Loading...
HomeMy WebLinkAbout2024-01-09 Regular City Commission Meeting Agenda PacketAGENDA DANIA BEACH CITY COMMISSION REGULAR MEETING TUESDAY, JANUARY 9, 2024 - 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 4. PROCLAMATIONS 1. Request for Proclamation Approval - MLK Jr. Day - January 15th - for presentation on January 13th - Sponsored by Commissioner James Agenda – Dania Beach City Commission Tuesday, January 9, 2024 - 7:00 PM Page 2 of 5 5. ADMINISTRATIVE REPORTS 1. City Manager 2. City Attorney 3. City Clerk - Reminders - January 23, 2024 - Social Media Workshop Meeting - 5:00 p.m. - January 23, 2024 - Regular City Commission Meeting - 7:00 p.m. - February 13, 2024 - CRA Meeting - 5:30 p.m. - February 13, 2024 - Regular 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: December 12, 2023 Regular City Commission Meeting Minutes 2. Travel Requests: None. 3. RESOLUTION NO. 2024-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH OASIS MARINA, LLC, FOR MANAGEMENT OF THE DANIA BEACH MARINA; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Parks and Recreation) 4. RESOLUTION NO. 2024-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, WAIVING COMPETITIVE BIDDING AND AUTHORIZING TO OBTAIN EQUIPMENT RENTALS AND RELATED PRODUCTS AND SERVICES FROM HERC RENTALS, INC., UTILIZING THE CITY OF CHARLOTTE, NORTH CAROLINA’S CONTRACT AWARD UNDER REQUEST FOR PROPOSAL NO. 269-2018-047 AND TO EXCEED THE ANNUAL VENDOR THRESHOLD AMOUNT OF FIFTY THOUSAND DOLLARS ($50,000.00) IN A SINGLE FISCAL Agenda – Dania Beach City Commission Tuesday, January 9, 2024 - 7:00 PM Page 3 of 5 YEAR; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Parks and Recreation) 5. RESOLUTION NO. 2024-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE APPROPRIATION AND TRANSFER OF DISASTER RESERVE FUNDS FROM THE GENERAL FUND TO THE STORMWATER FUND IN THE AMOUNT OF ONE HUNDRED TWENTY-SEVEN THOUSAND AND FIFTY-THREE DOLLARS ($127,053.00) FOR EMERGENCY STORMWATER CONTROL SERVICES PROVIDED BY KAILAS CORP. DURING A FOUR-DAY STORM EVENT; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Public Services) 6. RESOLUTION NO. 2024-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE MODIFICATION NUMBER TWO TO THE SUBGRANT AGREEMENT BETWEEN THE CITY OF DANIA BEACH AND THE STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT FOR A NINE-MONTH EXTENSION TO A GRANT FOR THE CREATION OF A WATERSHED MASTER PLAN; PROVIDING FOR CONFLICTS; FURTHER PROVIDING FOR AN EFFECTIVE DATE. (Community Development) 7. RESOLUTION NO. 2024-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AMENDMENT #2 TO THE MASTER RESEARCH AGREEMENT BETWEEN THE CITY OF DANIA BEACH AND FLORIDA ATLANTIC UNIVERSITY FOR A NINE-MONTH EXTENSION TO A GRANT FOR THE CREATION OF A WATERSHED MASTER PLAN; PROVIDING FOR CONFLICTS; FURTHER PROVIDING FOR AN EFFECTIVE DATE. (Community Development) 9. BIDS AND REQUESTS FOR PROPOSALS: None 10. QUASI-JUDICIAL & PUBLIC HEARING ITEMS: None 11. FIRST READING ORDINANCES 1. ORDINANCE NO. 2024-______ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AMENDING CHAPTER 28 “LAND DEVELOPMENT CODE”; Agenda – Dania Beach City Commission Tuesday, January 9, 2024 - 7:00 PM Page 4 of 5 PART 2, “SITE DEVELOPMENT REGULATIONS”; ARTICLE 205, TABULAR SUMMARY OF SITE DEVELOPMENT STANDARDS FOR ALL ZONING DISTRICTS”; TO CREATE SECTIONS 205-11 THROUGH 205-16, TO IMPLEMENT THE CITY’S LIVE LOCAL DEVELOPMENT STANDARDS PURSUANT TO SECTION 166.04151(7), FLORIDA STATUTES, UNDER THE LIVE LOCAL ACT; AMENDING ARTICLE 200. – “USER GUIDE FOR PART 2 OF THE CODE”, TO CREATE SECTION 200-60 ENTITLED "SITE PLAN REVIEW PROCEDURES FOR APPLICATIONS PURSUANT TO SECTION 166.04151(7), FLORIDA STATUTES," TO PROVIDE FOR DEVELOPMENT REGULATIONS AND ADMINISTRATIVE REVIEW OF CERTAIN AFFORDABLE HOUSING PROJECTS PURSUANT TO STATE LAW; AND CREATING SECTION 200-61 ENTITLED "IMPLEMENTATION PROCEDURES FOR SITE PLANS UTILIZING “THE LIVE LOCAL ACT"; PROVIDING FOR CODIFICATION, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Community Development) 2. ORDINANCE NO. 2024-______ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, SPECIFICALLY AMENDING A PORTION OF THE CITY OF DANIA BEACH FUTURE LAND USE MAP AS A SMALL-SCALE AMENDMENT; CHANGING THE FUTURE LAND USE DESIGNATION ON PROPERTY LOCATED BETWEEN RAVENSWOOD ROAD AND SW 22ND AVENUE NORTH OF SW 42ND STREET, AS LEGALLY DESCRIBED IN EXHIBIT “A”, WHICH CONSISTS OF APPROXIMATELY 0.51 ACRES, CHANGING THE CURRENT FUTURE LAND USE DESIGNATION FROM (BROWARD COUNTY) COMMERCE CATEGORY TO (CITY) INDUSTRIAL CATEGORY; AND CHANGING THE FUTURE LAND USE DESIGNATION FROM (CITY OF HOLLYWOOD) RECREATION AND OPEN SPACE CATEGORY TO (CITY) PARKS AND RECREATION CATEGORY ON PROPERTY AS LEGALLY DESCRIBED IN EXHIBIT “B”, WHICH CONSISTS OF APPROXIMATELY 0.204 ACRES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. (Community Development) 12. SECOND READING ORDINANCES 1. ORDINANCE NO. 2024-______ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AMENDING ORDINANCE 2022-031 AUTHORIZING THE EXPENDITURE OF CITY FUNDS EXCEEDING ONE MILLION DOLLARS ($1,000,000.00), WHICH EXPENDITURE WAS PROPOSED TO NOT TO EXCEED THE PROJECT ESTIMATE OF FOUR MILLION EIGHT HUNDRED TWENTY- ONE THOUSAND FIVE HUNDRED TWENTY DOLLARS ($4,821,520.00); TO NOW REFLECT THE BID COSTS OF NINE MILLION SEVEN HUNDRED Agenda – Dania Beach City Commission Tuesday, January 9, 2024 - 7:00 PM Page 5 of 5 SEVENTY FOUR THOUSAND FIVE HUNDRED NINETY FIVE DOLLARS ($9,774,595.00), WHICH EXCEEDS THE MONETARY COST ESTIMATE FROM ORDINANCE 2022-031, TO FUND BID ITB NO. 2023-010 “REHABILITATION OF LIFT STATIONS 1, 2 AND 3 (RE-BID)” PROJECT; PROVIDING FOR CODIFICATION, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Public Services) 13. DISCUSSION AND POSSIBLE ACTION 1. Approval of a Call to Artists to Establish an Artist Roster of Pre-Qualified Artists - Community Development 2. Street Naming Policy - Sponsored by Commissioner James 3. Park Designation - Sponsored by Commissioner Davis 14. APPOINTMENTS 1. - Planning and Zoning Board Vacancy (1) - Commissioner James 15. COMMISSION COMMENTS 1. Commissioner Davis 2. Commissioner James 3. Commissioner Salvino 4. Vice-Mayor Lewellen 5. Mayor Ryan 16. ADJOURNMENT WHEREAS, Dr. Martin Luther King Jr. devoted his life to advancing equality, social justice, and opportunity for all and challenged all people to participate in the never-ending work of building a more perfect union through non- violent means; and WHEREAS, Dr. King believed immensely in the power of individual action and collective hope to create a brighter future; and WHEREAS, Dr. King’s legacy includes such landmark United States Federal laws as the Civil Rights Act of 1964, the Voting Rights Act of 1965, and the Fair Housing Act of 1968; and WHEREAS, Dr. King taught us to see the commonality of our dreams, our hopes, and our fears – the threads, truths, and dignity that bind us together as human beings; and WHEREAS, Dr. King believed that “the arc of the moral universe is long, but it bends towards justice” and requires all hands and hearts to keep its course straight and true; and WHEREAS, the ideals of Dr. Martin Luther King Jr., and of the City of Dania Beach’s commitment to human rights are worthy of reflection and remind us that improving the quality of life for all members of society is a responsibility of every member of society; and WHEREAS, we recognize the need to model Dr. Martin Luther King’s pursuit of unity, equality, and justice to prevent all forms of discrimination including systemic racism. 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 Monday, January 15, 2024 as: Dr. Martin Luther King Jr. Day in the City of Dania Beach and encourage our citizens to honor the great legacy of Dr. Martin Luther King Jr. by observing this day and to celebrate, educate, advocate, and serve. ATTEST: ELORA RIERA, MMC ARCHIBALD J. RYAN, IV CITY CLERK MAYOR Broward’s First City 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: January 9, 2024 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 We closed out the year with key hires and promotions to enhance our programs and facilities and stay the course that this administration commenced in 2019. The goal is always to remain aligned with the adopted Strategic Plan of our City Commission and our R.I.S.E. Culture. Our new Deputy Director of Parks and Recreation is Frank Lazo. He holds a Masters in Recreation and Sports Management and brings with him 10 years of experience in Parks and Recreation. Mr. Lazo comes to Dania Beach via the City of Boynton Beach where he was the Assistant Director of Parks and Recreation. Cassi Waren has been promoted to Director of Parks and Recreation and for the first time in the history of our City, we have 3 Management employees that are Credentialed Parks and Recreation Professionals. This year we expect several more of our Parks and Recreation employees to achieve their goals of becoming Certified professionals! Mr. Willie was promoted to Cemetery Foreman. We have 3 positions now at the cemetery. Mr. Willie and Roger Collin’s who is the cemetery caretaker, will be joined by a Cemetery Assistant, a position that we are currently recruiting for. We have set a very high bar in the maintenance, appearance and management of our facilities and we are grateful that our City Commission via the budget process has supported these efforts that are vital and key to the “Renaissance” of Dania Beach. The Nyberg Swanson House and the IT Parker Center will be fully renovated, and we will celebrate this year with well planned and executed ribbon cutting ceremonies. We will keep you updated on the progress. The plan is to move the meetings/activities from the Women’s Club House to the Nyberg Swanson on a temporary basis as we will shift to the renovation of the Women’s Club House upon the completion of the Nyberg Swanson. The Finance Department and Customer Service expansion as well as the atrium and chambers renovation will commence this summer. The first step is to go from concept approved by City Commission to design, bidding, and the selection process. Veterans Park is well underway and at the end of 2023 we completed demolition, debris removal and installation of sod and a temporary sprinkler system. A beautiful green lawn/open space area has replaced a large slab of concrete for parking while our parking garage had an abundance of available spaces. This year, we plan to complete the sidewalk connectivity phase as well as the lighting phase. We have completed the draft for the 7 acres of Olsen, and we are looking to meet individually with the City Commission by mid-February with a goal to bring the conceptual design for your approval by the second meeting in February. Our impact fees from new construction will support our efforts to commence phase 1. The Dania After Dark Team has planned a truly exciting Art and Music extravaganza as we open the New Year with our 1st DAD commencing at 4:00 p.m. on January the 13th. Our Marketing and Communications Division has been doing an outstanding job casting a very wide net to get the word out. WSVN/Deco Drive interviewed our very own Director Cassi Waren, and a local Artist as Dania Beach will kick off the South Florida Art scene! A new Dania Beach News effort further enhances our communication to our community and the second edition of the “Pioneer” Newsletter will be out this Spring. We have developed a very good relationship with Broward County from the County Manager to the Department of Resiliency. Our concerns with weather phenomenon’s occurring this past April, November and December and our communications with all of you resulted in our Deputy City Manager meeting with Dr. Jurado, Broward’s Chief Resiliency Officer and key members of her team. Our concerns after these last storms and the impact to our beach resulted in an expedited effort to further assess our pier, and other beach structures such as the restroom facility. Our aggressive and timely investments in our pier and the overall conditions impressed the Broward County team. However, while our east bathrooms look good, the proximity to the water is a concern. Candido and I have already shifted our focus to possibly relocating the restrooms further east. We will meet with all of you to discuss the possible solution/location and a game plan to successfully execute. Dania Pointe has a new GM and I have extended an invitation to her to officially be introduced at one of our upcoming City Commission meetings. We look forward to further enhancing and augmenting our partnership. Mayor Ryan, Vice Mayor Lewellen, Commissioner Davis, and I will be heading out to Tallahassee on Monday, January 15th with meetings set for all day on the 16th to advocate and seek support for City resiliency/ storm drainage and park projects. We look forward to a multitude of shovels in the ground, ribbon cuttings, enhanced programs and activities and working together for the greater good of our City! City of Dania Beach 100 West Dania Beach Blvd Dania Beach, Florida 33004 Hearing Date: 01/11/2024 Hearing Agenda Report Page 1 of 7 Case # Status Hearing Type Property Address Cited Party Default Inspector 2022-00000248 Active H-ABATEMENT - Abatement Hearing 235 SE 1 ST MM 27 SE 1 LLC Anson Westberry 2022-00001068 Active H-ABATEMENT - Abatement Hearing SE PARK ST VED GROUP LLC Anson Westberry 2022-00001506 Active H-EXTENSION - Extension Hearing 825 E DANIA BEACH BLVD HARE KRISHNA DANIA BEACH LLC Anson Westberry 2022-00001508 Active H-ABATEMENT - Abatement Hearing 3399 SE 14 AVE FARRELL MARINE HOLDINGS JJ CENTER LLC Anson Westberry 2023-00000497 Active H-EXTENSION - Extension Hearing 265 S FEDERAL HWY DIAMOND BRIDGE INTERNATIONAL 1 LLC Anson Westberry 2023-00000760 Active H-ABATEMENT - Abatement Hearing 411 SE 3 PL VOLLMANN, MARIAN E Anson Westberry 2023-00000914 Active H-FIRST HEARING - First Hearing 218 E DANIA BEACH BLVD VILLAGE AT DANIA BEACH BOULEVARD LLC Anson Westberry 2023-00001036 Active H-FIRST HEARING - First Hearing 1005 S FEDERAL HWY DANIA MOTEL & APTS LLC Anson Westberry 2023-00001044 Active H-FIRST HEARING - First Hearing 30 NE 2 AVE KELLY MODIC Anson Westberry 2023-00001076 Active H-FIRST HEARING - First Hearing 413 SE 3 TER MARIA ECHAVE Anson Westberry 2023-00001095 Active H-FIRST HEARING - First Hearing 40 SE 7 ST JEITANI, PIERRE Anson Westberry 2023-00001122 Active H-FIRST HEARING - First Hearing 316 SE 4 ST EUNICE CABRERA Anson Westberry 2023-00001160 Active H-FIRST HEARING - First Hearing 133 NE 2 AVE BERONES-MULDER, AIDA ARCENA H/E & MULDER, ROBERT Anson Westberry 2023-00001174 Active H-FIRST HEARING - First Hearing 237 SE 1 ST 1217 INVESTMENTS LLC Anson Westberry 2023-00001198 Active H-FIRST HEARING - First Hearing 123 E DANIA BEACH BLVD MANY MANCUSI Anson Westberry 2023-00001207 Active H-FIRST HEARING - First Hearing 212 NE 2 CT TILLEMAN, TAMARA RAVEH Anson Westberry City of Dania Beach 100 West Dania Beach Blvd Dania Beach, Florida 33004 Hearing Date: 01/11/2024 Hearing Agenda Report Page 2 of 7 2023-00001240 Active H-FIRST HEARING - First Hearing 2010 NE 7 AVE CUBESMART LP % PTA-CS # #574 Anson Westberry 2023-00001243 Active H-FIRST HEARING - First Hearing 28 SE 5 ST EAGLE 2015 LLC Anson Westberry 2023-00001294 Active H-FIRST HEARING - First Hearing 43 SE 3 PL ATALLAH, GHAZI Anson Westberry 2022-00001543 Active H-EXTENSION - Extension Hearing 4151 STIRLING RD OAKS CONDO ASSN INC OF BRO Christina Caserta 2023-00000014 Active H-EXTENSION - Extension Hearing 38 S FEDERAL HWY DANIA CANTERBURY L P Christina Caserta 2023-00001087 Active H-FIRST HEARING - First Hearing 409 NW 3 PL SF HOME BUYERS LLC Christina Caserta 2023-00001128 Active H-FIRST HEARING - First Hearing 75 NW 13 AVE RALPH GLENN TROUTMAN II Christina Caserta 2023-00001140 Active H-FIRST HEARING - First Hearing 105-07 NW 1 AVE SINGH, PARAMVIR Christina Caserta 2023-00001149 Active H-FIRST HEARING - First Hearing 122 NW 12 AVE CUNNINGHAM, EMMA EST % NELLIE MAE WILLIAMS Christina Caserta 2023-00001153 Active H-FIRST HEARING - First Hearing 113 PHIPPEN RD NATALYA DOMATOV Christina Caserta 2023-00001155 Active H-FIRST HEARING - First Hearing 1251 W DANIA BEACH BLVD CLJ PROPERTY TR / JACKSON, CASTELLA TRSTEE Christina Caserta 2023-00001170 Active H-FIRST HEARING - First Hearing NW 13 CT PEREZ, CARLOS JAVIER Christina Caserta 2023-00001312 Active H-FIRST HEARING - First Hearing 2 SW 6 AVE RA ACQUISITIONS LLC Christina Caserta 2018-00000245 Active H-ABATEMENT - Abatement Hearing 5227 SW 40 AVE AXXON RENT REV LAND TR AXXON RENT LLC TRSTEE Ricky Ali 2020-00000203 Active H-ABATEMENT - Abatement Hearing HIDDEN HARBOUR CT OAKS AT HIDDEN HARBOUR ASSN INC Ricky Ali 2022-00001155 Active H-ABATEMENT - Abatement Hearing 5940 SW 37 AVE HOMESTEAD HOLDINGS 2017 LLC Christina Caserta 2022-00001361 Active H-ABATEMENT - Abatement Hearing 49 SW 11 ST MANZALIKO LLC Michelle Shahryar City of Dania Beach 100 West Dania Beach Blvd Dania Beach, Florida 33004 Hearing Date: 01/11/2024 Hearing Agenda Report Page 3 of 7 2022-00001561 Active H-EXTENSION - Extension Hearing 1000 PHIPPEN RD TRUST CAPITAL INVESTMENTS LLC Michelle Shahryar 2023-00000401 Active H-EXTENSION - Extension Hearing 1500 SW 2 AVE GUARANTEED INVESTMENT II LLC Michelle Shahryar 2023-00000411 Active H-EXTENSION - Extension Hearing 224 SW 12 ST KHACHATRYAN SIRANUSH Michelle Shahryar 2023-00000830 Active H-FIRST HEARING - First Hearing 212 SW 2 TER SIGNORE, PETER ANTHONY III Michelle Shahryar 2023-00000866 Active H-FIRST HEARING - First Hearing 222 SW 3 TER PETUSHKOV, OLEKSII/ PETUSHKOVA, MARYNA Michelle Shahryar 2023-00000869 Active H-FIRST HEARING - First Hearing 205 SW 2 ST ROBERSON, ALICE Michelle Shahryar 2023-00000916 Active H-FIRST HEARING - First Hearing 261 SW 5 ST ROJAS, BRIAN Michelle Shahryar 2023-00000937 Active H-CONFIRMATION - Confirmation Hearing 22 SW 6 AVE SABA FL PROPERTIES LLC Michelle Shahryar 2023-00000947 Active H-FIRST HEARING - First Hearing 710 SW 3 PL FONOV, DIMITRI I UZBEK FONOV, VICTOR IVAN Michelle Shahryar 2023-00000948 Active H-FIRST HEARING - First Hearing 731 SW 3 PL SABA FL PROPERTIES LLC Michelle Shahryar 2023-00001006 Active H-FIRST HEARING - First Hearing 712 SW 10 ST BATTLE, CASSANDRA J Michelle Shahryar 2023-00001031 Active H-FIRST HEARING - First Hearing 711 SW 3 PL DION & TACIANA MCDANIEL Michelle Shahryar 2023-00001045 Active H-FIRST HEARING - First Hearing 762 SW 3 ST SHIRAN ALIZA PILO Michelle Shahryar 2023-00001082 Active H-FIRST HEARING - First Hearing 355 PHIPPEN RD 1-5 SIMMONS, FAYE WILLIAMS, EVELYN EST Michelle Shahryar 2023-00001121 Active H-FIRST HEARING - First Hearing 257 SW 3 PL MACE EUGENE & ANGELINDA Michelle Shahryar 2023-00001156 Active H-FIRST HEARING - First Hearing 364 SW 4 CT HDQ364 LLC Michelle Shahryar 2023-00001164 Active H-FIRST HEARING - First Hearing 250 SW 12 ST RAMOS, OPHELIA Michelle Shahryar City of Dania Beach 100 West Dania Beach Blvd Dania Beach, Florida 33004 Hearing Date: 01/11/2024 Hearing Agenda Report Page 4 of 7 2023-00001165 Active H-FIRST HEARING - First Hearing 224 SW 14 ST GREAT MIAMI REAL ESTATE INVESTMENT & MANAGEMENT LLC Michelle Shahryar 2023-00001248 Active H-FIRST HEARING - First Hearing 414 PHIPPEN RD SAP RE HOLDINGS LLC Michelle Shahryar 2023-00001266 Active H-FIRST HEARING - First Hearing 717 SW 8 ST CLARENCE & GAIL JONES Michelle Shahryar 2023-00001370 Active H-FIRST HEARING - First Hearing 754 SW 3 PL CD FLORIDA PROPERTIES LLC Michelle Shahryar 2023-00001411 Active H-REPEAT HEARING - Repeat Hearing PHIPPEN RD WILEY, IRIAM B Michelle Shahryar 2023-00001446 Active H-FIRST HEARING - First Hearing 373 PHIPPEN RD ELI BOHADANAH Michelle Shahryar 2023-00001448 Active H-RECURRING - Recurring Hearing 307 W DIXIE HWY 307 W DIXIE LLC Michelle Shahryar 2015-00000417 Active H-ABATEMENT - Abatement Hearing 401 SE 5 ST Contractors & Builders Nemesio Huaman Corp Ricky Ali 2018-00001667 Active H-ABATEMENT - Abatement Hearing 306 NE 2 CT DENNIS MURPHY Ricky Ali 2023-00000413 Active H-EXTENSION - Extension Hearing 510 SW 2 AVE ORTEGA, VICTORIA Ricky Ali 2023-00000536 Active H-EXTENSION - Extension Hearing 4548 SW 24 AVE WAHBA, ALBERT Ricky Ali 2023-00000552 Active H-EXTENSION - Extension Hearing 4685 SW 33 AVE DAMARI, HILA YAISH, YESHAYA Ricky Ali 2023-00000567 Active H-EXTENSION - Extension Hearing 4824 SW 45 AVE KADOSH, EZER-UZI Ricky Ali 2023-00000859 Active H-FIRST HEARING - First Hearing 4 N FEDERAL HIGHWAY 4 DANIA BEACH HOLDINGS LLC Ricky Ali 2023-00000867 Active H-FIRST HEARING - First Hearing 822 ARGONAUT ISLE LEIVA, ELIZABETH CRUZ LEON, MAIKEL PENA Ricky Ali 2023-00000871 Active H-FIRST HEARING - First Hearing 4440 SW 26 AVE ROPIZA, ANTONIO ROPIZA, MARIA TANG Ricky Ali 2023-00000879 Active H-FIRST HEARING - First Hearing 17 MONROE UDELL ST F & G REAL ESTATE HOLDINGS LLC Ricky Ali City of Dania Beach 100 West Dania Beach Blvd Dania Beach, Florida 33004 Hearing Date: 01/11/2024 Hearing Agenda Report Page 5 of 7 2023-00000895 Active H-FIRST HEARING - First Hearing 4337 SW 49 ST SULEMA, DAVID ASSAF, YOSI Ricky Ali 2023-00000951 Active H-FIRST HEARING - First Hearing 4520 SW 34 AVE LEVI, ELIOR Ricky Ali 2023-00000952 Active H-FIRST HEARING - First Hearing 3251 SW 44 ST 100 NADEAU, MANON Ricky Ali 2023-00000954 Active H-FIRST HEARING - First Hearing 3251 SW 44 ST 102 APPZO LLC Ricky Ali 2023-00000955 Active H-FIRST HEARING - First Hearing 3251 SW 44 ST 103 FAZZT HOLDINGS LLC Ricky Ali 2023-00000956 Active H-FIRST HEARING - First Hearing 3251 SW 44 ST 104 RODRIGUEZ, MILAGROS Ricky Ali 2023-00000958 Active H-FIRST HEARING - First Hearing 3251 SW 44 ST 106 PODRUG, NATALJA Ricky Ali 2023-00000960 Active H-FIRST HEARING - First Hearing 3251 SW 44 ST 200 DROBNICH, MARK A Ricky Ali 2023-00000961 Active H-FIRST HEARING - First Hearing 3251 SW 44 ST 201 GUEDJ, ELHAZAR YOHAY Ricky Ali 2023-00000962 Active H-FIRST HEARING - First Hearing 3251 SW 44 ST 202 OCANA, BRYAN Ricky Ali 2023-00000963 Active H-FIRST HEARING - First Hearing 3251 SW 44 ST 203 HEWITT,JOSEPH Ricky Ali 2023-00000964 Active H-FIRST HEARING - First Hearing 3251 SW 44 ST 204 DROBNICH, MARK Ricky Ali 2023-00000965 Active H-FIRST HEARING - First Hearing 3251 SW 44 ST 205 ZENGOLDABIL LLC Ricky Ali 2023-00000966 Active H-FIRST HEARING - First Hearing 3251 SW 44 ST 206 HARTWIG, CLAY & DAISY Ricky Ali 2023-00001061 Active H-FIRST HEARING - First Hearing 5169 SW 28 AVE WRIGHT, SHALEIGHA Ricky Ali 2023-00001079 Active H-FIRST HEARING - First Hearing 4521 SW 42 AVE ROBERTO BOUZO Ricky Ali 2023-00001080 Active H-FIRST HEARING - First Hearing SW 40 AVE OAK HILLS CONDOMINIUM INC Ricky Ali City of Dania Beach 100 West Dania Beach Blvd Dania Beach, Florida 33004 Hearing Date: 01/11/2024 Hearing Agenda Report Page 6 of 7 2023-00001135 Active H-FIRST HEARING - First Hearing 4400 SW 37 AVE SAGIV, GILA SAGIV, KELLEY Ricky Ali 2023-00001183 Active H-FIRST HEARING - First Hearing 4680 SW 32 AVE DANIA RIVERFRONT LLC Ricky Ali 2023-00001184 Active H-FIRST HEARING - First Hearing 4664 SW 32 AVE DANIA RIVERFRONT LLC Ricky Ali 2023-00001185 Active H-FIRST HEARING - First Hearing SW 32 AVE INBI HOLDINGS LLC Ricky Ali 2023-00001186 Active H-FIRST HEARING - First Hearing 4610 SW 34 DR TY GOOSE Ricky Ali 2023-00001187 Active H-FIRST HEARING - First Hearing 4696 SW 32 AVE BRAD JINDRICH Ricky Ali 2023-00001191 Active H-FIRST HEARING - First Hearing 4407 SW 37 AVE KANE, MICHAEL Ricky Ali 2023-00001192 Active H-FIRST HEARING - First Hearing 4520 SW 43 AVE FINE LINE PROPERTY HOLDINGS LLC Ricky Ali 2023-00001202 Active H-FIRST HEARING - First Hearing 4327 SW 50 ST ISRAEL SHARVIT & LITAL GVAIZON Ricky Ali 2023-00001210 Active H-FIRST HEARING - First Hearing 125 SW 5 CT LIVE CHEAP LLC Ricky Ali 2023-00001225 Active H-FIRST HEARING - First Hearing 5505 SW 44 TER RODAS, JOSE ANTONIO FUNES SR Ricky Ali 09-0247 Active H-ABATEMENT - Abatement Hearing 505 SW 12 AVE HAROLD A LE DAVIS Alberto Chavarria 2021-00001490 Active H-ABATEMENT - Abatement Hearing 2411 SW 58 MNR ASSAF YOSI` Windy Damis 2022-00000453 Active H-FORECLOSURE - Foreclosure Hearing PHIPPEN RD WILEY, MIRIAM B Michelle Shahryar 2016-00000189 Active H-FORECLOSURE - Foreclosure Hearing PHIPPEN RD MIRIAM B WILEY Windy Damis 2020-00000061 Active H-FIRST HEARING - First Hearing 702 SE 3 CT JASON KIRKCALDY JAMIE L DIMAURO Windy Damis 2023-00000217 Active H-EXTENSION - Extension Hearing 4975 SW 28 AVE AVERY, VIVIAN Windy Damis City of Dania Beach 100 West Dania Beach Blvd Dania Beach, Florida 33004 Hearing Date: 01/11/2024 Hearing Agenda Report Page 7 of 7 2023-00000355 Active H-EXTENSION - Extension Hearing 5635 SW 24 AVE IELC LAND TR MEDINA, A & MEDINA, C TRSTEES Windy Damis 2023-00000482 Active H-EXTENSION - Extension Hearing 2340 SW 51 CT DROUIN, YVES DROUIN, SYLVIE FORTIN ETAL Windy Damis 2023-00000489 Active H-EXTENSION - Extension Hearing 2330 SW 51 CT FAGUY, DALTON RICHARD Windy Damis 2023-00000643 Active H-ABATEMENT - Abatement Hearing 3011 SW 51 ST RIVERA,EDY A & BIBIAN L Windy Damis 2023-00000902 Active H-EXTENSION - Extension Hearing 5231 SW 26 TER CORTEZ, ELIAS CORTEZ, ZUHEY Windy Damis 2023-00000996 Active H-FIRST HEARING - First Hearing 2512 SW 55 ST HELLWIG, MARY LOU H/E RATOFF, RONALD Windy Damis 2023-00000997 Active H-FIRST HEARING - First Hearing 2508 SW 55 ST ADRIENNE MEYER TAMALAVICH ADRIENNE M TAMALAVICH REV LIV TR Windy Damis 2023-00001065 Active H-FIRST HEARING - First Hearing 4989 SW 32 TER POWELL, RICHARD S & POWELL, JOANNE A Windy Damis 2023-00001146 Active H-FIRST HEARING - First Hearing 2270 SW 51 CT VALDES, MARTHA NATACHA Windy Damis 2023-00001171 Active H-FIRST HEARING - First Hearing 2051 GRIFFIN RD 2051 GRIFFIN ROAD LLC Windy Damis 2023-00001180 Active H-FIRST HEARING - First Hearing SW 21 LN ESTATES OF FT LAUD PROP OWNERS ASSOC Windy Damis 2023-00001181 Active H-FIRST HEARING - First Hearing 4550 RAVENSWOOD RD ESTATES OF FT LAUD PROP OWNERS ASSOC Windy Damis 2023-00001182 Active H-FIRST HEARING - First Hearing SW 54 ST ESTATES OF FT LAUD PROP OWNERS ASSOC Windy Damis 2023-00001284 Active H-FIRST HEARING - First Hearing 4830 SW 28 TER N & D HOLDING INC Windy Damis 2023-00001285 Active H-FIRST HEARING - First Hearing 5001 SW 27 AVE EVANS, BRENT H/E TOMASSI, PIETRO Windy Damis 2023-00001286 Active H-FIRST HEARING - First Hearing 5512 LAGOON DR VELO, LOUISE Windy Damis 2023-00001287 Active H-FIRST HEARING - First Hearing 3211 ROYAL PALM CT PSARAS, GEORGIOS A Windy Damis MINUTES OF REGULAR MEETING DANIA BEACH CITY COMMISSION TUESDAY, DECEMBER 12, 2023 – 7:00 P.M. 1.CALL TO ORDER/ROLL CALL Mayor Ryan called the meeting to order at 7:04 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 Principal Dr. Tracy D. Jackson, Collins Elementary - Sponsored by Mayor Ryan Principal Dr. Tracy D. Jackson thanked the Commission for their ongoing support of Collins Elementary School. City Manager Garcia gave a $1,000.00 donation from her contingency funds to Collins Elementary School. 3.2 Autism Certified City Presentation by Meridith Tekin - Sponsored by Commissioner Davis Commissioner Davis introduced the item. Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 2 Meridith Tekin spoke and provided a presentation on how the city can become an autism certified city. 3.3 American Legion Post 304 Update by Gunny Savage - City Manager's Office Gunny Savage provided an update on the American Legion Post 304. He presented a plaque, sign and flag to the City. 3.4 Florida American Legion Boys State Program Update - Sponsored by Mayor Ryan Mayor Ryan provided an update on Boys State. John Serrao and Samuel Vaknin spoke about their experience with Boys State and Commander Anderson thanked the Commission for their support. 3.5 Recognition to Commissioner Salvino for Sponsoring the Employee Picnic - Human Resources City Manager Garcia and Chief Human Resources Officer, Linda Gonzalez presented Commissioner Salvino with a token of appreciation and thanked him for sponsoring the Employee Picnic. Commissioner Salvino thanked City Manager Garcia, Chief Human Resources Officer Linda Gonzalez and City staff. 3.6 Parks & Recreation Teen Summer Camp Video - Parks and Recreation Deputy Parks and Recreation Director Cassi Waren introduced the item and presented a video of the summer camp activities. Elijah Damus, Vice President of the Youth Advisory Council spoke about his experience at the Teen Summer Camp. 3.7 Update on the Nyberg Swanson Renovation - Public Services This item was heard after item 3.8. Director of Public Services Fernando Rodriguez provided an update on the Nyberg Swanson renovation. 3.8 Special Event Application - Dania Pointe 2024 Events - Parks and Recreation This item was heard after item 3.6. City Manager Garcia commented that these have been reviewed and approved by all departments. Consensus to approve items 3.8, 3.9, 3.10 and 3.11. Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 3 3.9 Special Event Application - 2024 MLK Event & Parade - Parks and Recreation This item was heard under item 3.8. 3.10 Special Event Application - Mr. Green Fruit & Vegetable Sales - Parks and Recreation This item was heard under item 3.8. 3.11 Special Event Application - Panther Fireworks - Parks and Recreation This item was heard under item 3.8. 4.PROCLAMATIONS None. 5.ADMINISTRATIVE REPORTS 5.1 City Manager City Manager Garcia said the City has been monitoring the weather and it is anticipated that the City will receive heavy rainfall over the next few days. The City is prepared for the coming rains. She thanked the City Commission for their support on the budget to allow Dania Beach to move forward. She reviewed the upcoming Dania After Dark events and encouraged all residents to come out. She gave an update on the electric vehicle charging stations at City Hall and noted that Code Compliance is inspecting all businesses in the City for Business Tax Receipts. The City is very proud of the historic Nyberg Swanson House and she is looking forward to the ribbon cutting at the end of the year. She wished everyone happy holidays. Commissioner James asked what was done to the electric vehicle charging stations and how the City is going to manage the parking lot. City Manager Garcia responded that a Request for Proposal was put out to upgrade the City’s electric vehicle charging stations to allow for faster charging. The City’s goal is to improve the service for the residents and those that visit the City. 5.2 City Attorney - Discussion Regarding the PATCH City Attorney Boutsis noted it was raised during the CRA meeting that the City would like to hold a workshop between the CRA, Commission and City Staff regarding what to do with the PATCH. The City Clerk will be contacting everyone to coordinate a meeting in January. 5.3 City Clerk - Reminders City Clerk Riera reminded the Commission of the following upcoming meetings: Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 4 - January 9, 2024 - CRA Board Meeting -5:30 p.m. - January 9, 2024 - City Commission Meeting - 7:00 p.m. - January 23, 2024 - Commission Workshop on Social Media - 5:00 p.m. - January 23, 2024 - City Commission Meeting - 7:00 p.m. City Attorney Boutsis commented that she sent an email to the Commission to seek direction about a workshop on the Form 6 for February 27, 2023, and inquired if the Commission would be interested in a workshop by Robert Myers for assistance. The Commission agreed to hold a workshop on February 27, 2023. City Manager Garcia noted that the City is working on a Request for Proposal for the audio at City Hall. City Clerk Riera commented that she will be in touch with the Commission once the date and time for the workshop has been confirmed. 6.PUBLIC SAFETY REPORTS Captain Tarala provided an update on recent arrests, criminal activity in the City and a Federal Firearms Investigation on one of the residents. He informed the Commission that all speed trailers and LPR trailers are out in the City for the holiday season. He spoke about upcoming events the Sheriff’s office will be holding in the community and gave an update on homeless outreach. Fire Chief Pellecer thanked Dania Pointe for allowing the firefighters to train at their buildings. He thanked the City Manager, Deputy City Manager Sosa-Cruz, the Mayor, and Commissioners for their support over the last year and for putting a 3rd rescue truck in service. This could not have been accomplished without their support. He thanked the City and the Commission for their support of the 9/11 commemoration. He is proud that the City’s fire department took part in flying the flag at the Dania After Dark Veteran’s Day event and commented that Dania After Dark has been taken to a new level. The department has been meeting with the seniors in the community and they recently handed out the File of Life card for citizens to put on their refrigerator listing what medications and medical history. He anticipates a lot of milestones in 2024. 7.CITIZENS’ COMMENTS The following spoke under public comments: - Polly Jones Mosley – 701 W. Dania Beach Blvd. - Kim Watkins – 217 NW 6th Avenue - William Dunaske – 4464 SW 37th Avenue 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. Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 5 8.1 Minutes: November 14, 2023 City Commission Meeting Approved under consent agenda. 8.2 Travel Requests: None. 8.3 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO APPROVE A CHANGE ORDER WITH TEAM CONTRACTING, INC. FOR MATERIALS AND LABOR FOR THE “SIDEWALK DEMOLITION AND INSTALLATION, TIER I” PROJECT AUTHORIZING THE EXPENDITURE OF FUNDS IN THE AMOUNT OF ONE HUNDRED THIRTEEN THOUSAND ONE HUNDRED SEVENTY FIVE DOLLARS AND FIFTY-ONE CENTS ($113,175.51) THAT IS WITHIN THE APPROVED CONTRACTED AMOUNT; 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 RANKING OF CONSULTING FIRMS THAT RESPONDED TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 23-020, “CONSTRUCTION, ENGINEERING AND INSPECTION SERVICES FOR THE SOUTHEST DRAINAGE PROJECT”, AND SELECTING ALLY ENGINEERING SERVICES, INC. AS THE FIRST RANKED FIRM; 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 A ONE (1) YEAR RENEWAL OF THE EXISTING AGREEMENT WITH BEACH RAKER, LLC, FOR BEACH CLEANING SERVICES WHICH SERVICES SHALL NOT EXCEED THE ANNUAL AMOUNT OF ONE HUNDRED SIX THOUSAND TWO HUNDRED DOLLARS ($106,200.00); PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Parks and Recreation) Approved under consent agenda. 8.6 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, ALLOCATING ADDITIONAL AMERICAN RESCUE PLAN ACT STATE Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 6 AND LOCAL FISCAL RECOVERY FUND PROCEEDS TO THE CITY’S RESIDENTIAL STORM PROTECTION PROGRAM; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Finance) Approved under consent agenda. 8.7 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING A DRINKING WATER STATE REVOLVING FUND PLANNING LOAN AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FOR THE DESIGN OF AN ADVANCED WATER METER READING SYSTEM (AMR) AND AUTOMATED METER INFRASTRUCTURE SYSTEM (AMI); PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Finance) Approved under consent agenda. 8.8 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE APPROPRIATION OF ADMINISTRATIVE IMPACT FEES FOR THE DESIGN OF CITY HALL EXPANSION INSIDE THE ATRIUM AND THE MODERNIZATION OF THE ATRIUM AND CITY COMMISSION CHAMBER. (Finance) Approved under consent agenda. 8.9 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO APPROVE TWO CHANGE ORDERS TO MODIFY THE SCOPE OF THE AGREEMENT WITH INDUSTRIAL MAINTENANCE SERVICES, INC. FOR CONCRETE CRACK REPAIRS AND ELECTRICAL PANEL REWIRING AND IMPROVEMENTS FOR THE DANIA BEACH PIER REPAIR PROJECT; AUTHORIZING THE USE OF PREVIOUSLY AUTHORIZED FUNDS IN THE AMOUNT OF FIFTY THOUSAND TWO HUNDRED ELEVEN DOLLARS AND TWENTY-SIX CENTS ($50,211.26) THAT IS WITHIN THE APPROVED CONTINGENCY FOR THE UNDERLYING CONTRACT; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Public Services) Approved under consent agenda. 8.10 RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING ADDITIONAL FUNDING FOR THE PURCHASE OF SEVEN (7) PREVIOUSLY APPROVED FORD MAVERICK VEHICLES, DUE TO Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 7 UNAVAILABILITY OF THE APPROVED MODEL AND THE AVAILABILITY OF A SLIGHTLY DIFFERENT MODEL, IN AN AMOUNT NOT TO EXCEED TWENTY THREE THOUSAND THREE HUNDRED TEN DOLLARS ($23,310.00) FROM BACHRODT FT (DBA PALMETTO FORD), WITHOUT COMPETITIVE BIDDING AND WITHOUT ADVERTISEMENT FOR BIDS, BY UTILIZING THE PRICING UNDER THE FLORIDA SHERIFFS ASSOCIATION (“FSA”) CONTRACT FSA23-VEL31.0; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Public Services) Approved under consent agenda. 8.11 RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, ADOPTING A PROGRAM FOR PUBLIC INFORMATION (PPI) DOCUMENT WHICH INCLUDES THE FLOOD INSURANCE COVERAGE IMPROVEMENT PLAN, AND THE FLOOD RESPONSE PREPARATION PLAN TO EDUCATE THE COMMUNITY PERTAINING TO FLOODPLAIN MANAGEMENT AND REGULATION; PROVIDING FOR CONFLICTS; FURTHER PROVIDING FOR AN EFFECTIVE DATE. (Community Development) Approved under consent agenda. 8.12 RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, ADOPTING CYBERSECURITY STANDARDS IN COMPLIANCE WITH FLORIDA STATUTES SECTION 282.3185(4)(A), DELEGATING ALL CYBERSECURITY AUTHORITY TO THE CITY MANAGER, AND AUTHORIZING THE CITY MANAGER TO RESPOND TO CYBER THREATS AND TAKE APPROPRIATE ACTION AS NEEDED; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Finance) Approved under consent agenda. 8.13 RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE A RETROACTIVE AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND THE CITY OF DANIA BEACH, PROVIDING FOR MUTUAL AID EMERGENCY SERVICES; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Finance) Approved under consent agenda. 8.14 RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO AMENDED THE Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 8 AGREEMENT BETWEEN THE CITY OF DANIA BEACH AND WSP USA, INC., IN ORDER TO CHANGE OF SCOPE OF THE AN EXISTING AGREEMENT FOR THE SOUTHEAST DRAINAGE PROJECT TO ELIMINATE CONSTRUCTION ENGINEERING INSPECTION (CEI), AND ADDING IN THE FOLLOWING SERVICES: POST ENGINEERING SERVICES INCLUDING ADDRESSING REQUESTS FOR INFORMATION (RFI) SUBMITTALS, REVIEWING DESIGN CHANGES FOR UNFORESEEN CONDITIONS, AND PREPARING RECORD DRAWINGS; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE.(Public Services) Approved under consent agenda. 8.15 RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE A THIRD AMENDMENT TO THE AGREEMENT EXISTING BETWEEN THE CITY AND WESTREC MARINA MANAGEMENT, INC. (“WESTREC”) TO EXTEND THE MONTH TO MONTH SERVICES FOR UP TO AN ADDITIONAL NINETY (90) DAYS THROUGH MARCH 31, 2024, UNDER THE EXISTING PRICING, TERMS, AND CONDITIONS; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Parks & Recreation) Approved under consent agenda. 8.16 RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO AMEND THE AGREEMENT BETWEEN THE CITY OF DANIA BEACH AND BURKHARDT CONSTRUCTION, INC., INCREASING THE TIME PERIOD FOR PRECONSTRUCTION SERVICES BY UP TO 120 DAYS, UNDER THE CONSTRUCTION MANAGER AT RISK AGREEMENT FOR C.W. THOMAS PARK IMPROVEMENTS; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Parks & Recreation) Approved under consent agenda. 8.17 RESOLUTION NO. 2023-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE USE OF A SOLE SOURCE VENDOR, CIVICPLUS LLC, FOR PURCHASING CIVICENGAGE EVOLVE MUNICIPAL WEBSITE, IMPLEMENTATION, AND TRAINING SERVICES UNDER A THREE YEAR AGREEMENT; AND TO EXCEED THE CITY’S ANNUAL VENDOR PURCHASING THRESHOLD AMOUNT OF FIFTY THOUSAND ($50,000.00); PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Information Technology) Approved under consent agenda. Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 9 9.BIDS AND REQUESTS FOR PROPOSALS None. 10.QUASI-JUDICIAL HEARINGS 10.1 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE PLAT NOTE AMENDMENT (DR-082-23) FOR “THE NCL PLAT”; OF APPLICANT, FLL AIRPORT LODGING, LLC, FOR PROPERTY LOCATED AT GULFSTREAM WAY, WITHIN THE CITY OF DANIA BEACH, FLORIDA; AS LEGALLY DESCRIBED IN EXHIBIT "A" ("PROPERTY"), A COPY OF WHICH IS ATTACHED TO THIS RESOLUTION; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Community Development) City Attorney Boutsis read the title of the resolutions for items 10.1 and 10.2 into the record and swore in anyone who may be speaking on the item. She also asked for any disclosures as to the application and Vice Mayor Lewellen and Commissioner James stated that they spoke with the attorney for the developer and can remain impartial. Senior Planning and Zoning Manager Claudia V. Batista introduced the item. Mayor Ryan opened the floor to public comments, there being none, public hearing was closed. Vice Mayor Lewellen made a motion to approve items 10.1 and 10.2. The motion was seconded by Commissioner Davis which carried 5-0 on roll call vote. 10.2 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE SITE PLAN (SP-040-23) AND VARIANCES (VA-065-23, VA-066-23, VA-067-23 AND VA-076-23) OF APPLICANT, FLL AIRPORT LODGING, LLC, FOR PROPERTY LOCATED AT GULFSTREAM WAY, WITHIN THE CITY OF DANIA BEACH, FLORIDA, AS LEGALLY DESCRIBED IN EXHIBIT "A" ("PROPERTY"), A COPY OF WHICH IS ATTACHED TO THIS RESOLUTION; PROVIDING FOR CONDITIONS; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Community Development) This item was taken with item 10.1. 10.3 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE SITE PLAN (SP-019-09 MOD) AND VARIANCE (VA-039- 23) APPLICATIONS, SUBMITTED BY THE PROPERTY OWNER, 4300 RAVENSWOOD LLC, FOR PROPERTY LOCATED AT 4300 RAVENSWOOD ROAD IN THE CITY OF DANIA BEACH, FLORIDA AS LEGALLY DESCRIBED IN EXHIBIT “A”, A COPY OF Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 10 WHICH IS ATTACHED TO 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 and swore in anyone who may be speaking on the item. She also asked for any disclosures as to the application and both Commissioner James and Commissioner Salvino stated that they spoke with someone and can remain impartial. Deputy Director of Community Development Corinne Lajoie introduced the item. Mayor Ryan opened the floor to public comments and the following spoke: - Dave Reich – 4161 SW 22nd Avenue - William Dunaske – 4464 SW 37th Avenue Public comments were closed. Attorney Richard Coker for the applicant, spoke to provide a response on the public comment and discussion ensued about the use of the building and the public’s concern of the possibility of hazardous waste runoff. General Manager, James Obrien of NexTran explained the use of the accessory building. Director of Community Development Eleanor Norena spoke on the matter. Commissioner Salvino made a motion to approve the resolution. The motion was seconded by Vice Mayor Lewellen which carried 4-1 on roll call vote with Commissioner Davis voting no. 10.4 RESOLUTION NO. 2023-____ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, APPROVING THE SITE PLAN MODIFICATION (SP-023- 23MOD), OF APPLICANT, FRANMAR PROPERTIES OF SOUTH FLORIDA LLC, FOR PROPERTY LOCATED AT 2181 SW 42nd STREET IN THE CITY OF DANIA BEACH, FLORIDA, AS LEGALLY DESCRIBED IN EXHIBIT “A”, A COPY OF WHICH IS ATTACHED TO 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 and swore in anyone who may be speaking on the item. She also asked for any disclosures as to the application and there were none. Deputy Director of Community Development Corinne Lajoie introduced the item. Mayor Ryan opened the floor to public comments and the following spoke: - Dave Reich – 4161 SW 22nd Avenue Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 11 - Derrick Hankerson – 746 SW 3rd Street - Leigh Kerr - 808 East Las Olas Blvd. Commissioner James made a motion to approve the resolution. The motion was seconded by Vice Mayor Lewellen which carried unanimously on voice vote. FIRST READING ORDINANCES 11.1 ORDINANCE NO. 2023-____ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AMENDING ORDINANCE 2022-031 AUTHORIZING THE EXPENDITURE OF CITY FUNDS EXCEEDING ONE MILLION DOLLARS ($1,000,000.00), WHICH EXPENDITURE WAS PROPOSED TO NOT TO EXCEED THE PROJECT ESTIMATE OF FOUR MILLION EIGHT HUNDRED TWENTY-ONE THOUSAND FIVE HUNDRED TWENTY DOLLARS ($4,821,520.00); TO NOW REFLECT THE BID COSTS OF NINE MILLION SEVEN HUNDRED SEVENTY FOUR THOUSAND FIVE HUNDRED NINETY FIVE DOLLARS ($9,774,595.00), WHICH EXCEEDS THE MONETARY COST ESTIMATE FROM ORDINANCE 2022-031, TO FUND BID ITB NO. 2023-010 “REHABILITATION OF LIFT STATIONS 1, 2 AND 3 (RE-BID)” PROJECT; PROVIDING FOR CODIFICATION, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (Public Services) City Attorney Boutsis read the title of the ordinance into the record. Deputy Director of Public Services Dincer Ozaydin introduced the item. Vice Mayor Lewellen made a motion to approve the ordinance on first reading. The motion was seconded by Commissioner Davis which carried 3-0 on voice vote with Commissioner James and Commissioner Salvino absent for the vote. 11.SECOND READING ORDINANCES 12.1 ORDINANCE NO. 2023-______ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AMENDING CHAPTER 17, ENTITLED “OFFENSES – MISCELLANEOUS”; AT ARTICLE IV ENTITLED “NOISE”; AMENDING SECTIONS 17-80 ENTITLED “DEFINITIONS”; SECTION 17-81 ENTITLED UNREASONABLY LOUD NOISE PROHIBITED”; SECTION 17-85 ENTITLED “EXEMPTIONS”; TO UPDATE THE CITY’S CODE RELATING TO UNNECESSARY AND EXCESSIVE NOISE; PROVIDING FOR CODIFICATION, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (City Manager & Community Development) City Attorney Boutsis read the title of the ordinance into the record. Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 12 City Manager Garcia introduced the item and presented an amendment to the Ordinance proposed by Commissioner Salvino to implement a City-wide quiet time between the hours of 11 p.m. to 7 a.m. Monday through Sunday and to provide a monthly report to the Commission. Deputy City Manager Sosa-Cruz provided additional information and clarification on the 100 feet distance and time allowance. Commissioner James said she appreciates the diligence, but quiet zone still says 100 feet. The City needs to be careful as we have places on the beach and at Dania Pointe where the City needs to be careful of their own ordinances. The ordinance concerns her, and she thinks they can find a compromise. Deputy City Manager Sosa-Cruz responded that the beach and Dania Pointe have a different process. The City is trying to be fair and transparent and have our residents understand the law and allow the officers to enforce it. Commissioner James said she would be comfortable with changing the times to find a balance. Commissioner Salvino commented that he has received a lot of phone calls from residents, and this is a tough subject. He said most people get along with their neighbors and questioned how many complaints the City has received over the last year. City Attorney Boutsis responded that the City has 35,000 residents and the City had 711 noise complaints in 2023. Commissioner Salvino said most complaints probably came from the same person or are from Airbnb’s. The City will not cure the problem but needs to start somewhere and adjust if needed. People are respectful in most cases, and he is in favor of starting someplace. We have to trust our staff and administration. Deputy City Manager Sosa-Cruz responded that the City will be putting it on the agenda every month. BSO will be adding it to their safety report and there will be a line item every month for noise complaints. The City will revisit it as needed. Commissioner Davis thanked staff and the City administration for trying to find a balance. She does believe noise is personal to one’s quality of life. She has done her due diligence within her neighborhood, and she believes that the 11 p.m. time is not a good quiet time for someone with children or elderly people. She is concerned with the time frame and distance. Deputy City Manager Sosa Cruz asked for a distance and time she is comfortable with, and Commissioner Davis responded 50 feet and maybe 10 p.m. Mayor Ryan opened the floor to public comments and the following spoke: - Bobbie H. Grace – 110 NW 8th Avenue - Andre Dessureault – 306 SE 3rd Street - Rhonda Bachmann – 306 SE 3rd Street - Gerald Campbell – 1118 SE 6th Avenue Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 13 - Ronald Koenig – 360 SE 6th Street - Denise Koenig – 360 SE 6th Street - Bob Adams – 330 SE 3rd Terrace - Derrick Hankerson – 746 SW 3rd Street - Shawn DeRosa – 408 SE 5th Street - Rae Lair – 5650 SW 32nd Terrace - Betty Sokol – 609 NW 10th Street - Christopher Johnston – 745 NW 12th Avenue - Brenda Lee Chalifour – 814 NW 10th Avenue Deputy City Manager Sosa-Cruz thanked the residents for coming out to express their opinions and stated everything the City does is to protect residents’ property rights, business property rights and increase the quality of life for all residents. Vice Mayor Lewellen thanked the residents for being patient tonight and thanked Commissioner Salvino for his suggestions as they are thoughtful and reasonable. She said she has received numerous communications in support of this ordinance, and this is an ordinance that is reasonable and enforceable. She made note of the complaints received over the last year and said most were from the same resident and presented emails sent to the City by the resident complaining about his neighbors. She reiterated that the City will continue to monitor the noise issues and it will be brought back at each meeting. She said this ordinance is a step in the right direction and thanked the City staff for putting this together and trying to work with the community and do what is best for the City. City Attorney Boutsis noted the recommendation from Commissioner Salvino about the quiet zone would involve the property line and that property line definition would remain in the Code. She explained this change came about due to a resident not being satisfied with how the ordinance was being administered. She noted that the City hired outside counsel and the resident has not been satisfied with the response, saying that the Sheriff’s office is not doing their job. She clarified that the issue is not about the Sheriff’s office not doing their job, but that they are interpreting the code differently from the resident. The City is seeking to clarify the code so that there are no further concerns. She addressed the issue of sound decibel meters and explained the issues involved. Mayor Ryan said he sympathizes with the residents. The City’s prior code was hard to enforce by our Code Officers and BSO. The City has reviewed 30-40 ordinances within the state to come to this. This gives the City a parameter to make it enforceable and these changes will make it better for both Code Enforcement and BSO to enforce. Commissioner James made a motion to approve the resolution with the amendment of 9 p.m. on weekdays and 11 p.m. on weekends with a 50 ft. distance. The motion was seconded by Commissioner Davis which failed 3-2 with Commissioner Davis and Commissioner James voting yes and Commissioner Salvino, Vice Mayor Lewellen and Mayor Ryan voting no. Vice Mayor Lewellen made a motion to approve the ordinance on second reading with the amendment proposed by Commissioner Salvino. The motion was seconded by Commissioner Salvino which carried 3-2 with Commissioner Davis and Commissioner Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 14 James voting no and Commissioner Salvino, Vice Mayor Lewellen and Mayor Ryan voting yes. 12.2 ORDINANCE NO. 2023-______ AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AMENDING CHAPTER 2, OF THE CITY CODE OF ORDINANCES, ENTITLED “ADMINISTRATION” AT ARTICLE V, ENTITLED “RESERVED” BY AMENDING SECTION 2-101, ENTITLED “NAMING OF CITY OWNED FACILITIES” TO MODIFY THE BACKGROUND CHECK CRITERIA OF THE CODE, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. (City Attorney) City Attorney Boutsis read the title of the ordinance into the record. Vice Mayor Lewellen made a motion to approve the ordinance on second reading. The motion was seconded by Commissioner Salvino which carried 5-0 on voice vote. 12.DISCUSSION AND POSSIBLE ACTION 13.1 Discussion and Presentation by Island Syndicate for Commemorative Publication and Visioning Process - Commissioner Davis / City Manager (Marketing) Commissioner Davis introduced the item. David Muir and Calibe Thompson of Island Syndicate explained the process and the services they provide to produce a keepsake book for the City. Mayor Ryan said this will be a challenge and there is a lot that needs to be incorporated into this. Discussion ensued regarding the length of the book, cost and where to obtain additional funding not previously budgeted. Mr. Muir stated the 84-page book would cost $84,000.00 to include production and printing of 1000 copies of the book. City Manager Garcia recommended a mid-year budget adjustment to cover the additional $24,000.00. Vice Mayor Lewellen inquired if a digital copy would also be made available. Mr. Muir and Ms. Thompson responded they could provide a digital copy with the ADA remediation so that it is ADA accessible as well. Commissioner Salvino made a motion to approve the additional $24,000 as a mid-year budget amendment. The motion was seconded by Commissioner Davis which carried unanimously on voice vote. Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 15 Mr. Muir inquired about a primary liaison for the project and City Manager Garcia said Marketing and Communications Director Nannette Rodriguez would be the primary contact. 13.2 Selection of a constituent communication email platform - City Manager / Finance Marketing and Communications Director Nannette Rodriguez said the City has a contract with Constant Contact and she will coordinate with Maxine on who needs an account set up. 13.APPOINTMENTS 14.1 - Planning and Zoning Board Vacancy (1) - Commissioner James - Dania Beach Housing Authority Vacancy (1) - Mayor Ryan Commissioner James deferred her appointment for the Planning and Zoning Board to the next meeting. Mayor Ryan reappointed Ivie Cure to the Dania Beach Housing Authority Board. Commissioner James made a motion to approve the appointment. The motion was seconded by Commissioner Salvino which carried unanimously on voice vote. 14.COMMISSION COMMENTS 15.1 Commissioner Davis Commissioner Davis will save her comments for her newsletter. 15.2 Commissioner James Commissioner James provided a handout for a key proposal to be given to Dania Pointe. She is seeking authorization for the key, plaque, and a base. She is requesting for the funds to come from the Commission continency as it would be from the entire Commission, not to exceed $5,000. Commissioner Salvino suggested the City get permission from Dania Pointe and then they could pick and approve the funding and Commissioner James responded that the Commission needs to approve the funding now. Commissioner Salvino made a motion to accept the request from Commissioner James using option #1 of the proposal. The motion was seconded by Vice Mayor Lewellen which carried unanimously on voice vote. Commissioner James thanked everyone for the phenomenal job on the annual Thanksgiving drive. The MLK organization is having financial difficulties, and she is asking for a contribution from her personal contingency for the upcoming events, a prayer breakfast, a banquet, a parade and peace in the park. She is requesting $5,000 from her contingency for the event. Consensus was received. Minutes of Regular Meeting Dania Beach City Commission Tuesday, December 12, 2023 – 7:00 p.m. 16 She wished everyone happy holidays and a happy new year. 15.3 Commissioner Salvino Commissioner Salvino wished everyone Happy Holidays. 15.4 Vice-Mayor Lewellen Vice Mayor Lewellen commented that she has been told our tree lighting ceremony rivaled Christmas on Las Olas, and she agrees. The winter camp is starting, and she would like to cover the cost of 3 students from each camp. Consensus was received. She inquired if the teen program was in need of additional funds and requested consensus to put some of her contingency funds towards the teen program. Consensus was received. She wished everyone happy holidays. 15.5 Mayor Ryan Mayor Ryan commented that Committee of 100 is having their annual dinner at Tropical Acres, and he is requesting a $250.00 sponsorship from his contingency funds. Consensus was received. He noted that the City has accomplished a lot this year, he thanked the staff and wished everyone happy holidays. 15.ADJOURNMENT Mayor Ryan adjourned the meeting at 11:31 p.m. ATTEST: CITY OF DANIA BEACH ELORA RIERA, MMC ARCHIBALD J. RYAN IV CITY CLERK MAYOR Approved: City of Dania Beach Parks & Recreation Memorandum DATE: 1/9/2024 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Cassi Waren, CPRP, Deputy Director of Parks & Recreation SUBJECT: Authorizing an agreement with Oasis Marina, LLC for Management of the Dania Beach Marina. Request: The Parks and Recreation Department is requesting the adoption of a resolution authorizing the proper City Officials to execute an agreement with Oasis Marina, LLC for Management of the Dania Beach Marina. Background: The City advertised RFP No. 2023-012 for Marina Management Services on July 10, 2023 and the bids were publicly opened on August 3, 2023. The City Commission approved Resolution 2023-090 on August 22, 2023, authorizing the agreement with Oasis Management, LLC (Oasis) for management of the Dania Beach Marina. Oasis will serve as a full-service operator to provide the City with expertise and support across every aspect of marina operations, from front-of-house guest engagement to back-of-house services such as accounting, marketing and human resources. Oasis plans to completely reimagine the Marina with the goal of establishing it as a must-experience destination. Oasis will first build an on-site team consisting of the General Manager, Associate General Manager, Dockmaster and Marina Services Associates who will oversee the day-to-day operations. From there, they will create a marketing plan through their in-house marketing team, with the goal of establishing the Marina as a destination. Oasis will be responsible for all maintenance of the Marina under the general supervision of the Department of Parks and Recreation. Oasis will be responsible for all facets of the day-to-day operation of the Marina and provide ongoing recommendations to the City for the successful operation of the facility, to provide the best overall customer experience and enhance the value of the Marina as an asset of the City. Budgetary Impact Oasis will receive a monthly management fee of 6.5% of the Marina Revenue generated by the dockage and transient fees, plus a fixed fee of $6,500.00 for Marketing and Accounting services as outlined in the attached agreement. Funding appropriations were planned for and are available in the City Ocean Park Fund Marina Contractual Services Account No. 415-72-09-575-34-10. Recommendation It is recommended that the City Commission adopt the Resolution authorizing the proper City Officials to execute an agreement with Oasis Marina, LLC for Management of the Dania Beach Marina. RESOLUTION NO. 2024-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, AUTHORIZING THE PROPER CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH OASIS MARINA, LLC, FOR MANAGEMENT OF THE DANIA BEACH MARINA; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City advertised Request for Proposals (“RFP”) No. 2023-012 “Marina Management Services” in the Sun-Sentinel, and posted on the City’s website and Demand-Star on July 10, 2023, with bids publicly opened on August 3, 2023; and WHEREAS, on August 22, 2023, via Resolution No. 23-090, the City Commission approved negotiations with the first ranked responded Oasis Marina, LLC; and WHEREAS, the parties agreed to the terms contained in the attached agreement; and WHEREAS, City Administration is recommending that an Agreement with Oasis Marina, LLC (“Oasis”) be executed for a period of five (5) years and provide for an option of continuation of service for five (5) years, subject to approval of the City; and WHEREAS, the City shall pay Oasis a monthly management fee (“Monthly Management Fee”) of six and one half percent (6.5%) of the Marina Revenue generated by the dockage and transient fees, plus a fixed fee of Six Thousand Five Hundred Dollars ($6,500.00) for Marketing and Accounting services; and WHEREAS, Oasis will be responsible for all facets of the day-to-day operation of the Marina and provide ongoing recommendations to the City for the successful operation of the facility in order to provide the best overall customer experience and enhance the value of the Marina as an asset of the City. 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 of Dania Beach directs the proper City officials are authorized to execute an Agreement with Oasis Marina LLC, which is attached and incorporated into this Resolution as Exhibit “A”, with Oasis for management of the Dania Beach Marina as outlined above, including the length of the term of the Agreement as noted above. 2 RESOLUTION #2024-______ Section 3. That funding appropriations were planned for and are available in the City Ocean Park Fund Marina Contractual Services Account No. 415-72-09-575-34-10. Section 4.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 5.That this Resolution shall become effective 10 days after adoption. PASSED AND ADOPTED on 2024. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Joyce L. 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 MARINA MANAGEMENT AGREEMENT THIS MARINA MANAGEMENT AGREEMENT (the "Agreement") dated and effective on 6th January 2024 (the “Effective Date”) is between Oasis Marina, LLC, a Maryland limited liability company with a mailing address of 222 Severn Ave, Bldg. 14 Ste 200, Annapolis, Maryland 21401 (“Contractor” or “Oasis”) and the City of Dania Beach, Florida, a municipal corporation ("City"), 100 W. Dania Beach Blvd., Dania Beach, FL 33004. City and Contractor are collectively known as the "Parties" or singularly as a "Party". RECITALS A. City owns the Marina located at 151 North Beach Road, Dania Beach, Florida 33004, known as Dania Marina (the "Marina"); B. It is the intention of City that the wet slips at the Marina be rented to third parties for use as temporary boat storage facilities, and that the Marina facilities are put to their intended use; C. Contractor is in the business of managing marinas and currently manages similar facilities; D. City has engaged Contractor to manage the Marina and Contractor shall manage, operate, provide maintenance and security for the Marina in accordance with the terms and conditions of this Agreement as hereinafter set forth in the location described as the Dania Beach Municipal Marina Slip Layout described in Exhibit “A”, which is attached and incorporated into this Agreement by this reference; E. City’s intent in retaining Contractor is to have a vital, financially successful and self-supporting marina by engaging Contractor to improve the Marina infrastructure, minimize costs, and maximize net revenue to the City; and F. The City finds that this Agreement serves both a public purpose and a municipal purpose. AGREEMENT NOW, THEREFORE, in consideration of the mutual covenants contained in this Agreement and for good and other valuable consideration, the adequacy and receipt of which are acknowledged and agreed upon, Contractor and City agree as follows: 2 1. Documents Comprising Contract. The contract between the parties shall include this Agreement, as well as the following documents, which are made a part of the Agreement and incorporated into it by their reference: (a) The City of Dania Beach Request for Proposal, RFP #23-012 (“RFP”), its Exhibits and Attachments issued on July 10, 2023, and all of its addenda is attached to this Agreement as Exhibit “B”. Contractor’s response to RFP is attached to this Agreement as Exhibit C. (b) Exhibits Exhibit A – Dania Beach Municipal Marina Slip Layout Exhibit B – RFP Exhibit C – Contractor’s response to RFP Exhibit D - Annual Budget Provisions Exhibit E – Accounting Support Services Exhibit F – Marketing Services (c) Attachments – City Purchasing Policies and Procedures (d) The parties shall mutually develop the annual marina budget (“Annual Budget”) and submit it for review and approval to the City Manager and City Commission for each upcoming fiscal year of the City, beginning October 1st of each year. The parties shall develop such a budget and submit it to the City Manager and City Commission no later than April 1st of the applicable year. Contractor shall prepare and deliver budget to City for City’s review and approval in accordance with the procedures specified on Exhibit D. If there is a conflict between the terms of this Agreement and any of the terms of the above- referenced documents then the conflict shall be resolved as follows: the terms of this Agreement shall prevail and the terms of the remaining documents shall be given preference in their above- listed order. 2. General Contract Terms. (a) INTENTIONALLY DELETED (b) INTENTIONALLY DELETED (c) Entirety of Agreement. The Parties agree that this Agreement sets forth the entire agreement between the Parties and there are no promises or understandings other than those stated in this Agreement. None of the provisions, terms or conditions contained in this Agreement may be added to, modified, superseded or otherwise altered, except as may be specifically authorized in this Agreement or by written instrument executed by the Parties. This Agreement and the exhibits and attachments to it and other documents and agreements specifically referred to in this Agreement constitute the entire 3 fully integrated Agreement between the Parties with respect to the subject matter of it and supersede all prior or contemporaneous verbal or written communication or agreements between the Parties excepting any past or contemporaneous written or verbal agreements expressly and clearly incorporated by reference within the terms of this Agreement. This Agreement may only be amended by a written document, properly authorized, executed and delivered by each party to the other party. For the City, appropriate authorization shall be construed to mean formal action by the elected officials of the City, except where specified within this Agreement, where the City Manager or his or her designee shall have approval or authority. This Agreement shall be interpreted as a whole unit. This Agreement shall not be construed in favor of one party or the other. If City or Contractor incurs any expense in enforcing the terms of this Agreement, whether suit is brought or not, each party shall bear its own costs and expenses including, but not limited to, court costs and reasonable attorney fees. The parties waive any rights each may have to a jury trial. (d) Bankruptcy. It is agreed upon that if the Contractor is adjudged bankrupt, either voluntarily or involuntarily, then this Agreement shall terminate effective the date and at the time the bankruptcy petition is filed. Upon such filing of Bankruptcy, Contractor will automatically be in default of this Agreement and the provisions of Article 9 will be enforced at City’s discretion. (e) Disputes, Venue, Attorney Fees. All claims, counterclaims, disputes and other matters in question between City and Contractor arising out of, relating to or pertaining to this Agreement, or the breach of it, or the services of it, or the standard of performance required in it, shall be addressed by resort to non- binding mediation as authorized under the laws and rules of Florida; provided, however, that in the event of any dispute between the parties, the parties agree to first negotiate with each other for a resolution of the matter or matters in dispute and, upon failure of such negotiations to resolve the dispute, the parties shall resort to mediation. If mediation is unsuccessful, any such matter may be determined by litigation in a court of competent jurisdiction for any legal action arising out of or pertaining to this Agreement shall be the Circuit Court for the Seventeenth Judicial Circuit in and for Broward County, Florida, or the federal District Court in the Southern District of the United States. Each party further agrees that venue of any action to enforce this Agreement shall be in Broward County, Florida. In any litigation, the parties agree to each waive any trial by jury of any and all issues. In the event of any litigation which arises out of, pertains to, or relates to this Agreement, or the breach of it, or the standard of performance required in it, the prevailing party shall be entitled to recover reasonable attorney fees from the non-prevailing party. In the event that a dispute, if any, arises between the City and Contractor relating to this Agreement, or its performance or compensation, Contractor agrees to continue to render service in full compliance with all terms and conditions of this Agreement as required by the City if it is commercially reasonable to do so and if the City is continuing to perform its obligations under this 4 Agreement. (f) Headings. Headings of various paragraphs and sections of this Agreement and its table of contents are for convenience and use of reference only and shall not be construed to define, limit, augment or describe the scope, context or intent of this Agreement or any part of this Agreement. (g) Severability. The terms and conditions of this Agreement shall be deemed to be severable; consequently, if any clause, term or condition of it shall be held to be illegal or void, such determination shall not affect the validity or legality of the remaining terms and conditions and notwithstanding such determination, this Agreement shall continue in a full force and effect unless the particular clause, term or condition held to be illegal or void renders the balance of the Agreement to be impossible of performance (h) No Waiver of Right to Enforce. The waiver of any breach or any term covenant or condition in this Agreement contained shall not be deemed to be a waiver of such term, covenant or any subsequent breach of the same or any other term, covenant or condition contained in this Agreement. No covenant, term, or condition shall be deemed to have been waived, unless such waiver is in writing. There shall be no accord and satisfaction unless expressed in writing and signed by both the City and Contractor. (i) Performance. Services shall be performed in a timely manner as specified in the City’s RFP and Contractor’s proposal submitted in response to the RFP. The Parties expressly agree that time is of the essence in the performance of this Agreement and the failure to complete the performance within the time specified, or within a reasonable time if no time is specified, shall relieve the Parties of any obligation to accept such performance. (j) Public Records Law Contractor agrees to keep and maintain public records in Contractor’s possession or control in connection with Contractor’s performance under this Agreement. Contractor additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Contractor shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the Agreement, and following completion of the Agreement until the records are transferred to the City. Upon request from the City custodian of public records, Contractor shall provide the City with a copy of the requested records or allow the records to be inspected or copied within a 5 reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the City. Upon completion of this Agreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the Contractor shall be delivered by the Contractor to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Contractor shall be delivered to the City in a format that is compatible with the City’s information technology systems. Once the public records have been delivered upon completion or termination of this Agreement, the Contractor shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. Any compensation due to Contractor shall be withheld until all records are received as provided in this Agreement. Contractor’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the City. Section 119.0701(2)(a), Florida Statutes 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. Custodian of Records: ELORA RIERA, MMC, CITY CLERK Mailing Address: 100 W. Dania Beach Boulevard Dania Beach, Florida 33004 Telephone number: 954-924-9800, Ext. 3623 Email: eriera@daniabeachfl.gov (k) Notices. Any notice required or permitted in this Agreement is to be given in writing and shall be personally delivered or mailed, first class postage prepaid or delivered by an overnight delivery service to the respective addresses of the Parties set forth below, or to such other address as any party may give to the other in writing. Any notice required by this Agreement will be deemed to have been given and received when personally served or one (1) day after delivery to an overnight delivery service or five (5) days after deposit in the first-class mail. To the City: City of Dania Beach, Florida 100 W. Dania Beach Blvd. Dania Beach, FL 33004 Attn: Ana M. Garcia, ICMA-CM 6 With Copy to: City of Dania Beach, Florida 100 W. Dania Beach Blvd. Dania Beach, FL 33004 Attn: Eve A. Boutsis, City Attorney To Contractor: Oasis Marinas 222 Severn Ave Bldg. 14 Ste 200 Annapolis, Maryland 21401 Attention: Matthew Shipman, President (l) Remedies. Each party shall have full remedies available under existing laws, including, but not limited to, the Uniform Commercial Code, mediation, alternative dispute resolution and all state and federal courts of any jurisdiction. (l) Assignment, Subcontracting, Corporation Acquisitions and Mergers. Contractor shall perform this contract. No assignment or subcontract shall be allowed without the prior written consent of the City including an assignment pursuant to a corporate acquisition or merger. In the event of an assignment of the contract to a wholly owned subsidiary of Contractor, the City’s written consent shall not be unreasonably withheld. Contractor shall provide a written notice to the City within thirty (30) business days of any assignment or subcontract. (m) Miscellaneous. (i) 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; (ii) No representative of Contractor or the City is authorized to make any representations, warranties or agreements other than as expressly set forth in this Agreement; (iii) Any consent required by this Agreement to be given by City to Contractor shall be given in writing; and (iv) Contractor disclaims any implied or express warranties, guarantees or representations of any kind other than as expressly set forth in this Agreement. 7 3. Management. (a) Term. Subject to the terms of this Agreement, City engages Contractor to manage the Marina and Contractor agrees to manage the Marina for an initial term of sixty (60) months commencing on the Effective Date and continuing through the date that is sixty (60) months from the Effective Date, unless it is sooner terminated pursuant to this Agreement. The City shall have the sole and absolute discretion to renew this Agreement for an additional sixty (60) months by providing Contractor written notice of its election to renew this Agreement within ninety (90) days prior to the expiration of the initial 60 month term of this Agreement. (b) Other Marinas. City acknowledges that Contractor is in the business of managing marina and other facilities (“Facilities”) both for its own account and for third parties. It is expressly agreed that Contractor and its affiliates may continue to engage in such activities, and may manage Facilities in addition to those it presently manages so long as the Facilities are not in direct competition with City. (c) Independent Contractor Status and Compliance with the Immigration Reform and Control Act of 1986. Contractor is and shall remain an independent contractor and is not as agent, employee, partner nor joint venturer of the City. Contractor acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 located at 8 USC Section 1324 et seq. and regulations relating to those laws as they may be amended from time to time. Contractor’s failure to comply with the above provisions shall then be considered a material breach and shall be grounds for immediate termination of the Agreement at the discretion of the City. 4. Authority of Contractor. (a) General Authority. Contractor agrees to provide the City with Marina Management Services as requested and as specifically outlined in the RFP , Contractor’s response to the RFP, this Agreement and all subsequent official documents that form the contract documents for this Agreement, in compliance with the City’s approved annual marina budget and City policy restrictions and procedures stated or referenced in this Agreement. Contractor shall have the authority to fully and completely supervise and direct the operations of the Marina and matters associated or related to the operation of the Marina, including boat slip rentals, retail sales of sundries, and supervision of all leases of space at the Marina referenced as Exhibit “A” attached to this Agreement and incorporated into it by this reference. City shall execute such documents as Contractor and City, in their reasonable judgment, deem necessary or advisable for Contractor to carry out its management of the Marina. 8 (b) Renting of the Marina. Contractor shall use its reasonable discretion in recommending and establishing the terms and conditions of occupancy of boat slips in the Marina to the City. The City shall set the rates for the boat slip rentals after considering recommendations provided by Contractor. Contractor shall (i) enter into written rental agreements (the form of which shall be reviewed and approved in advance and in writing by the City) with such tenants , (ii) collect rent from such tenants as an agent of the City (iii) maintain all rental and receipt records of the Marina and (iv) provide a summary report to the City at least monthly (or more frequently as requested by the City Finance Director) of marina rental revenues earned or billed, rental collections and outstanding balances due. Contractor acknowledges that the City has accepted and utilized grant funds from the Florida Inland Navigation District (FIND) to improve the Property. Florida Administrative Code Section 66B-2.004(4) requires that the user fees (slip rent, attenuator rent, mooring field rent) be the same for the general public of all of the FIND member counties. In other words, there can be no preferential rates or discounts for City or Broward County residents that are not also extended to users from the District’s other 11 counties. In addition, Florida Administrative Code Section 66B-2.008(4) requires that dockage rates be within market comparison of the dockage rates of other area marinas. Also, this rule requires that at least 10% of the slips or mooring areas shall be available for transient vessels. Florida Administrative Code Section 66B-2.003 defines “public marina” which must include the City’s Marina for grant purposes. In order to qualify for WAP assistance with FIND, the City’s Marina must be and remain a “public marina”, meaning that it must be open to the general public on a first-come, first-served basis without any qualifying requirements such as club membership, stock ownership, or differential in price. Contractor and City agree that the City Marina will be operated in accordance with Florida law so that the City Marina continues to qualify as a “public marina” for purposes of WAP assistance with FIND. (c) Marketing and Advertising. Contractor shall establish the policies and procedures which it deems necessary or advisable for directing the marketing activities of personnel relating to the Marina subject to authorized budget appropriations and restrictions. All advertising of the Marina, including signs, may be carried under the Contractor’s name and the name of the City. All advertising and marketing costs shall be paid directly by Contractor on behalf of the City and shall be subject to the City’s approval. Contractor shall include the Marina in all newsletters or periodicals which it publishes or distributes where relevant and City agrees to pay a pro rata share of related expenses as set out in paragraph 4 (r) “Shared Expenses”. (d) Repair, Maintenance and Improvements. Contractor shall make and execute or supervise and have control over the making and executing of, all decisions concerning the acquisition of furniture, fixtures and supplies for the Marina, and the purchase, lease or other acquisition of the same, on behalf of the City within the scope of the marina’s annual approved budget. Contractor shall make and execute or supervise and have control over the making and executing of, all decisions concerning the routine day-to- 9 day maintenance, including parking lot and restrooms, repair and landscaping of the Marina, on behalf of the City. In connection with performance of routine day-to-day maintenance, repair and landscaping, Contractor shall negotiate and supervise the installation of minor capital improvements related to the Marina which Contractor, in its reasonable discretion, deems necessary or appropriate; provided, however, that Contractor shall obtain the prior approval of the City for all expenditures in excess of five thousand dollars ($5,000.00) for any one item (except monthly or recurring operating charges and emergency repairs if in the opinion of Contractor such expenditures are necessary to protect the Marina from damage or to maintain services to the tenants as called for in their leases). Contractor agrees to follow and comply with the City’s Purchasing Policies and Procedures. All invoices for repairs, maintenance and improvements costs shall be approved by Contractor in writing and be paid directly by the City, subject to the approved marina budget or any subsequent approvals. (e) Personnel. Contractor's employees in contact with the public shall perform their duties in an efficient and courteous manner. Contractor shall insure all its personnel are courteous and cooperative and present a neat, clean and professional appearance at all times. Failure of an employee to do so shall be grounds for the City to demand his or her removal from duties on the Marina property. Contractor shall provide the City with the name and telephone number of a management person who will be on call at all times for emergencies or other matters related to the operations under this Agreement. (f) Budget. Contractor shall annually, beginning with the fiscal year 2024-25, develop a proposed Annual Budget by April 1st of each applicable year, in conjunction with the City's budget preparation process, which shall be reviewed, modified and approved by the City Manager and City Commission in September of each applicable year. Contractor shall prepare and deliver budget to City for City’s review and approval in accordance with the procedures specified on Exhibit D. The annual budget submittal shall include, but not be limited to, all of the proposed revenue sources and expenditures for the Marina. The proposed revenue projection shall include detailed written justification to support the proposed sources and projections. Contractor in proposing the annual expenditure budget shall include, but not be limited to, the following: (1) Personnel Costs. All marina employees and staff will be employed and paid by Contractor. An organizational chart listing all of the full and part-time positions that Contractor is proposing, their positions with titles, number in each position, proposed pay ranges, and benefit costs for each position, shall be provided to the City. (2) Marketing and Promotion Costs. Contractor shall provide a comprehensive marketing and promotion budget which will list the proposed specific expenditures and expected revenue plans and impacts to support the proposed plan. 10 (3) Proposed Capital Improvement and Repair Maintenance Plan. Contractor shall develop a proposed detailed Capital Improvement and Repair Maintenance Plan that specifically describes each proposed expenditure, activity, justification or need for activity, and the estimated cost by May 1st of each year. (g) Compliance with Annual Budget. Contractor shall use commercially reasonable efforts to operate the Marina in accordance with the approved Annual Budget. The Parties acknowledge that (i) the approved Annual Budget is an estimate only and (ii) Contractor shall be entitled to depart therefrom. If Contractor determines that circumstances will result in material changes between actual results and the approved Annual Budget during the course of the year, Contractor shall, within thirty (30) days of such determination, notify City of such in writing. Notwithstanding the foregoing to the contrary, Contractor shall not, without City’s prior written approval, incur Operating Expenses that would cause the total Operating Expenses in the Annual Budget to exceed (A) any departmental line item provided for in the Annual Budget by more than ten percent (10%) or (B) the aggregate amount of Operating Expenses provided for in the Annual Budget by more than five percent (5%). Notwithstanding the foregoing to the contrary (including, for avoidance of doubt, the preceding sentence which shall not apply to the following), Owner acknowledges and agrees as follows: i. certain expenses provided for in the approved Annual Budget will vary based on the occupancy and utilization of other revenue producing areas of the Marina, and accordingly, to the extent that occupancy and utilization of the Marina for any year materially exceeds the occupancy and utilization projected in the approved Annual Budget for such year, such approved Annual Budget shall be deemed to include corresponding increases in such variable expenses; ii. Contractor shall have the right to pay all taxes, insurance premiums and utility rates actually incurred with respect to the operation of the Marina without reference to the amounts provided for in respect thereof in the approved Annual Budget for any year; iii. if any expenditures are required to comply with any legal requirements or to cure or prevent any violation thereof, to the extent such expenditures must be expended in the current year in order to comply with legal requirements, Contractor may make such expenditures as may be necessary to comply with such legal requirements, whether or not provided for or within the amounts provided for in the approved Annual Budget for such year in question; and iv. if any expenditures are required on an emergency basis to avoid damage to the Marina and/or protect the health, safety or welfare of the guests and/or employees of the Marina and/or to avoid injury to property (including watercraft) Contractor may make such expenditures, whether or not provided for or within the amounts provided for in the approved Annual Budget for any year. 11 (h) Payment of Expenses Contractor shall be responsible for paying, out of and to the extent of funds on deposit in the Bank Accounts, the costs and expenses incurred on behalf of the Marina in the course of the operation of the Marina. “Operating Expenses” include but are not limited to the following costs and expenses (without duplication): a. Wages, salaries, and incentive compensation for Oasis employees for services performed on behalf of the Marina, including payroll taxes and employee benefits, which include health and life insurance programs, a 401(k) program, and workers’ compensation insurance. b. All costs of providing onboarding services. c. Third-party marketing costs such as creative services, production costs and advertising spend. d. Concierge services which shall be billed at $50.00 per hour based on monthly usage Concierge services includes customer support, reservation services, problem resolution etc. handled by a central team to provide seamless, professional service to marina customers. e. Slip contract administration services which shall be billed at $8.50 per month per contracted slip or storage. Slip contract administration services includes contract management, billing, and collections. f. Accounting Services as described on Exhibit E (“Accounting Services”). g. Marketing Services as described on Exhibit F (“Marketing Services”). h. Payroll processing. i. Reimbursable Expenses. j. Costs incurred by Contractor to settle claims (including claim payments, settlements, reasonable attorneys’ fees and legal costs). k. Costs affiliated with Contractor’s repair and maintenance obligations. l. Telecommunications/phone/internet/Wi-Fi. m. The purchase, maintenance/repair and replacement of uniforms. n. Licenses, permits and insurance required for the operation of the Marina. o. Credit card fees, bank fees, third party fees, and PCI-DSS costs and expenses related to payment operating system, as applicable. p. Signs, printed materials, office supplies, postage, radios, and other expenses associated with the operation of the Marina. q. Software systems and computer services required for Marina operation including but not limited to, POS systems, accounting systems, and bill payment systems and the charges for IT Services. r. Other expenses as mutually agreed upon in writing between Owner and Oasis. For purposes of clarity, the following are specifically excluded from the definition of Operating Expenses. a. Major Capital Expenditures. b. Expenditures for furniture, fixtures, and equipment. c. payments on any mortgages or other financing. d. depreciation and amortization of capitalized assets. e. costs and expenses of Owner or Owner’s personnel, including entertainment 12 expenses, salaries, wages and employee benefits of Owner’s employees, directors’ fees and the expenses of directors or Owner’s employees to attend board meetings. f. professional fees and costs, including the fees and disbursements of attorneys, accountants and appraisers, incurred directly or indirectly in connection with any category of expense that is not itself an Operating Expense. g. capital and equipment lease expenses. (i) Bank Accounts. Contractor will establish an operating account (the “Operating Account”) and any other bank account reasonably necessary for the operation of the Marina (e.g., a separate payroll account) (collectively, the “Bank Accounts”), in a bank or trust company selected by Contractor. The Bank Accounts shall be the property of Contractor. All risk of loss with respect to funds in the Bank Accounts shall be borne by the Contractor. (1) Initial Working Capital. No later than the Effective Date, City will provide Contractor as working capital in the Operating Account an amount equal to two twelfths of the amount of Operating Expenses in the Annual Budget (the “Minimum Working Capital”). The Minimum Working Capital shall, at all times, remain property of the City subject to Contractor’s right to use those funds as provided in this Agreement. The working capital shall be deposited in the Operating Account. (2) Monthly Deposit by City. No later than the tenth (10th) day of each month Contractor will bill City in arrears for Operating Expenses paid by Contractor out of the Bank Accounts and shall notify City of the amount of the Monthly Deposit required to be made into the Operating Account by the last day of such month. The “Monthly Deposit” is an amount equal to (A) the amount of Operating Expenses paid by Contractor during the preceding month plus (B) any amount needed to maintain or replenish Minimum Working Capital. Failure to fund the Monthly Deposit by the end of the month in which the bill was issued is a breach of this agreement by City which may result in immediate termination of this Agreement solely at Contractor’s discretion. (j) Agreements. Contractor shall have the authority to negotiate and recommend to the City such agreements which Contractor deems necessary or advisable for the furnishing of utilities, services, concessions and supplies, for the maintenance, repair and operation of the Marina and such other agreements which may benefit the Marina or be incidental to the matters for which Contractor is responsible under this Agreement. In the event any such agreement for the purchase of equipment or supplies exceeds Five Thousand Dollars ($5,000.00), Contractor shall be required to follow the City’s procurement requirements and submit three (3) quotations from separate suppliers to the City. (k) Other Decisions. Contractor shall make all decisions in connection with the day-to-day operations of the Marina. 13 (l) Regulations and Permits. Contractor will use commercially reasonable efforts to observe, obey and comply with all rules and regulations adopted by the City and all laws, ordinances, and or rules and regulations of other governmental units and agencies having lawful jurisdiction, which may be applicable to the operations under this Agreement. Failure to do so will constitute a breach of this Agreement. Contractor shall procure all required permits, licenses and approvals, on behalf of the City, for the operation and performance under this Agreement. All permit or regulatory fees or costs shall be paid directly by the City, subject to the approved marina budget or any subsequent approvals. (m) Management Records and Reports of Disbursements and Collections. Contractor shall establish, supervise, direct and maintain the operation of a system of written internal controls, record keeping and bookkeeping with respect to all revenue billing, receipts and disbursements in connection with the management of the Marina. The books, records and accounts shall be maintained at Contractor’s Headquarters and accessible from the Contractor’s local office using a Contractor accounting system. Revenue billings and receipts shall be reconciled, totaled on a bank deposit slip and deposited to the City’s bank, or delivered to the City’s Finance Department weekly to discourage thefts and office break-ins at the Marina office. Contractor shall take all measures to utilize credit cards and online payments/ACH as the preferred method of payment for services rendered to Marina customers, to reduce the amount of cash on hand. City acknowledges that any budgets or projections prepared by Contractor for City are only estimates of revenues and expenses, that the initial budgets and projections prepared by Contractor and approved by the City will be based in part on information provided by City, that any projections prepared by Contractor are subject to, and may be affected by, changes in financial, economic, competitive and other conditions and circumstances beyond Contractor's control and that such projections and budgets are not to be construed as a guarantee by Contractor of the actual results to be obtained from operations. Contractor acknowledges the importance of monitoring its actual revenue collections and expenditures in comparison to the approved budget plan. Contractor shall notify the City Manager in writing at least monthly of material deviations from the Marina’s approved budget plan. A material deviation from the marina’s budget plan shall be defined as a cumulative fiscal year to date budget variance in either revenues or expenditures that exceeds five percent (5%) of the budget plan, respectively. Such material deviations will be handled in accordance with procedures set forth in this Agreement. City acknowledges that Contractor makes no representations or warranties as to the results to be obtained from operations. City acknowledges that Contractor has no knowledge and cannot certify the accuracy of any historical information provided to Contractor by City. All receipts will be deposited into the City’s bank account. Receipts will be accounted for on the Contractor’s books by Contractor personnel. All purchases for the Marina which fall under the City’s area(s) of responsibility shall be made such that they comply with the City’s Purchasing Policy, Procedures and Codes. 14 (n) Collection. Contractor shall analyze and direct the collection and billing of all accounts receivable due to the City with respect to the Marina. Contractor shall provide a monthly reporting to the City in electronic format reflecting the details of each receivable balance and the cumulative total of all receivables that are more than sixty (60) days past due and shall be responsible for establishing policies and procedures to minimize the amount of bad debts. (o) Legal Actions. Contractor shall cause to be instituted, on behalf and in the name of the City, any and all legal actions or proceedings Contractor deems necessary or advisable to collect charges with the advice and consent of the City, rent or other income due to City with respect to the Marina or to oust or dispossess tenants or other persons unlawfully in possession under any lease, license, concession agreement or otherwise, and to collect damages for breach of them or default under them by such tenant, licensee, concessionaire or occupant. Contractor shall also assist the City in the defense of any and all actions and proceedings brought by tenants, suppliers, vendors and similar persons relating to the Marina and City shall be responsible for satisfying and paying the costs of defending all such claims to the extent not covered by insurance. Contractor shall provide notice to City of any and all actions or proceedings instituted by, on behalf of, or against the City. (p) Insurance. Contractor (as specified in RFP No. 23-012, in Section 8) shall pay for and maintain all necessary insurances including but not limited to, Marina Operators Legal Liability, automobile coverage, theft coverage, and environmental pollution coverage, listing the City as an additional named insured. Contractor shall provide Workers, Compensation coverage. The costs incurred by Contractor for applicable insurance coverage shall be included in the approved marina budget and shall be paid or reimbursed by the City, pursuant to the approved marina budget. Contractor shall purchase or endorse its master policy to include the City. Contractor’s policy must be primary. As a part of the marina budget planning process for each subsequent Fiscal Year. all insurance coverage will be re-evaluated and specific coverages may be redistributed between the City and Contractor depending on what is most advantageous to the Parties. However, at all times the cost for insurance coverage for the Marina and the marina operations shall remain a part of the marina budget and will ultimately be paid or reimbursed by the City. If either Party chooses to carry additional insurance coverage that is not contemplated by the approved marina budget, then the cost of such coverage shall be the responsibility of the insured Party. (q) Restrictions. Notwithstanding anything to the contrary set forth in this Section 4, Contractor shall not be required to do, or cause to be done, anything for the account of City (i) which may make Contractor liable to third parties; or (ii) which may not be commenced, undertaken or completed because of 15 insufficient funds of City. (r) Force Majeure. Neither the City nor Contractor is required to perform any term or covenant of this Agreement so long as performance is delayed or prevented by force majeure, which includes acts of God, strikes, lockouts, material or labor restrictions by any governmental authority, civil riot, floods, and any other cause not reasonably within the City's or Contractor's control and that the City or Contractor cannot, by exercising due diligence, prevent or overcome in whole or in part. (s) City Approval Contractor agrees it will obtain prior written approval from the City prior to implementing changes on the following matters: (1) Changes from the original approved plans, activities signage and graphics; (2) Equipment Contractor plans to install requiring any building or facility modifications; (3) Any use of the City's name; (4) Any improvements to be constructed on the Marina property; (5) Hours of daily operation; (6) Uniforms to be used by the employees; (7) The décor of the Marina and all signs to be installed directed or displayed in or on the Marina property and any changes to them at any time during this Agreement; and (8) Maintenance Requirements Further, it is understood by Contractor, that should any changes related to the above items be disapproved, either Party may offer alternative solutions. (t) Shared Expenses. The Parties acknowledge that certain economies may be achieved with respect to certain expenses to be incurred on behalf of the City under this Agreement if materials, supplies, or services are purchased by Contractor in quantity for use not only in connection with the Marina but in connection with other marinas managed by Contractor or its affiliates. Contractor shall have the right, to purchase such materials, supplies, insurance or services in its own name and charge City a pro rata share of the cost determined on a fair and reasonable basis; provided, however, that the pro rata cost of such purchase to City shall not result in expenses greater , taken in the aggregate, than would otherwise be incurred at competitive prices and on terms available in the area where the Marina is located or the service is rendered. The City’s pro rata share of the cost of all such items shall be set forth in the approved budget. (u) Reporting Requirements. Contractor must submit a monthly written report to the City Manager containing information which includes but is not limited to: 16 (1) Occupancy (both numbers and dollars), historical comparison; (2) Marketing and promotions; (3) Revenues, Expenses and Net Income in comparison to approved budget; (4) Capital improvements status report; (5) Insurance claims; (6) Delinquent Receivables (exceeding 60 days); (7) Litigation; (8) Safety and environmental incidents; (9) Customer Service Issues (Contractor shall respond to customers within five days); and (10) Parking Permit Roster. (v) Business Continuity Plan. Contractor shall provide the City with a copy of its business continuity plan covering the Marina as well as the company head office. Contractor will provide the City with the results of any testing of its business continuity plan. 5. Duties of City. City shall cooperate with Contractor in the performance of its duties under this Agreement and to that end, upon the request of Contractor, City agrees to provide reasonable office space for Contractor employees on the premises of the Marina, to give Contractor access to all files, books and records of City relevant to the Marina, and to execute all documents and instruments as Contractor, in its reasonable judgment, deems necessary or advisable to enable it to carry out its management of the Marina. 6. Compensation of Contractor. The City shall pay Contractor a monthly management fee (“Monthly Management Fee”) of six and one half percent (6.5%) of the Marina Revenue generated by the Marina, a monthly accounting services fee of Two Thousand One Hundred Sixty Six Dollars Sixty Six Cents ($2,166.66), a monthly marketing fee of Four Thousand Three Hundred Thirty Three Dollars Thirty Three Cents ($4,333.33), and an annual incentive fee (“Annual Incentive Fee”) equal to two percent (2%) of Net Operating Income The Monthly Management Fee shall be invoiced to City as set forth below. “Marina Revenue” is defined as all amounts collected by Contractor and/or City from patrons of the Marina. “Net Operating Income” is defined as annual Marina Revenue less operating expenses for the same period. Monthly Management Fee will be billed monthly in arears and is due within thirty (30) days of City’s receipt of such invoice. The Annual Incentive Fee will be based on the City’s fiscal year ending each September 30, and will be billed annually in arears and is due within thirty (30) days of City’s receipt of such invoice, or (ii) review and approval of the financial statements upon which the Annual Incentive Fee is based, whichever is later. It is understood that in the first year of this Agreement, the Annual Incentive Fee will be paid on a pro- rata basis. In the event this Agreement is terminated by either party, the Compensation shall be paid on a pro-rata basis. 17 7. Fiscal Non-funding. In the event that sufficient budgeted funds are not available for any new fiscal period, the City shall notify Contractor of such occurrence and this Agreement shall terminate on the last day of the then current fiscal period without expense or penalty to the City. 8. Audit. Contractor shall retain all records relating to this Agreement for a period of at least five (5) years after final payment is made. All financial records noted under Section 4(k) of this Agreement shall be subject to an annual audit by the City’s auditing firm. Contractor shall create and maintain its financial records in such a way as will permit their inspection pursuant to Chapter 119, Florida Statutes. In addition, City reserves the right to audit such records pursuant to City policy. 9. Public Emergencies. It is expressly made part of this Agreement that before, during and after a public emergency, disaster, hurricane, tornado, flood or other acts of God, that City shall require a "first priority" for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety as determined by the City. Contractor agrees to rent, sell, and lease all goods and services to the City or governmental entities on a "first priority" basis. 10. Sales Tax. Contractor shall pay the prevailing State of Florida sales and use tax for any amounts payable under this Agreement. 11. City's Ownership of Improvements. Upon the expiration of this Agreement, for any reason, all existing and any future installed fixtures, equipment, improvements and appurtenances attached to or built into the Marina in such a manner as to become part of the freehold estate whether or not by the expense of Contractor, shall become and remain a part of and be surrendered with the Marina property. Any furniture, furnishings, equipment or other articles of moveable personal property owned by Contractor and located on the Marina property shall be and remain the property of Contractor and may be removed by it at any time during the term of this Agreement so long as Contractor is not in default of any obligations under this Agreement and the same has not become part of the freehold estate and so long as such do not materially affect Contractor's ability to use such premises and conduct its business as provided in this Agreement. 12. Permits. Pursuant to Section 218.80, Florida Statutes, the City will pay for all City permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the services through 18 an internal budget transfer(s). Contractor is not responsible for paying for permits issued by City but is responsible for acquiring all permits. City may require Contractor to deliver internal budget transfer documents to applicable City agencies when Contractor is acquiring permits. City is not responsible for any penalty fees for improper work or fees related to inspections for improper work. 13. Hours of Operation. The Marina property will be required to operate seven (7) days a week, including holidays, during those hours approved by the City. Sufficient staff will be available to provide outstanding service. The City may require change in hours of operation if in the reasonable discretion of the City such a change is desirable for providing the best service to the public. 14. Termination of this Agreement (a) The Agreement may be terminated by the City upon any of the following terms and conditions: (i) in the event of a default in the performance of this Agreement by Contractor, which default shall remain uncured for thirty (30) days after Contractor receives the written notice of default from the City which specifies the nature of such default, the City may terminate this Agreement as of date set forth in such notice; or (ii) Commencing upon the 13th month from the Effective Date the City shall have the right to terminate this Agreement with or without cause at any time by giving written notice to Contractor at least ninety (90) days (approximately, month 10) prior to the effective date of such termination, which date shall be specified in the written notice. Commencing upon the 14th month from the Effective Date the Contractor shall have the right to terminate this Agreement with or without cause at any time by giving written notice to the City at least (90) days prior to the effective date of such termination (approximately month 10), which date shall be specified in the written notice. (b) Contractor shall have the right, upon thirty (30) calendar days from receipt of written notice to the City by certified or registered mail, to the address specified in at paragraph (2)(h) above, to terminate this Agreement at any time after the occurrence of one or more of the following events: (i) issuance by any court of competent jurisdiction of any injunction, substantially restricting the use of the Marina property; or (ii) a breach by the City of any of the terms, covenants, or conditions contained in this Agreement and the failure of the City to remedy such breach for a period of ninety (90) calendar days after receipt of written 19 notice sent by registered or certified mail return receipt requested from the Contractor of the existence of such breach; or (iii) the assumption by the U.S. Government or any authorized agency or any other governmental agencies of the operation, control or use of the Marina. 15. Limiting Legislative or Judicial Action. In the event that any municipal, county, state or federal body of competent jurisdiction passes any law, ordinance or regulation in any way restricting or prohibiting the use of the Marina for purposes of this Agreement, this Agreement may be terminated by either Party, pursuant to paragraph 13 above and will be null and void and unenforceable by any party to this Agreement and the City shall have no further liability under this Agreement. In the event that any court or legislative body of competent jurisdiction issues an injunction substantially restricting or prohibiting the use of the Marina for the purposes of this Agreement, which injunction stays in force for more than thirty (30) calendar days, this Agreement will be null and void and unenforceable by any party to this Agreement and the City shall have no further liability under this Agreement. If the City deems the Agreement null and void by operation of this paragraph, the City will not be liable to Contractor for damages arising therefrom and the City shall have no further liability under this Agreement. 16. Nondiscrimination. Contractor does for itself, its personal representatives, successors in interest and assigns as part of the consideration and agreement consideration, covenant and agree that: (a) No person shall be discriminated against because of age, race, creed, religion, color, sex, sexual orientation, disability, national origin, marital status, political affiliation, residency within or without the City or disability shall be excluded from participating in or be denied the benefits of or be otherwise subjected to discrimination in the use of the Marina except for bona fide cause allowed by law. (b) As to the construction of any improvements on or over the Marina, such land or in the furnishing no services, no person on the grounds of age, race, creed, religion, color, sex, sexual orientation, disability, national origin, marital status, or political affiliation, residency within or without the City shall be excluded from participation in, be denied the benefits of or otherwise be subjected to discrimination, except for bona fide causes allowed by law. (c) That Contractor shall use the premises in compliance with all other requirements imposed by or pursuant to Title 45, Code of Federal Regulations, Article 80, non-discrimination under programs receiving federal assistance through the City of health, education and welfare- effectuation of Title VI of the Civil Rights Act of 1964 and as such regulations may be amended that in the event a breach of any of the above non-discrimination covenants, the City shall have the right to terminate the Agreement and this Agreement shall be null and void. Contractor shall not discriminate against City employees or applicants for employment in the performance of the 20 contract with respect to hiring tenure terms, conditions or privileges of employment because of age, race, creed, religion, color, sex, sexual orientation, disability, national origin, marital status, or political affiliation age. (except where based on a bona fide occupational qualification). 17. Hurricane Preparedness. Contractor shall follow the City's emergency evacuation and hurricane plan as may be supplemented by Contractor, subject to the City’s approval. 18. Termination of Agreement. Following the termination of this Agreement by either party within fifteen (15) calendar days, or such reasonable shorter period as determined by the City, Contractor shall forthwith remove all of its personal property not acquired under the terms of the Agreement. Any personal property of Contractor not removed in accordance with this paragraph may be removed by the City for storage at the cost of Contractor or shall constitute a gratuitous transfer of title of such property to the City for whatever disposition is deemed to be in the best interests of the City. The City shall not be liable to Contractor for safekeeping for Contractor's personal property during or after termination of this Agreement. 19. Approvals. Except as otherwise provided, whenever approvals are required in this Agreement by either party, such approval shall not be unreasonably withheld. 20. Rights Reserved to the City. All rights not specifically granted to Contractor by this Agreement are reserved to the City, and the designation of any particular remedy for the City without prejudice to any other relief available in law or equity and all such relief is reserved to the City. 21. INTENTIONALLY DELETED. 22. Compliance with City's Internal Control Processes. Contractor agrees to comply with the City's procurement policies and procedures, budget policies and other policies of which it has been given notice. 23. Recycled Material. Contractor agrees to use recovered materials to the extent reasonably practical under the terms of this Agreement. The City wishes to encourage Contractor to use recycled materials in fulfilling contractual obligations to the City since such a policy will serve as a model for other public entities and private sector companies. 21 When awarding a purchase of Five Thousand Dollars ($5,000.00) or less or recommending a purchase in excess of Five Thousand Dollars ($5,000.00) for products, materials or services, Contractor may allow preference to a responsive bidder who or which certifies that its product or material contains the greatest percentage of post-consumer materials. If bidding on paper products, it may certify that their materials or products contain at least the content recommended by the EPA guidelines. Definitions under this section are as follows: "Recovered Materials": Materials that have recycling potential, can be recycled, and have been diverted or removed from the solid waste stream for sale, use or reuse, by separation, collection or processing. "Recycled Materials": Materials that contain recovered materials. This term may include internally generated scrap that is commonly used in industrial or manufacturing processes, waste or scrap purchased from another manufacturer and used in the same or a closely related product. "Post-consumer Materials": Materials which have been used by a business or consumer and have served their intended end use and have been separated or diverted from the solid waste stream for the purpose of recycling such as newspaper, aluminum, glass containers, plastic containers, office paper, corrugated boxes, pallets or other items which can be used in the remanufacturing process. 24. Infringement of Patent, Trademarks or Copyrights. Contractor agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damages or expense including attorney fees, arising from or by reason of any actual or claim that Contractor’s Proprietary Material (as defined below) infringes on any trademark, patent, or copyright of a third party with respect to the services or goods or any part of them covered by this Agreement, and such obligations shall survive the term of this Agreement. 25. Signage. Contractor shall abide by the City's Sign Code. Any changes to exterior signage must meet applicable City codes and ordinances. 26. Condemnation. (a) Total Condemnation. If during the term of this Agreement or any extension or renewal of this Agreement, all of the Marina is taken for any public or quasi-public use under any governmental law, ordinance, or regulation, or by right of eminent domain, or is sold to the condemning authority under threat of condemnation, this Agreement will terminate, and the payments will be abated during the unexpired portion of this Agreement effective as of the date the condemning authority takes the Area. 22 (b) Partial Condemnation. If less than all, but more than ten percent (10%) of the Marina is taken for any public or quasi-public use under any governmental law, ordinance, or regulation or by the right of eminent domain, or is sold to the condemning authority under threat of condemnation, either party may terminate the Agreement by giving written notice to the other party within sixty (60) calendar days. If the area is partly condemned and neither party elects to terminate this Agreement or if less than ten percent (10%) of the area is condemned, this Agreement will not terminate, but the payments to be made will be adjusted equitably during the unexpired portion of this Agreement. (c) Condemnation Award. The City will receive the entire award from any condemnation, and Contractor will have no claim to that award or for the value of any unexpired term of this Agreement. 27. Liens. Contractor will not contract for any products or services on behalf of the City that might allow any lien of any kind to be placed on the Marina. 28. Indemnity. (a) Contractor's General Indemnity. City agrees to indemnify Contractor for claims brought against Contractor only to the extent that they are found to result from the negligence of the City, its governing body, or its employees. This indemnification shall not be construed to be an indemnification for the acts, or omissions of third parties, independent contractors, or third-party agents of the City. This indemnification shall not be construed as a waiver of the City's sovereign immunity and shall be interpreted as limited to only such traditional liabilities for which the City could be liable under the common law interpreting the limited waiver of sovereign immunity. Any claims against the City must comply with the procedures found in §768.28, Florida Statutes. In order to comply with the requirements of §129.06, Florida Statutes, and Article VII, Section 10 of the Florida Constitution, the value of this indemnification is limited to the lesser of the amount payable by either party under the substantive provisions of this Agreement, or the limitations of §768.28, Florida Statutes. In addition, this indemnification shall be construed to limit recovery by the indemnified party against the City to only those damages caused by City's sole negligence, and specifically not include any attorney fees or costs associated with them. (b) Indemnity. Contractor is responsible only for the payment of that portion of any cleanup cost for compliance with hazardous materials laws that arise during the term of this Agreement as a result of a discharge of hazardous materials directly attributable to the negligence of a Contractor employee. The City is responsible for all other cleanup costs, including all costs associated with environmental compliance at the Marina, and the City is responsible for insuring that any other 23 responsible party participates in the clean up to the extent of its responsibility for relief. Contractor shall indemnify, defend, and hold harmless the City from and against all claims, liabilities, losses, damages, and costs, foreseen or unforeseen including without limitation counsel, engineering, or any other professional or expert fees, that the City may incur by reason of the gross negligence or willful misconduct of Contractor’s Corporate Personnel during the term of this Agreement as set forth herein. “Corporate Personnel” means the General Manager/Dock Master, Regional Manager, and any of Oasis’ executive level personnel holding a position of Vice President or higher from Oasis’ corporate headquarters who perform activities at or on behalf of the Marina in connection with the Services provided by Oasis under this Agreement. This section survives the expiration or earlier termination of this Agreement. 29. Reservations. Reservations for Marina slips are currently accepted up to four (4) months in advance. Contractor has provided an operations plan relating to reservations policy, including reservations, software, prepaying requirements, and cancellation policies. Any changes to the reservations policy must be approved by the City Manager. 30. Facilities. Contractor will maintain the premises in good order and in sanitary and safe condition. Contractor shall provide one boat slip, as needed, for use by the City for a police boat at all times during the term of this Agreement. Additionally, a second slip for a police boat, if available, shall also be provided. 31. Collection of Delinquent Accounts. City shall be responsible to pursue collection of delinquent accounts exceeding sixty (60) days. Contractor shall provide a monthly aged receivables report to the City. 32. Use of Trademarks, Service Marks and Related Items In providing its services under this Agreement, Contractor will use the name, trademark and service mark "CONTRACTOR" and such other trademarks, service marks, logos, commercial symbols, insignia and designs as Contractor shall deem appropriate (collectively, the "Trademarks") and certain operations manuals and software (including operations, emergency procedures, personnel, risk management and accounting software and manuals), formats (including financial reporting and budgeting formats) and forms (including bookkeeping, accounting and lease forms) and software (collectively, the "Proprietary Material"). Contractor grants City the nonexclusive, nontransferable right to have Contractor, for the benefit of City, use the Trademarks and Proprietary Material in connection with the management and operation of the Marina all subject to Contractor's complete control. It is understood and agreed that Contractor shall have the right to use and license others to use the Trademarks and Proprietary Material 24 elsewhere for any purposes whatsoever, including without limitation in the management and operation of other marinas. Immediately upon the expiration or termination of this Agreement, City shall (a) return to Contractor all materials bearing any of the Trademarks and all Proprietary Material without retaining any copies of them, and (b) cease all use of the Trademarks and Proprietary Material by all means required, including without limitation changing all telephone listings using any of the Trademarks, removing all signs bearing any of the Trademarks, and using its best efforts to have existing tenants at the Marina sign new leases to replace their existing lease forms. Nothing contained in this Agreement shall give City any right, title or interest in or to any of the Trademarks or Proprietary Material, except the mere privilege and license during the term of this Agreement to have Contractor, for the benefit of City, use the Trademarks and Proprietary Material in connection with the management and operation of the Marina. City acknowledges and agrees that the Trademarks and Proprietary Material are the exclusive property of Contractor and that City does not now assert and will not assert to any subsequent claim to any goodwill, reputation or ownership of any of the Trademarks or Proprietary Material. City shall not do or permit any act or thing to be done in derogation of any of Contractor's rights in any of the Trademarks or Proprietary Material, either during the term of this Agreement or thereafter. City shall not, during or after the term of this Agreement, in any way dispute or impugn the validity of the Trademarks or Proprietary Material, the rights of Contractor in them, or the rights of Contractor or other licensees of Contractor to use the same, both during the term of this Agreement and thereafter. The provisions of this section shall survive the expiration or termination of this Agreement. 33. Scrutinized Companies. Contractor shall certify that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2018), and that it is not engaged in a boycott of Israel. The City may terminate this Agreement at the City's option if Contractor is found to have submitted a false certification as provided under subsection (5) of section 287.135, Florida Statutes (2018), as may be amended or revised, or been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2018), as may be amended or revised, or is engaged in a boycott of Israel. 34. Verification of Employment Eligibility. Contractor represents that Contractor and each Subcontractor has registered with and uses the E-Verify system maintained by the United States Department of Homeland Security to verify the work authorization status of all newly hired employees in compliance with the requirements of Section 448.095, Florida Statutes, and that entry into this Agreement will not violate that statute. If Contractor violates this section, Municipality may immediately terminate this Agreement for cause and Contractor shall be liable for all costs incurred by Municipality due to the termination. 35. Sovereign Immunity Contractor acknowledges that the Florida Doctrine on Sovereign Immunity bars all claims by Contractor against the Contractor other than claims arising out of this Agreement. Specifically, the Contractor acknowledges that it cannot and will not assert any claims against the Contractor, 25 unless the claim is based upon a breach by the Contractor of this Agreement. Further, the Contractor recognizes the Contractor is a sovereign with regulatory authority that it exercises for the health, safety, and welfare of the public. This Agreement in no way estops or affects the Contractor' s exercise of that regulatory authority. In addition, the Contractor retains the full extent of its sovereign immunity in relation to the exercise of its regulatory authority. The Contractor acknowledges that it has no right and will not make claim based upon any of the following: a. Claims based upon any alleged breach by the Contractor of implied warranties or representations not specifically set forth in this Agreement, as the parties stipulate that there are no such implied warranties or representations of the Contractor. All obligations of the Contractor are only as set forth in this Agreement; b. Claims based upon negligence or any tort arising out of this Agreement; c. Claims upon alleged acts or inaction by the City, its commissioners, attorneys, administrators, Contractors, agents, or any Contractor employee; and d. Claims based upon an alleged waiver of any of the terms of this Agreement unless such waiver is in writing and signed by an authorized representative for the Contractor and Contractor. 36. Financial Records. The Contractor shall maintain accurate and complete financial records of its activities and operations relating to this Agreement in accordance with generally accepted accounting principles. Contractor shall maintain adequate records to justify all charges and costs incurred in performing the services for at least three (3) years after completion of this Agreement. Contractor agrees that Contractor, or its authorized representatives, shall have access to and the right to examine, audit, excerpt, copy or transcribe any pertinent transaction, activity, or records relating to this Agreement during normal business hours. All such materials shall be maintained by Contractor at a location in Broward County, Florida; provided that if any such material is located outside Broward County, then, at Contractor’s option Contractor shall pay Contractor for travel, per diem, and other costs incurred by Contractor to examine, audit, excerpt, copy or transcribe such material at such other location. Contractor shall make a reasonable effort to maintain the confidentiality of such audit report( s). 37. INTENTIONALLY OMITTED 26 IN WITNESS OF THE FOREGOING, the parties have set their hand and seal the day and year first written above. CITY OF DANIA BEACH, FLORIDA, ATTEST: a Florida municipal corporation ELORA RIERA, MMC ARCHIBALD J. RYAN IV CITY CLERK MAYOR APPROVED AS TO LEGAL FORM AND CORRECTNESS: ANA M. GARCIA, ICMA-CM CITY MANAGER EVE A. BOUTSIS CITY ATTORNEY CONTRACTOR: Signature PRINT Name Title STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of ☐ physical presence or by ☐ online notarization, on , 2023, by as of on behalf of the corporation. He/she is personally known to me or has produced as identification. NOTARY PUBLIC State of My commission expires: 27 EXHIBIT A – DANIA BEACH MUNICIPAL MARINA SLIP LAYOUT 28 EXHIBIT B – CITY RFP CITY OF DANIA BEACH, FLORIDA _________________________________________ REQUEST FOR PROPSALS FOR DANIA BEACH MARINA MANAGEMENT _________________________________________ City Request for Proposals (“RFP”) No. 23-012 Prepared by: City of Dania Beach, Florida 100 W. Dania Beach Boulevard Dania Beach, FL 33004 JULY 10, 2023 CITY OF DANIA BEACH, FLORIDA REQUEST FOR PROPOSAL FOR “DANIA BEACH MARNIA MANAGEMENT” City Request for Proposal (“RFP”) No. 23-012 NOTICE TO PROPOSERS NOTICE IS GIVEN that the City of Dania Beach, Florida (the “City”) will be accepting sealed Proposals from qualified and licensed firms for “DANIA BEACH MARNIA MANAGEMENT”, RFP 23-012”. Documents may be obtained from www.demandstar.com, or from the City Website at www.daniabeachfl.gov. For additional information concerning this proposal, please contact the Procurement Department at procurement@daniabeachfl.gov. Electronic proposals must be received no later than 1:00 P.M. on AUGUST 3, 2023. Proposals will be publicly opened at 1:00 P.M. on that same day utilizing Zoom meeting software. Proposals must be submitted at www.demandstar.com. The City of Dania Beach reserves the right to reject any and all proposals, with or without cause, to waive any informality in a proposal, to terminate the process or re-advertise and solicit new or additional proposals, and to make awards in the best interest of the City. MANDATORY PRE-PROPOSAL MEETING A MANDATORY Pre-proposal conference will be held at 11:30 a.m. July 17, 2023, at the Dania Beach Marina located at 151 North Beach Road, Dania Beach, FL 33004. All Proposers and interested persons are required to attend the meeting, which will outline the Project as described in the RFP, and provide an opportunity for questions and answers for all interested persons. Any interpretations, clarifications or additional information not disclosed in this RFP and determined to be necessary by the Owner in response to questions, will be issued by means of addendum or addenda, which addendum or addenda will be posted to the City website, www.daniabeachfl.gov, and www.demandstar.com, for all interested persons identified by the Owner as having received the RFP Documents. The Proposer is required to check these sites to see if there has been any addendum or addenda posted for this RFP. Only questions answered and information supplied by means of such addendum or addenda will be considered as binding. Oral interpretations, clarifications or other information will have no legal and binding effect. Responses from those who have failed to attend will not be opened. Proposers arriving past the indicated time will not be eligible to submit a Proposal. PROPOSAL SUBMISSION Proposals must be submitted electronically on DemandStar, the City’s designated electronic bidding system. All bid document files must be clearly labeled “DANIA BEACH MARNIA MANAGEMENT”, RFP 23-012”. Pursuant to Florida law, all Proposals to this RFP are exempt public records until thirty (30) days after opening, or award of Proposal, whichever is sooner. In the event presentations are necessary, all responders will be required to exit the room during the presentations of the other responders as portions of selection committee meetings at which presentations are made are exempt from Florida’s public meeting laws. Proposals will be publicly opened and read aloud at 1:00 P. M., on the Proposal due date referenced above using Zoom meeting software on the above stated date and may be joined by utilizing this link: https://daniabeachfl-gov.zoom.us/j/86179805178?pwd=OHFFVkdGbUMycXhNREpLT3lCWkxUZz09 Award of Contracts for the Proposals will be made at a subsequent City Commission meeting. All Proposers are advised that the City has not authorized the use of the City seal by individuals or entities responding to City Proposals. The City Commission of the City of Dania Beach reserves the right to reject any and all Proposals, to waive any informality in a Proposal and to make an award in the best interests of the City. Published on: July 5, 2023 1. INSTRUCTION TO PROPOSERS The following instructions are given for the purpose of guiding Proposers in properly preparing their Proposals. These directions have equal force and weight with the specifications and strict compliance is required with all of these provisions. 1.1 Qualifications of Proposers: No Proposal will be accepted from, nor will any contract be awarded to, any person who is in arrears to the City of Dania Beach, upon any debt or contract, or who has defaulted, as surety or otherwise, upon any obligation to the City, or who is deemed irresponsible or unreliable by the City Commission of Dania Beach. Minority, women-owned, and labor surplus area businesses and firms are encouraged to submit Proposals. 1.2 Personal Investigation: Proposers shall satisfy themselves by personal investigation and by such other means as they may think necessary or desirable, as to the conditions affecting the proposed work and the cost. No information derived from maps, plans, specifications, or from the City staff or their assistants shall relieve the Contractor from any risk or from fulfilling all terms of the contract. Before submitting a Proposal, each Proposer must visit the site (if applicable to the project) to become familiar with the facilities and equipment that may in any manner affect cost or performance of the work; must consider federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost or performance of the work, must carefully compare the Proposer's observations made during site visits or in review of applicable laws with the Proposal Documents; and must promptly notify the Project Contact person of all conflicts, errors and discrepancies, if any, in the Proposal Documents. The Proposer, by and through the submission of a Proposal, agrees that Proposer shall be held responsible for having examined the facilities and equipment (if applicable); is familiar with the nature and extent of the work and any local conditions that may affect the work, and is familiar with the equipment, materials, parts and labor required to successfully perform the work. 1.3 Inconsistencies: Any seeming inconsistency between different provisions of specifications, Proposal or contract, or any point requiring explanation must be inquired into by the Proposer, in writing, at least ten (10) days prior to the time set for opening Proposals. After Proposals are opened, the Proposers shall abide by the decision of the City Manager or designee as to such interpretation. 1.4 Omission of Details, Variances and Exceptions. 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. For the purpose of evaluation, the Proposer must indicate any variance or exceptions to the stated requirements, no matter how slight. Deviations should be explained in detail. Absence of variations, corrections or both will be interpreted to mean that the Proposer meets all the requirements in every respect. 1.5 Costs and compensation shall be shown in both unit prices and extensions whenever applicable, and expressed in U.S. Dollars. In the event of discrepancies existing between unit prices and extensions or totals, the unit prices shall govern. All costs and compensation shall remain firm and fixed for acceptance for 120 calendar days after the day of the Proposal opening. The Proposal price shall include all franchise fees, royalties, license fees, etc., as well as all costs for transportation or delivery as applicable within the scope of the solicitation. 1.6 Performance Bond and Insurance: Upon award of a contract, the Successful Proposer, as required within the scope of the solicitation, may be required to submit performance bonds, payment bonds or both. Proposer shall provide certificates of insurance in the manner, form and amount(s) specified. 1.7 Addenda and Interpretations: No interpretations of the meaning of the plans, specifications or other contract documents will be made orally to any Proposer. Prospective Proposers must request from the City Clerk or City designee such interpretation in writing. To be considered, such request must be received at least ten (10) days prior to the date fixed for the opening of responses. Any and all interpretations and any supplemental instructions will be in the form of a written addenda which, if issued, will be sent by certified mail with return receipt requested, to all prospective Proposers (at the address furnished for such purpose) not later than three (3) days prior to the date fixed for the opening of Proposals. Failure of any Proposer to receive any such addenda or interpretation shall not relieve any Proposer from any obligation under the Proposal as submitted. All addenda so issued shall become a part of the contract document. Contractor shall verify that it has all addenda before submitting a Proposal. 1.8 Non-Collusion Affidavit: Each Proposer shall complete the Non-Collusive Affidavit form and shall submit the form with their Proposal. City considers the failure of the Proposer to submit this document may be cause for rejection of the Proposal. 1.9 Public Entity Crimes: Each Proposal shall complete the Public Entity Crimes form. In accordance with Florida Statutes §287.133 (2)(a): A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a Proposal on a contract to provide any goods or services to a public entity, may not submit a Proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit Proposals on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or contractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes §287.017 for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 1.10 Conflict of Interest: The award of any contract under this RFP is subject to the provisions of Chapter 112, Florida Statutes. Proposers must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of City or any of its agencies. Further, all Proposals must disclose the name of any officer or employee of City who owns, directly or indirectly, an interest of five percent (5%) or more in the Proposer's firm or any of its branches or affiliate companies. 1.11 Legal Conditions: Proposers are expected to familiarize themselves with the provisions of the laws of the United States and State of Florida, and with the provisions in the Charter and the ordinances of the City of Dania Beach. 1.12 Forms and Proposals: Proposals will be received until November 5, 2023, at 10:00 a.m. by submission to DemandStar. Each Proposal and its accompanying statements must be made on the blanks provided. The forms must be submitted in good order and with all the blanks filled in. 1.13 All Proposals must be submitted electronically on DemandStar. The Proposal must be signed by one duly authorized to do so, and in case signed by a deputy or subordinate, the Proposer’s principal's properly written authority to such deputy or subordinate must accompany the Proposal. No Proposal will be accepted, for any reason whatsoever, which is not submitted as stated above, within the specified time. Any uncertainty regarding the time a Proposal is received will be resolved against the Proposer. 1.14 Proposal Bond: A certified check, cashier's check, or bank officer's check, or RFP bond for the sum of TEN THOUSAND DOLLARS ($10,000.00), made payable to the City of Dania Beach, Florida, or Proposal bid bond in such amount, shall accompany each Proposal as evidence of the good faith and responsibility of the Proposer. The check or bond shall be retained by the City as liquidated damages should the Proposer refuse to or fail to enter into a Contract for the execution of the work embraced in this Proposal, in the event the Proposal of the Proposer is accepted. Retention of such amount shall not be construed as a penalty or forfeiture. The above bond or check shall be a guarantee that the Proposer will, if necessary, promptly execute a satisfactory Contract and furnish good and sufficient bonds. As soon as a satisfactory Contract has been executed and the bonds furnished and accepted, the check or bond accompanying the Proposal of the successful Proposer will be returned to it. The certified or other checks or bid bonds of the unsuccessful Proposers will be returned to it upon the acceptance of the Proposal of the successful Proposer. If the successful Proposer shall not enter into, execute, and deliver such a Contract and furnish the required bonds within ten (10) days after receiving notice to do so, the certified or other check or bid bond shall immediately become the property of the City of Dania Beach as liquidated damages. Retention of such amount shall not be construed as a penalty or forfeiture. 1.15 Filling in Proposals: All prices must be written in the Proposal and also stated in words, and all Proposals must fully cover all items for which Proposals are asked and no other. Proposers are required to state the names and places of residence of all persons interested, and if no other person is interested, the Proposer shall distinctly state such fact and shall state that the Proposal is, in all respects, fair and without collusion or fraud. Where more than one person is interested, it is required that all persons interested or their legal representative disclose such fact in writing to the City. 1.16 Proposals Firm for Acceptance: Proposer warrants, by virtue of proposing, that the Proposal and the prices quoted in the Proposal will be firm for acceptance by the City for a period of one hundred twenty (120) days from the date of Proposal opening. 1.17 Withdrawals: Any Proposer may, without prejudice, withdraw a Proposal at any time prior to the expiration of the time during which Proposals may be submitted. Such request for withdrawal must be in writing and signed in the same manner and by the same person who signed the Proposal. After expiration of the period for receiving Proposals, no Proposal can be withdrawn, modified, or explained. Should Proposer withdraw its Proposal after expiration of the period for receiving Proposals, its bond shall be retained by the City. 1.18 Causes for Rejection: No Proposal will be canvassed, considered, or accepted which, in the opinion of the City Manager, is informal or unbalanced, or contains inadequate or unreasonable prices for any items; each item must carry its own proportion of the cost as nearly as is practicable. Any alteration, erasure, interlineations, or failure to specify Proposals for all items called for in the schedule shall render the Proposal informal. 1.19 Rejection of Proposals: To the extent permitted by applicable state and federal laws and regulations, City reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work with the Successful Proposer, and to disregard all nonconforming, non-responsive, unbalanced or conditional Proposals. Proposals 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. The City Commission reserves the right to reject any Proposal if the evidence submitted by the Proposer, or if the investigation of such Proposer, fails to satisfy the City that such Proposer is properly qualified to carry out the obligations and to complete the work contemplated. Any or all Proposals will be rejected, if there is reason to believe that collusion exists among Proposers. A Proposal will be considered irregular and may be rejected, if it shows serious omissions, alterations in form, additions not called for, conditions or unauthorized alternates, or irregularities of any kind. The City of Dania Beach reserves the right to reject any and all Proposals, to waive any and all informalities and irregularities, and to accept or reject all or any part of any Proposal as they deem to be in the best interest of the citizens of the City of Dania Beach, or the City may reject Proposals and re-advertise. 1.20 RFP Protest Procedure: After a Notice of Intent to Award a contract is posted, any actual or prospective manufacturer or distributor claiming to be aggrieved in connection with the pending award of the Contract, or any element of the process leading to the award of the Contract may protest to the City Manager. A protest must be filed by 5:00 P.M. on the third (3rd) Business Day after posting of the Notice of Award (excluding the day that the Notice is posted) or any right to protest is waived. The protest must be in writing, must identify the name and address of the protester, and must include a factual summary of, and the basis for, the protest. Filing shall be considered complete when the written protest, together with an RFP Protest Bond, is both timely received by the City Manager’s Office. An RFP Protest Bond is to compensate the City for the expenses of administering the protest. If the protest is decided in the protester's favor, the entire deposit shall be returned to the protester. If the protest is not decided in the protester's favor, the deposit shall be retained by the City. The deposit shall be in the form of a cashier's check. The amount of the RFP Protest Bond shall be one percent (1%) of the amount of the pending award for which the bidder is protesting, or five thousand dollars ($5,000.00), whichever is less. 1.21 Protest Committee: The Protest Committee shall have the authority to review, settle, and resolve all protests. Members of the Protest Committee will be appointed by the City Manager. If the Protest Committee determines that the pending award of a contract or any element of the process leading to the award involved a significant violation of law, applicable rule or regulation, all steps necessary and proper to correct the violation shall be taken. If the Protest Committee determines that the protest has merit, the City Manager shall direct all appropriate steps be taken to remedy it. In the event of a timely protest, the City Manager shall stay the award of the Contract, unless after consulting with the City Attorney and a representative from the City’s Department for which the services are being obtained, the City Manager then determines that the award of the contract is necessary without delay to protect the substantial interests of the City. The continuation of the bid award process under these circumstances shall not preempt or otherwise affect the protest. 1.22 Award of Proposal: The City Commission will award the Proposal to the most responsible and responsive lowest price Proposer that meets the qualifications identified in Section 1.1, entitled Qualification of Proposers. The Contractor awarded the Proposal must have satisfactory references. 1.23 Agreement: The Proposer(s) to whom or to which an award is made shall execute a written agreement to do the work in the form attached to this RFP. The award may be canceled by the City Commission and awarded to the next lowest priced responsible and responsive Proposer. If this occurs, such Proposer shall fulfill every stipulation as if it were the original party to whom or to which an award was made. The Agreement will include specific insurance, performance bond, and indemnification requirements as set forth in the attached specifications. Proposers must submit any questions, issues, or concerns with the terms, language or both in the attached Agreement by the deadline for submitting requests for interpretations. 1.24 Payment: Payment will be made when all work is completed to the satisfaction of the City Manager or designee. Successful Proposer shall submit invoices regularly, for no more than 30- day periods, as work progresses. 1.25 Audit of Contractor’s Records: Upon execution of the Contract, the City reserves the right to conduct any necessary audit of the Contractor's records. Such an audit, or audits, may be conducted by the City or its representatives at any time prior to final payment, or thereafter, for a period up to three (3) years. if an audit has been initiated and audit findings have not been resolved at the end of these three (3) years, the records shall be retained by the City until resolution of audit finding. The City may also require submittal of the records, at no cost to the City, from the Contractor, any subcontractor, or both. For the purpose of this Section, records shall include all books of account, supporting documents and papers deemed necessary by the City to assure compliance with the Contract provisions. Failure of the Contractor or subcontractor to comply with these requirements may result in disqualification or suspension from bidding or proposing for future contracts or disapproval as a subcontractor at the option of the City. The Contractor shall assure that a subcontractor will provide access to its records pertaining to the services upon request by the City. 1.26 Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended): Contractors who apply or submit a Proposal for an award of $100,000.00 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the recipient. 1.27 City: Failure by City to respond to an inquiry shall not excuse late or incomplete submissions. 1.28 Lobbyists: Pursuant to Broward County Ordinance 2011-19, Lobbyists, and any of their principals or employers attending such meeting, are required to complete a Contact Log contemporaneously with a lobbyist meeting. City of Dania Beach Code of Ordinances, Article XI, “Lobbyist Regulations,” Sections 2-231 through 2-234 require Lobbyists to register with the City PRIOR to engaging in lobbyist activities within the City. Contact with personnel of the City of Dania Beach other than the City Clerk or designated representative regarding the RFP shall be grounds for elimination and disqualification from the selection process. 2. SUBMISSION OF PROPOSALS 2.1 Proposals must be typed or legibly printed in blue ink. Use of erasable ink is not permitted. All corrections to prices made by the Proposer should be initialed. 2.2 All Proposals shall be submitted in the English language, and pricing expressed in U.S. Dollars. 2.3 Proposals must contain a manual signature of a corporate officer or designee with the proven authority to bind the Proposer. The address and telephone number for any communications regarding the Proposal must be included. 2.4 Proposals shall contain an acknowledgment of receipt of all addenda. 2.5 Proposals by corporations must be executed in the corporation’s legal name by the President or other corporate officer, accompanied by evidence of authority to sign. Evidence of authority shall be provided on the enclosed Certified Resolution form, or by the company’s own Corporate Resolution. 2.6 Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature. 2.7 Proposals shall be submitted to the Procurement Division on or before the time indicated in the Request for Proposals by the methods described above. City Clerk’s Office staff is not responsible for the premature opening of a Proposal that is not identified. 2.8 In accordance with Florida Statutes, Chapter §119.07(1)(a) and except as may be provided by other applicable state and federal law, the Request for Proposals and the responses to it are in the public domain. However, Proposers are requested to specifically identify in the submitted Proposal any financial information considered confidential, proprietary or both which may be considered exempt under Florida Statute §119.07(t). 2.9 All Proposals received from Proposers in response to the Request for Proposals will become the property of City and will not be returned. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of City. 2.10 The Proposer preparing a submittal in response to this RFP shall bear all expenses associated with its preparation. The Proposer shall prepare a submittal with the understanding that no claim for reimbursement shall be submitted to the City for the expense of Proposal preparation, presentation, or both. 3. QUALIFICATIONS OF PROPOSALS 3.1 Each Proposer shall complete the Proposal’s Qualifications Statement and submit the form with the Proposal. Failure to submit the Proposer’s Qualifications Statement and the documents required under it may constitute grounds for rejection of the Proposal. 3.2 As a part of the evaluation process, the City may conduct a background investigation including a criminal record check of Proposer’s officers and employees, by the Broward County Sheriff’s Office. Proposer’s submission of a Proposal constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Proposer’s qualifications. 3.3 No Proposal shall be accepted from, nor will any contract be awarded to, any person who is in arrears to City for any debt or contract, or who is a defaulter, as surety or otherwise, of any obligation to City, or who is deemed irresponsible or unreliable by City. City will be the sole judge of such determination. The City reserves the right to make a pre-award inspection of the Proposer's facilities and equipment prior to award of Contract. 3.4 Employees of the Proposer shall at all times be under its sole direction and not an employee or agent of the City. The Proposer shall supply competent and physically capable employees. The City may require the Proposer 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. 4. SCOPE OF SERVICES The City of Dania Beach is seeking a firm to manage, operate and provide maintenance and security for the City Marina by minimizing cost while maximizing net revenue to the City. The goal of the City is to improve and maintain the marina infrastructure and general operations to provide a clean and safe environment for its customers. The scope of services includes, but is not limited to: 1. Marina Security o Security will be provided from 6:00 p.m. through 8:00 a.m., seven (7) days a week, three hundred sixty-five (365) days per year. 2. Rentals o Under direction of the City, oversee and collect rent for boat slip rentals. o Maintain all rental and receipt records for the marina. o Provide a monthly report of marina rental revenues. 3. Marketing and Advertising for the Marina 4. Oversight of Repairs and Improvements o Routine maintenance and repairs o Minor capital improvements 5. Records Management and Bookkeeping o Must maintain a system of written internal controls, record keeping and bookkeeping. The Dania Beach Marina was renovated in 2014. The Marina has 120 Bellingham Floating Concrete Docks; ninety-two (92) of them are permanent docks and twenty-eight (28) are transient/day docks. Each slip has a pump out system, 50-amp and 30-amp electrical service pedestals with water and access to WiFi. The Dock Master Building consists of a Captain’s Lounge, showers, restrooms, laundry facility, and large picnic pavilion with BBQ grills and a fish cleaning station. 5. PROPOSAL REQUIREMENTS 5.1 Proposers shall, as a minimum, include the following information with the submittal of its Proposal: 1. Executive Summary Summarize the business entity, its background, main office(s), and office location that will service this contract. Identify the officers, principals, supervisory staff and key individuals who will be directly involved with the work and their office locations. The executive summary should also summarize the key elements of the proposal. 2. Relevant Experience Indicate the firm’s number of years of experience in providing the professional services as it relates the work contemplated. 3. Approach Provide in concise narrative form, your understanding of the City's needs, goals and objectives as they relate to the services sought, and your overall approach to accomplishing the services. Give an overview on your proposed vision, ideas and methodology. The City, at its discretion, may allow for time extensions for unforeseen and unexpected delays. Also provide information on your firm’s current workload and how this project will fit into your workload. Describe available facilities, technological capabilities and other available resources you offer. 4. References Provide names, addresses, and telephone numbers of five (5) references who are capable of explaining and confirming the firm’s capacity to successfully provide the Services sought in this RFP. 5. Pricing Provide a cost estimate for the Services to be provided based on the Scope of Services and the firm’s proposed approach. 5.2 Summary of Documents To Be Submitted With Proposals. The following is a summary of documents required to be submitted for this Proposal. Failure to include a technical Proposal, cost Proposal, Proposal surety (if required below), or any other document that, by its omission, may prejudice the rights of other possible Proposers or respondents, may result in immediate rejection of a Proposal. The Forms are as follows: Exhibit “A” Proposer’s Qualifications Exhibit “B” Public Entity Crimes Form Exhibit “C” Non-Collusion Affidavit Exhibit “D” Drug-Free Workplace Certification Exhibit “E” Acknowledgement of Addenda Exhibit “F” References Exhibit “G” Certification to Accuracy of Proposal Other forms or documents which, by their nature do not impact price or the Proposer’s cost of doing business should accompany the Proposal; but must be provided within three (3) business days of the City’s request to be considered responsive. The City reserves the right to request the most recently completed audited financial statement, or other approved documentation to verify financial viability. 6. EVALUATION METHOD AND CRITERIA Evaluation of the responses will be conducted by an Evaluation Committee composed of City staff, or other persons selected by the City Manager or designee. Proposals shall be evaluated based upon the information and references contained in the responses as submitted. The Evaluation Committee will evaluate all responsive proposals at duly advertised public evaluation meetings in accordance with Florida law. The City reserves the right to award the contract to the Proposer which will best serve the interest of the City. The scoring of the Proposals by the Evaluation Committee will be based on a point total and not a percentage factor. The Evaluation Committee will evaluate and rank the Proposals received on the basis of the criteria and available points indicated below: CRITERIA MAXIMUM POINTS Firm Qualifications Experience in field, workload of current projects 25 Approach Understanding the scope of work, ability to comply with the full scope of work, technical soundness of Proposal 35 Price Proposal Estimated total cost of project 30 References 10 AWARD OF AGREEMENT Award shall be made by the City to the responsible Proposer whose Proposal is determined to be the most advantageous to the City, taking into consideration price and the evaluation criteria set forth below. The City of Dania Beach reserves the right to accept the Proposal as a whole, or for any component of it if it appears to be in the best interest of the City. CONTRACT TERM The initial Contract period shall be for five (5) years. In addition, contingent upon Budget approval, the City reserves the right to renew the contract for two (2) additional three (3) year periods, under the same terms, conditions and specifications, by written notification to the Contractor by the City. 7. PUBLIC RECORDS: If selected, the following will apply: 7.1 Proposer agrees to keep and maintain public records in Proposer’s possession or control in connection with Proposer’s performance under the Agreement. Proposer additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Proposer shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the Agreement, and following completion of the Agreement until the records are transferred to the City. 7.2 Upon request from the City custodian of public records, Proposer shall provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. 7.3 Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with the Agreement are and shall remain the property of the City. 7.4 Upon completion of the Agreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the Proposer shall be delivered by the Proposer to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Proposer shall be delivered to the City in a format that is compatible with the City’s information technology systems. Once the public records have been delivered upon completion or termination of the Agreement, the Proposer shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 7.5 Any compensation due to Proposer shall be withheld until all records are received as provided in this RFP. 7.6 Proposer’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of the Agreement by the City. 7.7 Section 119.0701(2)(a), Florida Statutes IF THE PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE PROPOSER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, THE PROPOSER MUST CONTACT THE CITY CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: ELORA RIERA, CITY CLERK Mailing Address: 100 W. Dania Beach Boulevard Dania Beach, Florida 33004 Telephone number: 954-924-9800, Ext. 3623 Email: eriera@daniabeachfl.gov 8. INSURANCE REQUIREMENTS 8.1 Proposer 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 the agreement that are applicable to Proposer, its employees, agents, or subcontractors, if any, with respect to the work and services described in this RFP. 8.2 Proposer shall obtain at Proposer’s expense all necessary insurance in such form and amount as required by this Proposal or by the City’s Risk Manager before beginning work under the Agreement. Proposer shall maintain such insurance in full force and effect during the life of the Agreement. Proposer shall provide to the City’s Risk Manager current certificates of all insurance required under this section prior to beginning any work under the Agreement. 8.3 Proposer shall indemnify and save the City harmless from any damage resulting to it for failure of a Proposer to obtain or maintain such insurance. 8.4 The following are required types and minimum limits of insurance coverage, which the Proposer agrees to maintain during the term of this contract: The Contractor (the term “Contractor” refers to the successful Proposer in this RFP) shall not commence Work under the Agreement until Contractor has obtained all insurance required in this RFP, and not until such time that the coverages are approved by the Risk Manager of the City. The Contractor shall not allow any employee of Contractor or any Subcontractor to commence Work on any subcontract until the subcontractor and all Coverages required of any subcontractor have been obtained and approved in writing by the Risk Manager of the City. In addition, Contractor shall be responsible for any and all policy deductibles and self- insured retentions. The following are requirements that must be met regarding the Proposer’s delivery of Certificates of Insurance for all coverages required in the Agreement and Proposal Documents: “Preliminary” certificate means that certificates of insurance verifying all general insurance requirements (as noted below) must be included with a Proposal submittal on the date and time of the Proposal opening. If the “preliminary” certificates are not included with a Proposal submittal, then the City has the right to consider the submitted Proposal as non-responsive on the date and time of the Proposal opening. “Preliminary” Certificates may be issued without documentation of all “Special Provisions”. However, Contractor does understand that all provisions, including “Special Provisions” noted below are expected to be fully documented on or attached to the “Official” Certificates of Insurance as described below. “Official” Certificates of Insurance must be delivered to the City Clerk’s office and Risk Manager of the City. If the “Official” certificates are not delivered on or before the fourteenth (14th) Business Day after the issuance by the City of the “Notice of Apparent Low Proposal”, then the City has the right to consider the awarded Agreement to the successful Proposer as void and to negotiate a agreement with the next lowest responsive and responsible Proposer. “Special Provisions”, as referenced below under each type of insurance requirement shall be fully confirmed on or attached to the “Official” certificates. All Certificates of Insurance must clearly identify the agreement to which they pertain, including a brief description of the subject matter of the agreement. The certificates shall contain a provision that coverage afforded under the policies will not be canceled until at least thirty (30) days’ prior written notice has been given to City. If this coverage is not provided, then Contractor is responsible for such notice to City. Insurance policies for required coverages shall be issued by companies authorized to do business under the laws of the State of Florida and any such companies’ financial ratings must be no less than A-VII in the latest edition of the “BEST’S KEY RATING GUIDE”, published by A.M. Best Guide. In the event that the insurance carrier’s rating shall drop, the insurance carrier shall immediately notify the City in writing. Coverages shall be in force until all Work required to be performed under the terms of the Agreement, including any applicable warranty period, is satisfactorily completed as evidenced by the formal written acceptance by the City. In the event insurance certificates provided to City indicate that the insurance shall terminate and lapse during the period of the Agreement, including any applicable warranty period, then in that event, the Contractor shall furnish, at least thirty (30) days prior to the expiration of the date of such insurance, a renewed Certificate of Insurance as proof that equal and like coverages for the balance of the period of the Agreement, including any extension of it, and including any applicable warranty period, is in effect. THE CONTRACTOR AND ANY SUBCONTRACTOR SHALL NOT PERFORM OR CONTINUE WORK PURSUANT TO THE AGREEMENT, UNLESS ALL COVERAGES REMAIN IN FULL FORCE AND EFFECT. ANY DELAY IN THE WORK CAUSED BY A LAPSE IN COVERAGE SHALL BE NON-EXCUSABLE, SHALL NOT BE GROUNDS FOR A TIME EXTENSION, AND WILL BE SUBJECT TO ANY OTHER APPLICABLE PROVISIONS DESCRIBED IN THE AGREEMENT OR ELSEWHERE IN THE PROPOSAL DOCUMENTS CONCERNING CONTRACTOR DELAY. The below coverages are minimum limit requirements. Umbrella or Excess Liability policies are acceptable to provide the total required liability limits, as long as the Risk Manager of the City reviews and approves in writing the insurance limits on each of the policies. The City must approve any changes to these specifications and has the right to review and amend coverage requirements. The Contractor shall be held responsible for any modifications, deviations, or omissions in these insurance requirements. Contractor shall be responsible for any deductible amounts. Comprehensive General Or Commercial Liability Insurance is to include bodily injury, broad form property damage, products/completed operations, blanket contractual liability, and personal/advertising injury with limits of no less than One Million Dollars ($1,000,000.00) per occurrence, and Two Million Dollars ($2,000,000.00) annual aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office. Special Provisions As To General Liability Insurance: (to be confirmed on or attached to the Official Certificate of Insurance) I. Marina Operators Legal Liability/Marine General Liability A. Limits of Liability (Minimum) • Bodily Injury & Property Damage Liability • Each Occurrence $10,000,000 • Policy Aggregate (Per Job Location) $20,000,000 • Personal & Advertising Injury $10,000,000 • Products & Completed Operations $10,000,000 B. Endorsements Required – Include in body of COI and/or Description of Operations • Annual Aggregate shall apply “Per Project/Job/Location” • Waiver of Subrogation in favor of the City • Insurance shall apply on a primary and non-contributory basis • “The City of Dania Beach, Florida” added as named “Additional Insured” II. Business Automobile Liability A. Limits of Liability (Minimum) • Bodily Injury and Property Damage • Combined Single Limit $10,000,000 • Any Auto/Owned Autos or Scheduled Autos • Including Hired and Non- Owned Autos B. Endorsements Required - Include in body of COI and/or Description of Operations • City of Dania Beach included as an Additional Insured • Waiver of Subrogation in favor of the City III. Vessel Liability/Protection & Indemnity/Hull If a vessel is utilized or owned by Contractor in the fulfilment of this contract, all liability, including for damage to the vessel itself is required A. Limits of Liability (Minimum) • Bodily Injury and Property Damage $10,000,000 • Hull Coverage, as applicable Pollution Liability A. Limits of Liability (Minimum) • Bodily Injury and Property Damage $5,000,000 B. Endorsements Required - Include in body of COI and/or Description of Operations • City of Dania Beach included as an Additional Insured • Primary and non-contributory IV. Workers’ Compensation / Employers’ Liability / Protection & Indemnity A. Workers Compensation Limits: Statutory - State of Florida • Waiver of Subrogation in favor of City B. Employers Liability Limits: • $1,000,000 for bodily injury caused by an accident, each accident • $1,000,000 for bodily injury caused by disease, each employee • $1,000,000 for bodily injury caused by disease, policy limit Workers Compensation must be provided for all persons fulfilling this contract, whether employed, contracted, temporary or subcontracted. Contractor(s) must be in compliance with all applicable state and federal workers’ compensation laws, including US Longshore and Harbor Workers Compensation Act, Jones Act (maritime), and Commercial Marine Employer’s Liability, as applicable. Include proof of insurance for applicable coverage. In no event shall Vendor be permitted to utilize in the execution of this agreement, the following: i) any employee, subcontractor or subcontractor employee that is exempted or purported to be exempt from Workers’ Compensation insurance coverage; or ii) any employee, subcontractor or subcontractor employees who will be covered by an employee leasing arrangement. V. Umbrella/Excess Liability (Excess Follow Form) can be utilized to provide the required limits. Coverage shall be “following form” and shall not be more restrictive than the underlying insurance policy coverages, including all special endorsements and City as Additional Insured status. Umbrella should include Employer’s Liability. Other Conditions Required: Subcontractors’ Compliance: It is the responsibility of the contractor to ensure that all subcontractors comply with all insurance requirements. Cancellation Requirements: Required insurance shall always be maintained during which the vendor is on City premises. The above policies shall provide the City of Dania Beach with 10 days’ written notice of cancellation or material change from the insurer. If the policies do not contain such a provision, it is the responsibility of the Contractor to provide such notice. Notice Requirements: If an insurable incident occurs while vendor is engaged in a City project, notification to the City is required. Insurance Carrier Financial Stability Requirements: Insurance must be provided by companies authorized to do business in the State of Florida. City reserves the right but not the obligation to reject any insurer providing coverage due to poor or deteriorating financial condition The Company must be rated no less than “A-” as to management, and no less than “Class VII” as to financial strength, by the latest edition of Best Insurance Guide published by A.M. best Company, or its equivalent. All policies or certificates of insurance are subject to review and verification by Risk Management. If a company is downgraded during the agreement term, Vendor shall notify the City. Certificates of Insurance/Verification of Coverage: Proof of the required insurance must reflect all required insurance above will be furnished by Vendor to the City of Dania Beach Human Resources Department by Certificate of Insurance within 5 days of notification of award. All certificates (and any required documents) must be received and approved by Human Resources before any work commences to permit Vendor time to remedy any deficiencies. Valid Certificates verifying coverage is in force as required above must be on file with the City at all times during the Contract. If the policies renew during the term of the Contract, updated Certificates verifying coverage is in force shall be submitted to the City within 10 days of expiration. Contractor and/or any Subcontractor shall not perform or continue to work pursuant to this agreement, unless all coverages remain in full force and effect; work delay is subject to provisions in this agreement. If vendor fails to provide proof of insurance within 7 days of City’s receipt of notice at any time during this agreement, the City shall have the right to consider the agreement breached, and therefore terminated. A copy of Additional Insured Endorsement or other endorsements may be attached to the Certificate. Notices/ Certificate Holder: City of Dania Beach Risk Management Department 100 West Dania Beach Boulevard Dania Beach, FL 33004 Email: Nina Rodriguez NRodriguez@danibeachfl.gov The City of Dania Beach, Florida reserves the right to review/revise, reject or accept any required policies of insurance, including limits, coverages or endorsements, herein at the time of the insurance submission. 9 INDEMNIFICATION 9.1 GENERAL INDEMNIFICATION: Contractor shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Contractor, any sub-Contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Contractor in the performance of the Work; or c). liens, claims or actions made by the Contractor or any sub-contractor under Workers’ Compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney fees, incurred by the City to enforce this agreement shall be borne by the Contractor. Without limiting the foregoing, any and all such claims, suits, etc., relating to personal injury, death, damage to property, defects in materials or workmanship, actual or alleged infringement of any patent, trademark, copyright or of any other tangible or intangible personal or property right, or any actual or alleged violation of any applicable statute, ordinance, administrative order, rule or regulation or decree of any court, is included in the indemnity. Successful Proposer further agrees to investigate, handle, respond to, provide defense for, and defend any such claims, etc., at its sole expense and agrees to bear all other related costs and expenses, even if the claim(s) is groundless, false, or fraudulent. Pursuant to Section 725.06, Florida Statutes, the indemnification required by this Section is limited to $1,000,000.00, which the parties agree bears a reasonable commercial relationship to the Agreement. In case of injury to persons, animals, or property, real or personal, by reason of failure to erect or maintain proper and necessary barricades, safeguards, and signals or by reason of any negligence of any Successful Proposer, or any of the Successful Proposer’s agents, servants, or employees during the performance of the work before the estimates have become due under this Agreement, the City may, through its officials, withhold such payments as long as it may deem necessary for the indemnity of the City, provided that the failure to pay the same shall not be construed or considered as a waiver of the indemnity as hereinabove set forth. 9.2 The parties recognize that various provisions of this Agreement, including but not necessarily limited to this Section, provide for indemnification by the Contractor and that Section 725.06, Florida Statutes, requires a specific consideration to be given. The parties therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of which is acknowledged and agreed upon, 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 parties understand and agree that the covenants and representations relating to this indemnification provision shall survive the term of this Agreement and continue in full force and effect as to the party's responsibility to indemnify. 9.3 Upon completion of all Services, obligations and duties provided for in the Agreement, or in the event of termination of the Agreement for any reason, the terms and conditions of this provision shall survive indefinitely. 9.4 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 fees (including appellate attorney fees) and costs. 9.5 The Successful Proposer 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 fees (including appellate attorney's fees) and costs. 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 Successful Proposer under the indemnification agreement. Nothing contained in this RFP is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute Section 768.28 as amended from time to time. 10 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 the 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 under this RFP 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 in this document. 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, overtime premiums or both. 11 DEBARMENT AND SUSPENSION Contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non-procurement Debarment and Suspension). These regulations restrict awards, sub-awards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II, I; and Chapter IV,6.d and Appendix C, 2. A contract award must not be made to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.gov. See 2 C.F.R. § 180.530; Chapter IV,6.d and Appendix C,2. d. In general, an "excluded" party cannot receive a federal grant award or a contract within the meaning of a "covered transaction," to include sub-awards and subcontracts. This includes parties that receive federal funding indirectly, such as contractors to recipients and sub- recipients. The key to the exclusion is whether there is a "covered transaction," which is any non-procurement transaction (unless excepted) at either a "primary" or "secondary" tier. Although "covered transactions" do not include contracts awarded by the federal government for purposes of the non-procurement common rule and Department of Homeland Security’s implementing regulations, it does include some contracts awarded by recipients and sub-recipient. 12 SCRUTINIZED COMPANIES Contractor shall certify that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2018), and that it is not engaged in a boycott of Israel. The City may terminate this Agreement at the City's option if Contractor is found to have submitted a false certification as provided under subsection (5) of section 287.135, Florida Statutes (2018), as may be amended or revised, or been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2018), as may be amended or revised, or is engaged in a boycott of Israel. 13 VERFICATION OF EMPLOYMENT ELIGIBILTY Contractor represents that Contractor and each Sub-contractor has registered with and uses the E-Verify system maintained by the United States Department of Homeland Security to verify the work authorization status of all newly hired employees in compliance with the requirements of Section 448.095, Florida Statutes, and that entry into this Agreement will not violate that statute. If Contractor violates this section, Municipality may immediately terminate this Agreement for cause and Contractor shall be liable for all costs incurred by Municipality due to the termination. 14 PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING Proposers are hereby notified of the provisions of section 287.05701, Florida Statutes, as amended, that the City will not request documentation of or consider a Proposer's social, political, or ideological interests when determining if the Proposer is a responsible Proposer. Proposer are further notified that the City's governing body may not give preference to a Proposer based on the Bidder's social, political, or ideological interests. 15 DELIVERIES Any item requiring delivery by the Proposer or by sub-contractors shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the Proposal price. If delivery of an item is required, the City reserves the right to cancel the delivery order(s) or any part of it, without obligation if delivery is not made at the time specified in the Proposal. 16 WARRANTIES 16.1 Successful Proposer warrants to City that the consummation of the work provided for in the Contract documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, contract, or agreement to which Successful Proposer is a party. 16.2 Successful Proposer warrants to City that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 16.3 Successful Proposer warrants to City that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. 16.4 All warranties made by Successful Proposer together with service warranties and guarantees shall run to City and the successors and assigns of City. 17 COPYRIGHTS OR PATENT RIGHTS The Proposer warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered, if any, as a result of this Proposal. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 18 SAFETY STANDARDS The Proposer warrants that the product(s) supplied to the City shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970 as amended, and shall be in compliance with Chapter 442, Florida Statutes as well as any industry standards, if applicable. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 19 INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified in this RFP. Any of the 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 or replaced at the entire expense of the successful Contractor. 20 NON-DISCRIMINATION AND 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, 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 it will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 21 MINORITY / WOMEN’S / LABOR SURPLUS FIRMS PARTICIPATION: The City of Dania Beach, in accordance with the requirements as stated in C.F.R. 200.321 encourages the active participation of minority businesses, women’s business enterprises and labor surplus area firms as a part of any subsequent agreement whenever possible. If subcontracts are to be let, through a prime contractor, that contractor is required to take the affirmative steps listed in items (1) through (5) below. 21.1 Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 21.2 Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 21.3 Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 21.4 Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 21.5 Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 22 TAXES: Successful Proposer shall pay all applicable sales, consumer use and other similar taxes required by law. 23 PERMITS, FEES AND NOTICES Successful Proposer shall secure and pay for all permits and fees, licenses and charges necessary for the proper execution and completion of the work, if applicable. The costs of all permits, fees, licenses and charges shall be included in the Price Proposal except where expressly noted in the specifications. During the performance of the Contract, there may be times when the Contractor will be required to obtain an Owner permit for such Work, or in connection with the items or services. It is the responsibility of the Contractor to insure that it has the appropriate Owner permits as may become necessary during the performance of the Contract. Any fees related to the Owner required permits in connection with the Contract will be the sole responsibility of the Contractor. Licenses, permits, and fees that may be required by Broward County, state or federal entities are not included in the above list. 24 PERFORMANCE Failure on the part of the Proposer to comply with the conditions, terms, specifications and requirements of the Proposal shall be just cause for cancellation of the Proposal award. The City may, by written notice to the Proposer, 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. 25 TERMINATION OF CONTRACT If the successful Proposer fails to provide the Services or shall in any other manner commit a breach of the contract and fails to remedy the same within five (5) calendar days after written notice from the City, the City may terminate the contract resulting from the RFP without any further notice to the Proposer. City representatives will review the Services periodically to assure that the requirements of the contract are being met. If any portion of the Services are unsatisfactory, the Proposer shall be contacted, and the discrepancies corrected at no additional cost to the City. 26 TERMINATION OF CONTRACT FOR CONVENIENCE The contract may be terminated for convenience by City upon fifteen (15) days’ advance written notice to Proposer (delivered by certified mail, return receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case, the Proposer shall be paid for all acceptable Services performed prior to termination and shall not be entitled to any other costs, fees or payments. 27 TERMINATION OF CONTRACT FOR CAUSE If, through any cause, the Proposer shall fail to fulfill in a timely and proper manner its obligations under the contract, or if the Proposer shall violate any of the provisions of the contract, the City may upon written notice to the Proposer, terminate the right of the Proposer to proceed under the contract, or as to such part or parts of the contract for which there has been a default, and may hold the Proposer liable for any damages caused to the City by reason of such default and termination. In the event of such default and termination, any completed Services performed by the Proposer under the contract shall, at the option of the City become the City's property and the Proposer shall be entitled to receive equitable compensation for any Services completed to the satisfaction of the City. The Proposer, however, shall not be relieved of liability to the City for damages sustained by the City by reason of any breach of the contract by the Proposer, and the City may withhold any payments to the Proposer for the purpose of set-off until such time as the amount of damages due to the City from the Proposer can be determined. 28 SUCCESSORS AND ASSIGNS; ASSIGNMENT; SUBLETTING The City and Contractor, respectively, will bind themselves, their partners, successors, assigns and legal representatives to the contract. Neither party to the contract shall assign it or sublet it or any portion of it, without the advance written consent of the other. 29 EMPLOYEES OF THE PROPOSER 29.1 Proposers shall only designate employees who are sufficiently skilled to provide the required services specified in the RFP. Any person employed to provide the Services who fails, refuses or neglects to obey the instructions of the City's representative in anything relating to the Services, or who appears to be disorderly, insubordinate, or incompetent shall upon the order of City's representative, be immediately relieved by the Proposer from performing the Services. Any interference with, or any abusive or threatening conduct toward any City representative, City assistants or inspectors by the Proposer, its employees or agents, or any member of the public shall be grounds for the City to terminate the contract and re-let the Services. The Proposer shall furnish all labor, materials, supplies and equipment necessary to properly maintain all Services areas where Services are conducted in an acceptable and safe condition. 29.2 Proposer agrees that it or its officers, if a corporation or other legal entity, shall be held fully responsible, except as otherwise prohibited by law, for all acts of their employees while in their employ. 30 TAXES: The City of Dania Beach is exempt from all federal, state, and local taxes. An exemption certificate will be provided where applicable upon request. 31 LITIGATION 31.1 In addition to any other provision of this RFP, the City may, in its absolute discretion, reject a Proposal if the Proposer, or any officer or director of the Proposer submitting the Proposal, is or has been engaged directly or indirectly in legal action against the City, its elected or appointed officers, representatives or employees in relation to any matter. 31.2 In determining whether or not to reject a Proposal under this section, the City will consider whether the litigation is likely to affect the Proposer’s ability to work with the City, its consultants and representatives and whether the City’s experience with the Proposer indicates that there is a risk that the City will incur increased staff and legal costs in the administration of the contract if it is awarded to the Proposer. 31.3 A contract with the successful Proposer will include the following: GOVERNING LAW; CONSENT TO JURISDICTION. The law of the State of Florida shall govern the contract. The contract is not subject to arbitration. THE PARTIES EXPRESSLY WAIVE ALL RIGHTS TO TRIAL BY JURY FOR ANY DISPUTES ARISING FROM, OR IN ANY WAY CONNECTED WITH THE CONTRACT. THE PARTIES UNDERSTAND AND AGREE THAT THIS WAIVER IS A MATERIAL CONTRACT TERM. 31.4 All claims, counterclaims, disputes and other matters in question between City and the Consultant arising out of, relating to or pertaining to the contract, the breach of it, the services of it, or the standard of performance required in it, are to be addressed by resort to non-binding mediation as authorized under the laws and rules of Florida; provided, however, that in the event of any dispute between the parties, the parties agree to first negotiate with each other for a resolution of the matter or matters in dispute and, upon failure of such negotiations to resolve the dispute, the parties shall resort to mediation. If mediation is unsuccessful, any such matter may be determined by litigation in a court of competent jurisdiction in Broward County, Florida, or the Federal District Court of the Southern District of Florida and appropriate appellate courts for such venue and jurisdiction. 32 OTHER GOVERNMENTAL ENTITIES If a Proposer is awarded a contract as a result of this RFP, Proposer will, if Proposer has sufficient capacity or quantities available, provide to other governmental agencies, so requesting, the products or services awarded in accordance with the terms and conditions of the RFP and resulting contract. 33 UNBALANCED PROPOSAL PRICING When a unit price proposed has variable or estimated quantities, and the Proposal shows evidence of unbalanced Proposal pricing, such Proposal may be rejected. 34 INFORMATION REQUESTS AFTER DUE DATE Pursuant to Florida Statutes Section 119.071 sealed Proposals or Proposals received by an agency pursuant to Invitations to Proposal 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 Florida Statutes §119.071(1) (b) (2), or within 30 days after Proposal/Proposal opening, whichever is earlier. 35 BUDGETARY CONSTRAINT 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. 36 CONTINGENT FEES PROHIBITED The Proposer 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-contractor, 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. 37 CONE OF SILENCE Definitions: “Cone of Silence,” as used in this ITB, means a prohibition on any communication regarding a particular Request for Proposal (“RFP”), Request for Qualification (“ITB”) or bid, between: a potential vendor, service provider, proposer, bidder, lobbyist, or consultant, and: a City Commission member, City’s professional staff including, but not limited to, the City Manager and her staff, or any member of the City’s Evaluation Committee. Restriction; Notice: A Cone of Silence shall be imposed upon this RFP upon the advertisement of the RFP. At the time of imposition of the Cone of Silence, the City Manager or designee shall provide for public notice of the Cone of Silence by posting a notice at the City Hall. The City Manager shall issue a written notice as to the Cone of Silence to the affected departments, file a copy of such notice with the City Clerk, with a copy to each City Commissioner, and shall include in any public solicitation for goods or services a statement disclosing the requirements of this section. Termination of Cone of Silence: The Cone of Silence shall terminate at the beginning of the City Commission meeting (whether a regular or special meeting) at which the City Manager makes her written recommendation of award to the City Commission. However, if the City Commission refers the City Manager’s recommendation back to the City Manager or staff for further review, the Cone of Silence shall be re-imposed until such time as the City Manager makes a subsequent written recommendation. Exceptions to Applicability: The provisions of this section shall not apply to: Oral communications at pre-bid conferences; Oral presentations before the Evaluation Committee; Public presentations made to the City Commission members during any duly noticed public meeting; Communications regarding the RFP between a potential vendor, service provider, proposer, bidder, lobbyist or consultant and the City’s Procurement and Contract Services Agent or City employee designated as responsible for administering the procurement process for the RFP, provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document; Communications with the City Attorney and her staff; Duly noticed site visits to determine the competency of a Proposer regarding the ITB during the time period between the opening of Proposals and the time the City Manager makes a written recommendation; Any emergency procurement of goods or services pursuant to City Code; Responses to the City’s request for clarification or additional information; Contract negotiations during any duly noticed public meeting; Communications to enable City staff to seek and obtain industry comment or perform market research, provided all related communications between a potential vendor, service provider, proposer, bidder, lobbyist, or consultant and any member of the City’s professional staff including, but not limited to, the City Manager and staff are in writing or are made at a duly noticed public meeting. Penalties: Violation of this section by a particular Proposer shall render any ITB award or contract to the Proposer voidable by the City Commission or City Manager. Any person who violates a provision of this section may be prohibited from serving on a City selection or evaluation committee. In addition to any other penalty provided in this ITB, violation of any provision of this section by a City employee may subject the employee to disciplinary action. Please contact the City Attorney for any questions concerning “Cone of Silence” compliance. EXHIBIT “A” PROPOSER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made below: Check One Submitted By: Corporation Name: Partnership Address: Individual City, State, Zip Other (describe) Telephone No. Fax No. Email State the true, exact, correct and complete name of the partnership, corporation, trade or other name under which you do business and the address of the place of business. The full legal name of the Proposer is: The address of the principal place of business is: 1. If Proposer is a corporation, answer the following: Date of Incorporation: State of Incorporation: President's name: Vice President's name: Secretary's name: Treasurer's name: Name and address of Resident Agent: 2. If Proposer is an individual or a partnership, answer the following: Date of organization: ________________ Name, address and ownership percentage units of all partners: State whether general or limited partnership and confirm it is registered to do business in Florida: 3. If Proposer is other than an individual, corporation or partnership, describe the organization and give the names and addresses of principals: 4. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 5. How many years has your organization been in business under its present business name? a) Under what other former names has your organization operated? 6. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this RFP. Please attach certificate of competency and state registration. 7. Have you personally reviewed the requirements for the proposed services? YES NO 8. Do you have a complete set of documents, including drawings and addenda? YES NO 9. Did you attend the Pre-Proposal Conference if any such conference was held? YES NO 10. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 11. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of services which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone 12. List the pertinent experience of the key individuals of your organization (continue with an additional sheet, if necessary). 13. State the name and title of the individual who will have responsibility relating to the services: 14. State the name and address of attorney or law firm, if any, for the business of the Proposer: 15. State the names and addresses of all businesses and individuals who own an interest of more than five percent (5%) of the Proposer's business and indicate the percentage owned of each such business: 16. State the names, addresses and the type of business of all firms that are partially or wholly owned by Proposer: 17 State the name of the Surety Company which will be providing the bond, and name and address of agent: 18. Bank References: Bank Address Telephone 19. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses) b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes) e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). 20. State the name of the firm preparing the financial statement and its date: 21 Is this financial statement for the identical organization named on page one? YES NO 22. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). The Proposer acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by the City in awarding a contract and such information is warranted by Proposer to be true. The discovery of any omission or misstatement that materially affects the Proposer's qualifications to perform under the contract shall cause the City to reject the proposal, and if after the award, to cancel and terminate the award, contract or both. Signature Print Name Title Date STATE OF ) COUNTY OF ________________ ) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared ☐ physical presence or ☐ online notarization, on _________________ as _________________, of ___________________, an organization authorized to do business in the State of Florida, and acknowledged and executed the foregoing Statement as the proper official of _______________________ for the use and purposes mentioned in it and affixed the official seal of the entity, and that the instrument is the act and deed of that entity. He/she is personally known to me or has produced __________________________ as identification. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this _____ day of _________________, 2023. Notary Seal Signature of Notary Public Printed Name of Notary Public EXHIBIT “B” CITY OF DANIA BEACH, FLORIDA SWORN STATEMENT UNDER §287.133(3)(A), FLORIDA STATUTES PUBLIC ENTITY CRIMES (This form must be signed in the presence of a Notary Public or other officer authorized to administer oaths.) 1. This sworn statement is submitted with Request for Proposals, City RFP No.: 23-012 2. This sworn statement is submitted by: (PRINT Name of entity submitting sworn statement) its business address is: Federal Identification Number (FEIN) is: (if applicable) Social Security Number: (if the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement) 3. My name is: (PRINT Name of individual signing this document) and my relationship to the entity is: (President, General Partner, etc. as applicable) 4. I understand that a "public entity crime" as defined in §287.133(1)(g), Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that to be "convicted" or "conviction" as defined in §287.133(1)(b), Florida Statutes, means a finding of guilt and conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non- jury trial, or entry of a plea of guilty or nolo contendere (also known as a plea of “No Contest”). 6. I understand that an "affiliate" as defined in §287.133(1)(a), Florida Statutes means: (a) A predecessor or successor of a person or a corporation convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and which has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima-facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in §287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement that I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies) 1. ______ Neither the entity submitting the sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. 2. _____ The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989 and (Please now indicate which additional statement below applies): A. _______ There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order) B. _______ The person or affiliate was placed on the convicted list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order) C. _______ The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Florida Department of General Services) Signature (of person whose Printed Name Date first appears above) STATE OF COUNTY OF ___________________ BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared ☐ physical presence or ☐ online notarization, on _________________ as _________________, of ___________________, an organization authorized to do business in the State of Florida, and acknowledged and executed the foregoing statement as the proper official of _______________________ for the use and purposes mentioned in it and affixed the official seal of the entity, and that the instrument is the act and deed of that entity. He/she is personally known to me or has produced __________________________ as identification. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this _____ day of _________________, 2023. Notary Seal ___________________________________ Signature of Notary Public __________________________________ Printed Name of Notary Public EXHIBIT “C” NON-COLLUSION AFFIDAVIT The undersigned Proposer has not divulged, discussed or compared his/her/its Response with any other Proposer, and has not colluded with any other Proposer or party to this Request for Proposals whatsoever. Signature of Proposer PRINT Name of Proposer Title , 2023 Date STATE OF COUNTY OF ___________________ BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared ☐ physical presence or ☐ online notarization, on _________________ as _________________, of ___________________, an organization authorized to do business in the State of Florida, and acknowledged and executed the foregoing statement as the proper official of _______________________ for the use and purposes mentioned in it and affixed the official seal of the entity, and that the instrument is the act and deed of that entity. He/she is personally known to me or has produced __________________________ as identification. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this _____ day of _________________, 2023. Notary Seal ___________________________________ Signature of Notary Public __________________________________ Printed Name of Notary Public EXHIBIT “D” DRUG-FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF DANIA BEACH for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. 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. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (PRINT Name of Authorized Agent) of (Title) (Proposer Name) who does certify that said Company has implemented a drug-free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature EXHIBIT “E” ACKNOWLEDGMENT OF ADDENDA The Proposer acknowledges the receipt of the following addenda issued by the City and incorporated into and made part of the RFP. In the event the Proposer fails to include any such addenda in the table below, submission of this form shall constitute acknowledgment of receipt of all addenda, whether or not received by the Proposer. ADDENDUM NUMBER DATE RECEIVED PRINT NAME TITLE SIGNATURE (BLUE INK ONLY) EXHIBIT “F” REFERENCE LIST FIVE (5) MUNICIPALITIES FOR WHICH PROPOSER PERFORMED SIMILAR SERVICES WITHIN THE PAST THREE (3) YEARS The following is a list of at least five (5) references from municipalities for which Proposer provided similar services to those sought in this RFP in the past three (3) years: 1. Name of Entity for which services were performed: Brief Description of Scope of Services: ________________________________________ Amount of Contract Award: Status of Contract: Contact Name: Telephone Number: 2. Name of Entity for which services were performed: Brief Description of Scope of Services: ________________________________________ Amount of Contract Award: Status of Contract: Contact Name: Telephone Number: 3. Name of Entity for which services were performed: Brief Description of Scope of Services: ________________________________________ Amount of Contract Award: Status of Contract: Contact Name: Telephone Number: 4. Name of Entity for which services were performed: Brief Description of Scope of Services: ________________________________________ Amount of Contract Award: Status of Contract: Contact Name: Telephone Number: 5. Name of Entity for which services were performed: Brief Description of Scope of Services: ________________________________________ Amount of Contract Award: Status of Contract: Contact Name: Telephone Number: EXHIBIT “G” CERTIFICATION TO ACCURACY OF PROPOSAL The Proposer, by executing this form, certifies and attests that all forms, affidavits and documents related to the document that it has enclosed in the Proposal in support of its Proposal are true and accurate. Failure by the Proposer to attest to the truth and accuracy of such forms, affidavits and documents shall result in the Proposal being deemed non-responsive and such Proposal will not be considered. By submitting a response to do the work, the Proposer certifies that a careful review of the RFP has taken place and that the Proposer is fully informed and understands the requirements of the RFP and the expected Agreement and the quality and quantity of services to be performed. The undersigned individual, being duly sworn, deposes and says that: A. He/She is___________________________________________________________ of _____________________________, the Proposer that has submitted the attached Proposal; B. He/She is fully informed respecting the preparation and contents of the attached Proposal and of all forms, affidavits and documents submitted in support of such Proposal; C. All forms, affidavits and documents submitted in support of this Proposal and included in this Proposal are true and accurate; D. No information that should have been included in such forms, affidavits and documents has been omitted; and E. No information that is included in such forms, affidavits or documents is false or misleading. EXHIBIT “G” CERTIFICATION TO ACCURACY OF PROPOSAL (continued) _____________________________________________ Signature (Blue ink only) _____________________________________________ Print Name _____________________________________________ Title _____________________________________________ Date STATE OF ) COUNTY OF ________________ ) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared ☐ physical presence or ☐ online notarization, on _________________ as _________________, of ___________________, an organization authorized to do business in the State of Florida, and acknowledged and executed the foregoing Statement as the proper official of _______________________ for the use and purposes mentioned in it and affixed the official seal of the entity, and that the instrument is the act and deed of that entity. He/she is personally known to me or has produced __________________________ as identification. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this _____ day of _________________, 2023. Notary Seal Signature of Notary Public Printed Name of Notary Public 29 EXHIBIT C – CONTRACTOR’S RESPONSE TO RFP Dania Beach Marina Management, RFP 23-012 Prepared For: City of Dania Beach, Florida Procurement Department 100 W. Dania Beach Boulevard Dania Beach, FL 33004 Attn: Sasha Ramos, Procurement Administrator Prepared By: Oasis Marina, LLC (DBA: Oasis Marinas) Date: August 2, 2023 Marina Management Proposal Dania Beach Marina RFP 23-012 2 Table of Contents RFP for Dania Beach Marina Management 1. Executive Summary ............................................................................................................. 3 2. Relevant Experience ............................................................................................................ 7 3. Approach .......................................................................................................................... 15 4. References ........................................................................................................................ 25 5. Pricing ............................................................................................................................... 27 6. Proposal Bond ................................................................................................................... 30 7. Exhibits A-G Forms ...................................................................................................... 32-50 Exhibit A ............................................................................................................................. 33 Certificate of Good Standing ....................................................................................... 38 Corporate Biographies ................................................................................................. 39 Exhibit B ............................................................................................................................. 42 Exhibit C ............................................................................................................................. 45 Exhibit D ............................................................................................................................ 46 Exhibit E ............................................................................................................................. 47 Exhibit F ............................................................................................................................. 48 Exhibit G ............................................................................................................................ 49 8. Agreement Review ............................................................................................................ 51 Marina Management Proposal Dania Beach Marina RFP 23-012 3 1. Executive Summary Marina Management Proposal Dania Beach Marina RFP 23-012 4 August 2, 2023 City of Dania Beach, Florida Procurement Department 100 W. Dania Beach Boulevard Dania Beach, FL 33004 Attn: Sasha Ramos, Procurement Administrator RE: Dania Beach Marina, Management Proposal Dear Procurement Department, We are pleased to present our marina management proposal for Dania Beach Marina. Our mission is to create and deliver remarkable experiences for our boating community. With service as our mission, we ultimately seek to provide the most detail-oriented operations possible to maximize return for marina owners. Company Background The Oasis Marinas mission is to create and deliver remarkable experiences for our boating community. Built from a team with over a century of experience in marina and hospitality management, Oasis focuses on service and quality first and foremost. Our comprehensive operations, service and management policies set us apart and allow our team to overdeliver on our customers’ expectations. In 2015 we began operations at our first marina in Baltimore, Maryland. Today, Oasis Marinas offers world-class marina management and operations for over 50 marina locations nationwide. Headquartered in Annapolis, the company’s 50+ management properties span from the Midwest to the East Coast ranging in size from 20-600 slips. Corporate Office 222 Severn Ave Bldg 14-200, Annapolis, MD 21403 Corporate Support Every marina we manage benefits from the Oasis Engine —an integrated system of solutions, services, and the industry's top talent, working in unison to deliver an unparalleled competitive advantage to your marina. Our team is made up of top talent in every key discipline specialized in harnessing the proprietary power of the Oasis Engine direct ly for your property. The Oasis Marinas leadership team has expert marina industry knowledge to maximize your marina’s potential. Our management solution includes strong teams of facilities management, hospitality, finance, marketing, technology, growth, and human resources. Marina Management Proposal Dania Beach Marina RFP 23-012 5 Corporate Structure and Staff Proposal Summary Dania Beach Marina has direct access to the ICW in beautiful southern Florida. This marina’s prime location and nearby amenities in the community make this marina a prime location for transient boating. At Oasis we are huge advocates of a strong bond between the community and the marina, and we have first-hand experience helping our marinas become beacons in the community and thrive in the market. Experience Oasis Marinas manages over 50 marinas nationwide with management properties all around the coast of Florida. With thousands of boaters in our network, Oasis Marinas is the most equipped to maximize revenue growth and enhance customer loyalty for Dania Beach Marina. Approach The Oasis approach focuses on first-class service, targeted marketing, and optimization. We strive for first-class, remarkable service through market leading amenities and through our unique leadership and employee training. Our unique marketing approach will focus on Dania Beach Marina’s boater market potential. This marina shows tremendous opportunity for more transient boaters, and Oasis uses the best partners in the industry to maximize transient boater outreach. Our optimization approach starts with slip mix and revenue and filters down to operations, staffing and marina maintenance for net operating income maximization. In addition to service, marketing, and optimization we strive to ensure the marina is the gateway to the community and in partnership with the City to serve the residents and visitors of Dania Beach. CEO Kenneth Svendsen FINANCE Sever Hida (CFO) MARKETING Alana Tompkins (CMO) Marina Development OPERATIONS Matthew Shipman (President) Accounting Team Marketing Team Business Development Team Regional VP Operations HR Evelyn Costa (CHRO) Regional Manager(s) General Manager People Team GROWTH Paul Sanett (CGO) TECHNOLOGY Steven Funderburk (CTO) Technology Team Safety Customer Success Site Operations Team Boat Club Food & Beverage Marina Management Proposal Dania Beach Marina RFP 23-012 6 References Oasis Marinas has included five municipal references as our primary references: City of Fernandina Beach (FL), City of Cleveland (OH), City of Cambridge (MD), Port Authority of Lorain (OH), and City of Troy (NY). Additionally, we have included references from two long-standing marina management properties who can provide a detailed testimony and knowledge of our service: Harbor East Marina in Baltimore, MD and National Harbor Marina in National Harbor, MD. Both these marinas are beacons in their community, and Oasis Marinas has drastically improved service, operations, and marketing. Price Oasis Marinas has provided a competitive management proposal price and proposed operating pro forma in Section 5, pages 27-29. Under our incentive-based approach, our team is motivated to generate growth and long-lasting change for Dania Beach Marina. Financial Capability Oasis is backed by a Private Equity company, Access Holdings, with more than $2.5 Billion of assets under management and a history of substantial accretive investment in developing and underserved US markets and with strong focus on ESG. The Oasis Marina management vehicle alone has tens of millions in committed and uncalled equity capital destined for investment in future growth. Testimonial We invite you to join the other owners in our network who have found Oasis Marinas to be the best choice for a total management solution, and we look forward to the opportunity to serve Dania Beach Marina. Following the initial review of our proposal we would love to answer any other questions and further show how we have helped other marinas increase profitability and achieve their goals. Sincerely, Brian Arnold Vice President of Business Development Oasis Marinas’ team of professionals has the expertise and experience in marina management and hospitality to deliver world-class business and facility management services. The executive team, as well as the front-line level associates, work closely together to promote a culture of delivering a premier boating experience and exceptional products and services. Lorain Port and Finance Authority, Tom Brown, Executive Director Marina Management Proposal Dania Beach Marina RFP 23-012 7 2. Relevant Experience Marina Management Proposal Dania Beach Marina RFP 23-012 8 About Oasis Marinas Oasis Marinas offers full-service, world-class marina management. Though the vision was born long ago, in 2015 we began operations at our first marina in Baltimore. Headquartered in Annapolis, the company has grown to over 50 locations from the Midwest to the East Coast ranging in size from 20-600 slips. Portfolio Overview The Oasis Marinas US portfolio includes 50+ marina management properties, which are operated as third-party management contracts. Many of our marina management properties are multifaceted to include management of and collaboration with development projects, hotels, office leases, events, restaurant/retail components, site maintenance, vendor management and amenity services. We work with cities, parks departments, governmental agencies, boards, mixed-use development partners and other public entitles for project coordination, event management, program development, certifications, permits and public grants. Our marina operations vary to include resort amenities, recreational activities, special events, maintenance, brokerage, marina stores, fuel docks, transient boating, dry storage, restaurants, condominiums, campgrounds, parks, offices, cottage rentals and more. Municipal Properties 1. Fernandina Harbor Marina, Fernandina, FL, 4,000 LF of Dockage 2. North Coast Harbor Cleveland, OH 53 Slips 3. Cambridge Municipal Yacht Basin Cambridge, MD 246 Slips 4. Port Lorain Lorain, OH 510 Slips 5. Downtown Troy Marina Troy, NY 400 FT of Dockage Marina Management Proposal Dania Beach Marina RFP 23-012 9 Overview of Florida Properties www.oasismarinas.com/our-locations Venetian Marina Miami Four Fish Marina Jensen Beach Clearwater Beach Marina Clearwater Beach Fernandina Harbor Marina Fernandina Beach Fort George Island Marina Jacksonville Westshore Yacht Club Tampa The Perry Marina Key West St. Augustine Marine St. Augustine Marina Management Proposal Dania Beach Marina RFP 23-012 10 Fernandina Harbor Marina Property Features Fernandina Beach, FL 4,000 LF Alongside Floating Dockage Mooring Field Deep Water Marina, 25 Feet Boaters’ Lounge High Speed WIFI Restaurant On-site Showers, Restroom, Laundry Ship Store Fuel Dock Ice & Pump Out Online Booking with Snag-A-Slip Impact Higher Customer Ratings & Loyalty Cleaner & Safer Marina New Website Updated Lounge & Office Area New WIFI Access & Fiber Internet Updated Fuel Dock What can Oasis do for you? Marina Overview Fernandina Harbor Marina is located right on the ICW near the Georgia/Florida border, in the beautiful city of Fernandina Beach, Florida. This charming city is part of the Amelia Island, which stretches 13 miles long. Fernandina Beach is full of rich history, fabulous dining, resorts, picturesque beaches and luxury golf courses. The marina has 4,000 linear feet of side-tie dockage, 10 mooring balls and a 25-foot depth, which allows it to accommodate almost any size vessel. Challenge In 2020, Fernandina Beach residents and the surrounding community were eager and ready to bring life back to the marina after its extended closure from hurricane damage in 2016. Oasis Marinas was hired as the marina management company to help bring the marina back to its full potential and improve service and marketing. The customers’ top improvement requests included to reopen the fuel dock, strengthen the marina Wi-Fi system and reopen the retail store. Aside from these important service issues, the priority was to improve marketing, improve maintenance, enhance safety and redesign the website. Oasis set these goals: spotless maintenance of the marina facility, high-touch customer service, high-class customer lounge space, aggressive marketing outreach, detailed financial management and product consistency. Solution • Provide premium dockside service • Redesign the marina managers office and update the boaters’ lounge • Create new marketing programs that focus on events and town amenities • Redesign the marina website - www.fernandinaharbormarina.com • Create a custom Marinalife publication featuring Fernandina Beach, to connect arriving boaters to the city shopping, dining and events • Reopen the retail store • Reconfigure and improve the marina WIFI internet access for customers • Repair the fuel dock to full working order • Improve marina facility maintenance and cleanliness • Introduce detailed financial management procedures Impact Since the December 2020, Oasis Marinas’ operational solutions positively impacted customer service reviews, overall safety and cleanliness of the marina, internet access, the store and the fuel dock service. In the first month of operation, we received forty-one (41) customer service reviews, and the average score for all reviews was 4.58 stars (based on a 5-star scale). The new user-friendly website increased the marina’s digital footprint and boater reach. WIFI access points have been added throughout the marina, and fiber internet has been added to the boaters’ lounge. The fuel dock has been repaired and back in working order. What Our Customers are Saying Customer Review, Anonymous, April 2023 - “5 Star everything!!! From the docking assistance to the welcome bags and more!! Was only able to get a slip for 2 days. But once high winds were forecasted they made special arrangements for us to be able to stay an additional night! Thank you again for that!! The marina is in the heart of town! Truly a wonderful stay!!.” Customer Review, Anonymous, 2022 - “The weekend with the staff at Fernandina Harbor Marina was AWESOME! The facilities were perfect and the staff was super friendly and highly professional! We highly recommend visiting Fernandina Harbor Marina.” Oasis’ Impact on Marina Management Proposal Dania Beach Marina RFP 23-012 11 Cambridge Municipal Yacht Basin Property Features Cambridge, MD 246 Slips Alongside Floating Dockage Accommodates Vessels up to 200 ft. Fuel Dock (Gas & Diesel) Boaters’ Lounge Showers, Restroom, Laundry Ice & Pump Out Online Booking with Snag-A-Slip Impact Higher Customer Ratings & Loyalty Transient Intent to Return Rating 93% Fuel Revenue Sales up 45% Significant NOI Growth What can Oasis do for you? Marina Overview Cambridge Municipal Yacht Basin is located at the mouth of Cambridge Creek, on Maryland’s beautiful Choptank River. The marina has 246 slips, with additional alongside floating dockage that can accommodate boats up to 200 feet. Boaters drawn to Cambridge, MD are looking for a charming, urban getaway with a historic vibe. The city typically hosts several major events each year, and this marina is the only marina with direct access to the city that can accommodate Superyachts. Challenge Cambridge Municipal Yacht Basin is the doorway to the heart of downtown Cambridge, Maryland. Prior to Oasis, the asset was underperforming and underutilized. Oasis Marinas was hired as the marina management company to help bring the marina to its full potential. The primary challenge presented was to improve the financial performance. The secondary challenge was to implement product consistency and enhance the service standards. Oasis Marinas believed in the vision for the marina and set these goals: detailed financial management, high-touch customer service, high-class customer lounge space, aggressive marketing outreach, spotless maintenance of the marina facility and product consistency. Solution • Provide premium dockside service • Redevelop the marina office and add a boaters’ lounge • Provide a consistent service product • Create new marketing programs that focus on events and town amenities • Introduce detailed financial management procedures • Install a retail store • Create a long-term master plan to maintain the marina • Create a custom marketing publication featuring Cambridge, to connect arriving boaters to the city shopping, dining and events Impact Since the summer of 2018, Oasis Marinas’ operational solutions positively impacted customer service reviews, NOI goals, fuel revenue, product consistency and facility maintenance. Oasis instituted a new boater review procedure, and transient boater intent to return ratings averaged at a 93% rating. Fuel sales improved by 45 percent, and our team has been able to significantly improve Net Operating Income with aggressive marketing and detailed financial management procedures. What Our Customers are Saying Customer Review – September 2020 “Never before did we have a marina hail us on the radio just to thank us for staying with them! What an unexpected delight!” Customer Review – November 2020 “We were welcomed at the dock with a care package and called on the radio with a “bon voyage” as we left. Everything was clean and tidy, and it was an easy walk downtown to several nice restaurants.” Oasis’ Impact on Marina Management Proposal Dania Beach Marina RFP 23-012 12 Port Lorain Summary Lorain, OH 525 Slips Marina Office & Boaters’ Lounge Fuel Dock Protected Harbor Impact High Customer Ratings & Loyalty Well-Maintained Docks & Grounds Working Amenity Services High-Class Customer Spaces Security Enhancement Technology Improvement What can Oasis do for you? Marina Overview Oasis Marinas at Port Lorain has 525 slips, a fuel dock and a marina office with a boaters’ lounge. The marina is conveniently located in a protected harbor on Lake Erie with easy access to the city of Cleveland, Canada and the Lake Erie Islands. Challenge The marina at Port Lorain needed improved customer service, working amenities, detailed grounds/docks maintenance and improved security. The challenge presented was to transform the marina into a high-class marina asset to compliment the city of Lorain and be a welcoming beacon. Oasis Marinas believed in the vision for the marina and set these goals: high-touch customer service, improved financial return, clean and working amenity services, streamlined operations, enhanced technology and high-class customer spaces. Solution • Relocate and redesign the marina and boaters’ lounge • Provide premium dockside service • Rebrand the marina • Create new marketing programs • Introduce technology with real-time availability • Track maintenance projects with new software • Update gate controls to docks • Update controls to the boat launch • Create a master plan to maintain the marina Impact Since our transition in January of 2020, Oasis Marinas is proactively providing solutions across the entire operation to transform this marina into a high-class service gateway to the harbor and city. All of these solutions we are providing lead to better service, technology, revenue enhancement, customer loyalty, security and a better maintained marina. What Our Customers are Saying Customer Review, Anonymous, July 2020 - “This is the first year that Oasis has owned this marina. We visited this same marina about 5 years ago found it to be dirty and in severe disrepair. Oasis is certainly working to turn things around. The docks are clean. The management now truly cares.” Customer Review, Anonymous, July 2023 “I love the Oasis Lorain marina! It's easy to get into. Love the restaurant & also love Papasitos. We're from Cleveland and always stop in Lorain either on our way out or back from a trip.” Customer Review, Anonymous, July 2023 “The marina is well kept and the staff was very busy on a holiday weekend but they did a great job!! I will use them again for overnight docking for sure.” Customer Review, Anonymous, July 2022 “Another well run property of Oasis Marinas . . . Extremely large property conveniently located to the channel coming into Lorain Harbor . . . Met by 2 Dock Hand's and got tied up, powered up (used 30amp splitter to get 50amp at this particular slip location), provided a bag of swag and local information (nice touch).” Oasis’ Impact on Marina Management Proposal Dania Beach Marina RFP 23-012 13 Harbor East Marina Property Features Baltimore, MD 184 Slips 800 Feet Alongside Dockage Boaters’ Lounge Outdoor Tented Party Pad Event Venue 30-, 50- & 100-AMP (Single & Three Phase) Shore Power Laundry/Bath Facilities 12 Blocks of Restaurants, Retail & Grocery Shops, Hotels, Commercial & Residential Properties Impact Rebranded Marina New Marketing Program New Website (Visit us Online) Captured Superyacht Market Online Reservation System Annual Boater Waitlist 3 Years Running Continual High Revenue Growth Improved Customer Ratings Increased Customer Loyalty Impacted NOI Year 1 100% Occupancy Created a Best-in-Class Marina What can Oasis do for you? Oasis’ Impact on Marina Overview Harbor East Marina is a high-use downtown marina, in the heart of Baltimore with 184 slips and up to 800 feet of alongside dockage. The Harbor East neighborhood of Baltimore boasts 12 square blocks of fine dining restaurants, boutique and luxury hotels, bars, clubs and fantastic retailers, including Under Armour, Whole Foods, and Anthropologie. In addition to having the best of the city just a step away, boaters also have access to amenities directly on-site, including a laundry/shower facility, a lounge, party area and WiFi. Challenge Harbor East Marina was privately operated for over 20 years and was in need of revitalization. The mixed-used development of Harbor East grew into an upscale neighborhood and surpassed the marina to the point that the marina no longer matched the service levels that surrounded the harbor. The primary challenge presented was to transform the marina into a high-class marina asset that matched the premium service levels of the upland development. The secondary challenge was to manage the redevelopment of the marina. Oasis Marinas believed in the vision for the marina and set these goals: deliver high-touch customer service, improve the economic impact to the city through events and shows, increase revenue, attract superyachts and increase awareness and demand. Solution • Redesign the marina office and boaters' lounge • Rebrand the marina • Create new marketing programs • Provide premium service through dockside support, online reservations and the new marina office • Test market elasticity with rate increases • Add new events and a boat show • Add new revenue streams • Manage a $9M renovation to include new floating docks, upgraded electrical systems, IPE decking and dredging of the northeast corner of the marina • Reconfigured marina design to accommodate Superyachts • Coordinate with City of Baltimore, DNR, Maryland Department of Environment and the U.S. Department of Fish and Wildlife Service • Certify the marina as a Maryland Clean Marina Impact Oasis’ operational solutions positively impacted customer service, transient business, overall financial growth as well as the waterfront traffic to Baltimore. In Year 1, Oasis Marinas provided an immediate and substantial financial impact. Today Harbor East Marina is flourishing, and our team has achieved a compounded annual growth rate that has far exceeded anyone’s expectation. Oasis provides Baltimore boaters with premium service, online transient reservations, major events and live entertainment; all of which have had a positive impact on the city’s waterfront and local economy. In addition to new transient traffic, annual boaters love Harbor East, and occupancy is at 100 percent with a consistent waitlist each season. Since the redevelopment we repeatedly see more superyachts each year. Within 3 seasons, the site went from no superyachts to now accommodating over 20 superyachts per season. What Our Clients are Saying Tim O'Donald, President of Harbor East Management Group - “At the beginning of 2016, we had a tall order – build a best-in-class marina in Baltimore. The Oasis Marinas team is not only helping us accomplish this goal, but they are also providing the customer service to match. Today, we are proud to announce that the new Harbor East Marina is not only the premier marina destination in Baltimore, but also one of the few truly elite properties on the east coast." Marina Management Proposal Dania Beach Marina RFP 23-012 14 National Harbor Marina Property Features National Harbor, MD 81 Floating Slips 150 Ft. of Alongside Floating Dockage 1800 Ft. Alongside Fixed Dockage 125 Ft. Fuel Dock 30-, 50- & 100-Amp Electric Service Complimentary Garage Parking for Slipholders Showers, Restroom, Laundry Pump Out 15 Blocks of Dining, Shopping, Events, Lodging & Entertainment Impact High Customer Ratings & Loyalty Working Amenity Services High-Class Customer Spaces Safety Compliance Well-Maintained Docks & Grounds Great Vendor Relationships 18% Revenue Improvement in Year 1 What can Oasis do for you? Oasis’ Impact on Marina Overview National Harbor Marina is a first-class facility with state-of-the-art floating docks, full length finger piers, alongside floating dockage up to 150 feet and alongside fixed dockage up to 1800 feet. The marina is perfectly positioned in the Upper Potomac River, on the Maryland coastline and is surrounded by an abundance of shopping, dining and activities within National Harbor’s 350 acres of waterfront resort space. Challenge Over the years, National Harbor Marina experienced several changes in management from different marina operators in search for an operator who could deliver excellent customer service. The primary challenge presented was to transform the marina into a high-class marina asset that matched the premium service levels of the upland development. The secondary challenge was to recommission the fuel dock, which had been in and out of service for close to a year and a half. Oasis Marinas believed in the vision for the marina and set these goals: high-touch customer service, clean and working amenity services and high-class customer spaces. Solution • Provide premium dockside service • Rebrand the marina • Redevelop the marina office and boaters’ lounge • Create new marketing programs • Recommission fuel system to working order within 90 days • Add new revenue streams • Contract with revenue-generating waterfront recreation partners • Create a long-term master plan to maintain the marina • Become a steward of the waterway through regular shoreline cleanups by partnering with local government organizations • Work closely with the Coast Guard for safety training Impact Since the fall of 2018, Oasis Marinas’ operational solutions positively impacted customer service reviews, revenue goals, vendor relationships, safety compliance and the marina facilities. Customer review ratings went up from 2.0 to 4.92 out of 5 stars. Recommissioning the fuel system revived an amenity, significantly increased revenue and profit and repaired vendor relationships. Operations are now compliant with safety regulations, and the shoreline is cleaner. Additionally, our relationship with the Coast Guard allowed our team to secure 5,000 face masks for National Harbor’s employees. What Our Clients are Saying Christopher J. Borgal, AVP Asset Management & Operations, National Harbor - “We have seen Oasis’ emphasis on customer service firsthand. They have raised our cumulative customer review score from 2.0 to 4.92 out of 5. The Oasis team is hitting home runs here!” Marina Management Proposal Dania Beach Marina RFP 23-012 15 3. Approach Marina Management Proposal Dania Beach Marina RFP 23-012 16 Approach for Dania Beach Marina Text 4 Marina Management Proposal Dania Beach Marina Approach for Dania Beach Marina Dania Beach Marina is situated in a prime location on the ICW in beautiful southern Florida. Oasis Marinas understands the City’s goal to improve and maintain the marina infrastructure and operations to provide a clean and safe environment for its customers. Our team is deeply familiar with this marina and its tremendous potential. Goals and Vision The Oasis vision for Dania Beach Marina is to transform this marina into a shining beacon in this community. With Oasis Marinas, Dania Beach Marina can be a first-class marina with clean facilities and market-leading services. Our marina management team will focus on improving and maximizing the marina’s space, revenue potential, service, financial control, and property maintenance. To do this Oasis Marinas will provide management services for Dania Beach Marina that include but are not limited to marina operations, maintenance, marketing and security while maximizing net revenue to the City. Transition Approach/Project Workload As the country’s leading third-party management company, Oasis has a robust, proprietary process for onboarding new marinas. Our preference is to start with a face-to-face meeting to introduce ourselves and build a strong foundation for our future relationship. Once an agreement has reached and a contract signed, a dedicated Project Manager is appointed who will oversee the integration process (typically 30- 60 days depending on the complexity of the marina), ensuring a smooth transition from the current operator and the effective engagement of Oasis’ engine. Operations Approach From the moment the Oasis team begins managing a new marina, our team focuses on these key areas: service, marketing, maintenance, financial control, leadership training and technology enhancements. Remarkable Service Oasis Marinas will always place customer satisfaction at the top of the list. Our team will offer remarkable amenities and dockside service with attention to detail. Powerful Marketing Oasis Marinas provides marina guests an interactive experience to strengthen loyalty and draw in more boaters. Our marketing team will use online and local direct marketing channels, backed by our major industry partners, to increase the exposure of the marina. Detailed Maintenance Oasis Marinas is all about planning and organization. Our team will implement our Property Improvement Plan to create a more efficient, safe, and profitable operation. This is done both to ensure everything is in working order for the customer as well as to eliminate any safety risks. Financial Control Oasis Marinas uses metrics-driven strategies to forecast, track, and grow marina profit. We not only streamline expenses, but we also grow and expand the marina’s revenue to its full potential. Leadership Training Oasis Marinas is passionate about our standards for hiring and training. Only the best people are hired and trained with the goal of providing each marina exceptional service. Technology Integration Oasis Marinas will manage all accounting and payments for the marina using our mar ina management system. We will also improve technology with our online reservation software, backed by leading industry partners. 16 Marina Management Proposal Dania Beach Marina RFP 23-012 Marina Management Proposal Dania Beach Marina RFP 23-012 17 17 Marina Management Proposal Dania Beach Marina RFP 23-012 Remarkable Service At Oasis Marinas, we set the standard for the marina industry of consistent brand experiences, quality operations, customer service and facility conditions. Oasis Marinas revolutionizes the marina experience by offering efficient and clean operations without sacrificing the higher levels of service customers crave. First impressions are critical. We inspire loyalty and return visitation with consistent excellent customer service. For this reason, Oasis Marinas is heavily focused on the customer experience from the moment guests reserve a boat slip or walk through the door until they leave the property. To enrich the guest experience further, we measure customer experiences at our marinas and use that for process and service improvements. At the conclusion of their stay each boater receives a digital survey. Our team gathers the survey feedback and uses the results to focus on improvement areas. Oasis properties consistently score higher than our competition, and this feedback loop is how we ensure continual improvement. Customer Service Training Courses “Bow to Bye” Service Five-Diamond Service Standards Dynamic, Flexible, & Proactive Hospitality Marina Management Proposal Dania Beach Marina RFP 23-012 18 Powerful Marketing Driving Business to your Marina Today’s breed of marketer leads by leveraging data. The Oasis performance marketing team are Google Analytics certified, which guarantees our ability to infuse insightful customer analytics into our day-to-day marketing strategy. We bring this data-driven approach to your marina to understand where and what guests want starting from their initial destination search, through to slip reservation, arrival, stay, and future return. Oasis Marinas offers the most impactful marketing and media outreach in the marine industry that is imperative to fuel the future growth and success of Dania Beach Marina. Our marketing performance team brings major industry partnerships and experience where we can guarantee elevated exposure for your marina. We focus on the complete customer journey, not just a singular point, which makes Oasis a remarkable fit in managing Dania Beach Marina. Before developing a comprehensive marketing strategy, our team analyzes the market’s current activities, local market conditions, customer feedback, website optimization and what we call the BJM - Boaters Journey Map, which prescribes individual touchpoints along the boaters’ path from planning their destination, reserving a slip, time during stay, through to departure and return. Retaining Business Although we build awareness around events on-site to bring in local business and net new guests from outer markets, we highly consider the attention of the returned visit. Our consumption of guest information allows us to build targeted and timely marketing content which will inspire guests to return. By identifying who our loyal customers are, we can invite them to an internal social influencer program to aid in spreading the word across their network of boaters. Data strengthens our marketing strategy, drives efficiencies, and delivers value to both the bottom line and our guests. 18 Marina Management Proposal Dania Beach Marina RFP 23-012 19 19 Marina Management Proposal Dania Beach Marina RFP 23-012 Detailed Maintenance With Oasis Marinas, you can expect comprehensive lifecycle management that focuses on the marina infrastructure, grounds maintenance, vendor management, sustainability programs, and emergency preparedness. Property Improvement Plan A Property Improvement Plan ensures the proper management of spending and investments. With a professional and metrics-driven approach, we can help you plan, construct, operate and maintain your facilities to ensure maximum life at the least amount of cost. Oasis Marinas, along with its industry partners, will ensure your facility and operations are green, efficient and in compliance with all regulations. Dania Beach Marina needs a proven team that can budget and execute the vision for the marina. The Oasis Marinas Property Improvement Plan will help articulate the vision and align with current and future investments. Vendor Management We understand that organizing vendors and contracts can be stressful and time consuming. Successfully managing great vendors is critical to a property’s success. Oasis Marinas will leverage our portfolio of marinas to manage all vendor services, provide project management and contract negotiation to act as the liaison between site vendors and ownership. As part of our holistic management approach, Oasis Marinas will negotiate, support and manage all executed and effective contracts that you have with your various vendors and partners. By letting Oasis manage your vendors and contracts, you can save yourself time and money, while ensuring a seamless experience. Vendor Services Include: • Cost benefit analysis & materials sourcing • Project management • New product offerings • Partnership development • Negotiation • Contract review & management • Service level agreements Lifecycle Property Management Marina Maintenance Property Activation Vendor Management Sustainability Programs Emergency Preparedness Marina Management Proposal Dania Beach Marina RFP 23-012 20 Financial Control At Oasis Marinas, one of our top priorities beyond service is detailed financial management and control. Dania Beach Marina will gain a professional accounting team governed by General Accepted Accounting Principles. Our team of professionals prepares detailed monthly invoicing, budgeting, forecasting, and reporting. At the site level, Oasis Managers are trained in budgeting, which allows our onsite team to be more in-tune to operational needs in real-time. Each of our properties undergo monthly budget reviews by our corporate office, followed up by quarterly and annual reviews. Oasis Marinas will provide the following financial management services for Dania Beach Marina listed below. Monthly Statements Daily Reconciliation Accounts Receivable & Payable Monthly Forecasting Annual Budgets Detailed Reporting 20 Marina Management Proposal Dania Beach Marina RFP 23-012 Marina Management Proposal Dania Beach Marina RFP 23-012 21 Leadership skills Boat operations Customer service Problem solving skills Maintenance Safety and first aid Emergency management Hurricane preparedness Environmental management Leadership Training Excellent customer service begins and ends with great people. A smiling face and a helpful hand immediately set the tone for a guest’s experience onsite, and we are diligent in how we source, hire and train our teams. Using a combination of online assessments and in-person auditions, we identify and test candidates to determine if they have a genuine interest in serving others. Once hired, we support them with a robust training program designed to not only give them the skills they need, but to also create a culture of professional growth. In fact, our cutting-edge Learning Management System has more than 100 courses for team members, covering topics such as marine safety, coaching, time management, public speaking, and personal wellness. We even use gamification within the system to encourage engagement, with members earning badges and rewards as they pass our courses! With our “hire for attitude, train for skill” approach, brand standards, training, and hospitality experience, we confidently promise to Dania Beach Marina Five-Diamond, hospitality-focused marina management services that will rival any luxury hotel in the world. Leadership Training Courses Training will cover at a minimum the following topics and delve deeper into each segment as it directly correlates to this operation’s requirements. 21 Marina Management Proposal Dania Beach Marina RFP 23-012 Marina Management Proposal Dania Beach Marina RFP 23-012 22 Technology Integration At Oasis Marinas, we believe that technology can enable our operations staff to spend more facetime with boaters and less time behind a desk. We use technology throughout the entire operation in accounting, contract management, slip reservations, facility maintenance, boat launch reservations, employee training and attendance tracking. Marina Management Technology We provide technology solutions that allow the location manager a 360-degree view of operations and facilities management. Our marina management system allows our team to track sales and inventory in real-time in an efficient and effective manner. All data is housed in one place and enables us to leverage the data for marketing and customer service management purposes. The technology we use also enables us to automate many of the back-end operations, thereby allowing the location manager to focus on customer service. Management System Dashboard View 22 Marina Management Proposal Dania Beach Marina RFP 23-012 Enterprise Solutions Cloud Deployment Dockside Manager Mobile Solution Electronic Point of Sale Solution Online Reservation Integration Finance & Metering Systems Integration Enhanced Contact Management Data Conversion Capabilities Marina Management Proposal Dania Beach Marina RFP 23-012 23 23 Marina Management Proposal Dania Beach Marina RFP 23-012 Emergency Preparedness Oasis Marinas maintains a comprehensive Emergency Procedures Plan within our SOP Manual. Staff members will be trained on safety and emergency procedures. Some areas of interest covered in our plan include emergency contacts, vessel owner action plan, facility evacuation plan and emergency checklists to secure the facility and vessels. Sustainability Programs Clean Marina Program All our marinas seek to achieve the Clean Marina status. Oasis Marinas excels in managing sustainability initiatives and will handle all the regulatory requirements to help Dania Beach Marina complete the Clean Marina program. The Clean Marina Certification is a clear indication to the State, the community and to boaters that Dania Beach Marina is committed to running a low impact and sustainable marina operation. Become an Environmental Steward Manage a Cleaner & More Efficient Facility Serve as a Valuable Asset to the Community Marina Management Proposal Dania Beach Marina RFP 23-012 24 Better Quality More Qualifications More Innovation Design-Build Approach Better Quality More Qualifications More Innovation Design-Build Approach The Value Oasis Offers Development Management The Oasis Marinas difference does not stop with high-touch hospitality and metric-driven operations but also extends to marine industry construction management. Oasis Marinas takes ownership of overseeing all phases of our projects being the single point of contact. Phases include permitting, design and construction. Oasis Marinas uses the Design-Build project delivery solution to provide a single source of responsibility for the overall project and to save time and money by encouraging innovation and collaboration with all parties (Owner, Designer, Builder). Only one contract is necessary with this approach, and Oasis is able to provide improved project communication, coordinated project timelines and more accurate project budgets. Market Studies Bathymetric Surveys Construction Permitting Age & Quality of Assets Layout Configuration Maintenance & Operations Engineering & Design Wind & Wave Studies Geotechnical Studies 24 Marina Management Proposal Dania Beach Marina RFP 23-012 Fully Satisfied Customers Improved Budget Fewer Disputes Improved Timelines 4. References Marina Management Proposal Dania Beach Marina RFP 23-012 26 References Cambridge Municipal Yacht Basin City of Cambridge, MD 410 Academy Street,Cambridge, MD 21613 Tom Carroll City Manager Phone: 410-228-4020 Email: tcarroll@choosecambridge.com Website: Cambridge Yacht Basin Fernandina Harbor Marina City of Fernandina Beach, FL 204 Ash St Fernandina Beach, FL 32034-4230 Tammi E. Bach City Attorney Phone: 904-310-3276 Website: Fernandina Harbor Marina North Coast Harbor City of Cleveland, OH 1020 East 9th Street, Cleveland, OH 44114 John Hoose Assistant Commissioner of Airport Strategy Phone: 216-857-0050, Email: jhoose@clevelandairport.com Website: North Coast Harbor Marina Port Lorain Lorain Port and Finance Authority 319 Black River Lane, Lorain, Ohio 44052 Tom Brown Executive Director Phone: 440-204-2265 Website: Oasis Marinas at Port Lorain Troy Downtown Marina City of Troy, NY 401 River Street, Troy, NY Chris Nolin Deputy Mayor Phone: 518-279-7130 Email: chris.nolin@troyny.gov Website: Troy, NY Downtown Marina Marina Management Proposal Dania Beach Marina RFP 23-012 27 5. Price Marina Management Proposal Dania Beach Marina RFP 23-012 28 Pricing Terms Dania Beach Marina Option 1: Fixed Fee (In line with current marina management agreement) Management Fee $120,000 Annually (Annual increases matching Consumer Price Index not to exceed 5% increase) Incentive Fee 2% of NOI Contract Term 5 Years Plus, additional renewal periods. 28 Marina Management Proposal Dania Beach Marina RFP 23-012 Option 2: Percent of Revenue (Oasis’ typical marina management agreement structure) Management Fee $6.5% of Revenue Incentive Fee 2% of NOI Marina Management Proposal Dania Beach Marina RFP 23-012 29 Dania Beach Marina Proposed Operating Budget Oasis Marinas is confident that we can provide the marina operations at Dania Beach Marina with substantial financial, operational, and service improvements based on our track record of revenue improvement success across our entire portfolio. Please see the following projections based on both Management Fee Options as previously outlined. Option 1 Option 2 Y1 %Y2 %Y3 %Y4 %Y5 % 2024 2025 2026 2027 2028 Revenue 1,779,813 2,066,868 2,295,646 2,549,512 2,831,193 Revenue Wet Storage 1,779,813 2,066,868 2,295,646 2,549,512 2,831,193 GOP 1,779,813 100.00% 2,066,868 100.00% 2,295,646 100.00% 2,549,512 100.00% 2,831,193 100.00% Expenses (841,417) -47.28% (873,736) -42.27% (912,562) -39.75% (954,008) -37.42% (998,305) -35.26% Expenses Payroll & Other Expenses (325,162) -18.27% (334,917) -16.20% (344,964) -15.03% (355,313) -13.94% (365,972) -12.93% Expenses R&M (24,000) -1.35% (24,720) -1.20% (25,462) -1.11% (26,225) -1.03% (27,012) -0.95% Expenses Utilities (72,663) -4.08% (84,382) -4.08% (93,722) -4.08% (104,087) -4.08% (115,587) -4.08% Expenses Supplies (2,400) -0.13% (2,472) -0.12% (2,546) -0.11% (2,623) -0.10% (2,701) -0.10% Expenses Marketing (52,000) -2.92% (42,000) -2.03% (42,000) -1.83% (42,000) -1.65% (42,000) -1.48% Expenses Rent - 0.00%- 0.00%- 0.00%- 0.00%- 0.00% Expenses Contract (110,517) -6.21% (114,998) -5.56% (119,268) -5.20% (123,760) -4.85% (128,491) -4.54% Expenses Credit Card Fee (48,077) -2.70% (55,831) -2.70% (62,011) -2.70% (68,869) -2.70% (76,478) -2.70% Expenses Insurance (49,600) -2.79% (51,088) -2.47% (52,621) -2.29% (54,199) -2.13% (55,825) -1.97% Expenses Professional Fees (26,000) -1.46% (26,000) -1.26% (26,000) -1.13% (26,000) -1.02% (26,000) -0.92% Expenses Management Fee (120,000) -6.74% (126,000) -6.10% (132,300) -5.76% (138,915) -5.45% (145,861) -5.15% Expenses Other (10,998) -0.62% (11,328) -0.55% (11,668) -0.51% (12,018) -0.47% (12,378) -0.44% Expenses Taxes Real Estate & Others - 0.00%- 0.00%- 0.00%- 0.00%- 0.00% NOI to City 938,396 52.72% 1,193,132 57.73% 1,383,085 60.25% 1,595,503 62.58% 1,832,888 64.74% Expenses Incentive Fee (18,768) 0.00% (23,863) 0.00% (27,662) 0.00% (31,910) 0.00% (36,658) 0.00% Disclaimer. This pro-forma contains certain estimates, forecasts, and financial projections (“Estimates”). Owner acknowledges that there are uncertainties inherent in attempting to make such Estimates, that Owner is familiar with such uncertainties, that Owner is taking full responsibility for making its own evaluation of the adequacy and accuracy of all Estimates (including the reasonableness of any assumptions underlying such Estimates), and that actual results may differ materially. Owner is cautioned not to place undue reliance on the Estimates. Oasis does not make any representation, warranty, or guaranty with respect to the Estimates (including any such underlying assumptions). No assurances can be given that the future results indicated, whether expressed or implied, will be achieved. Y1 %Y2 %Y3 %Y4 %Y5 % 2024 2025 2026 2027 2028 Revenue 1,779,813 2,066,868 2,295,646 2,549,512 2,831,193 Revenue Wet Storage 1,779,813 2,066,868 2,295,646 2,549,512 2,831,193 GOP 1,779,813 100.00% 2,066,868 100.00% 2,295,646 100.00% 2,549,512 100.00% 2,831,193 100.00% Expenses (837,105) -47.03% (882,082) -42.68% (929,479) -40.49% (980,812) -38.47% (1,036,472) -36.61% Expenses Payroll & Other Expenses (325,162) -18.27% (334,917) -16.20% (344,964) -15.03% (355,313) -13.94% (365,972) -12.93% Expenses R&M (24,000) -1.35% (24,720) -1.20% (25,462) -1.11% (26,225) -1.03% (27,012) -0.95% Expenses Utilities (72,663) -4.08% (84,382) -4.08% (93,722) -4.08% (104,087) -4.08% (115,587) -4.08% Expenses Supplies (2,400) -0.13% (2,472) -0.12% (2,546) -0.11% (2,623) -0.10% (2,701) -0.10% Expenses Marketing (52,000) -2.92% (42,000) -2.03% (42,000) -1.83% (42,000) -1.65% (42,000) -1.48% Expenses Rent - 0.00%- 0.00%- 0.00%- 0.00%- 0.00% Expenses Contract (110,517) -6.21% (114,998) -5.56% (119,268) -5.20% (123,760) -4.85% (128,491) -4.54% Expenses Credit Card Fee (48,077) -2.70% (55,831) -2.70% (62,011) -2.70% (68,869) -2.70% (76,478) -2.70% Expenses Insurance (49,600) -2.79% (51,088) -2.47% (52,621) -2.29% (54,199) -2.13% (55,825) -1.97% Expenses Professional Fees (26,000) -1.46% (26,000) -1.26% (26,000) -1.13% (26,000) -1.02% (26,000) -0.92% Expenses Management Fee (115,688) -6.50% (134,346) -6.50% (149,217) -6.50% (165,718) -6.50% (184,028) -6.50% Expenses Other (10,998) -0.62% (11,328) -0.55% (11,668) -0.51% (12,018) -0.47% (12,378) -0.44% Expenses Taxes Real Estate & Others - 0.00%- 0.00%- 0.00%- 0.00%- 0.00% NOI to City 942,708 52.97% 1,184,786 57.32% 1,366,168 59.51% 1,568,700 61.53% 1,794,721 63.39% Expenses Incentive Fee (18,854) 0.00% (23,696) 0.00% (27,323) 0.00% (31,374) 0.00% (35,894) 0.00% Disclaimer. This pro-forma contains certain estimates, forecasts, and financial projections (“Estimates”). Owner acknowledges that there are uncertainties inherent in attempting to make such Estimates, that Owner is familiar with such uncertainties, that Owner is taking full responsibility for making its own evaluation of the adequacy and accuracy of all Estimates (including the reasonableness of any assumptions underlying such Estimates), and that actual results may differ materially. Owner is cautioned not to place undue reliance on the Estimates. Oasis does not make any representation, warranty, or guaranty with respect to the Estimates (including any such underlying assumptions). No assurances can be given that the future results indicated, whether expressed or implied, will be achieved. Marina Management Proposal Dania Beach Marina RFP 23-012 30 6. Proposal Bond Marina Management Proposal Dania Beach Marina RFP 23-012 31 Marina Management Proposal Dania Beach Marina RFP 23-012 32 7. Exhibits A-G Forms Marina Management Proposal Dania Beach Marina RFP 23-012 38 Certificate of Good Standing Marina Management Proposal Dania Beach Marina RFP 23-012 39 Corporate Bios Kenneth Svendsen – Chief Executive Officer Kenneth Svendsen brings 30 years of broad consumer facing experience that began in sales and marketing in the travel industry in Europe before successful roles with The Walt Disney Company, Hilton Worldwide, Entertainment Cruises and most recently, Hornblower Cruise Events (who acquired Entertainment Cruises). He operated his first “stand alone” P&L with Disney responsible for Walt Disney Travel Company in 2000 and has been a GM, President, or CEO for 20 years. Kenneth most recently was President of Hornblower Cruises Events, operator of three different portfolios that include 157 ships, 4,900 staff and annual revenue of 850 M. During his tenure with Hornblower, Kenneth planned, integrated, and led what became the world's largest provider of water-based dining, sightseeing, private charter, and transportation experiences. He oversaw and led the expansion into Europe with the acquisition of the largest GB operator serving 9.8 M guests each year (up from 1.6 M in 2016) across 22 coveted destinations in the US, Canada, U.K. Dan Cowens – Founder Dan’s love for the water began when he worked for Annapolis Bay Charters in Annapolis Maryland throughout high school and has continued to grow since. Dan Cowens is the visionary and architect behind Oasis Marinas. In 2014, Dan founded Oasis Marinas with the goal of providing a higher level of service to marina owners and boaters. He believed that there was a need for a more modern and customer-focused approach to marina management. Under Dan’s leadership, Oasis Marinas has grown rapidly and now manages dozens of marinas across the United States. The company's success is due in part to Dan’s innovative approach to marina management. He has implemented new technologies and systems to streamline operations and improve the customer experience. Dan is also committed to giving back to the community. He is involved in several charitable organizations, including the Chesapeake Bay Foundation and the Annapolis Maritime Museum. Sever Hida – Chief Financial Officer Sever is head of the finance organization at Oasis where he is driven to provide a high-quality product to clients while acting as a partner in their value creation. He brings over 20 years of financial and accounting experience with a demonstrated record of leadership in scaling finance organizations of various high growth companies through process development, controls restructuring and finance systems implementations across multiple industries and geographies. Having previously worked for both public and private companies across sectors including Telecommunications, Construction, Publishing, Animal Health and Nuclear Power in New York, London, Baltimore and now Annapolis, Sever brings a unique and diverse perspective to the marina industry. Sever holds an MBA from New York University, Stern School of Business and is a licensed CPA. He and his wife are both avid runners and endurance athletes who explore the world with a thirst for challenge and adventure. Marina Management Proposal Dania Beach Marina RFP 23-012 40 Paul Sanett – Chief Growth Officer Paul joined Oasis from Star Harbor, the world’s first immersive and fully comprehensive commercial spaceflight training facility and research and development campus. As the COO, he served as a thought partner to the CEO and second in command at the maturing aerospace startup. In this role, Paul’s responsibilities included directing the day-to-day administrative, commercial and operational functions, as well as leading fund raising and investor relations. Prior to Star Harbor, Paul was SVP Sales, Marketing Growth at Hornblower Group, a global leader in world-class experiences and transportation. He was responsible for leading all aspects of revenue growth and long-term profitability (M&A sales, marketing, guest contact centers, revenue management, new product development and innovation) for their City Experiences division. Paul also has 20 years of experience in the hospitality industry working for River North Group, a boutique Private Capital firm in Chicago as well as Hilton, where he started his career as Director of Corporate Development and Senior Director Global Marketing. Alana Tompkins – Chief Marketing Officer Alana joined Oasis officially in July this year as she led a review of the Company’s overall branding and strategy. She is a tenured agency, marketing and sales executive with a diverse skill set and a history of success, having enabled growth by developing and delivering marketing strategies, programs, custom campaigns, special events, promotions and sales strategies for companies such as Regency Pet, AOL, Google, CBS, Discovery, Centers for Medicare and Medicaid, Export Import Bank, Treasury Department, Ford, Johnson Johnson, and the National Retina Institute. She has been a driver of new business, strategic relationships, and creative performance. She learned early on the necessary leadership skills that have earned her client trust and respect. She also possesses creative talent, understands the importance of great content and testing, and works well with her creative constituents and agency partners. Alana has worked in the digital marketing space for more than 17 years and possesses a fluent understanding of digital formats, platforms and programs that will generate the best results relevant to generating awareness, optimization, engagement, and demand generation. Her expertise with field sales, national accounts, operations, and marketing will ensure that digital strategies are properly integrated within larger marketing programs like search, social, display and email, which will allow the team to develop and execute actionable audience-based strategies across the entire boating, marina and institutional investor ecosystem of varying stakeholders Evelyn Costa – Chief Human Resources Officer Evelyn Costa joined Oasis in 2022 with 15 years if experience developing and executing human resource strategies in support of the overall business plan and strategic direction of the organization, specifically in the areas of succession planning, talent management, change management, organizational and performance management, training and development, and compensation. Evelyn is experienced working in the US and LATAM markets overseeing multi-state, start-ups, privately owned organizations in the e-learning, healthcare, health and wellness and hospitality industries. Marina Management Proposal Dania Beach Marina RFP 23-012 41 Brian Arnold – VP of Business Development Brian has 23 years of sales, business development, customer service and operations experience. In this time, he has worked in telecommunications, real estate, hospitality management and marina business development. Brian is also a USCG licensed master, lifelong boater and loves cruising, water sports and traveling. Nate Moyer – VP of Operations Nate Moyer has 17 years in operations management and is obsessed with providing growth opportunities for his team and creating exceptional guest experiences. He firmly believes that attention to small details add up quickly to drive bottom-line growth while also generating top customer satisfaction. Nate is a flexible and seasoned leader who partners with corporations, municipalities and private ownership to strengthen their business and maximize their assets. Roger Wieland – VP of Operations Roger works alongside Nate in managing the day-to-day operations for our company. Roger is a native of New York and lives with his family in Annapolis. Roger has had a distinguished career in Operations and Strategy. He is a veteran of the Navy and a graduate of the Naval Academy in Annapolis. Most recently Roger was the marketplace manager for Workrise and transformed their go-to-market and growth strategy. Prior to Workwise, Roger spent a number of years leading project and engagement teams at Deloitte. He led multiple teams of individuals who build efficient, innovative, and transformative business processes for companies across the country. He has had a prominent career managing financial performance and has led companies in their pursuit of growing market share and business development opportunities. Jat Talton – VP of Marina Development Jat is a second-generation General Contractor, holds a Bachelor of Science in Construction Management from East Carolina University and has over $1.5 billion in construction management experience. Jat has design and construction knowledge of both vertical and horizontal real estate development. Collectively, Jat has overseen the design and construction of over 150 marinas across North America. Jat prides himself on adding value to all projects by protecting the Owner’s investment and driving projects to completion while maintaining quality, budget, schedule and customer satisfaction. Marina Management Proposal Dania Beach Marina RFP 23-012 51 Agreement Review Marina Management Proposal Dania Beach Marina RFP 23-012 52 Agreement Review Oasis has reviewed the draft agreement. Proposer reserves the right to negotiate contract terms that are mutually agreeable to both parties after contract award based on the evaluation criteria expressed in the RFP. Marina Management Proposal Dania Beach Marina RFP 23-012 53 Industry Partners Brian C. Arnold | Vice President, Business Development Brian@oasismarinas.com | C: (410) 703-4737 Experience Remarkable! | www.oasismarinas.com Paul Sanett | Chief Growth Officer psanett@oasismarinas.com | C: (703) 656-6926 Experience Remarkable! | www.oasismarinas.com 30 EXHIBIT D: ANNUAL BUDGET PROVISIONS a. Contents of Annual Budget. The Annual Budget shall contain the following information for the upcoming Operating Year: (i) an estimate of Marina Revenue, Operating Expenses, Monthly Management Fee, Monthly Incentive Fee, Required Programs Charges, Accounting Services, Marketing Services, and IT Services, and Reimbursable Expenses, along with the key assumptions used by Oasis in deriving such estimates; (ii) an estimate of amounts to be deposited into the Reserve Fund and anticipated expenditures to be made from the Reserve Fund; (iii) an estimate of the anticipated capital expenditures in the forthcoming Operating Year; (iv) a marketing plan for the Marina; (v) a three (3) year operating projection; (vi) a three (3) year forecast for major capital expenditures; and (vii) such reasonable additional and supplemental information with respect to the operation of the Marina as shall be requested by City. b. Initial Meeting to Discuss. Upon City’s request, following delivery of the proposed Annual Budget, Oasis shall meet with City at the Marina (or such other location as they may agree, or telephonically, if agreed by City and Oasis) to answer any questions, to discuss City’s suggestions regarding the Annual Budget, and to attempt to resolve any areas of disagreement pertaining to the Annual Budget. c. Written Objections. Within the later of (i) fifteen (15) days after meeting with Oasis or (ii) thirty (30) days after receipt of the proposed Annual Budget from Oasis, City shall provide Oasis with any objections to such proposed Annual Budget in writing, in reasonable detail (including the specific items to which City’s objects and the reasons for such objections), along with City’s proposed changes to the Annual Budget. City shall be deemed to have approved that portion of any proposed Annual Budget to which City has not responded to within such time period. If City has provided written objections to the Annual Budget, City and Oasis shall again meet at the Marina (or at such other location as they may agree, or telephonically if agreed by City and Oasis) to discuss any written objections made by City. Oasis and City will endeavor in good faith to resolve City’s objections. Oasis shall, if appropriate, submit revisions to the proposed Annual Budget for City’s review. The Parties shall use commercially reasonable efforts to reach an agreement upon the Annual Budget prior to the date that the Marina opens to the public under Oasis’ management pursuant to this Agreement, with respect to the first Annual Budget, or prior to January 1 of each year, with respect to each Annual Budget thereafter. If Oasis and City have not been able to agree upon an approved Annual Budget by January 1 of the year to which the proposed Annual Budget pertains, then Oasis shall operate the Marina (a) in accordance with those aspects of the proposed Annual Budget that were not objected to by City, and (b) for those areas for which there is an objection, in accordance with the actual expenses for the prior year, subject to the increase in CPI over the prior year. d. Withholding Approval. City shall not have the right to withhold its approval with respect to the following aspects of the Annual Budget: (i) Oasis’ projections of Marina Revenue; (ii) the following costs over which Oasis has no control: taxes, insurance premiums, utility rates, legal requirements; (iii) employee wages, compensation, and benefit programs to the extent applied on a system-wide basis to other marinas operated by Oasis, taking into account fluctuation for local market conditions; (iv) Required Programs Charges; and (v) costs and expenses required to maintain the Oasis Standards. 31 EXHIBIT E: ANNUAL BUDGET PROVISIONS Accounting Support Services include the following: 1. Full cycle accounting: • Reconciliations of all Balance Sheet accounts, including bank accounts • Reconciliation of debt facility activity • Posting of all transactional activity from • Posting of all month-end cut off, deferral and accrual activity • Posting of all capitalizations, disposals, depreciation, and other asset activity • Reconciliation of inventory, maintenance of inventory items if applicable 2. Accounts Receivable • Invoicing • Collections management • Account Deposits • Deferred revenue contract mgmt. and accounting 3. Accounts Payable management: • Sourcing, negotiating, onboarding and maintaining vendor relationships – done at Oasis’ scale of purchasing power • Payment of vendor bills • 1099 filings 4. Tax compliance: • Filing all Sales Tax Reporting • Assistant as needed with registrations 5. Manage accounting systems: • Marina Operations and Points of Sale • Transient Reservation Platform • Accounting and Bookkeeping platform • Payroll and HRM system • Procurement, Vendor and Expense Management System • System maintenance and version control 6. Financial Statements Prepared • On or about the tenth (10th) business day of each month • Compared to the month immediately preceding • Statements (GAAP Basis) a. Balance sheet b. Income statement c. Cash flows. 7. Forecast and annual budget. Any additional services requested that are not included above will be charged on an hourly basis at a rate of $150.00 per hour. 32 EXHIBIT F: MARKETING SERVICES Marketing Services include the following: • Ongoing website maintenance (hosting management, content updates) • Search Engine Optimization management and monitoring • Pay Per Click Advertising management and monitoring • Organic Social Media boost (4 posts per month per channel) • Blog posts - 2/mo. • Inbound Marketing - 4 email campaigns • Direct Mail - 2 campaigns • Day to day account management – up to 10 hours per month Services exclude third-party costs, creative services, production costs and advertising spend which will be budgeted and billed as Operating Expenses. Any additional marketing services that are requested by Owner or are necessary and that are not included above will be charged as set forth on the then-current menu of prices for marketing services as published by Oasis from time to time. City of Dania Beach Parks & Recreation Memorandum DATE: 1/9/2024 TO: Mayor and Commissioners FROM: Ana M. Garcia, ICMA-CM, City Manager VIA: Cassi Waren, CPRP, Deputy Director of Parks and Recreation SUBJECT: Waiving the competitive bidding and authorizing to obtain equipment rentals and services from Herc Rentals, Inc. utilizing the City of Charloette, North Carolina's contract award under Request for Proposal No. 269-2018-047 and to exceed the annual vendor threshold amount of Fifty-Thousand Dollars ($50,000.00) in a single fiscal year. Request: The Parks and Recreation Department is requesting the adoption of a resolution waiving the competitive bidding and authorizing to obtain equipment rentals and services from Herc Rentals, Inc. utilizing the City of Charloette, North Carolina's contract award under Request for Proposal No. 269-2018-047 and to exceed the annual vendor threshold amount of Fifty-Thousand Dollars ($50,000.00) in a single fiscal year. Background: The Department of Parks and Recreation rents electrical equipment and light towers for events throughout the fiscal year. These rentals can include but are not limited to, generators, spider boxes, electrical cords, light towers and other electrical/lighting items for each event to support the power and lighting needs of the events. The Department has rented equipment from Herc Rentals, Inc. and is pleased with the condition of the equipment and quality of service provided. The City wishes to utilize the City of Charlotte, NC's RFP #269-2018-047 and agreement for Equipment Rentals and Related Products and Services with Herc Rentals, Inc. to obtain competitive pricing for the services. The cost of these services will exceed the annual vendor threshold amount of Fifty Thousand Dollars ($50,000) City in a single fiscal year and therefore, City Commission authorization is needed. Budgetary Impact Funding for these services are budgeted for in the Special Events Account Number 001-72-09- 574-48-10 - Promotional Activities General Recommendation It is recommended that the City Commission adopt the resolution waiving the competitive bidding and authorizing to obtain equipment rentals and services from Herc Rentals, Inc. utilizing the City of Charloette, North Carolina's contract award under Request for Proposal No. 269-2018-047 and to exceed the annual vendor threshold amount of Fifty-Thousand Dollars ($50,000.00) in a single fiscal year. RESOLUTION NO. 2024-______ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA, WAIVING COMPETITIVE BIDDING AND AUTHORIZING TO OBTAIN EQUIPMENT RENTALS AND RELATED PRODUCTS AND SERVICES FROM HERC RENTALS, INC., UTILIZING THE CITY OF CHARLOTTE, NORTH CAROLINA’S CONTRACT AWARD UNDER REQUEST FOR PROPOSAL NO. 269-2018-047 AND TO EXCEED THE ANNUAL VENDOR THRESHOLD AMOUNT OF FIFTY THOUSAND DOLLARS ($50,000.00) IN A SINGLE FISCAL YEAR; PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Charter of the City of Dania Beach, Part III, Article 3, Section 4, Subsection (j), authorizes the City Manager to purchase supplies, services, equipment and materials for the City government in amounts in excess of the established monetary threshold without competitive bidding and without advertisement for bids if she is authorized to do so in advance by a resolution adopted by the City Commission; and WHEREAS, the Dania Beach Code of Ordinances, Chapter 2, Article 1, Section 2-10, “Monetary thresholds for certain purchases and payment disbursement authorizations”, Subsection (a), sets the monetary threshold at Fifty Thousand Dollars ($50,000.00) for a vendor each fiscal year; and WHEREAS, the Parks and Recreation Department rents electrical equipment and light towers for Dania After Dark and other events (the “Services”); and WHEREAS, the Department has rented equipment from Herc Rentals, Inc. (the “Vendor”) and is pleased with the condition of equipment and quality of service provided, and WHEREAS, the City wishes to utilize the City of Charlotte, North Carolina Agreement with the Vendor under RFP No. 269-2018-047 for Equipment Rentals and Related Products and Services to obtain competitive pricing for the Services; and WHEREAS, the cost of the Services will exceed the annual vendor threshold amount of Fifty Thousand Dollars ($50,000.00) in a single fiscal year and therefore, City Commission authorization is needed. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA BEACH, FLORIDA: Section 1.That the above “Whereas” clauses are ratified and confirmed, and they are made a part of and incorporated into this Resolution by this reference. 2 RESOLUTION #2024-______ Section 2.That the City Commission authorizes the proper City Officials to execute an Agreement which is attached as Exhibit “A” and incorporated into this Resolution by this reference, with the Vendor for the Services using the City of Charlotte, North Carolina Agreement with the Vendor under RFP No. 269-2018-047 for Equipment Rentals and Related Products and Services to obtain competitive pricing for the Services. Section 3.That all City Departments may use this Agreement for the procurement of equipment rental and other services under the City of Charlotte, NC pricing schedule. Section 4.That the City is authorized to exceed the annual Fifty Thousand Dollars ($50,000.00) purchase threshold for a single vendor for fiscal year 2023/24 and for all subsequent fiscal years that the Agreement is in place. Section 5.That all resolutions or parts of resolutions in conflict with this Resolution are repealed to the extent of such conflict. Section 6.That this Resolution shall become effective 10 days after passage. PASSED AND ADOPTED on , 2024. Motion by ______________________, second by ________________________. FINAL VOTE ON ADOPTION: Unanimous ____ Yes No Commissioner Joyce L. 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 AGREEMENT BETWEEN THE CITY OF DANIA BEACH, FLORIDA AND HERC RENTALS INC., TO PROVIDE EQUIPMENT RENTAL SERVICES UNDER THE CITY OF CHARLOTTE, NORTH CAROLINA REQUEST FOR PROPOSALS NO. 269-2018-047 ENTITLED “EQUIPMENT RENTALS AND RELATED PRODUCTS AND SERVICES”. This is an Agreement (“Agreement”) dated ____________________, 2024, between the City of Dania Beach, Florida, a Florida municipal corporation (“City”), with its principal place of business located at 100 West Dania Beach Boulevard, Dania Beach, Florida 33004 and Herc Rentals, Inc., a foreign corporation registered to conduct business in Florida, ("Contractor"), with its Florida mailing address of 27500 Riverview Center Boulevard, Bonita Springs, Florida 34134. In consideration of the mutual covenants, terms and conditions contained in this Agreement, and other good and valuable consideration, the adequacy and receipt of which are acknowledged and agreed upon, the parties agree to the following: 1. The current Agreement issued under RFP No. 269-2018-047 between the City of Charlotte, North Carolina and the Contractor, a copy of which is attached as Exhibit “A” and made a part of and is incorporated into this Agreement by this reference, shall be considered a part of this Agreement between the City and the Contractor. 2. Any insurance policy required pursuant to Exhibit A, Section 34, would name the City of Dania Beach under this piggyback. A copy of the insurance certificate shall be provided to the City of Dania Beach upon execution of this piggyback agreement. 3. The Pricing Sheet for equipment rental, a copy of which is attached as Exhibit “B” and made a part of and is incorporated into this Agreement by this reference, shall be considered a part of this Agreement between the City and the Contractor. 4. That in all other respects, the terms of Exhibit “A” apply to this Agreement. SIGNATURES ON THE FOLLOWING PAGES 2 IN WITNESS OF THE FOREGOING, the parties have set their hand and seal the day and year first written above. CITY OF DANIA BEACH, FLORIDA, a Florida municipal corporation ELORA RIERA, MMC ARCHIBALD J. RYAN IV, MAYOR CITY CLERK APPROVED AS TO LEGAL FORM AND CORRECTNESS EVE A. BOUTSIS, CITY ATTORNEY ANA M. GARCIA, ICMA-CM CITY MANAGER 3 CONTRACTOR: HERC RENTALS, INC., a foreign corporation, registered to conduct business in Florida. WITNESSES: SIGNATURE SIGNATURE PRINT Name PRINT Name SIGNATURE Title PRINT Name STATE OF FLORIDA COUNTY OF ____________________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, on ______ , 2024, by ________________________, as __________________________ of Herc Rentals, Inc., a foreign corporation registered to conduct business in Florida, who is personally known to me or has produced ____________ as identification. NOTARY PUBLIC My Commission Expires: State of Florida COMPETITIVE SOLICITATION BY CITY OF CHARLOTTE, NORTH CAROLINA FOR EQUIPMENT RENTALS AND RELATED PRODUCTS AND SERVICES ON BEHALF OF ITSELF AND OTHER GOVERNMENT AGENCIES AND MADE AVAILABLE THROUGH THE U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE RFP #269-2018-047 May 22, 2018 REQUEST FOR PROPOSALS RFP # 269-2018-047 Equipment Rentals and Related Products and Services May 22, 2018 Dear Sir or Madam: The City of Charlotte, North Carolina (herein “City” or “Lead Public Agency”) on behalf of itself and all states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein “Participating Public Agencies”) is now accepting Proposals for Equipment Rentals and Related Products and Services. The requirements for submitting a Proposal are stated in the attached Request for Proposals (the “RFP”). Please review them carefully. A Non-Mandatory Pre-Proposal Conference for the purpose of reviewing the RFP and answering questions regarding the Services will be held on June 6th, 2018, at 1:00 p.m., at the Charlotte-Mecklenburg Government Center (CMGC), 600 East Fourth Street, Charlotte, North Carolina 28202, Conference Room 280 or via teleconference at 704-432-5483. Please bring a copy of the RFP with you at that time. All interested Companies should return a completed Request For Proposals Acknowledgement Form (see Section 6, Form 1) by the date stated in the schedule in Section 3.1 of this RFP. An electronic copy of the RFP in Microsoft Word format may be obtained by contacting Karen Ewing at kewing@charlottenc.gov. All Proposals are due to the Management and Financial Services, Procurement Management Division, 9th Floor, CMGC 600 East Fourth Street, Charlotte, North Carolina 28202, no later than JUNE 26, 2018 at 2:00 p.m. Two (2) original Proposals signed in ink by a company official authorized to make a legal and binding offer, and two (2) electronic copies of the Proposal on individual flash drives in a searchable format such as MS Word or Adobe Acrobat must be submitted in a sealed box or opaque envelope plainly marked with the Proposal number and service description as follows: Request for Proposals Attention: Karen Ewing [Name of Company Submitting Proposal] Rental Equipment Products & Services RFP # 269-2018-047 RFP questions must be directed to Karen Ewing, Management and Financial Services, Procurement Management Division, per the enclosed instructions in Section 3.3. The City is an equal opportunity purchaser. Sincerely, Kay Elmore Chief Procurement Officer cc: Alexis Turner, U.S. Communities RFP Project File RFP #269-2018-047 Rental Equipment i Checklist for submitting a Proposal: Step 1- Read the document fully. Step 2- If you plan on submitting a Proposal then fax Form 1 in Section 6 to the number listed on the sheet. Steps 3- If you have any questions send them before the deadline listed in Section 3.3. If you plan to submit a Proposal you must f ollow this checklist, and must include everything detailed below. Proposal Copies - Please provide the specified number for each format 2 Copies marked “Original” in a sealed, non-transparent envelope that includes the Company name, the RFP number, and identification of the equipment, supply, and/or Services for which the Proposal is submitted. 2 Copies on flash drive. Proposal Format - Proposals should be formatted as follows: Included (Check) Requirements Cover Letter (per Section 5.1.1) Executive Summary (per Section 5.1.2) Addenda Acknowledgement Form (Section 6, Form 2) Proposal Submission Form (Section 6, Form 3) Attachment 1 containing: Fixed Percentage Discounts / Additional Charges / Market Basket / Lease Pricing / Purchase Option Pricing MWSBE Participation Plan (Section 6, Form 5) Company’s Background Response ) Section 6, Form 6) References (Section 6, Form 7) Non-Discrimination Provision (Section 6, Form 8) Certification Regarding Debarment (Section 6, Form 9) U.S. Communities Worksheet for National Program Consideration (Section 7) U. S. Communities Supplier Information (Section 7) U. S. Communities Administration Agreement – Signed, unaltered (Section 7) Exceptions to any part of the RFP (If you take any exceptions to anything in this document, please list it in a category in your Proposal called “Exceptions” and offer an alternative solution). The above items constitute all that must be included in the Proposal. If awarded a contract, you will be required to provide an insurance certificate that meets or exceeds the requirements set forth in Exhibit A, Section 34. It is the Company’s responsibility to check www.ips.state.nc.us or http://charlottenc.gov/DoingBusiness/Pages/ContractOpportunities.aspx for any addenda or changes to this Project. Search for RFP # 269-2018-047 to find if any documents or changes have been posted. Table of Contents RFP #269-2018-047 Rental Equipment ii TABLE OF CONTENTS 1. U.S. COMMUNITIES OVERVIEW AND REQUIREMENTS ...................................................... 1 2. INTRODUCTION ..............................................................................................................................12 2.1 OBJECTIVE ..................................................................................................................................12 2.2 DEFINITIONS ...............................................................................................................................12 2.3 ACCURACY OF RFP AND RELATED DOCUMENTS ........................................................................14 2.4 CITY’S RIGHTS AND OPTIONS......................................................................................................15 2.5 EXPENSE OF SUBMITTAL PREPARATION ......................................................................................15 2.6 PROPOSAL CONDITIONS ..............................................................................................................15 3 PROCUREMENT PROCESS ...........................................................................................................20 3.1 SCHEDULE AND PROCESS ............................................................................................................20 3.2 INTENT TO PROPOSE ....................................................................................................................20 3.3 INTERPRETATIONS AND ADDENDA ..............................................................................................20 3.4 PRE-PROPOSAL CONFERENCE .....................................................................................................21 3.5 SUBMISSION OF PROPOSALS ........................................................................................................21 3.6 CORRECTION OF ERRORS ............................................................................................................22 3.7 EVALUATION ...............................................................................................................................22 3.8 PROPOSAL EVALUATION CRITERIA .............................................................................................22 3.9 QUALIFICATIONS AND EXPERIENCE ............................................................................................23 3.10 PROJECT APPROACH / PROPOSED SOLUTION ...............................................................................23 3.11 COST EFFECTIVENESS AND VALUE..............................................................................................23 3.12 MWSBE SUBCONTRACTOR UTILIZATION ...................................................................................23 3.13 ACCEPTANCE OF THE TERMS OF THE CONTRACT ........................................................................23 3.14 CONTRACT AWARD BY CITY COUNCIL .......................................................................................24 3.15 VENDOR INCLUSION ....................................................................................................................24 4 SCOPE OF SERVICES .....................................................................................................................25 4.1 GENERAL SCOPE .........................................................................................................................25 4.2 PRODUCT STANDARDS AND SERVICE LEVEL REQUIREMENTS .....................................................25 4.3 OPTIONAL LEASE AND/OR PURCHASE OF EQUIPMENT .................................................................26 4.4 ENVIRONMENTAL PURCHASING REQUIREMENTS ........................................................................28 4.5 NEW PRODUCTS AND SERVICES ..................................................................................................28 4.6 EMERGENCY RESPONSE ..............................................................................................................28 4.7 TRAINING ....................................................................................................................................28 4.8 INSTALLATION ............................................................................................................................28 4.9 SAFETY .......................................................................................................................................28 4.10 WARRANTY .................................................................................................................................28 4.11 DELIVERY ...................................................................................................................................29 4.12 OPTIONAL WORK ........................................................................................................................29 4.13 REPORTS .....................................................................................................................................29 4.14 PRICING .......................................................................................................................................26 5 PROPOSAL CONTENT AND FORMAT. ......................................................................................30 REQUIRED FORM 1 - RFP ACKNOWLEDGEMENT .........................................................................32 REQUIRED FORM 3 - PROPOSAL SUBMISSION FORM .................................................................34 REQUIRED FORM 4 - PRICING WORKSHEET ..................................................................................36 REQUIRED FORM 5 – M/W/SBE UTILIZATION ................................................................................37 REQUIRED FORM 6 – COMPANY’S BACKGROUND RESPONSE .................................................39 REQUIRED FORM 8 – NON-DISCRIMINATION PROVISION .........................................................41 EXHIBIT A – SAMPLE CITY CONTRACT ............................ ERROR! BOOKMARK NOT DEFINED. Section 1 U.S. Communities Overview and Requirements RFP #269-2018-047 Rental Equipment 1 1. U.S. COMMUNITIES OVERVIEW AND REQUIREMENTS 1.1 MASTER AGREEMENT The City of Charlotte, NC (herein “Lead Public Agency”) on behalf of itself and all states, local governments, school districts, higher education institutions, other government agencies and nonprofit organizations in the United States of America (herein “Participating Public Agencies”) is soliciting proposals from qualified suppliers to enter into a Master Agreement for a complete line of Equipment Rentals and Related Products and Services (herein “Products and Services”). 1.2 OBJECTIVES A. Provide a comprehensive competitively solicited Master Agreement offering Products and Services to Participating Public Agencies; B. Establish the Master Agreement as a Supplier’s primary offering to Participating Public Agencies; C. Achieve cost savings for Suppliers and Participating Public Agencies through a single competitive solicitation process that eliminates the need for multiple bids or proposals; D. Combine the volumes of Participating Public Agencies to achieve cost effective pricing; E. Reduce the administrative and overhead costs of Suppliers and Participating Public Agencies through state of the art ordering and delivery systems; F. Provide Participating Public Agencies with environmentally responsible products and services. 1.3 GENERAL DEFINITION OF PRODUCTS AND/OR SERVICES Proposers are expected to propose the broadest possible selection of Rental Equipment that they offer commercially. The intent of this solicitation is to provide Participating Public Agencies with turnkey solutions to meet their various needs. Therefore, the Suppliers should have demonstrated experience in providing and installing the Products and Services as defined in this RFP, including but not limited to the following categories: 1) Construction Equipment – Heavy, Medium, and Light Equipment 2) Arial Lifts and Scaffold 3) Earth Moving Equipment 4) Electrical Tools, Power Equipment, and General Construction Tools 5) Material Handling Equipment 6) Facility Maintenance and Cleaning Equipment 7) HVAC Equipment 8) Pumps 9) Generators 10) Snow Removal Equipment Section 1 U.S. Communities Overview and Requirements RFP #269-2018-047 Rental Equipment 2 11) Safety Equipment 12) Portable Sign Boards 13) Portable Traffic Signals and Road Barricades 14) Refuse Trucks 15) Services - The complete listing of Services available from the Supplier such as, but not limited to, delivery and installation, repair and/or maintenance, equipment training programs, safety training programs, removal, and any other related Services to provide customer support. 16) Purchase Option – the resulting contract should include options for Participating Public Agencies who may wish to purchase equipment, either new or used. 17) Leasing Option- the resulting contract should include options for Participating Public Agencies who may wish to lease equipment. These options may include lease only and/or lease to purchase. Financing may be offered. 1.4 U.S. COMMUNITIES BACKGROUND U.S. Communities Government Purchasing Alliance (herein “U.S. Communities”) helps Participating Public Agencies reduce the cost of purchased goods through strategic sourcing that combines the purchasing power of public agencies nationwide. This is accomplished through an award of competitively solicited contracts for high quality products and services by large and well recognized public agencies (herein “Lead Public Agencies”). The contracts are available for use by the respective Lead Public Agency and, also, by other Participating Public Agencies. 1.4.1 National Sponsors U.S. Communities is jointly sponsored by the National Association of Counties (NACo), the National League of Cities (NLC), the Association of School Business Officials International (ASBO), the United States Conference of Mayors (USCM) and the National Governors Association (NGA) (herein “National Sponsors”). 1.4.2 Advisory Board The U.S. Communities Advisory Board is made up of key government purchasing officials from across the United States. Each Advisory Board Member is expected to actively participate in solicitations, participate in policy direction, and share expertise and purchasing innovations. Section 1 U.S. Communities Overview and Requirements RFP #269-2018-047 Rental Equipment 3 Current U.S. Communities Advisory Board Members Auburn University, AL Great Valley School District, PA Beaverton School District, OR Harford County Public Schools, MD City and County of Denver, CO Hennepin County, MN City of Charlotte, NC Los Angeles County, CA City of Chicago, IL Maricopa County, AZ City of El Paso, TX Miami-Dade County, FL City of Houston, TX North Carolina State University, NC City of Kansas City, MO Onondaga County, NY City of Los Angeles, CA Port of Portland, OR City of Ocean City, NJ Prince William County Schools, VA City of Seattle, WA San Diego Unified School District, CA Cobb County, GA State of Iowa, IA Denver Public Schools, CO State of Louisiana, LA Emory University, GA The Ohio State University, OH Fairfax County, VA The School District of Collier County Fresno Unified School District, CA 1.4.3 Participating Public Agencies Today more than 55,000 public agencies utilize U.S. Communities Contracts and suppliers to procure over $2.0 Billion Dollars in Products and Services annually. Each month more than 500 new public agencies register to participate. The continuing rapid growth of public agency participation is fueled by the program's proven track record of providing public agencies unparalleled value. The Supplier(s) must communicate directly with any Participating Public Agency concerning the placement of orders, issuance of the purchase order, Contractual disputes, invoicing, and payment. City of Charlotte, North Carolina is acting as "Contracting Agent" for the Participating Public Agencies and shall not be held liable for any costs, damages, expenses, fees, liabilities, etc. incurred by any other Participating Public Agency. Each Participating Public Agency enters into a Master Intergovernmental Cooperative Purchasing Agreement (MICPA) outlining the terms and conditions that allow access to the Lead Public Agencies’ Master Agreements. Under the terms of the MICPA, the procurement by the Participating Public Agency shall be construed to be in accordance with, and governed by, the laws of the state in which the Participating Public Agency resides. A copy of the MICPA is attached in Section 8. 1.4.4 Estimated Volume The estimated dollar volume of Products and Services purchased under the proposed Master Agreement is $150 Million Dollars annually. This estimate is based on the anticipated volume of the Lead Public Agency, the U.S. Communities Advisory Board members, and current sales within the U.S. Communities program. While there is no minimum quantity of Products Section 1 U.S. Communities Overview and Requirements RFP #269-2018-047 Rental Equipment 4 required to be purchased under the proposed Master Agreement, City of Charlotte and the U.S. Communities Advisory Board Members are committed to utilizing the Master Agreement. The Advisory Board members shall determine if the Master Agreement is of value to their agency, and will promote the Master Agreement among other public agencies nationwide. The Advisory Board in 2017 purchased more than $160 Million Dollars of Products and Services from existing U.S. Communities Contracts. 1.4.5 Marketing Support U. S. Communities provides marketing support for each Supplier’s products through the following: • National Sponsors as referenced above, • Over 90 State and Regional Sponsors, • Sales and marketing personnel that directly promote the U.S. Communities Suppliers to Participating Public Agencies through public agency meetings, webinars, direct mail, email, online and print advertising, social media, articles, and exhibiting and presenting at national and local trade shows. • U.S. Communities provides Suppliers government sales training and a host of marketing and sales management tools to effectively increase sales through U.S. Communities. 1.4.6 Multiple Awards Multiple awards may be issued as a result of the solicitation. Multiple Awards will ensure that any ensuing Master Agreements fulfill current and future requirements of the diverse and large number of Participating Public Agencies. The City of Charlotte reserves the right to award the Contract locally and/or nationally in the aggregate, by section, multiple award, primary, secondary, and tertiary, whichever is in the best interest of the City of Charlotte and Participating Public Agencies as a result of this solicitation. 1.4.7 Evaluation of Proposals Proposals will be evaluated by the Lead Public Agency in accordance with, and subject to, the relevant statutes, ordinances, rules and regulations that govern its procurement practices. U.S. Communities Advisory Board members and other Participating Public Agencies will assist the Lead Public Agency in evaluating proposals. The Supplier(s) that respond(s) affirmatively meets the requirements of this Request for Proposal and provides the best overall value will be eligible for a Contract award. U.S. Communities reserves the right to make available or not make available Master Agreements awarded by a Lead Public Agency to Participating Public Agencies. 1.4.8 Format of Proposals Respondents should provide their response in a single document that includes page numbers so evaluators can easily reference sections of the response. Information should be organized in the same way as the RFP is structured, meaning each question in the RFP should be shown directly followed by the proposer’s response. Section 1 U.S. Communities Overview and Requirements RFP #269-2018-047 Rental Equipment 5 SUPPLIER QUALIFICATIONS 1.5 SUPPLIERS 1.5.1 Commitments U.S. Communities views the relationship with an awarded Supplier as an opportunity to provide maximum benefit to both the Participating Public Agencies and to the Supplier. The successful foundation of the partnership requires commitments from both U.S. Communities and the Supplier. U.S. Communities requires the Supplier to make the four commitments set forth below (Corporate, Pricing, Economy, and Sales) to ensure that Supplier is providing the highest level of public benefit to Participating Public Agencies: (a) Corporate Commitment. (i) The pricing, terms and conditions of the Master Agreement shall, at all times, be Supplier’s primary Contractual offering of Products and Services to Public Agencies. All of Supplier’s direct and indirect marketing and sales efforts to Public Agencies shall demonstrate that the Master Agreement is Supplier’s primary offering and not just one of Supplier’s Contract options. (ii) Supplier’s sales force (including inside, direct and/or authorized dealers, distributors and representatives) shall always present the Master Agreement when marketing Products or Services to Public Agencies. (iii) Supplier shall advise all Public Agencies that are existing customers of Supplier as to the pricing and other value offered through the Master Agreement. (iv) Upon authorization by a Public Agency, Supplier shall transition such Public Agency to the pricing, terms and conditions of the Master Agreement. (v) Supplier shall ensure that the U.S. Communities program and the Master Agreement are actively supported by Supplier’s senior executive management. (vi) Supplier shall provide a national/senior management level representative with the authority and responsibility to ensure that the Supplier’s Commitments are maintained at all times. Supplier shall also designate a lead referral contact person who shall be responsible for receiving communications from U.S. Communities concerning new Participating Public Agency registrations and for ensuring timely follow- up by Supplier’s staff to requests for contact from Participating Public Agencies. Supplier shall also provide the personnel necessary to implement and support a supplier-based internet web page dedicated to Supplier’s U.S. Communities program and linked to U.S. Communities’ website and shall implement and support such web page. (vii) Supplier shall demonstrate in its procurement solicitation response and throughout the term of the Master Agreement that national/senior management fully supports the U.S. Communities Section 1 U.S. Communities Overview and Requirements RFP #269-2018-047 Rental Equipment 6 program and its commitments and requirements. National/Senior management is defined as the executive(s) with Companywide authority. (viii) Where Supplier has an existing Contract for Products and Services with a state, Supplier shall notify the state of the Master Agreement and transition the state to the pricing, terms and conditions of the Master Agreement upon the state’s request. Regardless of whether the state decides to transition to the Master Agreement, Supplier shall primarily offer the Master Agreement to all Public Agencies located within the state. (b) Pricing Commitment. (i) Supplier represents to U.S. Communities that the pricing offered under the Master Agreement is the lowest overall available pricing (net to purchaser) on Products and Services that it offers to Public Agencies. Supplier’s pricing shall be evaluated on either an overall project basis or the Public Agency’s actual usage for more frequently purchased Products and Services. (ii) Contracts Offering Lower Prices. If a pre-existing Contract and/or a Public Agency’s unique buying pattern provide one or more Public Agencies a lower price than that offered under the Master Agreement, Supplier shall match that lower pricing under the Master Agreement and inform the eligible Public Agencies that the lower pricing is available under the Master Agreement. If an eligible Public Agency requests to be transitioned to the Master Agreement, Supplier shall do so and report the Public Agency’s purchases made under the Master Agreement going forward. The price match only applies to the eligible Public Agencies. Below are three examples of Supplier’s obligation to match the pricing under Supplier’s Contracts offering lower prices. (A) Supplier holds a state Contract with lower pricing that is available to all Public Agencies within the state. Supplier would be required to match the lower state pricing under the Master Agreement and make it available to all Public Agencies within the state. (B) Supplier holds a regional cooperative Contract with lower pricing that is available only to the ten cooperative members. Supplier would be required to match the lower cooperative pricing under the Master Agreement and make it available to the ten cooperative members. (C) Supplier holds a Contract with an individual Public Agency. The Public Agency Contract does not contain any cooperative language and therefore other Public Agencies are not eligible to utilize the Contract. Supplier would be required to match the lower pricing under the Master Agreement and make it available only to the individual Public Agency. Section 1 U.S. Communities Overview and Requirements RFP #269-2018-047 Rental Equipment 7 (iii) Deviating Buying Patterns. Occasionally U.S. Communities and Supplier may interact with a Public Agency that has a buying pattern or terms and conditions that considerably deviate from the normal Public Agency buying pattern and terms and conditions, and causes Supplier’s pricing under the Master Agreement to be higher than an alternative Contract held by Supplier. This could be created by a unique end-user preference or requirements. In the event that this situation occurs, Supplier may address the issue by lowering the price under the Master Agreement on the item(s) causing the large deviation for that Public Agency. Supplier would not be required to lower the price for other Public Agencies. (iv) Supplier’s Options in Responding to a Third Party Procurement Solicitation. While it is the objective of U.S. Communities to encourage Public Agencies to piggyback on to the Master Agreement rather than issue their own procurement solicitations, U.S. Communities recognizes that for various reasons some Public Agencies will issue their own solicitations. The following options are available to Supplier when responding to a Public Agency solicitation: (A) Supplier may opt not to respond to the procurement solicitation. Supplier may make the Master Agreement available to the Public Agency as a comparison to its solicitation responses. (B) Supplier may respond with the pricing, terms and conditions of the Master Agreement. If Supplier is awarded the Contract, the sales would be reported as sales under the Master Agreement. (C) If competitive conditions require pricing lower than the standard Master Agreement pricing, Supplier may submit lower pricing through the Master Agreement. If Supplier is awarded the Contract, the sales would be reported as sales under the Master Agreement. Supplier would not be required to extend the lower price to other Public Agencies. (D) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement. If awarded a Contract, Supplier shall still be bound by all obligations set forth in this Section 3.3, including, without limitation, the requirement to continue to advise the awarding Public Agency of the pricing, terms and conditions of the Master Agreement. (E) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement and if an alternative response is permitted, Supplier may offer the pricing Section 1 U.S. Communities Overview and Requirements RFP #269-2018-047 Rental Equipment 8 under the Master Agreement as an alternative for consideration. (c) Economy Commitment. Supplier shall demonstrate the benefits, including the pricing advantage, of the Master Agreement over alternative options, including competitive solicitation pricing and shall proactively offer the terms and pricing under the Master Agreement to Public Agencies as a more effective alternative to the cost and time associated with such alternate Proposals and solicitations. (d) Sales Commitment. Supplier shall market the Master Agreement through Supplier’s sales force or dealer network that is properly trained, engaged and committed to offering the Master Agreement as Supplier’s primary offering to Public Agencies. Supplier’s sales force compensation and incentives shall be greater than or equal to the compensation and incentives earned under other Contracts to Public Agencies. (i) Supplier Sales. Supplier shall be responsible for proactive sales of Supplier’s Products and Services to Public Agencies and the timely follow-up to sales leads identified by U.S. Communities. Use of product listings, targeted advertising, direct mail, online marketing and other sales initiatives are encouraged. All of Supplier’s sales materials targeted towards Public Agencies shall include the U.S. Communities logo. U.S. Communities hereby grants to Supplier, during the term of this Agreement, a non-exclusive, revocable, non-transferable, license to use the U.S. Communities name, trademark, and logo solely to perform its obligations under this Agreement, and for no other purpose. Any goodwill, rights, or benefits derived from Supplier's use of the U.S. Communities name, trademark, or logo shall inure to the benefit of U.S. Communities. U.S. Communities shall provide Supplier with its logo and the standards to be employed in the use of the logo. During the term of the Agreement, the Supplier shall provide U.S. Communities with its logo and the standards to be employed in the use of the logo for purposes of reproducing and using Supplier’s name and logo in connection with the advertising, marketing and promotion of the Master Agreement to Public Agencies. Supplier shall assist U.S. Communities by providing camera-ready logos and by participating in related trade shows and conferences. At a minimum, Supplier's sales initiatives shall communicate that (i) the Master Agreement was competitively solicited by the Lead Public Agency, (ii) the Master Agreement provides the Supplier’s best overall pricing and value to eligible agencies, (iii) there is no cost to Participating Public Agencies, and (iv) the Master Agreement is a non-exclusive Contract. (ii) Branding and Logo Compliance. Supplier shall be responsible for complying with the U.S. Communities branding and logo standards and guidelines. Prior to use by Supplier, all U.S. Communities related marketing material must be submitted to U.S. Communities for review and approval. (iii) Sales Force Training. Supplier shall train its national sales force on the Master Agreement and U.S. Communities program. U.S. Communities Section 1 U.S. Communities Overview and Requirements RFP #269-2018-047 Rental Equipment 9 shall be available to train on a national, regional or local level and generally assist with the education of sales personnel. (iv) Participating Public Agency Access. Supplier shall establish the following communication links to facilitate customer access and communication: (A) A dedicated U.S. Communities internet web-based homepage that is accessible from Supplier’s homepage or main menu navigation containing: (1) U.S. Communities standard logo with Founding Co- Sponsors logos; (2) Copy of original procurement solicitation; (3) Copy of Master Agreement including any amendments; (4) Summary of Products and Services pricing; (5) Electronic link to U.S. Communities’ online registration page; and (6) Other promotional material as requested by U.S. Communities. (B) A dedicated toll-free national hotline for inquiries regarding U.S. Communities. (C) A dedicated email address for general inquiries in the following format: uscommunities@(name of supplier).com. (v) Electronic Registration. Supplier shall be responsible for ensuring that each Public Agency has completed U.S. Communities’ online registration process prior to processing the Public Agency’s first sales order. (vi) Supplier’s Performance Review. Upon request by U.S. Communities, Supplier shall participate in a performance review meeting with U.S. Communities to evaluate Supplier’s performance of the covenants set forth in this Agreement. (vii) Supplier Content. Supplier may, from time to time, provide certain graphics, media, and other content to U.S. Communities (collectively "Supplier Content") for use on U.S. Communities websites and for general marketing and publicity purposes. During the term of the Agreement, Supplier hereby grants to U.S. Communities and its affiliates a non-exclusive, worldwide, free, transferrable, license to reproduce, modify, distribute, publically perform, publically display, and use Supplier Content in connection with U.S. Communities websites and for general marketing and publicity purposes, with the right to sublicense each and every such right. Supplier warrants that: (a) Supplier is the owner of or otherwise has the unrestricted right to grant the rights in and to Supplier Content as contemplated hereunder; and (b) the use of Supplier Content and any other materials or Services provided to U.S. Communities as contemplated hereunder will not violate, infringe, or misappropriate the intellectual property rights or other rights of any third party. Section 1 U.S. Communities Overview and Requirements RFP #269-2018-047 Rental Equipment 10 1.6 U.S. COMMUNITIES ADMINISTRATION AGREEMENT INFORMATION The Agreement outlines the Supplier’s general duties and responsibilities in implementing the U.S. Communities Contract. The Supplier is required to execute the U.S. Communities Administration Agreement unaltered (included in Section Seven) and submit with the supplier’s proposal without exception or alteration. Failure to do so will result in disqualification. Section 1 U.S. Communities Overview and Requirements RFP #269-2018-047 Rental Equipment 11 New Supplier Implementation Checklist Target Completion After Award 1. First Conference Call One Week Initial Kick Off Call to discuss expectations Set Contract Launch Date & Outline Kick Off Plan Establish initial contact people & roles/responsibilities Supplier Log-In Credentials established Set Agency Webinar Dates 2. Executed Legal Documents One Week U.S. Communities Admin Agreement Lead Public Agency agreement signed 3. Program Contact Requirements One Week Supplier contacts communicated to U.S. Communities Staff Dedicated email Dedicated toll free number 4. Second Conference Call Two Weeks Establish Sales Training Webinar Dates Complete Supplier Set Up Form Complete User Account and User ID Form Identify Dates for Senior Management Meeting Review Contract Commitments 5. Marketing Kick Off Call Two Weeks Overview of Marketing Requirements Establish Timeline for Marketing Deliverables Set Weekly Marketing Call Discuss Agency Webinar Slides & Set Timeframe for Deliverables 6. Initial NAM & Staff Training Meetings Three Weeks Discuss expectations, roles & responsibilities Introduce and review web-based tools Review process &expectations of Lead Referral contact with NAM & identified LRC 7. Senior Management Meeting Four Weeks Implementation Process Progress Report U.S. Communities & Vendor Organizational Overview Supplier Manager to review & further discuss commitments 8. Review Top Joint Target Opportunities Five Weeks Top 10 Local Contracts Review top U.S. Communities PPA's 9. Web Development Initiate E-Commerce Conversation Two Weeks Product Upload to U.S. Communities site Five Weeks 10. Sales Training & Roll Out Program Manager briefing - Coordinate with NAM Five Weeks Initial remote WebEx training for all sales - Coordinate with NAM Three Weeks Initiate contact with Advisory Board (AB) members Six Weeks Determine PM & Local Metro teams strategy sessions Six Weeks 11.Marketing –see marketing deliverables checklist as reviewed with marketing contact Eight Weeks 12. Agency Webinars Post Launch Section 2 Introduction and General Information RFP #269-2018-047 Rental Equipment 12 2. INTRODUCTION 2.1 Objective The objective of this RFP is to solicit Proposals that will enable the City and Participating Public Agencies (“PPAs”) to determine which Company and Proposed Solution will best meet the City’s needs for providing the Products and Services as requested in this RFP. 2.2 Definitions As used in this RFP, the following terms shall have the meanings set forth below: Acceptance: Refers to receipt and approval by the City of a Deliverable or Service in accordance with the acceptance process and criteria in the Contract. Affiliates: Refers to all departments or units of the City and all other governmental units, boards, committees or municipalities for which the City processes data or performs Services. Biodegradable: Refers to the ability of an item to be decomposed by bacteria or other living organisms. Charlotte Business Refers to the Charlotte Business Inclusion office of the City Inclusion (CBI): of Charlotte. Charlotte Combined Refers to the Charlotte-Gastonia-Salisbury Combined Statistical Area (CSA): Statistical Area consisting of; (a) the North Carolina counties of Anson, Cabarrus, Cleveland, Gaston, Iredell, Lincoln, Mecklenburg, Rowan, Stanly, and Union; and (b) the South Carolina counties of Chester, Lancaster, and York; a criteria used by Charlotte Business INClusion to determine eligibility to participate in the program. City: Refers to the City of Charlotte, North Carolina. Company: During the solicitation process, refers to a company that has interest in providing the Services. After the solicitation process, refers to a company that has been selected by the City to provide the Services. Company Project Refers to a specified Company employee representing the Manager: best interests of the Company for this Project. Contract: Refers to a written agreement executed by the City and Company for all or part of the Services. Deliverables: Refers to all tasks, reports, information, designs, plans, and other items that the Company is required to deliver to the City in connection with the Contract. Documentation: Refers to all written, electronic, or recorded works that describe the use, functions, features, or purpose of the Deliverables or Services or any component thereof, and which are provided to the City by the Company or its subcontractors, including without limitation all end user manuals, training manuals, guides, program listings, data models, flow charts, and logic diagrams. Section 2 Introduction and General Information RFP #269-2018-047 Rental Equipment 13 Environmentally Refers to Products that have a lesser or reduced effect on Preferable Products: human health and the environment when compared with competing Products that serves the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product. Evaluation Committee: Refers to a City and U.S. Communities appointed Committee that will evaluate Proposals and identify the Company(-ies) best meeting the needs of the City and Participating Public Agencies. Lead Public Agency: Refers to the City of Charlotte, North Carolina Master Agreement: Refers to the Agreement that is made available by the Lead Public Agency after the successful completion of the competitive solicitation and selection process, wherein Participating Public Agencies may utilize the agreement to purchase Products and Services. Minority Business Enterprise/MBE: Refers to a business enterprise that: (a) is certified by the State of North Carolina as a Historically Underutilized Business (HUB) within the meaning of N.C. Gen. Stat. § 143-128.4; (b) is at least fifty-one percent (51%) owned by one or more persons who are members of one of the following groups: African American or Black, Hispanic, Asian, Native American or American Indian; and (c) is headquartered in the Charlotte Combined Statistical Area. MWSBE: Refers to SBEs, MBEs and WBEs, collectively. MWSBE Goal: If an RFP or Contract has separate Subcontracting Goals for MBEs, WBEs, and/or SBEs, the term MWSBE is a shorthand way to refer collectively to all MBE, WBE, and SBE Goals set for the RFP. In some instances, the City may set one combined goal for MBEs, WBEs, and/or SBEs, in which event the term MWSBE Goal refers to that one, combined goal. In the latter instance, calculated as a percentage, the MWSBE Goal represents the total dollars spent with MBEs, WBEs, and SBEs as a portion of the total Proposal amount, including any contingency. Participating Public Agency: Refers to all states, local governments, school districts, and higher education institutions in the United States of American, and other governmental agencies and nonprofit organizations that elect to purchase Products and Services under the Master Agreement. Post-Consumer Refers to material and by-Products which have served their Recycled Material: intended end-use by a consumer and have been recovered or diverted from solid waste. It does not include those materials Section 2 Introduction and General Information RFP #269-2018-047 Rental Equipment 14 and by-Products generated from, and commonly reused within, an original manufacturing process. Products: Refers to all Products that the Company agrees to provide to the City as part of its Proposal. Proposal: Refers to the proposal submitted by a Company for the Products and Services as outlined in this RFP. Recyclability: Refers to Products or materials that can be collected, separated or otherwise recovered from the solid waste stream for reuse, or used in the manufacture or assembly of another package or product, through an established recycling program. For Products that are made of both recyclable and non-recyclable components, the recyclable claim should be adequately qualified to avoid consumer deception about which portions or components are recyclable. Recycled Material: Refers to material and by-Products which have been recovered or diverted from solid waste for the purpose of recycling. It does not include those materials and by- Products generated from, and commonly reused within, an original manufacturing process. Services: Refers to the Equipment Rentals and Related Products and Services as requested in this RFP. Small Business Refers to a business enterprise that is certified by the City of Enterprise/SBE: Charlotte under Part E of the CBI Policy as meeting all of the requirements for SBE certification. Specifications and Refers to all definitions, descriptions, requirements, criteria, Requirements: warranties, and performance standards relating to the Deliverables and Services that are set forth or referenced in: (i) this RFP, including any addenda; (ii) the Documentation; and (iii) any functional and/or technical specifications that are published or provided by the Company or its licensors or suppliers from time to time with respect to all or any part of the Deliverables or Services. Subcontracting Goals: Refers to the SBE, MBE, WBE, and MWSBE Goals established by the City for an RFP and resulting Contract. Women Business Refers to a business enterprise that: (a) is certified by the Enterprise (WBE): State of North Carolina as a Historically Underutilized Business (HUB) within the meaning of N.C. Gen. Stat. § 143-128.4; (b) is at least fifty-one percent (51%) owned by one or more persons who are female; and (c) is headquartered in the Charlotte Combined Statistical Area. Work Product: Refers to the Deliverables and all other programs, algorithms, reports, information, designs, plans and other items developed by the Company in connection with this RFP, and all partial, intermediate or preliminary versions of any of the foregoing. 2.3 Accuracy of RFP and Related Documents Section 2 Introduction and General Information RFP #269-2018-047 Rental Equipment 15 Each Company must independently evaluate all information provided by the City. The City makes no representations or warranties regarding any information presented in this RFP, or otherwise made available during this procurement process, and assumes no responsibility for conclusions or interpretations derived from such information. In addition, the City will not be bound by or be responsible for any explanation or conclusions regarding this RFP or any related documents other than those provided by an addendum issued by the City. Companies may not rely on any oral statement by the City or its agents, advisors, or consultants. If a Company identifies potential errors or omissions in this RFP or any other related documents, the Company should immediately notify the City of such potential discrepancy in writing. The City may issue a written addendum if the City determines clarification necessary. Each Company requesting an interpretation will be responsible for delivering such requests to the City's designated representative as directed in this RFP Section 3.3. 2.4 City’s Rights and Options The City reserves the right, at the City’s sole discretion, to take any action affecting this RFP, this RFP process, or the Services or facilities subject to this RFP that would be in the best interests of the City, including: 2.4.1 To supplement, amend, substitute, or otherwise modify this RFP, including the schedule, or to cancel this RFP, at any time; 2.4.2 To require any Companies to supplement or clarify its Proposal or provide additional information relating to its Proposals; 2.4.3 To investigate the qualifications, experience, capabilities, and financial standing of each Company submitting a Proposal; 2.4.4 To waive any defect or irregularity in any Proposal received; 2.4.5 To reject any or all Proposals; 2.4.6 To share the Proposals with City employees and contractors in addition to the Evaluation Committee as deemed necessary by the City; 2.4.7 To award all, none, or any part of the Services and enter into Contracts with one or more of the responding Companies deemed by the City to be in the best interest of the City, which may be done with or without re-solicitation; 2.4.8 To discuss and negotiate with any Company(-ies) their Proposal terms and conditions, including but not limited to financial terms; and 2.4.9 To terminate discussions and negotiations with any Company at any time and for any reason. 2.5 Expense of Submittal Preparation The City accepts no liability, and Companies will have no actionable claims, for reimbursement of any costs or expenses incurred in participating in this solicitation process. This includes expenses and costs related to Proposal submission, submission of written questions, attendance at pre-proposal meetings or evaluation interviews, contract negotiations, or activities required for contract execution. 2.6 Proposal Conditions The following terms are applicable to this RFP and the Company’s Proposal. 2.6.1 RFP Not An Offer Section 2 Introduction and General Information RFP #269-2018-047 Rental Equipment 16 This RFP does not constitute an offer by the City. No binding contract, obligation to negotiate, or any other obligation shall be created on the part of the City unless the City and the Company execute a Contract. No recommendations or conclusions from this RFP process concerning the Company shall constitute a right (property or otherwise) under the Constitution of the United States or under the Constitution, case law, or statutory law of North Carolina. 2.6.2 Trade Secrets and Personal Identification Information /Confidentiality Upon receipt at the Procurement Management Division, all materials submitted by a Company (including the Proposal) are considered public records except for (1) material that qualifies as “trade secret” information under N.C. Gen. Stat. § 66-152 et seq. (“Trade Secrets”) or (2) “personal identification information” protected by state or federal law, to include, but not be limited to, social security numbers, bank account numbers, and driver’s license numbers (“Personal Identification Information” or “PII”). After the Proposal due date, the Evaluation Committee, other City staff, and members of the general public who submit public records requests may review the Proposal. The public disclosure of the contents of a Proposal or other materials submitted by a Company is governed by N.C. Gen. Stat. §§ 132 and 66-152 et seq.. If any Proposal contains Trade Secrets or PII, such Trade Secrets and PII must be specifically and clearly identified in accordance with this Section 2.6.2. Any Trade Secrets or PII submitted by a Company must be clearly segregated from the rest of the Proposal. For hard copy Proposals, it must be submitted in a separate, sealed envelope, marked either “Personal Identification Information – Confidential” or “Trade Secret—Confidential and Proprietary Information.” For electronic submissions it must also be submitted on a separate CD or flash drive. In both hard copy or electronic format, the confidentiality caption stated above must appear on each page of the Trade Secret or PII materials. By submitting a Proposal, each Company agrees that the City may reveal any Trade Secret materials and PII contained therein to all City staff and City officials involved in the selection process, and to any outside consultant or other third parties who serve on the Evaluation Committee or who are hired or appointed by the City to assist in the evaluation process. Furthermore, each Company agrees to indemnify and hold harmless the City and each of its officers, employees, and agents from all costs, damages, and expenses incurred in connection with refusing to disclose any material that the Company has designated as a trade secret. The City may disqualify and Company that designates its entire Proposal as a trade secret, or any portion thereof that clearly does not qualify under applicable law as a Trade Secret. 2.6.3 Amendments to RFP If the City amends this RFP, addenda will be posted to the IPS and Charlotte NC websites at www.ips.state.nc.us, and http://charlottenc.gov/DoingBusiness/Pages/ContractOpportunities.aspx RFP# 269-2018-047. Companies are required to acknowledge receipt of each Section 2 Introduction and General Information RFP #269-2018-047 Rental Equipment 17 addendum by including the Addenda Receipt Confirmation Form (Section 6, Form 2) with their Proposals. 2.6.4 Proposal Terms Firm and Irreversible The signed Proposal shall be considered a firm offer on the part of the Company. The City reserves the right to negotiate price and other terms. All Proposal elements (including all statements, claims, declarations, prices, and specifications) shall be considered firm and irrevocable for purposes of future Contract negotiations unless specifically waived in writing by the City. The Company chosen for award should be prepared to have its Proposal and any relevant correspondence incorporated into the Contract, either in part or in its entirety, at the City's election. 2.6.5 Proposal Binding for 180 Days Section 6, Form 3 contains a statement to the effect that the Proposal is a firm offer for one-hundred-eighty (180) calendar day period from the date of the opening. This statement must be signed by an individual authorized to bind the Company. All prices quoted shall be firm and fixed for the full Contract period. The City shall have the option to accept subject to exception by Contract. 2.6.6 Charlotte Business INClusion Program Pursuant to Charlotte City Council’s adoption of the Charlotte Business INClusion (CBI) Policy, the CBI program promotes diversity, inclusion, and local business opportunities in the City’s contracting and procurement process for Minority, Women, and Small Business Enterprises (MWSBEs) headquartered in the Charlotte Combined Statistical Area (CSA). The CBI Policy is posted at: www.charlottebusinessinclusion.com. The City is committed to promoting opportunities for maximum participation of certified MWSBEs on City funded contracts at both the Prime and Subcontract level. For MWSBE participation to count towards a Goal, MWSBEs must meet both the certification and geographic requirements as detailed throughout this solicitation and in the CBI Policy. Companies responding to this RFQ are required to provide an MWSBE Participation Plan (Section 6, Form 5), describing your approach and past history with MWSBE utilization. The Participation Plan should include at a minimum the following elements: • Identify MWSBE vendors you propose to use on the project; • Identify outreach efforts that will be employed by the Company to maximize MWSBE inclusion throughout the life of the project; • Identify specific scopes of work to be performed by MWSBEs; • Document the overall percentage to be committed to MWSBEs; and • Describe your approach and past history utilizing MWSBEs (include a list of past projects and your MWSBE utilization on said projects). • The City has established the following MWSBE Goals for all development, planning, design, consulting, pre-construction and construction work, and for any other work, services and products provided on the Project: Section 2 Introduction and General Information RFP #269-2018-047 Rental Equipment 18 This Project has an aggregate MWSBE Goal of 10% for the City of Charlotte usage estimated to be $800,000 annually: The total work performed by MWSBEs in the aggregate. You are highly encouraged to consider any and all possibilities for MWSBE participation. A complete list of City certified SBEs and City registered MWBEs is available at www.charlottebusinessinclusion.com. Please note, when identifying MBEs for inclusion towards the established MBE Goal, only HUB certified Aggregate MWSBE Goal 10%: The total work performed by MWSBEs in the aggregate. 2.6.7 Subcontracting The Company given contract award shall be the prime contractor and shall be solely responsible for contractual performance. In the event of a subcontracting relationship, the Company shall remain the prime contractor and will assume all responsibility for the performance of the Services that are supplied by all subcontractors. The City retains the right to approve all subcontractors. 2.6.8 Equal Opportunity The City has an equal opportunity purchasing policy. The City seeks to ensure that all segments of the business community have access to supplying the goods and Services needed by City programs. The City provides equal opportunity for all businesses and does not discriminate against any Companies regardless of race, color, religion, age, sex, and national origin or disability. 2.6.9 Use of City’s Name. No advertising, sales promotion or other materials of the Company or its agents or representatives may identify or reference the City in any manner absent the prior written consent of the City. 2.6.10 Withdrawal for Modification of Proposals Companies may change or withdraw a previously-submitted Proposal at any time prior to the Proposal due date. Only formal written requests addressed in the same manner as the Proposal and received by the City prior to the Proposal due date will be accepted. The request must be in a sealed envelope that is plainly marked “Modifications to Proposal.” No oral modifications will be allowed. If the Company complies with this Section, after the Proposal due date, the Proposal, will be withdrawn or corrected in accordance with the written request(s). 2.6.11 No Bribery In submitting a response to this RFP, each Company certifies that neither it, any of its affiliates or subcontractors, nor any employees of any of the foregoing has bribed, or attempted to bribe, an officer or employee of the City in connection with the Contract. 2.6.12 Exceptions to the RFP Other than exceptions that are stated in compliance with this Section and Section 5.1.5, each Proposal shall be deemed to agree to comply with all terms, conditions, specifications, and requirements of this RFP including the Sample Contract language included in Exhibit A. An “exception” is defined as the Company’s inability or unwillingness to meet a term, condition, Section 2 Introduction and General Information RFP #269-2018-047 Rental Equipment 19 specification, or requirement in the manner specified in the RFP including the Sample Contract language included as Exhibit A. All exceptions taken must be identified and explained in writing in your Proposal and must specifically reference the relevant section(s) of this RFP. If the Company provides an alternate solution when taking an exception to a requirement, the benefits of this alternative solution and impact, if any, on any part of the remainder of the Company’s solution, must be described in detail. 2.6.13 Fair Trade Certifications By submitting a Proposal, the Company certifies that:  The prices in its Proposal have been arrived at independently, without consultation, communication, or agreement with anyone, as to any matter relating to such prices for the purpose of restricting competition;  Unless otherwise required by law, the prices quoted in its Proposal have not been knowingly disclosed by the Company and will not knowingly be so disclosed prior to the Proposal due date; and  No attempt has been made or will be made by the Company to induce any other person or firm to submit or not to submit a Proposal for the purpose of restricting competition. 2.6.14 Companies’ Obligation to Fully Inform Themselves Companies or their authorized representatives must fully inform themselves as to all conditions, requirements, and specifications of this RFP before submitting Proposals. Failure to do so will be at the Company’s own risk. 2.6.15 Environmentally Preferable Purchasing The City promotes the practice of Environmentally Preferable Purchasing (EPP) in acquiring Products or Services. Applicable EPP attributes that may be taken into consideration as environmental criterion include the following: Recycled content Recyclability Post-Consumer Recycled Material Biodegradability Companies able to supply Products or Services containing any of the applicable environmentally preferable attributes that meet performance requirements are encouraged to offer them in the Proposal. Companies must provide certification of environmental standards and other environmental claims, such as recycled content and emissions data or a formal statement signed by a senior company official. Section 3 Procurement Process RFP #269-2018-047 Rental Equipment 20 3 PROCUREMENT PROCESS This Section 3 contains information about the procurement process for this Project. 3.1 Schedule and Process The following chart shows the schedule of events for the conduct of this RFP. The key events and deadlines for this process are as follows, some of which are set forth in more detail in the Sections that follow: DATE EVENT May 22, 2018 Issuance of RFP. The City issues this RFP. June 1, 2018 Request for Proposals Acknowledgement. Companies that intend to submit a Proposal shall submit the RFP Acknowledgement Form on this date to the email or fax number listed in Section 3.3. June 1, 2018 Submission of Written Questions Prior to Pre-Proposal Conference. Companies are permitted to submit written questions, for purposes of clarifying this RFP. All submissions must be pursuant to the instructions in Section 3.3 by 5:00 p.m. June 6, 2018 Non-Mandatory Pre-Proposal Conference to be held at the location indicated in Section 3.4 at 1:00 p.m. June 8, 2018 Submission of Written Questions After the Pre-Proposal Conference. Questions are due by 5:00 p.m. June 26, 2018 Proposal Submission. Proposals are due by 2:00 p.m. at the Procurement Management Division, CMGC 9th Floor. July 24-26, 2018 Evaluation. The Evaluation Committee will assess each Proposal and conduct evaluation activities with Companies. September 10, 2018 Contract Award by Charlotte City Council. January 1, 2019 Services commence. Company begins providing the Services. 3.2 Intent to Propose Please acknowledge receipt of this RFP via facsimile by June 1, 2018 using the Request for Proposals Acknowledgement Form located in Section 6, Form 1. Complete the form in its entirety advising the City of your firm’s intention to submit or not submit a Proposal. Fax or email a copy of the completed and signed form to the number or email address listed in paragraph 3.3 below, Attention: Karen Ewing. The City strongly encourages Companies to submit this form prior to the Pre- Proposal conference but Companies shall not be precluded from submitting a Proposal if they fail to submit this form. 3.3 Interpretations and Addenda There are two (2) ways to ask questions about this RFP: (1) submit a question in writing to the Procurement Officer at the e-mail address listed below; or (2) ask a question at the Pre-Proposal Conference. Other than these permitted questions, Companies should refrain from contacting City staff prior to the Proposal Due Date. The City is not bound by any statements, representations or clarifications regarding this RFP other than those provided in writing by the Procurement Officer.