated, and installed a piece as creative as it is altruistic. In Naples, Florida one can find his one of a kind installation, which takes the form of a sea turtle laying on the ocean floor. It is composed of stone panels that have already grown new coral in an effort to revitalize the dying sea life in the area. Firmly situated within the realm of neo- futurism, it echoes Di Bari’s ethos that “beauty will save the world”. Vito’s neo-futuristic vision of the “cross-pollination of art and technology for a better world” was defined by Steve Jobs as the “post-PC DNA” and it is shared by world-renowned designers, artists, and other creatives. ART, PHILOSOPHY, AND STYLE Vito’s imaginative projects reflect the convergence of art, values, and cutting-edge technologies. He is an inspirational thought leader of not only the Neo-Futurist movement, but also of “history telling walls”. The idea is to preserve the memories and feelings of a city and its citizens by immortalizing them through large-scale murals. His 2019 Tamarac Community Center Wall Mural does just that, chronicling the history of the city, from its founding to present-day, using contemporary graphics. Aesthetically, Vito’s work plays off of each site’s unique pulse. The clean and sleek design of the multifaceted installation Zero Mile Marker (2019) both fits within its surroundings and makes it stand out as a true landmark, beautifying a previously gray urban underpass in downtown Miami, Florida. It is this balance as well as the balance between traditional and contemporary, representative and abstract, which grants his art such widespread appeal. Of course the philosophy behind his concepts, the theory behind his designs, and the selection of materials and media is of utmost importance. However, what matters most to Di Bari is that the lives of residents improves with the installation of each of his public artworks. MyEquilibria (2016) is a testament to this, as it encourages open-air exercise and blurs the border between art and wellness. DIBARI & ASSOCIATES In 2012, Vito expanded the work of his studio in Milan to include the United States, specializing in implementing the newest technologies and materials to provide creative urban solutions for public places. Vito currently resides in Miami Beach, FL where he has recently established his studio’s U.S. base of operations: DiBari & Associates. The DB&A studio brings to the United States its world-renowned star artists and designers. The members of this “Dream Team” are the very best worldwide in their respective fields. The Associates work in concert to ensure that project results are unparalleled in beauty, wonder, and functionality, by embracing innovation, sustainability, and livability. DiBari & Associates’ goal is to “Design the Cities of the Future, Today”. From Hong Kong to Paris, from Berlin to Rio de Janeiro, from London to Milan, from Amsterdam to Prague, the Partners and Associates of DiBari Innovation Design deliver the best that the world has to offer. All of them share Vito’s vision of an Emotional City: creating beautiful, magical, eco-compatible cities implementing new materials and new technologies utilizing out-of-the-box creative new ideas. REPRESENTATIVES PROJECTS AND REFERENCES 1.Sun Salutations - West Palm Beach, FL - USA Materials - Water jet cut powder coated aluminum, dichroic glass Dimensions - 7.5’ x 6.5’ x 0" Budget - $65.000,00 Year - 2021 Project reference contact information: Sybille Welter - Administrator of Public Art and Culture City of West Palm Beach - Public Art for an Inspired City 401 Clematis Street - West Palm Beach, FL 33401 561.822.1521 - scwelter@wpb.org 2. Zero Mile Marker - Miami, FL - USA Materials - Digital painting, aluminum wraps, vinyl prints Dimensions - 20’ x 100’ x 900’ Budget - $1.200.000,00 Year - 2019 Project reference contact information: Roberto L. Hernandez - President of RH Engineering Group, Inc. 647 West Flagler Street, Miami, FL 33130 786.600.3300 x 1001 - rhengineeringgroup@gmail.com 3. Tamarac Community Center Wall - Tamarac, FL - USA Medium - Paint Dimensions - 34’ x 83’ x 17’ Budget - $50.000,00 Year – 2019 Project reference contact information: Beth Ravitz - Art Consultant for the city of Tamarac 954-701-2118 - bethravitz@gmail.com 4. The Art Reef Project - Naples, FL - USA Materials - Underwater Limestone Blocks Dimensions - 10’ x 80’ x 80’ Budget - $130.000,00 Year - 2017 Project reference contact information: Diane Flagg - Chair at Collier County - Economic Recovery Task Force (ERTF) 9045 Strada Stell Court Suite 305 - Naples, FL - 34109 (239)784-5580 - diane.flagg@att.net 5. MyEquilibria - Miami, FL - USA Materials: Concrete and wood Dimensions - 23 x 30 x 23 ft. Budget - $90.000,00 Year – 2018 Project reference contact information: Jimmy Morales - former City Manager Miami Beach. Now Director of Public works at Miami-Dade County 111 NW 1st St, Miami, FL, 33128 (305) 375-2960 - Jimmymorales@miamidade.gov 6. Pet Love Archway – Odessa, TX - USA Materials: Steel Dimensions - 9 x 7 x 2 ft. Budget - $80.000,00 Year – 2023 Project reference contact information: Randy Ham, Executive Director Odessa Arts PO Box 7195, Odessa, TX 79760 (432) 337-1492 - randy@odessaarts.org STATEMENT RFQ Parking Garage Wall Public Art Project- Dania Beach, FL I lead a studio of associated artists, Dibari & Associates, located in Miami, Florida. My goal is to bring together star artists and star designers that share the same vision: crafting landmark public artworks that instill emotion in our towns and cities. I have created numerous examples of memorable public art that shapes the look and feel of cities in order to enhance the quality of life for residents. This includes a strong focus on “History Telling Walls”, which are murals that seek to protect heritage, celebrate everyday heroes, and make urban architecture more welcoming. I would be honored to craft a one-of-a-kind, two-dimensional artwork for the exterior of the City Hall Parking Garage in Dania Beach, Florida. This project calls to me for many reasons, the first of which is that this piece is an opportunity to build community. Community engagement is an integral part of my design process. My intent with this project would be to gather ideas from the local residents themselves and delve deeper into both the history of Dania Beach and its diverse contemporary cultural landscape. During previous public art commissions, this has led to a great deal of inspiration and changed the trajectory of some pieces in a positive way. Ultimately, my goal is to unite people in a shared experience and to give residents something of which to be proud, in turn elevating the unique sense of place of each town or city. I also appreciate the city’s priority of focusing on environmental stewardship. Our environment shapes us as people, and by using the specific intricacies of each natural landscape and its flora and fauna as inspiration, I feel I am able to further create a sense of belonging among the residents and visitors to each site. I have recently completed relevant public artwork of a similar scope, including historic murals, creative lighting design, and the use of augmented reality as seen in Once Upon a Time (2018, https://vimeo.com/434730965). In the video link, we can experience the inventive anamorphic illusion embellished with augmented reality playing with our sense of space both physically and digitally. My track record should give you confidence in my professionalism and ability to work with the City of Dania Beach to enhance the City Hall Complex. Having worked extensively in Florida, I am not only familiar with the state’s culture but also its harsh climate and which high-quality, durable materials will allow a piece to last with minimal maintenance. Dania Beach already excels in engaging creative offerings, from existing public artworks to Dania Beach After Dark. I am prepared to complement these elements with a two-dimensional artwork to be enjoyed for generations to come. 1. TITLE: Tamarac Community Center Wall Mural by Vito Di Bari YEAR INSTALLED: 2019 LOCATION: Tamarac, FL MEDIA: Mural MATERIALS: Paint DIMENSIONS: 34 x 83 x 17 ft. CLIENT: City of Tamarac BUDGET: $50,000 DESCRIPTION: Created in collaboration with the local population and community stakeholders, this mural tells the story of Tamarac—starting from the depiction of its founder, across its historic landmarks, to its present-day identity. 2. TITLE: Zero Mile Marker by Vito Di Bari YEAR INSTALLED: 2019 LOCATION: Miami, Florida MEDIA: Digital painting, aluminum wraps, vinyl prints DIMENSIONS: 20 x 100 x 900 ft. CLIENT: Miami Parking Authority BUDGET: $1,200,000 DESCRIPTION: This installation redesigned the borderline between the two vibrant Miami neighborhoods by combining Ancient Roman symbolism with contemporary design. The result was a luminous underpass which dazzled passersby while navigating strict structural limitations. 3. TITLE: Calamansi and Sampaguita by Pastel FD YEAR INSTALLED: 2016 LOCATION: Bonifacio Global City, Philippines MEDIA: Mural DIMENSIONS: 100 x 130ft. CLIENT: BGC Corporate Center BUDGET: $100,000 DESCRIPTION: This massive mural features two flowers with unique roles in Filipino culture: The Calamansi is traditionally used in Filipino funerals as a means to purify the body; and the Sampaguita, is the national flower that represents humility and reverence. Their placement on a corporate center is subtle reminder of the importance of history and culture. 4. TITLE: Quiete by Ale Senso YEAR INSTALLED: 2021 LOCATION: San Vito lo Capo, Italy MEDIA: Pavement Art DIMENSIONS: 82’ x 295’ CLIENT: SUA – San Vito lo Capo Urban Art Festival BUDGET: $100,000 DESCRIPTION: A pavement artwork with the goal to reflect the importance of unity using a visual metaphor, with two figures: one sand-colored and one sky-blue. They are united to a point that they have become one. Two common elements of water and earth, celebrating the most natural essence of the human being. 5. TITLE: Once Upon a Time by Leon Keer YEAR INSTALLED: 2018 LOCATION: Pessac, France MEDIA: 3D mural, augmented reality DIMENSIONS: 40’ x 40’ CLIENT: Vibrations Urbaines Festival BUDGET: $80,000 DESCRIPTION: This anamorphic mural incorporates augmented reality to enhance the 2D painted optical illusion. Scan the painting with a smartphone to witness animated features that bring the depicted scene to life. IVAN ROQUE (786) 419-8443- www.IVANROQUE.com - IJROQUE989@GMAIL.COM 3561 SW 117 Ave Apt 207, MIAMI, FL 33175 USA Education Bachelor’s of Art in Visual Art with a minor in Art History – Florida International University Solo Exhbitions 2013- NAC Gallery “Lost In Cinema”- Fort Lauderdale, FL 2014- Rise Up Gallery "Think Happy Shit"- Miami, FL 2016- Coral Springs Museum of Art “Definition of a Phoenix”- Coral Springs, FL 2017- Confidante Hotel “Visions from Across the Way”- Miami Beach, FL Mural Festivals / Projects -The Bushwick Collective – Brooklyn, NY -Pow Wow Worcester – Worcester, MA -Basel House – Miami, FL -Ultra Music Festival – Miami, FL / Seoul, Republic of South Korea -International Meeting of Styles- Miami, FL -Burning Bridges Chattanooga- Chattanooga, TN -A Wall Festival - Miami, FL -West Art District – Orlando, FL -Arts Garage – New Orleans, LA -Create Change Mural Project by the Miami Dolphins and Microsoft- Miami, FL -Earth Day Mural Festival – Marathon, FL -Burning Bridges Mural Festival – Chattanooga, Tennessee -NOLA Mural Project- New Orleans, LA -Sprayseemo Mural Festival- Kansas City, MO -Akumal Festival de los Artes- Akumal, Mexico -Zoo Walls- Miami, FL -Mural Marathon- Reno, Nevada -Little Haiti Mural Project- Miami, FL -Talking Walls- Charlotte, NC -Flint Public Art Project- Flint, Michigan -Wynwood Mural Fest- Miami, FL -Art Infect IV- Kaiserslautern, Germany -Untapped at Miami Dade College- Hialeah, FL -Art Infusion- Janesville, Wisconsin -Hoodoo Mural Festival- Amarillo Texas -Liv Co Mural Festival- Avon, New York Arts in Public Places -Open Canvas Project – Fort Lauderdale, Florida -Red Reef Mural Project- Boca Raton, Florida -Spanish River Tunnels Project- Boca Raton, Florida -City of Manchester- City of Manchester, Tennessee -Neon Art District- Norfolk, Virginia -Wauwatosa Mural Project- Wauwatosa, Wisconsin -City of Cape Canaveral- Cape Canaveral, Florida -Arts in the Burg- South Pittsburg, Tennessee -Bravo Supermarket- City of Miramar, Florida -Windows to the World- City of Miramar, Florida -Hattiesburg Alliance for Public Art (Long Leaf Trace Tunnel) - Hattiesburg, Mississipp -City of North Miami - North Miami, Florida -DHMP- Hollywood, Florida -Mural Fest - Corpus Christi, Texas Clients & Collaborators -Miami Open -Corona -Samsung -Soundcloud -Microsoft -Miami Dolphins -Deep Eddy Vodka -Ultra Music Festival -Live Nation -Zoo Miami -Burger King -Waterloo Sparkling Water -Omnilife -Flor de Caña -Florida International University -Formula One -Capital One -McDonald's -Intermiami CF -Virgin Voyages References Jill Weisberg- Curator of DHMP for the City of Hollywood - jweisberg@hollywoodfl.org Christine Rebout- Director at Janesville Conventions & Visitors Bureau - director@janesvillecvb.com Kristin Brock - Director of Programs and Development at Visit HATTIESBURG - kbrock@visithburg.org VITO DI BARI Innovation Designer, CEO and Founder of DiBari & Associates Professional Resume. In 1999, Vito was appointed Executive Director at International Multimedia Institute of UNESCO, in Paris. At this time, Vito was a member of the Editorial Committee of Harvard Business Review (Italy) and the Scientific Committee of the International Institute for Opera and Poetry of UNESCO, a Member of the Fiction Financing Committee Euro-Aim MEDIA with the Council of Europe (Bruxelles), and a Chairman of the Arts & Communication International Fellowship of the Rotary International (Evanston, Il). In 2007, the city of Milan appointed Vito Di Bari to be the Innovation Designer for The 2015 Universal EXPO. As a result of this, Vito began developing creative and inspiring urban projects. All of Vito’s projects are value- driven and based on next-generation technologies and materials. His Digital Expo Project won the competition with a visionary proposal featuring Vito’s concepts to design a city of the future using recent discoveries in various fields, such as augmented reality, movement sensors, nanotechnologies, and robotics. Vito created his vision of the Inspirational City, a city of the future releasing positive emotions and improving the overall quality of life driven by hidden next generation technologies. NEO-FUTURISM Vito is considered the leader of the avant-garde movement called Neo-Futurism, which is a rethinking of the aesthetics and efficient functionality of future cities, concerning architectural design and art in public places. The pioneer of the movement was French architect Denis Laming. Neo-futurist urbanists, architects, and artists believe in cities releasing positive emotions and improving the quality of life through Eco sustainability, values, and innovative technologies. With The Art Reef Project (2017), Vito designed, fabricated, and installed a piece as creative as it is altruistic. In Naples, Florida one can find his one of a kind installation, which takes the form of a sea turtle laying on the ocean floor. It is composed of stone panels that have already grown new coral in an effort to revitalize the dying sea life in the area. Firmly situated within the realm of neo- futurism, it echoes Di Bari’s ethos that “beauty will save the world”. Vito’s neo-futuristic vision of the “cross-pollination of art and technology for a better world” was defined by Steve Jobs as the “post-PC DNA” and it is shared by world-renowned designers, artists, and other creatives. ART, PHILOSOPHY, AND STYLE Vito’s imaginative projects reflect the convergence of art, values, and cutting-edge technologies. He is an inspirational thought leader of not only the Neo-Futurist movement, but also of “history telling walls”. The idea is to preserve the memories and feelings of a city and its citizens by immortalizing them through large-scale murals. His 2019 Tamarac Community Center Wall Mural does just that, chronicling the history of the city, from its founding to present-day, using contemporary graphics. Aesthetically, Vito’s work plays off of each site’s unique pulse. The clean and sleek design of the multifaceted installation Zero Mile Marker (2019) both fits within its surroundings and makes it stand out as a true landmark, beautifying a previously gray urban underpass in downtown Miami, Florida. It is this balance as well as the balance between traditional and contemporary, representative and abstract, which grants his art such widespread appeal. Of course the philosophy behind his concepts, the theory behind his designs, and the selection of materials and media is of utmost importance. However, what matters most to Di Bari is that the lives of residents improves with the installation of each of his public artworks. MyEquilibria (2016) is a testament to this, as it encourages open-air exercise and blurs the border between art and wellness. DIBARI & ASSOCIATES In 2012, Vito expanded the work of his studio in Milan to include the United States, specializing in implementing the newest technologies and materials to provide creative urban solutions for public places. Vito currently resides in Miami Beach, FL where he has recently established his studio’s U.S. base of operations: DiBari & Associates. The DB&A studio brings to the United States its world-renowned star artists and designers. The members of this “Dream Team” are the very best worldwide in their respective fields. The Associates work in concert to ensure that project results are unparalleled in beauty, wonder, and functionality, by embracing innovation, sustainability, and livability. DiBari & Associates’ goal is to “Design the Cities of the Future, Today”. From Hong Kong to Paris, from Berlin to Rio de Janeiro, from London to Milan, from Amsterdam to Prague, the Partners and Associates of DiBari Innovation Design deliver the best that the world has to offer. All of them share Vito’s vision of an Emotional City: creating beautiful, magical, eco-compatible cities implementing new materials and new technologies utilizing out-of-the-box creative new ideas. REPRESENTATIVES PROJECTS AND REFERENCES 1.Sun Salutations - West Palm Beach, FL - USA Materials - Water jet cut powder coated aluminum, dichroic glass Dimensions - 7.5’ x 6.5’ x 0" Budget - $65.000,00 Year - 2021 Project reference contact information: Sybille Welter - Administrator of Public Art and Culture City of West Palm Beach - Public Art for an Inspired City 401 Clematis Street - West Palm Beach, FL 33401 561.822.1521 - scwelter@wpb.org 2. Zero Mile Marker - Miami, FL - USA Materials - Digital painting, aluminum wraps, vinyl prints Dimensions - 20’ x 100’ x 900’ Budget - $1.200.000,00 Year - 2019 Project reference contact information: Roberto L. Hernandez - President of RH Engineering Group, Inc. 647 West Flagler Street, Miami, FL 33130 786.600.3300 x 1001 - rhengineeringgroup@gmail.com 3. Tamarac Community Center Wall - Tamarac, FL - USA Medium - Paint Dimensions - 34’ x 83’ x 17’ Budget - $50.000,00 Year – 2019 Project reference contact information: Beth Ravitz - Art Consultant for the city of Tamarac 954-701-2118 - bethravitz@gmail.com 4. The Art Reef Project - Naples, FL - USA Materials - Underwater Limestone Blocks Dimensions - 10’ x 80’ x 80’ Budget - $130.000,00 Year - 2017 Project reference contact information: Diane Flagg - Chair at Collier County - Economic Recovery Task Force (ERTF) 9045 Strada Stell Court Suite 305 - Naples, FL - 34109 (239)784-5580 - diane.flagg@att.net 5. MyEquilibria - Miami, FL - USA Materials: Concrete and wood Dimensions - 23 x 30 x 23 ft. Budget - $90.000,00 Year – 2018 Project reference contact information: Jimmy Morales - former City Manager Miami Beach. Now Director of Public works at Miami-Dade County 111 NW 1st St, Miami, FL, 33128 (305) 375-2960 - Jimmymorales@miamidade.gov 6. Pet Love Archway – Odessa, TX - USA Materials: Steel Dimensions - 9 x 7 x 2 ft. Budget - $80.000,00 Year – 2023 Project reference contact information: Randy Ham, Executive Director Odessa Arts PO Box 7195, Odessa, TX 79760 (432) 337-1492 - randy@odessaarts.org IVAN ROQUE 3561 SW 117 Ave Apt 207, Miami, FL 33175 (786)419-8443 ijroque989@gmail.com August 7, 2023 To: Dania Beach Public Arts My name is Ivan Roque and I’m a professional artist based out of Miami, FL. I came across your call to artists and was interested in getting involved on this opportunity. I would love to come and paint a masterpiece for the City of Dania Beach as it has played an integral part of who I am not only as an artist but a person. I remember going fishing on the pier with my uncle, days as a child running on the sand with my grand parents, waiting with great anticipation the line of Jaxson's for their amazing ice cream and all of those amazing times at the old Boomers and Bass Pro Shops. Dania Beach truly is a South Florida gem and nothing would be a bigger honor and bring me greater pride than to create a piece for this amazing city. Art brings about huge change in the most positive way to a community. It inspires the children to chase their visions and truly livens up the neighborhood for all to see and appreciate. I want to create a piece that captures the essence of Dania Beach now, then and the future something that would be elegant and Florida. I have many experiences with murals as I have painted murals abroad both nationally and internationally with some of the biggest names in the industry such as Microsoft, Forumula One and Samsung just to name a few. I have done major mural festivals such as the Mural Festival, Pow Wow Worcester and the Bushwick Collective so the wall will guaranteed be to the highest degree of quality. I've also been commissioned by many private developers and municipalities as well such as the City of Pembroke Pines, the City of North Miami and Corpus Christi just to name a few. I only focus on using the best brands available for whatever needs to get done. Thank you for taking the time to read my application and I look forward to hearing back. Have a great day. -Ivan Roque www.IVANROQUE.com Ivan Roque Digital ID Image Sheet 1. Title: “Birth of South Florida” Date: December 2021 Materials: Spray Paint and Acrylic Dimensions: 76’ x 18’ Locations: North Miami, Florida Client: City of North Miami Community Redevelopment Agency Budget: $11,000 2. Title: “Small but Mighty” Date: October 2021 Materials: Spray Paint and Acrylic Dimensions: 65’ x 22’ Locations: Amarillo, Texas Client: Hoodoo Mural Festival Budget: $8,000 3. Title: “Horse Country” Date: July 2022 Materials: Spray Paint and Acrylic Dimensions: 86’ x 23’ Locations: Avon, New York Client: Livingston County New York Budget: $12,000 4. Title: “Spirit of Us” Date: August 2022 Materials: Spray Paint and Acrylic Dimensions: 45’ x 33’ Locations: Pembroke Pines, Florida Client: City of Pembroke Pines Budget: $14,000 5. Title: “River of Life” Date: September 2021 Materials: Spray Paint and Acrylic Dimensions: 100’ x 8’ Locations: Janesville, Wisconsin Client: City of Janesville Budget: $8,000 6. Title: “South Pittsburg” Date: June 2021 Materials: Spray Paint and Acrylic Dimensions: 100’ x 25’ Locations: South Pittsburg, Tennessee Client: Arts in the Burg Budget: $10,000 7. Title: “Journey to Imagination” Date: June 2022 Materials: Spray Paint and Acrylic Dimensions: 75’ x 10’ Locations: Binghamton, New York Client: Broome County New York Budget: $9000.000 8. Title: “The Plaza” Date: April 2021 Materials: Spray Paint and Acrylic Dimensions: 70’ x 20’ Locations: Miramar, Florida Client: City of Miramar Budget: $8000.00 9. Title: “New Beginnings” Date: January 2023 Materials: Spray Paint and Acrylic Dimensions: 75’ x 25’ Locations: Venice, Florida Client: Wellen Park Budget: $40,000.00 10. Title: “Freehold Flamingo” Date: November 2021 Materials: Spray Paint and Acrylic Dimensions: 14’ x 10’ Locations: Miami, Florida Client: Freehold Wynwood Budget: $7,000.00 Selected Murals & Public Art Commissions United States • Family Portrait for the city of Green Bay – Green Bay, WI (2023) • The Path to Everywhere for Disney Springs – Orlando, FL (2023) • Florida Wildlife Corridor for the Florida Wildlife Corridor Foundation – St. Pete, FL (2022) • Azeban for the city of Northampton – Northampton, MA (2022) • Belmonte for the city of Fort Lee – Fort Lee, NJ (2022) • Stopping by the Woods for the city of Johnson City – Johnson City, TN (2022) • Ferdinand for the city of Odessa – Odessa, TX (2022) • FAU Owl for Florida Atlantic University with Unconventional Group – Boca Raton, FL (2022) • Patch of Heaven for Patch of Heaven Sanctuary – Miami, FL (2022) • Planes of Perception for Goldman Global Art’s Wynwood Walls – Miami, FL (2021) • Abuelita for the University of Florida – Gainesville, FL (2021) • Curiosity for Konover South – Miramar, FL (2021) • Pets Bring Us Together for Chewy with Mana Public Arts – Miami, FL (2021) • Reflections Through Flora for the city of Ocala – Ocala, FL (2020) • Renewed Vision for Florida Power & Light with Goldman Global Arts – Miami, FL (2020) • Rebirth for Cirque du Soleil with Twenty6North – Fort Lauderdale, FL (2020) • Sentries for Goldman Global Art’s Wynwood Walls – Miami, FL (2019) • Native Song for the city of North Miami with Before It's Too Late – North Miami, FL (2019) • Avian Odyssey for Broward County at Port Everglades – Fort Lauderdale, FL (2019) • Falcon for Allentown’s City Center with DrippedOn Productions – Allentown, PA (2019) • Panther for Dillard High School – Fort Lauderdale, FL (2018) • Mima for Santa Clara Elementary School with aWall Mural Projects – Miami, FL (2018) • Camillus House for Camillus House with Unconventional Group – Miami, FL (2018) • Florida Wildlife for Frank C. Ortis Art Gallery & Exhibit Hall – Pembroke Pines, FL (2017) • With or Without Us with the Pangeaseed Foundation – Miami, FL (2017) • The Guardian for p:ear with aptART – Portland, Oregon (2016) • Turtle for the Downtown Hollywood Mural Project – Hollywood, FL (2016) Abroad • Raccoons for Art Sur mural festival – La Victoria, Spain (2018) • Oso for Mucho Más Mayo mural festival - Cartagena, Spain (2018) artist / muralist maranje.com @ernestomaranje hello@maranje.com 954-593-9349 8980 NW 25th Ct. Sunrise, FL 33322 • Once Upon a Time for the Schisto refugee camp with aptART - Athens, Greece (2018) • The Rhino and the Oxpecker with aptART – Beirut, Lebanon (2017) • Parents Are Our Homeland with aptART – Sulaymaniyah, Iraq (2017) • Grace with aptART – Erbil, Iraq (2017) • Horse with Odessarium – Odessa, Ukraine (2017) • Elephant with Odessarium – Odessa, Ukraine (2017) • Dance for Prosperity with ArtUnitedUs – Kyiv, Ukraine (2016) • Songs Of Harmony with ArtUnitedUs – Kyiv, Ukraine (2016) • Serenity with ArtUnitedUs – Kyiv, Ukraine (2016) • Camel with aptART – Kerak, Jordan (2016) For a more complete visual list of mural work, please visit maranje.com/images Selected Awards • National Mural Award Gold for Region 4: AR, LA, OK, TX, NM, AZ (2023) • National Association of Counties (NACo) Achievement Award in Arts for Broward County (2021) Selected Press • Digital - Montana Cans: aptART In Iraq For World Refugee Day 2017 With Ernesto Maranje • Print - GoRiverwalk Magazine: Bringing Art Outside (feature story, pg. 38) • Television - Good Morning America: Reasons to visit the Greater Fort Lauderdale area this winter • Video - At Your Service with Noor Tagouri: This Artist Picked Up Painting & Hasn't Looked Back For a more complete list of press, please visit maranje.com/news Selected Gallery & Museum Exhibitions • “Natura,” group show – Wyn 317 Art Gallery – Miami, FL (2023) • "Agents of Change," temporary exhibition – Wynwood Walls – Miami, FL (2021) • "Wynwood Walls Anniversary," group show – Goldman Global Arts Gallery – Miami, FL (2020) • “Chrysalis,” solo show – Wyn 317 Art Gallery – Miami, FL (2019) • "Refuge in Paint," temporary exhibition – Nader Art Museum – Miami, FL (2017) • "Underground," group show – GraffitiStreet – Chichester, UK (2016) For a more complete visual list of canvas work, please visit maranje.com/canvas-work Education Miami International University of Art & Design (2013 - 2015) Online Portfolio https://www.maranje.com/portfolio hello@maranje.com | maranje.com | @ernestomaranje Brief Statement: City of Dania Beach Parking Garage Wall Public Art Project Dania Beach committee members, My name is Ernesto Maranje, and I am a south Florida-based muralist and artist. I would love the opportunity to paint a mural for the City Hall Parking Garage Wall. I have painted close to 100 murals since I began in 2015. I’ve painted in states throughout the U.S. and in many countries abroad, including Ukraine, Iraq, Jordan, Lebanon, Greece and Spain. I’ve also worked on many public art projects with cities, arts and cultural divisions, non-profits and NGOs. Public art has become one of my focuses. I’ve painted for public art projects across the country, including towns like Green Bay, WI; Odessa, TX; Northampton, MA; Johnson City, TN; Fort Lee, NJ; Portland, OR; Allentown, PA; Gainesville, FL; Fort Lauderdale, FL; North Miami, FL; and Ocala, FL. My work typically incorporates flora and fauna, and I use these elements to tell a story. For instance, I painted the mural Abuelita (shown below) with the Art in State Buildings program for the University of Florida’s Institute of Hispanic-Latino Cultures, also known as “La Casita.” The mural features a grandmother/”abuelita” working in her garden, where lots of different plants and animals live together. The students and faculty told me about feeling at home at La Casita. Some people mentioned feeling like they were at their abuela’s house. After the visit, each country was researched to find its national plant, flower, bird, butterfly, and other sources of pride. A symbol was chosen to represent each country and tell the students’ stories. Abuelita (2021) Gainesville, FL I painted the mural Reflections Through Flora (shown below) for City of Ocala’s Cultural Arts and Sciences Division. The mural features lots of vibrant Florida wildlife: a Florida black bear, roseate spoonbills, monarch butterflies, bald cypress trees and sabal palms. I worked with a local fabricator and city horticulturist to install trellises and irrigation into the bear’s ears and muzzle to hold plants, turning the mural into a piece of “living art.” hello@maranje.com | maranje.com | @ernestomaranje Reflections Through Flora (2020) Ocala, FL I’d love the opportunity to reflect sentiments like these in a mural for Dania Beach. I use flora and fauna to illustrate our connection to nature, to each other, to our history, and to portray diverse and complex habitats. I’d use a similar theme for a mural at the City Hall Parking Garage Wall. Thank you for your time and consideration! Best, Ernesto Maranje hello@maranje.com | maranje.com | @ernestomaranje Annotated Image List: City of Dania Beach Parking Garage Wall Public Art Project 1. Image number: 1 Title: “Reflections Through Flora” Year: 2020 Medium: Spray paint and exterior latex paint on building façade Size: 30’ x 70’ Location: Ocala, FL, USA (@ Brick City Center for the Arts) Budget: $60k Commissioning agency: The City of Ocala’s Cultural Arts and Sciences Division Description: The mural features lots of vibrant Florida wildlife: a Florida black bear, roseate spoonbills, monarch butterflies, bald cypress trees and sabal palm trees. Trellises and irrigation were installed to hold plants, making the mural three -dimensional and turning this piece int o “living” art. Learn more: https://www.maranje.com/projects/reflections -through-flora Image thumbnail: 2. Image number: 2 Title: “Curiosity” Year: 2021 Medium: Spray paint and exterior latex paint on building façade Size: 20’ x 40’ Location: Miramar, FL, USA (@ Miramar Park Place) Budget: $24k Commissioning agency: Konover South Description: The piece features Florida wildlife, namely a Florida panther and a zebra longwing butterfly. While most often a predator, the panther is instead gazing curiously at the butterfly, which represents south Florida’s residents and how we are curious and intrigued by the nature we see around us. Le arn more: https://www.maranje.com/projects/miramar -park-place Image thumbnail: 3. Image number: 3 Title: “Avian Odyssey” Year: 2019 Medium: Spray paint and exterior latex paint on building façade Size: 475’ x 1,000’ Location: Fort Lauderdale, FL, USA (@ Port Everglades) Budget: $90k Commissioning agency: Broward County Cultural Division Description: The mural was painted 1,000 feet high on th e Harbormaster Tower of Port Everglades. It features two bird species native to south Florida: the ruby -throated hummingbird and the American white ibis. The mural hello@maranje.com | maranje.com | @ernestomaranje was the 2021 winner of the NACo Achievement Award in Arts, Culture and Historic Preservation for Broward County. It was also named Fort Lauderdale Magazine’s “Best Mural” of 2021. Learn more: https://www.maranje.com/projects/port -everglades Image thumbnail: 4. Image number: 4 Title: “Abuelita” Year: 2021 Medium: Spray paint and exterior latex paint on building façade Size: 20’ x 100’ Location: Gainesville, FL, USA (@ UF’s Institute of Hispanic-Latino Cultures) Budget: $20k Commissioning agency: The University of Florida / Art in State Buildings Description: The mural was painted for the University of Florida's Institute of Hispanic -Latino Cultures. It features an abuela/grandmother in her garden surrounded by plants and animals, which each represent a Latin American or Hispanic country and in turn represent the students and faculty of IHLC. Learn more: https://www.maranje.com/projects/abuelita Image thumbnail: 5. Image number: 5 Title: “Native Song” Year: 2019 Medium: Spray paint and exterior latex paint on building façade Size: 30’ x 90’ Location: North Miami, FL, USA (@ Liberty Gardens Park) Budget: $15k Commissioning agency: The City of North Miami / Before It’s Too Late Description: The mural depicts a delicate Florida ecosystem including two birds, an American goldfinch and a summer tanager, along with various Florida butterflies, bees and flora. An augmented reality app, “Liberty Gardens AR,” was also created to help the mural come to life and educate visitors. Learn more: https://www.maranje.com/projects/native -song Image thumbnail: hello@maranje.com | maranje.com | @ernestomaranje 6. Image number: 6 Title: “Rebirth” Year: 20 Medium: Spray paint and exterior latex paint on building façade Size: 30’ x 40’ Location: Fort Lauderdale, FL, USA (@ FAU Fort Lauderdale) Budget: $5k Commissioning agency: Cirque du Soleil / Twenty6North Productions Description: The mural was created for Cirque du Soleil’s 2020 show “Alegria.” It depicts one of the show’s performers as a phoenix with beautifully detailed wings . Learn more: https://www.maranje.com/projects/cirque -du-soleil-alegria Image thumbnail: 7. Image number: 7 Title: “Serenity” Year: 2016 Medium: Spray paint and exterior latex paint on building façade Size: 175’ x 50’ Location: Kyiv, Ukraine Budget: n/a, for non-profit Commissioning agency: ArtUnitedUs / The City of Kyiv Description: The 16-story mural was painted along with two others as a part of an arts revitali zation project with ArtUnitedUs for the city of Kyiv after the conflicts of 2014. It features a robed woman, parrot, and various flora and fauna. Learn more: https://www.maranje.com/projects/artunitedus Image thumbnail: 8. Image number: 8 Title: “The Rhino and the Oxpecker” Year: 2017 Medium: Spray paint and exterior latex paint on building façade Size: 50’ x 40’ Location: Beirut, Lebanon Budget: n/a, for non-profit Commissioning agency: aptART / The City of Beruit hello@maranje.com | maranje.com | @ernestomaranje Description: The mural was painted in Beirut, Lebanon with aptART, an NGO that works with youth and their communities across the globe to create collaborative public art. Lebanon has dealt with hardships like civil war, so the mural was painted to remind residents that they can all exist together in the same community, much like the rhino and the oxpecker, which have a symbiotic relationship. Learn more: https://www.maranje.com/projects/apt -art Image thumbnail: 9. Image number: 9 Title: “Falcon” Year: 2019 Medium: Spray paint and exterior latex paint on building façade Size: 60’ x 50’ Location: Allentown, PA, USA (@ the Sovereign Building) Budget: $20k Commissioning agency: Dripped On Productions / City Center Allentown Description: The mural features a large falcon and was painted on the 60-foot Sovereign building in Allentown, Pennsylvania as a part of Downtown Allentown’s Artswalk project. Learn more: https://www.maranje.com/projects/falcon Image thumbnail: 10.Image number: 10 Title: “Renewed Vision” Year: 2020 Medium: Spray paint and exterior latex paint on building façade Size: 8’ x 100’ Location: Miami, FL, USA (@ FPL’s Wynwood battery storage building) Budget: $25k Commissioning agency: Goldman Global Arts / Florida Power & Light (FPL) Description: The mural depicts Florida wildlife (a panther and a flamingo) gaining energy from the sun and solar panels. The wall surrounds F lorida Power and Light’s battery storage facility in the Wynwood, Miami, Florida. Learn more: https://www.maranje.com/projects/renewed -vision-fpl Image thumbnail: Dania Beach Parking Garage Wall Public Art Project RFQ 23-017 Applicants Dan Bergeron 1a-1236 Pacific Street Brooklyn, NY 11216 USA (416) 561-6815 fauxreel@fauxreel.ca www.fauxreel.ca Gabriel Specter 1a-1236 Pacific Street Brooklyn, NY 11216 USA (347) 852-2072 specter@specterart.com www.specterart.com Contents Interest In The Project ......................................... 3 Gabriel Specter CV ............................................... 4 Dan Bergeron CV ................................................. 6 Previous Work 01 Intertwined ....................................................... 8 02 Bow To Bluff .................................................... 9 03 On The Light Fantastic ................................... 10 04 Ascent of the Embryophyta ........................... 12 05 Are You Going, You Are Here ......................... 11 Annotated Image List .......................................... 13 Interest In The Project We (Gabriel Specter & Dan Bergeron) are self-taught public artists who employ a range of styles, themes and materials to explore the meanings of our shared public spaces. Using various media - photography, sculpture, installation, murals - we create works that are responsive to their historical, social and environmental context. Growing out of this context, our artworks aim to open a dialogue with viewers, offering new modes of engagement for the communities who live with them, thus illuminating, enriching and building upon the meanings of the sites where we work. The Dania Beach Parking Garage’s need for public art that will draw its theme from environmental stewardship, community history and Dania Beach’s sense of place resonates deeply with our previous experiences and goals as public artists and is at the heart of our interest in this project. For this project we are interested in creating a mural that would combine exterior acrylic paint, glow in the dark exterior acrylic paint and possibly LED lighting. As the LED lighting and glow in the dark paint would only be activated and visible at night, we would like to use these effects to create a mural within a mural, or two different murals depending on how you want to interpret the artwork. This approach would allow for the mural to be visible both during the day and during the night and could easily work within the theme of environmental stewardship. For example, the two “different” murals could reveal the beneficial effects that the Erojacks Artificial Reef has had on south Florida’s choral reefs and underwater environment. Over the course of our careers we have worked extensively with community organizations and governmental agencies. For many of these projects we have been responsible for the creation of original designs, community consultation, budget management, fabrication, installation of the final artworks and documentation. We have worked collaboratively with engineers, architects, fabricators, community groups and municipal staff to produce these works, ensuring that the technical expertise of individuals are sought out and respected and that stakeholders thoughts and ideas are heard and included in the realization of the work. These experiences, as well as our experiences producing site-specific artworks that create a welcoming visual identity for a space, make us ideal candidates to imagine a visually stimulating mural for the exterior of the Dania Beach Parking Garage. 3 Gabriel Specter 1a-1236 Pacific Street Brooklyn, NY 11216 USA • (347) 852-2072 • specter@specterart.com PERMANENT PUBLIC ARTWORKS 2021 Transparent Geometry - Porcelain enamel process mural on aluminum Location - Public School 746, Brooklyn, USA Commissioning Body - NYC Percent for Art Budget - $100,000 SELECTED MURALS / INSTALLATIONS / PROJECTS 2024 Intertwined - Mural on a 26-storey building, with Dan Bergeron Location - Toronto, ON, Canada Commissioning Body - StART Toronto Budget - $150,000 2022 Bow To Bluff - Multi-location mural project, with Dan Bergeron Location - Calgary, AB, Canada Commissioning Body - City of Calgary Budget - $153,000 In The Shadow of the Cut - Multi-location mural project, with Dan Bergeron Location - Hamilton, ON, Canada Commissioning Body - City of Hamilton Budget - $21,000 2021 On The Light Fantastic - Mural on Alumanate Panels, with Dan Bergeron Location - Guelph, ON, Canada Commissioning Body - City of Guelph Budget - $25,000 2018 Landscraped Infrastructure - Two adjoining murals on an underpass with Dan Bergeron Location - Scarborough, Canada Commissioning Body - StART Toronto Budget - $75,000 2017 Ascent of the Embryophyta - Three high-rise murals with Dan Bergeron Location - Scarborough, Canada Commissioning Body - Friends of the Pan Am Path / Street Art Toronto Budget - $105,000 Beacon - Two adjoining murals with Dan Bergeron Location - Toronto, Canada Commissioning Body - Duke Heights B.I.A. Budget - $50,000 Accord - Two adjoining murals with Dan Bergeron Location - Ottawa, Canada Commissioning Body - City of Ottawa Budget - $45,000 2015 In Hazel’s Eye - Mural with Dan Bergeron Location - Cruickshank Park, Toronto, Canada Commissioning Body - Friends of the Pan Am Path Budget - $55,000 2014 Tree of Life - Mural Location - Ensenada, Mexico Commissioning Body - Infonavit, Fundacion Hogares Budget - $40,000 Support - Mural Location - Azores, Portugal Commissioning Body - Walk and Talk Art Festival Budget - $30,000 Native - Mural Location - Bishkek, Kyrgyzstan Commissioning Body - U.S. Embassy Bishkek Budget - $45,000 Draped - Mural Location - Besançon, France Commissioning Body - Association Juste Ici Budget -$25,000 Structures - Series of three murals Location - Sheboygan, Wisconsin, USA Commissioning Body - John Michael Kohler Art Center Budget - $63,000 L.A. Woman - Mural Location - Los Angeles, USA Commissioning Body - Apple Computer Budget - $80,000 Never Ends - Mixed media Architectural Installation Location - New Town Plaza, Hong Kong, China Commissioning Body - New Town Plaza Budget - $145,000 2013 Colorful Women - Mural installation Location - Prada Headquarters, Milan, Italy Commissioning Body - Prada Budget - $175,000 2012 Brooklyn Windows - Mural installation Location - McCarren Pool, Brooklyn, USA Commissioning Body - McCarren Hotel & Pool Budget - $65,000 Community Portrait - Mural installation Location - J.C.C., New York, USA Commissioning Body - Laurie M. Tisch Budget - $20,000 2010 Gentrification Billboards - Billboard Installations Location - Brooklyn, USA Commissioning Body - Museum of Contemporary African Diaspora Art Budget - $17,000 4 2009 A Collection of Local Memories - Sculptural Mural Installation Location - Brooklyn, USA Commissioning Body - Department of Transportation NYC Budget - $32,000 Scrap Condo - Mural Installation Location - Royal Ontario Museum, Toronto, Canada Commissioning Body - Royal Ontario Museum Budget - $22,000 GRANTS & AWARDS 2013 US Department of State - Public Art Project Grant, Vladivostok, Russia CEC Arts Link - Public Art Project Grant, Tashkent, Uzbekistan 2011 CEC Arts Link - Public Art Project Grant, Dushanbe, Tajikistan 2010 CEC Arts Link - Public Art Project Grant, Kemerovo, Russia 2008 Canada Council For The Arts - International Residency Grant SELECTED MEDIA 2014 Elizabeth Greenspan, “The New Must-Have For Luxury Buildings: Graffiti” The New Yorker, May 2nd Katie Couric/ Giampaolo Sigura, “True Colors” Instyle Magazine, February Issue 2013 Megan Buerger, “Graffiti in the Living Room” Wall Street Journal, November 27th Cathy Horyn, “Prada: Working Girl” New York Times, September 19th 2011 Melina Gazsi, “Paris Brooklyn” Le Monde, July 15th Rebecca Dalzell, “The New Street Art Class” Time Out New York, February 22nd Carolina A. Miranda, “The New Shape of Street Art,” ARTnews, January Issue 2010 Steven Harrington and Jaime Rojo, “Specter spot-jocks Shepard Fairey” The Huffington Post, Sept 11th Meredith Deliso, “Got Gentrification?” The Brooklyn Paper, January 29th Elizabeth Lazarowitz, “Psst! Gentrification” New York Daily News, January 12th 2009 Jacquelyn Lewis, “Temporary Art With a Permanent Goal” ARTINFO, September 30th Helen Klein, “Public Installation Evokes Flatbush Bygone Days” New York Post, September 25th SOLO EXHIBITIONS 2020 Refresh, IRL NYC, Brooklyn, USA 2012 Things Change Again, Little Big Galerie, Paris, France Community Portrait, Laurie M. Tisch Gallery, New York, USA 2011 Things Change, Since/Upain Galley, Paris, France Repeat Offender, Pawn Works, Chicago, USA 2010 Human Fabric, Pure Evil Gallery, London, England Make It Fit, Brooklynite Gallery, Brooklyn, USA GROUP EXHIBITIONS 2014 Project Space Retrospective, Woodward Gallery, New York, USA 2013 The Future Is Now, Melissa McCraig-Welles, New York, USA From The Street Up, Woodward Gallery, New York, USA From The City To The Word, New Art Center, Newton, Massachusettes, USA 2012 Intersections, Laurie M. Tisch Illumination Fund, New York, USA 2011 Underbelly Project, Opera Gallery, Miami, USA Street Art Saved My Life, C.A.V.E Gallery, Los Angles, USA Crown Height Gold, Skylight Gallery, Brooklyn, USA Collective, Since/Upain Gallery, Paris, France 2010 Re:Form School, Redu, New York, USA Gentrification of Brooklyn, MOCADA, Brooklyn, USA 2009 Go Get Your Shine Box, Brooklynite Gallery, Brooklyn, USA 2008 400ml, La Maison De Metallos, Paris, France Picture Parlor, ISCP, Brooklyn, USA 5 Dan Bergeron 1a-1236 Pacific Street Brooklyn, NY 11216 USA • (416) 561-6815 • fauxreel@fauxreel.ca PERMANENT PUBLIC ARTWORKS 2023 Where the Water Flows - Interactive pavement painting Location - Toronto, ON, Canada Commissioning Body - Toronto District School Board Budget - $50,000 2020 Support - Ceramic Frit in exterior glazing Location - Centre of Addiction and Mental Health - Toronto, ON, Canada Commissioning Body - CAMH Budget - $110,000 2018 We Three - Integrated functional playground sculpture Location - Capstan Village - Richmond, BC, Canada Commissioning Body - Pinnacle International Budget - $115,000 2015 Faces of Regent Park - Mixed-media portraits in Dupont SGX Expressions Glass Panels Location - Regent Park, Toronto, ON, Canada Commissioning Body - City of Toronto Budget - $280,000 2014 Tai Chi Tiles - Tile-based portraits Location - Toronto, ON, Canada Commissioning Body - Whippersnapper / StART Toronto Budget - $42,000 SELECTED MURALS / INSTALLATIONS / PROJECTS 2024 Intertwined - Mural on a 26-storey building, with Gabriel Specter Location - Toronto, ON, Canada Commissioning Body - StART Toronto Budget - $150,000 2022 Bow To Bluff - Multi-location mural project at 8 sites, with Gabriel Specter Location - Calgary, AB, Canada Commissioning Body - City of Calgary Budget - $153,000 In The Shadow of the Cut - Multi-location mural project, with Gabriel Specter Location - Hamilton, ON, Canada Commissioning Body - City of Hamilton Budget - $21,000 2021 On The Light Fantastic - Mural on Alumanate panels, with Gabriel Specter Location - Guelph, ON, Canada Commissioning Body - City of Guelph Budget - $18,000 2020 A Common Thread - Painted Concrete Benches Location - Toronto, ON, Canada Commissioning Body - Oakwood Village BIA Budget - $5,000 2019 Reborn - Sculptural outdoor seating using upcycled vinyl banners Location - Mississauga, ON, Canada Commissioning Body - City of Mississauga Budget - $20,000 2018 Landscraped Infrastructure - 2 murals on both sides of an underpass, with Gabriel Specter Location - Scarborough, ON, Canada Commissioning Body - StART Toronto Budget - $75,000 Portrait of M - Photo-based portrait installation on vinyl banners Location - Mississauga, ON, Canada Commissioning Body - City of Mississauga Budget - $65,000 2017 Ascent of the Embryophyta - 3 x 13 storey high murals, with Gabriel Specter Location - Scarborough, ON, Canada Commissioning Body - Friends of the Pan Am Path / StART Toronto Budget - $105,000 Accord - 2 murals on both sides of an underpass, with Gabriel Specter Location - Ottawa, ON, Canada Commissioning Body - City of Ottawa Budget - $45,200 2016 Are You Going, You Are Here - 2 adjoining murals Location - Calgary, AB, Canada Commissioning Body - Calgary Painted City Budget - $73,500 Colliding Planes - Sculptural skateboard obstacle Location - Toronto, ON, Canada Commissioning Body - Converse Budget - $25,000 2015 Everything That Rises - Mural with Ryan Dineen Location - Toronto, ON, Canada Commissioning Body - The Public Realm Art Organization / StART Toronto Budget - $35,000 ///re-ply\\\ Phase 2 - Contemporary Sukkah Location - Nathan Phillips Square, Toronto, ON, Canada Commissioning Body - Kehilla Residential Programme / Koffler Gallery Budget - $25,000 In Hazel’s Eye - Mural with Gabriel Specter Location - Cruickshank Park, Toronto, ON, Canada Commissioning Body - Friends of the Pan Am Path Budget - $55,000 2014 Flood Lines - Mural with Paul Aloisi Location - Evergreen Brickworks, Toronto, ON, Canada Commissioning Body - Evergreen Brickworks / StART Toronto Budget - $15,000 2012 ///re-ply\\\ - Sculptural installations using reclaimed condo sandwich boards Location - Toronto, ON, Canada Commissioning Body - Luminato Budget - $35,000 6 Underground Kiln - Architectural ground painting with Paul Aloisi Location - Evergreen Brickworks, Toronto, ON, Canada Commissioning Body - Evergreen, StART Toronto Budget - $45,000 ARTIST IN RESIDENCE 2016 1 in 4 - Osgoode Hall At York University - Toronto, ON, Canada 2012 ///re-ply\\\ - Luminato - Toronto, ON, Canada GRANTS & AWARDS 2023 Newcomer & Refugee Artist Mentorship - Toronto Arts Council 2019 Chalmers Arts Fellowship - Ontario Arts Council 2018 Visual Artists Creation Projects - Ontario Arts Council 2014 Artists In Education Grant - Ontario Arts Council 2013 Artistes visuels et des metiers d’art - Ontario Arts Council Visual Artists: Level Two Project Grant - Toronto Arts Council Artists In Education Grant - Ontario Arts Council 2012 Travel Grants Visual Arts - Canada Council for the Arts Chalmers Arts Fellowship - Ontario Arts Council 2011 Travel Grants Visual Arts - Canada Council for the Arts Artistes visuels et des metiers d’art - Ontario Arts Council Artists In Education Grant - Ontario Arts Council 2010 Emerging Artist Project Grant - Ontario Arts Council Level Two Project Grant - Toronto Arts Council Exhibition Assistance Grant - Ontario Arts Council 2009 Exhibition Assistance Grant - Ontario Arts Council 2008 Emerging Artist Project Grant - Ontario Arts Council Level Two Project Grant - Toronto Arts Council 2006 Best Portrait Series - Applied Arts Photography & Illustration Annual WORKSHOPS 2016 - present TDSB - TDSB Creates - Toronto, ON, Canada 2016 Judith & Norman Alix Art Gallery - RAAW Mural Madness - Sarnia, ON, Canada 2015 Facing History - Image As Catalyst - Toronto, ON, Canada 2014 Lakeshore Collegiate Institute - Street Art Portraits - Toronto, ON, Canada 2012 Luminato - ///re-ply\\\ - Toronto, ON, Canada 2011 Artspace - This Is Not A Stick Up - Peterborough, ON, Canada 2008 Art Gallery of Ontario - Transformation Portraiture - Toronto, ON, Canada Luminato - Wheatpasting Portraits - Toronto, ON, Canada SELECTED PUBLICATIONS 2021 6 histoires pour la planète, Humensis, France 2018 Street Art: Famous Artists Talk About Their Vision, Alessandra Mattanza, White Star Publishers, Italy 2017 Regent Park Redux: Reinventing Public Housing In Canada, Routledge, Canada 2015 Reclaiming Canadian Bodies:, Wilfrid Laurier University Press, Canada 2013 Oversize, Victionary Publishers, Hong Kong New Street Art, Claude Crommelin, Vivays Publishing, United Kingdom Mardigras, Julio César Pol, Isla Negra Editores, Peurto Rico 2011 Poiesis. Volume 13. The Head Of Orpheus, EGS Press, Canada Art Works, Canadian High School Art Textbook, Emond Montgomery Publications, Canada Graffiti and Urban Art - Pieces, Tags, Stencils and Stickers, Frechmann Kolón GMBH, Germany 1000 Ideas For Graffiti and Street Art, Christian Campos, Rockport, USA 2010 One Hour Empire #3, Impulse [B:] & Museum of Contemporary Canadian Art, Canada Trespass: Uncommissioned Public Art, Wooster Collective, Taschen, Germany Street Art New York, Jaime Rojo & Steven P. Harrington, Prestel, USA 7 2009 London Street Art Anthology, Alex MacNaughton, Prestel, England Flash Forward 2009, Magenta Foundation, Canada A City Renewal Project, Specter & Fauxreel, Canada 2008 Brooklyn Street Art, Jaime Rojo & Steven P. Harrington, Prestel, USA 2006 NYC BCN street art revolution, Louis Bou, HarperCollins, USA 01 Intertwined (2024) 8 02 Bow To Bluff (2022) 9 03 On The Light Fantastic (2021) 10 11 05 Ascent of the Embryophyta (2017) 12 07 Are You Going, You Are Here (2016) 01 Intertwined (2024) Dimensions - 234’ High x 47” Wide Location - Toronto, ON, Canada Materials - Exterior Acrylic Budget - $150,000 Commissioned By - City of Toronto, StART Intertwined uses abstract imagery to connect the mural to the community it serves. Situated on the northern tip of Toronto’s gay village, the residential tower houses many individuals who identity as LGBTIQA+. During our community consultation the overwhelming feedback that we received from the building’s residents directed us to paint a, “…monumental work that accentuates the building’s shape and that creates awareness for an equal and just society for all.” 02 Bow To Bluff (2022) Dimensions - Variable Location - Calgary, AB, Canada Materials - Exterior Acrylic Budget - $153,000 Commissioned By - City of Calgary The Bow To Bluff mural project, an undertaking that saw eight murals painted between Sunnyside Skatepark and the Sunnyside LRT station in Calgary, placed a focus on the site’s history and its connection to the indigenous people of the Blackfoot nation. Two of the murals were painted at the Sunnyside Skatepark (upper left & upper right) and depict local skaters in the midst of skateboarding, while the other six murals were painted on fencing between the skatepark and LRT station and depict imagery related to the Blackfoot nation and their use of the land (bottom left & bottom right). We photographed local skaters to create the designs for the murals at the skatepark, and we worked closely with an indigenous knowledge keeper to develop our concepts and designs for the other six works. 03 On The Light Fantastic (2021) Dimensions - 16’ Wide x 24’ High Location - Guelph, ON, Canada Materials - Exterior Acrylic Budget - $25,000 Commissioned By - City of Guelph On The Light Fantastic mixes the movement and grace of contemporary dance with the power and movement of water, connecting the mural to the programming at the River Run Centre for The Arts and the rushing waters of the Speed River, both located across the street from the mural site. To create the artwork, we shot photos of local dancers and used these images to create the silhouettes of dancers that are found in the mural. 04 Ascent of the Embryophyta (2017) Dimensions - Each wall is 12’ Wide x 125’ High Location - Scarborough, ON, Canada Materials - Exterior Acrylic, Spray Paint Budget - $105,000 Commissioned By - Friends of the Pan Am Path, StART Ascent of the Embryophyta was painted as part of a large-scale, green energy renovation on high-rise towers in Toronto. Using imagery from the landscape in the adjacent ravine, the murals connect the natural world to the buildings and to the people living in them, signifying the greening of the energy grid, while beautifying the area and evoking the ideas of community growth through organic growth. 05 Are You Going, You Are Here (2016) Dimensions - Each Wall is 152’ Wide x 11’ High Location - Calgary, AB, Canada Materials - Exterior Acrylic, Spray Paint Budget - $73,500 Commissioned By - City of Calgary Painted City Program, City of Calgary Transportation This mural was painted as part of a major public realm redesign along Calgary’s busiest pedestrian corridor, connecting the city’s LRT system at Chinook Station to the Chinook Centre, Calgary’s largest mall. The abstract imagery depicts the wandering mind of a resident’s trip on transit and then into the mall. 13 AARON T STEPHAN WWW.AARONTSTEPHAN.COM 142 PEARL STREET - PORTLAND ME 04101 AARONTSTEPHAN@GMAIL.COM - 207 409 4690 Commissions 2023 Expansive Field, Seattle, WA 2022 Woven Lines, Altoona, IA Unfolding Lights, GLX Lowell Street Station, Somerville, MA 2021 Paths Rising, Tampa International Airport, Tampa, FL Luminous Bound, Montana RTS Far East Transfer Center, El Paso, TX 2020 Luminous Remembrance, Lubbock Tornado Memorial, Lubbock, TX 2019 Luminous Arbor, City of Portland, Portland, ME 2018 Paths Woven, San Diego International Airport, San Diego, CA 2016 Gold Pour, RTD Gold Strike Station, Arvada CO Point of View, Salt Palace Convention Center, Salt Lake City, UT 2015 Variations, Texas Tech University, Lubbock TX Accumulate, Clearwater Fire Station 45, Clearwater, FL 2014 Downpour, Southern New Hampshire University, Manchester NH 2013 Paths Crossed, Wishard Hospital, Indianapolis, IN Composition, Music City Center, Nashville, TN 2012 Illuminations, WG Mallett Elementary School, Farmington ME Becoming, Hampden Academy, Hampden ME 2011 Paths Open, Jefferson Village School, Jefferson, ME 2010 Return, Westbrook Middle School, Westbrook ME 2009 Intersect, U.S. Jackman Border Crossing Facility, Jackman ME 2007 Sphere, SeDoMoCha Elementary School, Dover-Foxcroft ME Situate, Farwell Elementary School, Lewiston, ME 2006 Dig, Biddeford Middle School, Biddeford ME 2005 Lift, University of Southern Maine Community Education Center, Portland ME Solo Exhibitions 2023 Block Field, Thompsons Point, Portland, ME 2021 Untitled Monuments, Dowling Walsh Gallery, Rockland, ME 2019 Intermediate Submittal, Dowling Walsh Gallery, Rockland, ME 2017 Cement Houses and How to Build Them, Locust Projects, Miami FL Flat World & 30 Columns, Shelburne Museum, Shelburne, VT 2016 Book/House, Quint Contemporary Art, La Jolla CA 2014 To Borrow, Cut, Copy and Steal, Portland Museum of Art, Portland ME Aaron T Stephan, McIninch Art Gallery, Manchester, NH 2013 Second-Hand Utopias, DeCordova Sculpture Park and Museum, Lincoln MA Art Handling, Samsøn, Boston MA Paths, Coleman Burke Gallery, Brunswick ME 2012 Aggressive Uninterest, Aucocisco Gallery, Portland ME 2011 Corporeal, Aucocisco Gallery, Portland ME 2009 Taken Out of Context, Whitney Artworks, Portland ME Vessels Absent, University of Maine Museum of Art, Bangor ME 2008 Building Houses/Hiding Under Rocks, Quint Contemporary Art, La Jolla CA 2007 The Problem with Ladders, Whitney Artworks, Portland ME 2006 Response, Gallery at Solomon Falls, Sol. Falls NH 2005 Full of Theses, Whitney Artworks, Portland ME 2004 Obvious in Repair, Northwestern Connecticut Community College, Hartford CN 2003 Weighing My Options, Space, Portland ME Group Exhibitions 2023 Farnsworth at 75, Farnsworth Art Museum, Rockland, ME Techno-Lithic, Arringo del Duomo, Barga, IT 2022 The View from Here, Center for Maine Contemporary Art, Rockland, ME 7 Artists, 7 Stations, FPAC Gallery, Boston , MA 2021 Rock Row: Inside and Outside the Box, Rock Row, Westbrook, ME Simple Twist, Center for Maine Contemporary Art, Rockland, ME 2020 Cyanotypes, Cove Street Arts, Portland, ME Tokens of Appreciation, John Michael Kohler Art Center, Sheboygan WI 2019 10,000 Hours +, Speedwell Projects, Portland, ME 2018 Land-Sc(r)aping, Living Arts, Tulsa, OK 2017 NADA Miami, w/ Locust Projects, Miami, FL Materiality, Center for Maine Contemporary Art, Rockland, ME Construct, Dowling Walsh Gallery, Rockland, ME The Apartment, Space, Portland ME 2015 Pulse NY Art Fair, with Sienna Gallery, New York, NY Me, Mona and Mao, Portland Museum of Art, Portland, ME 2014 Untitled Art Fair, with Samsøn, Miami, FL Self, Engine, Biddeford ME 2012 CMCA Biennial Exhibition, Center for Maine Contemporary Art, Rockport ME Covet, Sienna Gallery, Lennox, MA Portes, Mytilene Public Gallery, Mytilene, Greece 2011 Seeing Is Knowing, Weitz Center at Carlton College, Northfield, MN Meredyth and Meg Go 3d, Gallery Naga, Boston MA Above and Below The Line, Pace Galleries at Fryeburg Academy, Fryeburg, ME 2010 4 In Maine, Farnsworth Art Museum, Rockland ME The Imaged Word, Albany Airport Gallery, Albany, NY The Arch. of Environmental Landscapes, University of New England, Westbrook ME 2009 Three Decades of Contemporary Art, California Center for the Arts, Escondido CA Collage: Piecing It Together, Portland Museum of Art, Portland, ME Aggregate, Institute of Contemporary Art, Portland ME Just Look at Yourself, Center for Maine Contemporary Art, Rockport ME 2008 The Moment at Hand, John Michael Kohler Art Center, Sheboygan WI Aggregate, Troy Arts Center, Troy NY 2007 Tiny, Whitney Artworks, Portland ME Intervals, Fort Andross, Brunswick ME The Marriage of True Minds, University of New England, Westbrook ME Reverence and Reference, Gallery at Solomon Falls, Sol. Falls NH 2006 Time, Filament Gallery, Portland ME Skowhegan At 60, Center for Maine Contemporary Art, Rockport ME 2004 Home, DUMBO Art Center, Brooklyn NY The Persistence of Becoming, Nave Gallery, Somerville MA 3DX4, Icon Gallery, Brunswick ME CMCA Biennial Exhibition, Center for Maine Contemporary Art, Rockport ME Education & Residencies Kohler Artist-in-Residence, Sheboygan WI 2008 Yaddo, Saratoga Springs NY 2005 Skowhegan School of Painting and Sculpture, Skowhegan ME 2002 MFA, Maine College of Art, Portland ME 2002 BFA in sculpture, (SUNY) Purchase College, Purchase NY 1996 Post Baccalaureate studies, State University of New York at New Paltz NY 1999 Undergraduate study, Hogenschool Vor Kunsten, Amsterdam, Netherlands 1994 – 1995 Bibliography “Techno-Lithic Exhibition of Marble Sculptures, Barga News, 2023 Daniel Cassadt “Dealer Claire Oliver to Bring Art…” ARTnews 2022 “Artist Says Metal Knot reflects Altoona…” Times Republican, August 2022 Chris Higgins, “First Look at Newest Public Art…” Des Moines Register, July 2022 Lily DeTaeye, “Swirling Guardrails Accent Altoona’s…” Little Village, July 2022 Paul Koenig “The Portland Artist Creating Dialogue with Everyday Objects” Maine Magazine, Aug 2021 Natasha Gural “Aaron T Stephan’s Colossal Sculpture and Intricate Cyanotypes…” Forbes, May 2021 Anna Mazurek, “4 Art Road Trips to Take This Fall” Washington Post, Oct 2020 Natasha Gural “Beauty in Seclusion” Portland Monthly, June 2020 Stacey Kors “Art Q&A: Sculptors Aaron Stephan & Lauren Fenster…” Portland Press Herald, May 2020 Bob Keyes, “Artist Hopes Lighted Sculpture…” Maine Sunday Telegram, June 2019 “20th Anniversary Retrospective” Locust Projects, Dec 2018 “Luminous Arbor Lights Up…” Portland Press Herald, November 2018 David Harry, “Light the Lamps…” The Forcaster, November 2018 “Monumental Sculpture Installed…” ArtDaily, Aug 2018 Rob Caldwell, “Creating Art Out of Ladders” 207 News Center Maine, April 2018 Bob Keyes, “Sculptor’s Pieces Says…” Portland Press Herald, March 2018 Anne Tschida, “Bricks and Butterflies”, Miami Biscayne Times, Oct 2017 Claire Barliant, “Public Art Starts the Conversation”, Art New England, Jan 2017 Featured, “Knowledge”, Capitel Magazine, Jan 2017 Taryn Plumb, “Inventive and Inspired”, Artscope, Nov 2016 Ashley Stilson, “Near or Far: New Salt Lake Art Piece…” Deseret News, Aug 2016 Bob Keyes, “Me, Mona, and Mao…” Maine Today, November 2015 Christopher Papagni, “Dining Art: Inside, Outside, Above, Below…” The Portland Phoenix, October 2015 Jamie Thompson, “Aaron Stephan Laughs with Us”, Artscope, November 2014 Mariah Bergeron, “Critique the Hand that Feeds You”, The Portland Phoenix, October 2014 NPR/MPBN, “A Portland Sculpture Talks Art on Sex Lines”, Sept 2014 Bob Keyes, “Stephan Encourages Visitors to Think Outside…”, Maine Sunday Telegram, Sept 2014 Diane Georgopulos, “At Issue: Reading Rooms”, Architecture Boston, Summer 2014 Laura Landro, “More Hospitals Buy into the Healing Powers of Public Art”, Wall Street Journal, Aug 2014 Mariah Berger, “The Existential Artist”, The Portland Phoenix, June 2014 “Unconventional: Nashville’s Music City Center”, Jan. 2014 Cate McQuaid, “Images that echo through time and spaces” Boston Globe, September 2013 Cate McQuaid, “Platforms for amusement” Boston Globe, August 2013 NYArts Magazine, “Art and Ageism: The Decisive Eye of Fellow Artists”, June 2013 Daniel Kany, “Follow Stephan’s Maze of Paths”, Maine Sunday Telegram, April 2013 Daniel Kany, “Flirting with a New form of Conceptual Art”, Maine Sunday Telegram, October 2012 Nicholas Schroeder “Meeting ‘Strangers’…” The Portland Phoenix, May 2012 Eric Moskowitz, “Contest Aims to Move Cambridge…”, Boston Sunday Globe, Feb. 2012 “Recent Projects”, Public Art Review, Spring 2011 Nicholas Schroeder “Two Artist Show at Aucocisco Explores…” The Portland Phoenix, September 2011 Cate McQuaid, “A Compelling Look…”, Boston Globe, Jan. 2011 Bob Keyes, “New on the Scene”, Portland Press Herald, Jan. 2011 Tom Keyser, “Word Play”, Albany Times Union, August 2010 Jordan Reardon, “Visualizing the ‘Word’”, The Albany Post-Star, August 2010 Nadine Wasserman, “Picture Books”, Albany Metroland, August 2010 Edgar Allen Beem, “Art on the Edge”, Down East Magazine, August 2010 Bob Keyes, “Sculptor Goes Diving..”, Portland Press Herald, March 2010 Jamie Thompson, “Collective Consciousness” Portland Press Herald, Oct 2009 Edgar Allen Beem, “Art as Installation and Performance”, Yankee Magazine, Dec 2009 Daniel Kany, “Sparks, Sputters and Sparkles at MECA”, Maine Sunday Telegram, Oct 2009 Jessica Bloch, “Crate Expectations”, Bangor Daily News, April 2009 Robert L. Pincus, “Aaron T Stephan Builds A House of Books”, San Diego Union-Tribune, January 2008 Aug 11, 2023 Dear Committee, It is my pleasure to submit the attached materials in response to the City of Dania Beach Parking Garage Wall Public Art Project RFQ. I create site responsive art commissions throughout the United States including over 20 successful permanent large-scale artworks in as many years. In addition to this, I maintain an active career creating work for museum and gallery exhibitions throughout the world. I find that both practices benefit from the cross pollination of diverse ideas and methods. Each of my public artworks are developed in direct response to the specific site. This requires an in- depth exploration of the physical site, its history, and the people that use it day-to-day. Each project is developed in conjunction with community conversations, meeting, and discussions throughout the process. This results in an artwork whose very materials, and concepts are fully integrated into the surrounding community. With this approach, I have created wide range of public works including: a life-sized orchestra reconstructed as a plastic parts grid, a series of gestural streetlights, and a suspended arrangement of gracefully curved ladders reminiscent of DNA. I am interested in the place-making aspects of the Dania Beach project. If selected, I will use my project Point of View at the Salt Palace Convention Center as a reference point to address the site. Point of View is made from hundreds of custom road signs. In their entirety, the signs present a beautiful and undulating texture while featuring text that reflects the surrounding community. For The Dania Beach Parking Garage Project, I will create a 3 dimensional work mounted on the wall out of custom street signs interjecting color, shapes, and text that address the local community and respond to the immediate environment. I have the demonstrated ability to complete a memorable and engaging artwork within the given budget and timeline. I have extensive experience working with design teams, engineers, and architect to develop fully integrated project. These interactions have been a vital part of every project and I look forward to the opportunity to do the same at The Dania Beach Parking Garage. regards, Aaron T Stephan AARON T STEPHAN WWW.AARONTSTEPHAN.COM 142 PEARL STREET - PORTLAND ME 04101 AARONTSTEPHAN@GMAIL.COM - 207 409 4690 Image List 01 Point of View Steel and aluminum road signs 8x12x75 ft. 2016 $150,000.00 Permanent installation at Salt Palace Convention Center, Salt Lake City, Utah Commissioned by Salt Lake County Point of View is comprised of 150 standard road signs. As a whole, they create a large logo defining your location with the ubiquitous “You Are Here”. Moving to one side or the other prompts this larger logo to disintegrate while each individual sign reveals a secondary text describing a series of decisions or ideas. In this way, the work stands as a powerfully recognizable icon for the city while presenting a set of intimate experiences for individual viewers who wish to explore the work farther. 02 Composition Painted aluminum and plastic 2x20x60 ft. 2013 $190,000.00 Permanent installation at Music City Center, Nashville, TN Commissioned by the City of Nashville Composition is inspired by the small plastic parts trees often found in model car kits. This one contains a full sized orchestra with over 100 instruments. Nashville’s history reveals that it is not necessarily local musical talent that made the city a music center. It simply had the venues, the tools, and the smarts to draw talent to Nashville and allow creativity to grow. I came to think of the parts tree as a metaphor for Nashville’s place as a blank slate for musicians to realize their potential. AARON T STEPHAN WWW.AARONTSTEPHAN.COM 142 PEARL STREET - PORTLAND ME 04101 A ARONTSTEPHAN@GMAIL.COM - 207 409 4690 03 Luminous Remembrance Aluminum and led fixtures Each cluster aprox. 10x10x30 ft. 2019 $150,000.00 Permanent installation for the City of Lubbock, TX Commissioned by Lewis Const. Luminous Remembrance consists of a series standard light fixtures clustered in dynamic groups. The poles have abandoned their static vertical position to express a wide range of relationships - each with its own character of expression ranging from optimism and exploration while others suggest introspection and calm. 04 Gold Pour glass & gold tiles on aluminum 1x4x150 ft. 2016 $150,000.00 Permanent installation at RTD Gold Strike Station, Arvada, Colorado Commissioned by the City of Denver In Gold Pour, a seeming overflow of gold rushes down the wall of the entire length of the train platform. This monumental pour is composed of thousands of small glass and gold mosaic tiles. The work brings together local gold prospecting of the nineteenth century and the rejuvenation of the area brought by Gold Strike Station. 05 Paths Rising Basswood, composition gold leaf, aluminum 28 ft. dia. 2021 $450,000.00 Permanent installation at Tampa International Airport, Tampa, Florida Commissioned by Tampa International Airport Paths Rising adapts the ladder to evoke the many individual paths that converge at Tampa International Airport. The work represents a shared moment between travelers - each with an individual journey - gathered together for a fleeting moment as they enter and depart the city.