Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2022-115 Planning Services to Draft the 2040 COT Comprehensive Plan UpdateTemp. Reso. #13852 October 12, 2022 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2022 - 115 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE AWARD OF REQUEST FOR PROPOSAL NUMBER 22-12R, AND EXECUTION OF AN AGREEMENT BETWEEN THE CITY OF TAMARAC AND THE CORRADINO GROUP, INC, A FLORIDA CORPORATION, ATTACHED HERETO AS EXHIBIT 'A" AND INCORPORATED HEREIN; FOR PLANNING SERVICES TO COMPLETE THE DRAFTING OF THE 2040 CITY OF TAMARAC COMPREHENSIVE PLAN UPDATE, FOR A CONTRACT TERM EFFECTIVE UPON CONTRACT AWARD THROUGH DECEMBER 12, 2023, IN AN ESTIMATED AMOUNT OF ONE HUNDRED NINETY-NINE THOUSAND, NINE HUNDRED EIGHTY ($199,980.00) DOLLARS; PROVIDING FOR CONFLICTS; PROVIDING FOR SCRENER'S ERRORRS PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Florida Statutes provide that municipalities shall have the governmental, corporate, and proprietary powers to enable them to conduct municipal government, perform municipal functions, and render municipal service, and exercise any power for municipal purposes, except when expressly prohibited by law; and WHEREAS, Article IV, Section 4.07 of the City Charter of the City of Tamarac ("City") empowers the City to adopt, amend, or repeal such ordinances and resolutions as may be required for the proper governing of the City; and WHEREAS, Section 163.3167, Fla. Stat., requires local governments to adopt and maintain a comprehensive plan and prepare amendments to its existing comprehensive plan to conform it to the requirements of State law; and 138691003.1 Temp. Reso. #13852 October 12, 2022 Page 2 WHEREAS, the current City of Tamarac Comprehensive Plan was adopted pursuant to State law in 2008; and WHEREAS, Sections 163.3184 and 163.3187 Fla. Stat. provides authority for local governments to amend their respective comprehensive plans; and WHEREAS, under current law, local governments create and adopt local comprehensive plans to control and direct land use and development within a county or municipality; and WHEREAS, pursuant to Fla. Admin. Code R. 73C-49, every seven years the City must determine whether the need exists to amend the comprehensive plan to reflect changes in State requirements since its last update and notify the state land planning agency by letter of its determination; and WHEREAS, in keeping with statutory requirements, the City recently submitted the required Evaluation and Appraisal Review (EAR) letter to the State Department of Economic Opportunity ("DEO") detailing the expected update of the City's entire Comprehensive Plan; and WHEREAS, the City's Comprehensive Plan has not been updated in its entirety since its prior complete adoption in 2008; and. WHEREAS, this has resulted in a relatively antiquated Comprehensive Plan with elements whose goals, objectives, and policies require significant updates to propel Tamarac and its land development policies into the future; and WHEREAS, the City desires to update its entire Comprehensive Plan to provide the residential and business community of Tamarac, its elected officials, advisory 138691003.1 Temp. Reso. #13852 October 12, 2022 Page 3 boards, and city staff with a modernized, concise, engaging, and implementable tool to guide the City's policy making, future growth and development decisions over the next 20+ years; and WHEREAS, Request for Proposals ("RFP") #22-12R was formally advertised on the City's website and in the South Florida Sun Sentinel, on February 13, 2022, a copy of which is on file with the City Clerk, and attached to this Resolution as Exhibit 1"; and WHEREAS, the City received responses from three (3) firms, Calvin Giordano & Associates, S & ME, Inc. and The Corradino Group, Inc.; and WHEREAS, the City Manager appointed an Evaluation Committee who evaluated all three (3) of the proposals and moved forward with hearing oral presentations from each firm; and WHEREAS, the Evaluation Committee after hearing oral presentations from each firm ranked the proposal submitted by The Corradino Group, Inc. ("Corradino") as the highest ranked response. A copy of Corradino's response is attached to this Resolution as Exhibit "2", and copy of the Evaluation Committee's ranking sheet is attached to this Resolution as Exhibit "Y; and WHEREAS, negotiations have been completed with Corradino and City staff and Corradino have agreed upon a contract price of One Hundred Ninety -Nine Thousand, Nine Hundred Eighty $199,980.00 for planning services to draft the 2040 City of Tamarac Comprehensive Plan Update, for a contract term commencing upon award of contract through December 12, 2023 ("Agreement"); and 138691003.1 Temp. Reso. #13852 October 12, 2022 Page 4 WHEREAS, it is the recommendation of the Evaluati0on Committee and the Purchasing and Contracts Manager to award RFP #22-12R to Corradino to serve as the City's Consultant for planning services to draft the 2040 City of Tamarac Comprehensive Plan Update for a contract price of $199,980.00 and a contract term through December 12, 2023; and WHEREAS, it is recommended that the appropriate City Officials execute Agreement with Corradino; and WHEREAS, it is recommended that the City Manager be authorized to exercise any extensions to the Agreement if necessary and appropriate; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the business owners, residents, and visitors of the City of Tamarac to enter into an Agreement with Corradino to serve as the City's Consultant for planning services to draft the 2040 City of Tamarac Comprehensive Plan Update, for a contract price of $199,980.00 and a contract term through December 12, 2023. A copy of the Agreement is attached to this Resolution as Exhibit 'A". NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: Section 1. The foregoing whereas clauses are ratified and confirmed as being true and correct, are the legislative and administrative findings of the City Commission and made a specific part of this Resolution; all exhibits referenced and attached hereto are incorporated herein and made a specific part of this Resolution. 138691003.1 Temp. Reso. #13852 October 12, 2022 Page 5 Section 2. The Agreement attached to this Resolution as Exhibit "4", between the City and Corradino for planning services to draft the City of Tamarac 2040 Comprehensive Plan Update for a contract price of $199,980.00 and a contract term through December 12, 2023, is approved. All appropriate City officials are authorized to execute the Agreement and expend budgeted funds on behalf of the City. Section 3. All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. Section 4. Any scrivener or typographical errors that do not affect intent may be corrected with notice to and authorization of the City Attorney and City Manager without further process. Section 5. If any clause, section, other part, or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 138691003.1 Temp. Reso. #13852 October 12, 2022 Page 6 Section 6. This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 12th day of October 2022. ATTEST: (r, -"b, KIMBERLY D)LLON, CMC CITY CLERK MICHELLE J. GO MAYOR RECORD OF COMMISSION VOTE: MAYOR GOMEZ: ;. , DIST 1: COMM. BOLTON oat DIST 2: V/M GELIN DIST 3: COMM. VILLALOBOS DIST 4: COMM. PLACKO APPROVED AS TO FORM AND LEGAL SUFFICIENCY FOR THE USEAND RELIANCE OF THE CITY OF TAMARAC ONLY. 7HqR. HERIN JR. ITY ATTORNE 138691003.1 Proposers Name: Calvin, Giordiano & Associates S&ME, Inc. e.Corra Group (Compliant/Non-Compliant) Compliant Compliant Compliant Background, education and experience of the firm's staff members who will be assigned to the project (Max 20 points) Assistant Director of Community Development 15 15 16 Assistant Director of Parks & Recreation 20 18 19 City Engineer 20 20 20 Economic Development Manager 16 18 16 _ Fire Marshall 16 _ 16 18 Hou ing & Community Development Manager 18 19 18 Senior Management & Budget Analyst 17 15 13 Senior Planner 20 16 -11111111,19 Availability of Proposed staff members (Max 20 points) Assistant Director of Community Development 10 --15 Assistant Director of Parks & Recreation 15 18 20Economic C En ineer 18 Development Mana er 16 16Fire Marshall 17 Z20 20Housi & Commun Develo ment Mana er 15 20Senior Mana emeM & Bud et Analyst 14 Senior Planner 17 a of and approach to the proposed work Max 25 points) Knowled Assistant Director of Community Development Assistant Director of Parks & Recreation City Engineer 15 14 10 15 22 1711111 20 20 23 Economic Development Manager Five Marshall Housing & Community Development Manager 20 23 23 Senior Management &Budget Analyst 13 13 21 Teamwork His Max 20 Points) Senior Planner 16 Assistant Director of Communi Development Assistant Director of Parks & Recreation C Engineer Economic Development Manager Fire Marshall Housing& CommunityDeveb ment Manager 16 19 18 15 17 15 10 12 15 15 18 17 19 10 17 Cost/Price Max 15points) _ Senior Management & Budget Analyst Senior Planner 16 Assistant Director of Community Dewlap -lit Assistant Director of Parks & Recreation 15 11.95 11.95 11.95 11.95 11.95 10.69 15 City Engineer Economic Development Manager Fire Marshall 15 15 15 Homing & Community Development Manager 15 _ 11.95 1 ..69 Senior Management & Budet Ana t 15 11.95 10.69 Senior Planner 15 11.95 10.69 Local Preference Consideration (Bonus Max 5 Points) Assistant Director of Community Development 1 5 3.5 Assistant Director of Parks & Recreation 1 .5 3.5 C En ineer 1 .5 3.6 Economic Development Manager 1 .5 -"'3.5 Fire Marshall & Commun Develo ment Mana er 1 1 .5Housin .5 :.5 112 Senior Mana ement & Budget Ana t 1 .5 3.5Senior Planner 1.5 3.5 Oral Presentation (Max 20 points) Assistant Director of Community Development 10 17 20 Assistant Director of Parks & Recreation 10 18 15 C' Engineer 10 20 20 Economic Develo ment Mana er 18 18 16 Fire Marshall 7 _ 15 1 20 Housi & CommunityDevelopment Manager 16 20 17 _ Senior Mana ement & Budget Analyst 5 18 15 Senior Planner 16 17 ---- TOTAL POINTS Assistant Directorof Communit Development Assistant Director of Parks & Recreation 82 94 87.45 103.45 108.19 City Engineer 92 109.45 119.19 Economic Development Manager 96 109.45 99.19 - Fire Marshall 95 102.45 115.19 Housing & Community Development Manager 100 114.45 112.19 enior Management & Budget Analyst 75 80.45 90.19 Senior Planner 101 102.45 106.19 TOTAL POINTS: 735 1 809.6 849.52 TOTAL RANKING 3 2 r 1 3 2 1 3 2 1 3 1 2 3 2 1 3 1 2 3 2 1 3 2 1 Proposal Rankingi 31 2 1 TAMARAC The City For Your Life of Tamarac; and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC AND THE CORRADINO GROUP, INC. THIS AGREEMENT is made and entered into this l,114" day of 07V Vvyand between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Avenue, Tamarac, FL 33321 (the "CITY") and The Corradino Group, Inc. a Corporation authorized to do business in the State of Florida with its principal place of business at 4055 N.W. 97th Avenue, Suite 200, Doral, FL 33178 (the "Consultant") to provide PROFESSIONAL PLANNING SERVICES- COMPREHENSIVE PLAN UPDATE. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Consultant agree as follows: 1. THE CONTRACT DOCUMENTS The contract documents consist of this Agreement, Invitation for Request for Proposal (RFP) Document No. 22-12R, "Professional Planning Services - Comprehensive Plan Update", including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Consultant's bid/proposal included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between RFP # 22-12R, "Professional Planning Services - Comprehensive Plan Update" as issued by the City, and the Consultant's Proposal, Invitation for RFP 22-12R as issued by the City shall take precedence over the Consultant's Proposal. Furthermore, in the event of a conflict between this document and any other contract documents, this Agreement shall prevail. 2. THE WORK 2.1. The Consultant shall perform all work for the City as required by the contract documents as set forth herein and outlined in Exhibit A (Scope of Services) and Exhibit B (Fee Schedule): 2.1.1 The Consultant shall provide Professional Planning Services involving the update of the City's Comprehensive Plan; Volume 1: Goals, Objectives, Guidelines & Policies, and Volume II, Data, Inventory & Analysis. The City desires to have an updated, well organized, concise, engaging and implementable plan that will be consistent with its Strategic Planning Goals. The Plan must also look into the future to address a 20-year planning horizon that will establish the vision for future growth and development of an inclusive, sustainable, and attractive community. Consultant shall furnish all labor, supplies, materials, equipment, tools, service and supervision necessary to properly perform and facilitate each City objective in an organized, concise and articulate manner as per the specifications listed within the bid document. 2.1.2 The Consultant shall work with City Staff, Elected Officials and Board Members, to establish a process that seeks to engage all members of the community to create a more prosperous, convenient, equitable, healthy, and attractive place for present and future generations, using the Update to the Comprehensive Plan as the primary tool. The Consultant will also identify any inconsistencies within the various Elements of the Comprehensive Plan and conduct research, analysis and other activities as necessary to develop the City's 2040 Comprehensive Plan. The Consultant shall recommend to the City TAMARAC The City For Your Life City of Tamarac and Contracts Division any needed amendments to the City's Goals, Objectives, guidelines and Policies for its various Comprehensive Plan Elements and provide recommendations for the formulation of new planning programs to address Economic Development, Redevelopment, Land/Open Space Preservation, Sustainability and Affordable Housing. The Consultant shall apply specific and demonstrated experience in long-range comprehensive planning, zoning, land use law, preparation of ordinances, innovative yet sustainable planning techniques and urban design, with significant experience in community planning and specifically, community engagement to arrive at the City's desired outcome. This scope and contract is intended to provide a full, complete and exhaustive revision and/or update to the Comprehensive Plan formatted in a user friendly, succinct, concise, and implementable manner. 2.1.3 The Consultant shall provide the scope of services included herein but not limited to effective community planning/engagement and all necessary analyses and documentation to develop and support a Comprehensive Plan Update. This project shall consist of a thorough analysis of the City's existing conditions which will contribute to the required Data, Inventory and Analysis (DIA) supporting documents for the 2040 Comprehensive Plan Update and an evaluation of the effectiveness and efficiency of the current Goals, Objectives, Guidelines and Policies as well as an identification of any existing inconsistencies within the various Elements of the City's Comprehensive Plan. Specific tasks and task deliverables shall include those listed below. All deliverables shall be provided to the City in original and electronic format. 2.1.4 The Consultant agrees to include as part of the Scope of Services and contract price, and at no additional cost to the City, The Urban Design Element, The Implementation Element, and the online GIS (PPGIS) also known as Vera Voice. This application will be integrated into the City's existing website. 2.1.5 The Consultant shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Consultant, its employees, agents or sub - consultants, if any, with respect to the work and services described herein. 3 INSURANCE 3.1 Consultant shall obtain at Consultant 's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Consultant will ensure that all sub -consultants comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2 The following are required types and minimum limits of insurance coverage that the Consultant agrees to maintain during the term of this contract: Line of Business/ Coverage Occurrence Limit Aggregate Limit Commercial General Liability $1,000,000 $2,000,000 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 Limit $1,000,000 Limit Workers' Compensation & Employer's Liability Statutory Professional Liability (Claims Made) $1,000,000 $1,000,000 3.3 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. 3.4 Consultant shall indemnify and hold the City harmless for any damages resulting from failure of the Consultant to take out and maintain such insurance. Consultant 's Liability Insurance policies shall be endorsed to add the City as an additional insured. The City reserves its right to select its own defense counsel. Consultant shall be responsible for payment of all deductibles and self-insurance retentions on Consultant's Liability Insurance policies. 4 CONTRACT SCHEDULE Consultant shall complete all work within Fourteen Months (14) after the Notice to Proceed. 5 CONTRACT PRICING Pricing under this Agreement shall be based on a not to exceed price of One Hundred and Ninety -Nine Thousand Nine Hundred and Eighty Dollars and Zero cents. ($ 199,980), plus Reimbursable Expenses not to exceed $ 0.00. 6 PAYMENTS 6.1 Payment will be made monthly for work that has been completed and properly invoiced. Invoices must include hourly breakdowns of work performed for various projects. Invoices must bear the project name RFP number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. 6.2 All payments under this Agreement shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 7 INDEMNIFICATION 7.1 The Consultant shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or TAMARAC The City For Your Life of Tamarac Purchasinq and Contracts Division indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Consultant or its officers, employees, agents, sub -Consultant, or independents, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 7.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. i. The Consultant shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. ii. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Consultant under the indemnification agreement. 7.3 The City and Consultant recognize that various provisions of this Agreement, including but not limited to this Section, provide for indemnification by the Consultant and requires a specific consideration be given there for. The Parties therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by Consultant. Furthermore, the City and Consultant understand and agree that the covenants and representations relating to this indemnification provision shall serve the term of this Agreement and continue in full force and effect as to the City's and the Consultant's responsibility to indemnify. 7.4 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 7.5 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 8 NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Consultant and its sub -consultants 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 Consultant will take affirmative action to ensure that employees and those of its subconsultants are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Consultant and its subconsultants 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 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division the provisions of this nondiscrimination clause. The Consultant further agrees that he/she will ensure that all subconsultants, if any, will be made aware of and will comply with this nondiscrimination clause. 9 INDEPENDENT CONTRACTOR This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Consultant is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Consultant shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Consultant's activities and responsibilities hereunder provided, further those administrative procedures applicable to services rendered under this Agreement shall be those of Consultant, which policies of Consultant shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Consultant's funds provided for herein. The Consultant agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Consultant and the City and the City will not be liable for any obligation incurred by Consultant, including but not limited to unpaid minimum wages and/or overtime premiums. 10 ASSIGNMENT AND SUBCONTRACTING Consultant shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 11 NOTICE Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Fox Rothschild LLP 2 South Biscayne Tower, Suite 2750 Miami, FL 33131 Attn: John R. Herin, Jr. CONSULTANT With a copy to: Joseph M. Corradino, President Fred P'Pool, COO The Corradino Group, Inc. The Corradino Group, Inc. 4055 N.W. 97th Avenue, Suite 200 4055 N.W. 97th Avenue, Suite 200 Dora[, FL 33178 Doral, FL 33178 305-594-0735 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 12 TERMINATION 12.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Consultant for such termination in which event the Consultant shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Consultant abandons this Agreement or causes it to be terminated, Consultant shall indemnify the city against loss pertaining to this termination. 12.2 Default by Consultant: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Consultant neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by consultant of written notice of such neglect or failure. 13 ADDITION OR DELETION OF SERVICES & BUDGETARY CONSTRAINTS The City reserves the right to add to the services specified in this agreement, or to delete any portion of the resulting Contract, at any time, and if such right is exercised by the City the total fee shall be increased or decreased in the same ratio as the service is to the monthly flat rate quoted by Proposer and accepted by the city. 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 Consultant shall also be provided with a minimum 30-day notice prior to any such reduction in budget. 14 AGREEMENT SUBJECT TO FUNDING This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement and is subject to termination based on lack of funding. 15 VENUE This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 16 SIGNATORY AUTHORITY The Consultant shall provide the City with copies of requisite documentation evidencing that the signatory for consultant has the authority to enter into this Agreement. 17 SEVERABILITY; WAIVER OF PROVISIONS Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 18 MERGER; AMENDMENT This Agreement constitutes the entire Agreement between the Consultant and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement TAMARAC The City For Your We of Tamarac Purchasina and Contracts Division can be supplemented and/or amended only by a written document executed by both the Consultant and the City. 19 NO CONSTRUCTION AGAINST DRAFTING PARTY Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 20 UNCONTROLLABLE CIRCUMSTANCES Neither the City nor Consultant shall be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. In the event that any City facility is closed due to uncontrollable forces as indicated in Section 19 of this Agreement, the Consultant shall not bill the City for the cost of hourly employees who are not working, unless such employees have been tasked to complete maintenance at the facility in an effort to restore the facility to operational status. 21 SCRUNTINIZED COMPANIES - 287.135 AND 215.473 23.1 By execution of this Agreement, Consultant certifies that Consultant is not participating in a boycott of Israel. Consultant further certifies that Consultant is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Consultant been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. 23.2 Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Consultant of the City's determination concerning the false certification. Consultant shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Consultant shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Consultant does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. TAMARAC The City For Your Life of Tamarac 22 PUBLIC RECORDS Purchasing and Contracts Division 24.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Consultant shall comply with Florida's Public Records Law. Specifically, the Consultant shall: 24.1.1 Keep and maintain public records required by the City in order to perform the service; 24.1.2 Upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 24.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the consultant does not transfer the records to the City. 24.1.4 Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Consultant, or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the contract, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the contract, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records in a format that is compatible with the information technology systems of the City. 24.2 During the term of the contract, the Consultant shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Consultant agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 23 E-VERIFY As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Stat., Consultant and its sub -consultants shall, register with and use the E- Verify system to verify work authorization status of all employees hired after January 1, 2021. Consultant shall require each of its sub -consultants to provide Consultant with an affidavit stating that the sub -consultant does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of the subconsultant's affidavit as part of and pursuant to the records retention requirements of this Agreement. City, Consultant, or any subcontractor/subconsultant who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section shall terminate the contract with the person or entity. City, upon good faith belief that a subcontractor/subconsultant knowingly violated the provisions of this section; but Consultant otherwise complied, shall promptly notify Consultant and Consultant shall immediately terminate the contract with the sub - consultant. An agreement or contract terminated under the provisions of this section is not a breach of contract and may not be considered such. Any agreement or contract AMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division termination under the provisions of this section may be challenged pursuant to Section 448.095(2)(d), Fla. Stat. Consultant acknowledges that upon termination of this Agreement by the City for a violation of this section by Consultant, Consultant may not be awarded a public contract for at least one (1) year. Consultant further acknowledges that Consultant is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this section. Consultant or sub -consultant shall insert in any subcontracts the clauses set forth in this section; requiring the subcontractors to include these clauses in any lower tier subcontracts. Consultant shall be responsible for compliance by any sub -consultant or lower tier sub -consultant with the clauses set forth in this section. 24 CONTINGENT FEES The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 25 TRUTH -IN -NEGOTIATIONS CERTIFICATE 25.1 Execution of this Agreement by the Consultant shall act as the execution of a truth - in -negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement are accurate, complete and current as of the date of the Agreement and no higher than those charged the Consultant's most favored customer for the same or substantially similar service. 25.2 The said rates and cost shall be adjusted to exclude any significant sums should the City determine that the rates and costs were increased due to inaccurate, incomplete or non -current wage rates or due to inaccurate representations of fees paid to outside consultants. The City shall exercise its rights under this "Certificate" within one (1) year following payment. 26 CUSTODIAN OF RECORDS IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK@TAMARAC.ORG AMARAC The City For Your Life IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and. (Name of party with whom Agreement is made), signing by and through its ---------(President, Owner, C.E.O., etc.) duly authorized to execute same. ATTE!��: imberly- Ilon, CIVIC City Cler to I t Zfl Ili Date ATTEST:_ Signature of Corporate Secretary Joseph C. Corradino, CEO Name of Corporate Secretary (CORPORATE SEAL) CITY IDF_yAMAMC Michelle J. Gomez, May& D t Ka teen Gunn City Manager Date to form a ,Jr.„C CQVSVLTANT The orradino Group, 1 Signature of Pres legal sufficiency: Joseph M. Corradino, AICP President/Owner August 29, 2022 Date TAMARAC The City For Your Life CORPORATE ACKNOWLEDGEMENT STATE OF Florida SS COUNTY OF Miami -Dade I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Joseph M. Corradino , of The Corradino Group. Inc. a Kentucky Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of Auaust 29 20 22 . /,j Ld& gibbture of Notary Pubic State of Florida at Large AN7EL 19 MARIE MARTIN Noblic-State of Flonda 762 Cssion # 762 HH 22 yes m ion Exp Nmiss 2024uly 22 Print, Type or Stamp Name of Notary Public ® Personally known to me or ❑ Produced Identification Type of I.D. Produced ® DID take an oath, or ❑ DID NOT take an oath. TAMARAC The City For Your Life EXHIBIT A - Scope of Services Line No. Scope of Service Unit Price 1 Task 1. Public Workshop/Kick-Off Meeting. $9,540.00 *(Portions of this deliverable may be performed in a virtual format at the City's discretion. Any required in person meeting(s) shall be held in accordance with CDC guidelines) Consultant Shall: a. Conduct a kick-off meeting with appropriate City staff and Elected Officials to discuss project administration, methodology, data to be collected and analyzed, and goals, priorities and expectations from the City. The Consultant shall provide an agenda, data needs memo and preliminary project schedule, including schedule of deliverables, at least two (2) days in advance of the kick-off meeting. Announce the project and garner public and private partnerships and support; b. Identify and discuss project goals, objectives and possible outcomes; c. Identify and discuss development needs, challenges and opportunities; and d. Identify and discuss the City's short, mid, and long-term plans and goals relative to land development, economic development, social, and other infrastructure related problems and solutions. Deliverables: Prepare a written summary of the kick-off meeting that includes all items addressed in the meeting and any other issues or concerns identified or discussed during the meeting. 1. As part of the Kick -Off process the consultant shall also: TAMARAC The City For Your Life a. Announce the opportunities for public input relative to the update of the City's Comprehensive Plan via social media and the City's various online platforms with assistance from City's Staff. b. Develop a strategy to increase community engagement and awareness of the City's update to the Comprehensive Plan. Deliverables: Deliverables for this portion of the project, shall be both in paper and digital format, and include but not be limited to: flyers, social media posts/content, surveying materials, webpage announcements, and other platforms or mediums that will further enhance the community engagement process. 2 Task 2. Data Collection and Assessment Report $17,610.00 Consultant shall conduct a city-wide assessment that identifies and evaluates changes in local conditions and resources since the adoption of the 2007 Comprehensive Plan, including an evaluation of: a) Population growth and demographic changes; b) Changes in land area; c) Vacant and developed land analysis by land use typology, including a summary of land use activities and development patterns, review and assessment of the City's latest Future Land Use and Zoning Map to determine recommendations for allocation of densities and intensities within the City; d) Demands of growth on public infrastructure, particularly with regards to transportation, potable water, reclaimed water, sanitary sewer, schools, parks and recreation and stormwater and other drainage facilities, and respective capacity levels; e) Utility Service Areas; f) Environmentally sensitive lands set aside for conservation, protection and preservation; g) Availability of and accessibility to transit, pedestrian and bicycle facilities and services to support alternative modes of travel; TAMARAC The City For Your Life h) Housing stock; i) Roadway connectivity; and j) Opportunities for redevelopment including creation of Business Improvement and Redevelopment Districts. Deliverable: Findings from this task shall be submitted to the City as Technical Memo 1. 3 Task 3. Review of Existing Planning Documents, $15,850.00 Regulations, Policies and City Goals & Initiatives Consultant shall review the goals, strategies and any performance measures of existing planning documents, regulations and City initiatives and identify any standards, strategies or performance measures that should continue to be implemented or enforced, including, but not limited to, an evaluation of: a) Existing Comprehensive Plan; b) 2007 Adopted EAR Based Amendments c) Existing Land Development Code; d) City's current Strategic Plan; e) 2018 Economic Development Strategic Plan; f) 2018 Development Impact Fee Study (including the Affordable Housing Study contained within the document) g) Existing Capital Improvement Plan; h) Existing Water Supply Plan; i) Existing Parks Master Plan j) 2014 Commercial Arterial Redevelopment Study; k) City's ADA Sidewalk and Transit Accessibility Plan; 1) City's Roadway Landscape Masterplan m) City's Scope of Services for Multi Modal Transportation Master Plan n) Relevant Interlocal Agreements that impact elements of the Comprehensive Plan, i.e. Public Works, Schools, Transportation. TAMARAC The City For Your Life Deliverable: Findings from this task shall be submitted to the City as Technical Memo 2. 4 I Task 4. Conduct the "Community Visioning $44,780.00 Process" Consultant shall conduct a "Community Visioning Process" that is reflective of the City's diversity and is inclusive of all City residents, stakeholders, and businesses. A major focus of the visioning process is to educate the community about the visioning process, why individuals should participate, how the shared vision affects them and how the City will use the vision to guide its future. The City has established Strategic Goals that are reflective of the existing municipal priorities for safety, infrastructure, funding allocation, development, redevelopment, accessibility, diversity and community inclusion. The selected firm will incorporate the goals and policy programs identified in the City's Strategic Plan and ensure they are in alignment with the Goals, Objectives, and Policies identified in the updated Comprehensive Plan. The selected firm must demonstrate outstanding creativity, detailed organizational skills and effective message delivery to maximize community participation and consensus building. Tasks associated with this item include but are not limited to: a) Prepare documents and materials required to support public outreach; b) Introduce vision process and objectives; c) Describe trend maps based on build -out scenarios; d) Develop an action plan that describes where are we now, where are we going, where do we want to go, and how do we get to our destination; e) The meetings should at a minimum include the following: i. SWOT analysis (strengths, weakness, opportunities, threats) ii. What physical, social, cultural and other factors do Tamarac residents use to identify the City? TAMARAC The City For Your Life iii. What characteristics define good quality of life for Tamarac residents? iv. What should each part physically look like in the future? v. How should the City function as part of the economic region? vi. What areas should the City preserve, revitalize or redevelop? vii. What actions are necessary for the City to promote healthy and attractive community design? viii. How should the creation of development districts be prioritized under the recommended Future Land Use Plan? f. The types of meetings to be held shall include but will not be limited to a series of in person and virtual "Community Visioning" meetings as follows: i. Meet with Elected Officials to identify specific concerns and areas of priority in each respective Commission District. ii. Meet with Municipal Board Members and Staff to identify Strategic Goal Alignment Priorities. iii. Conduct at least four (4) workshops for residents, business owners, and other community stakeholders to identify areas of concern, development priorities, and community wide goals. iv. Conduct additional creative outreach activities to engage the community and encourage their participation in the "Community Visioning" process, via survey response, charrettes, online activities, etc. Deliverable: Findings from this task shall be submitted to the City as Technical Memo 3. 5 Task 5. Assessment of Future Demands and $19,400.00 Opportunities Consultant shall develop a population forecast to the new long-range planning horizon of 2040, including providing population projections in 5-year increments. Following approval of such 2040 projections by the City, TAMARAC The City For Your Life the Consultant shall utilize such forecast to determine future demands on municipal services, facilities and resources as identified in Task 2. Completion of this task shall also include: a) An evaluation of whether the current adopted level of service (LOS) standards in the Capital Improvements Element and other relevant Elements have been and will continue to be effective and efficient for the City, and b) Recommendations for any needed or appropriate changes or updates to the adopted LOS standards in a manner which ensures that needs can be met in a sustainable and economically feasible manner based on the City's revenues and other financial resources. Deliverable: Findings from this task shall be submitted to the City as Technical Memo 4. 6 I Task 6. Developing the Comprehensive Plan Goals, $65,100.00 Objectives and Policies The Comprehensive Plan update will build on the goals, objectives, guidelines and policies of the existing plan but will be streamlined to simplify its use and edited to reflect the new vision and policy direction of the City. Consultant shall conduct the evaluation and analysis of existing Comprehensive Plan Elements and their alignment with Florida Statutes, and current and future development goals. This shall also include the evaluation of the City's 2018 Economic Development Strategic Plan, the City's Economic Development Element of the Comprehensive Plan, and formulation of recommendations for the creation of a Redevelopment District as well as other designated Business Improvement, Commercial Corridor and Redevelopment Districts/Areas or Community Redevelopment Districts (CRAs) in the eastern portion of the City. The overarching guiding principle is to also ensure that the Goals, Objectives, Guidelines and Policies developed during this portion of the project are in alignment with the City's Strategic Plan and community vision. Deliverable: Findings from this task and the Study shall be submitted to the City as the Final Comprehensive Plan 2040 document. The Final document shall include an Executive Summary, overview of the methodology used in the study, and a comprehensive summary of the TAMARAC The City For Your Life findings of Tasks 1 through 6. Technical Memos 1 through 4 shall be included in their entirety as A endices to the Final Comprehensive Plan. 7 Task 7. Comprehensive Plan Update (Draft) $15,250.00 Upon completion of Tasks 1-6, the consultant shall submit to City Staff editable, electronic, Word Document and PDF Versions of the Comprehensive Plan Update Draft. Upon completion of City Staff review, the consultant shall incorporate the desired edits and return to City Staff within a time certain as identified by the established Project Schedule. Deliverable: The Draft of the City's Comprehensive Plan shall be provided to City Staff for Planning Board and City Commission public hearings and transmittal to the State Land Planning and Review Agencies as follows 1. Fifteen (15) bound copies of the Draft Comprehensive Plan and fifteen (15) CDs or USB flash drives with an electronic version of the document (MS Word and PDF). 2. Power Point Presentation prepared by Consultant for delivery to the Planning Board and City Commission. 3. Consultant to deliver the findings and updates in a summarized manner to the Planning Commission at a regularly scheduled meeting and to the City Commission at a workshop or regularly scheduled meeting. 4. Consultant to prepare transmittal cover letter and provide electronic version of the City's 2040 Comprehensive Plan to Staff for transmittal to the State Land Planning and Reviewing Agencies in accordance with Florida Statutes. 8 Task 8. Comprehensive Plan Update (Final Draft) $12,450.00 Deliverables: The Final Draft of the City's Comprehensive Plan to be submitted for adoption shall be provided to the City Staff with the following: 1. Fifteen (15) bound copies of the Final Comprehensive Plan and fifteen (15) CDs or USB flash drives with an electronic version of the document (MS Word and PDF) inclusive of recommended changes received during the transmittal process. TAMARAC The City For Your Life 2. Power Point Presentation prepared by Consultant for delivery to the City Commission at adoption hearing. 2. A report with recommendations of required respective Land Development Code amendments. If additional tasks are warranted, the Consultant must clearly identify these tasks in the Consultant's proposal. The finished document should be: 1. comprehensive, internally consistent, and legally defensible; 2. organized and written to promote ease of use and navigation; 3. easily accessible (including compliance with Americans with Disabilities Act standards) and useable from various on-line platforms; 4. formatted and organized to reflect the community's priority topic and focus areas, and, not bound by the traditional element format outlined in the Community Planning Act (F.S. Chapter 163) while still meeting the Act's requirements for content); 5. written in a manner to provide clear rationale upon which implementing code and map amendments may be based; 6. free of conflicting and duplicative policy language resulting from the earlier " W-S' requirements of the former Florida Growth Management Act; The current plan will be retained by the City for future reference as a "legacy" document. C W � O O Q O O O i H N Yl Yf N N N �A H 11� VI N Vf y1 N N N N .... .................. _ • • x ........ .__.._... .._ H N N aA y~j N tj1 N dA � 9 _ x O N Y p H N N L7 y" j VI aft � O fl9 I x ..._.W ................... fYh N — ---- .�.,.�..� �.,....�. ..,:.,....,. .u..:u..u.. f V/ N U�f �. tiT 1i4 5f! VA C � x N spa vi Vt 6iF 6!4 4G b%# f Yf N �ICal ,r N x N W � W I W W p l7 Z p z Q z o pq w! p aW 2 ` 2 o �Z J u O~ f o w z> o_a O Wz W 60 Z I W uxa 6 W 6 p viO WJ � AC �® CERTIFICATE OF LIABILITY INSURANCE DATE( Y) 08/ 6/ 022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services, Inc of Florida 1001 Brickell Bay Drive(A,c.No. CONTACT NAME:FAX ,): (866) 283-7122 AIC.No.: (800) 363-0105 E-MAIL ADDRESS: suite 1100 Miami FL 33131 USA INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A: Property & Casualty Ins Co of Hartford 34690 INSURERB: Hartford Fire Insurance Co. 19682 The Corradino Group, Inc. 4055 NW 97th Avenue Suite 200 INSURERC: Hartford Casualty Insurance Co 29424 INSURERD: Hartford Insurance Co Of The southeast 38261 Miami FL 33178 USA INSURERE: Starr surplus Lines Insurance Company 13604 INSURER F: COVERAGES CERTIFICATE NUMBER- 570095026855 REVISION NUMBER: THIS -IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR LTRA TYPE OF INSURANCE ADDL SUBR pOUCYNUMBER POLICY EFF POLICY EXP LIMITS X COMMERCIAL GENERALLIABILITYY Y 21UUNOL5648 05/01/2022 05 O1 2023 EACH OCCURRENCE $1,000,00 CLAIMS�dADE I X 1 OCCUR DAMAGE TO RENTED PREMISES a occurrence $ 300 , 000 L._1 MED EXP (Any one person) $10 , 000 PERSONAL&ADV INJURY $1,000,00 GEN'LAGGREGAT^E LIMIT APPLIES PER X POLICY 1 IPEo- ❑LOC IIL------11 GENERALAGGREGATE $2,000,00 PRODUCTS-COMP/OP AGG $2,000,000 OTHER: B AUTOMOBILE LIABILITY Y Y 21 UEN OL5649 05/01/2022 05/01/2023 COMBINED SINGLE LIMIT $1,000,00 BODILY INJURY (Per person) �e X ANYAUTO BODILY INJURY (Per accident) OWNED SCHEDULED AUTOS ONLY AUTOS HIREDAUTOS NON -OWNED ONLY AUTOS ONLY PROPERTY DAMAGE (Per accident C X UMBRELLA LIAB X OCCUR 21XHUOL5640 05/01/2022 05/01/2023 EACH OCCURRENCE $2,000,00 AGGREGATE $2 , 000, 0O EXCESS LIAB ri CLAIMS -MADE DED I X RETENTION $10,000 D WORKERS COMPENSATION AND Y 21WBOL6H6N 05/01/2022 05/01/2023 X I PERSTATUTE I OTH EMPLOYERS' LIABILITY YIN ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) NIA See Attached EL_ EACH ACCIDENT $1, 000 , 0O E.L. DISEASE -EA EMPLOYEE $1,000,00 E.L. DISEASE -POLICY LIMIT 1, If yes, describe under DESCRIPTION OF OPERATIONS below E E&O-PL-Primary �1000100129221 Claims Made 07/11/2022 07/11/2023 Per Claim Deductible Aggregate $10,000,000 $100,000 $10,000,00 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate Holder is included as Additional insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. A waiver of subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability, Automobile Liability and workers Compensation policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WALL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Tamarac I AUTHORIZED REPRESENTATIVE 7525 N.W. 88th Avenue Tamarac FL 33321 USA tXKon i�%�;�DFc �Gt.��trc�4 �na. �c./-Csu�a `m ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000075512 LOC #: L!►nnITInNAI RFMARKS SCHEDULE Page _ of _ AGENCY Aon Risk services, inc of Florida NAMED INSURED The corradino Group, Inc. POLICY NUMBER see certificate Number: 570095026855 CARRIER See certificate Number: 570095026855 NAIC CODE 1 EFFECTIVE DATE: ADDITIONAL REMARKS F ISADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, RM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance underwriting Companies Twin City Fire Insurance Company - Colorado Hartford Insurance company of the southeast - Florida Property & Casualty Insurance Company of Hartford - Illinois Hartford casualty insurance company - Indiana Hartford Underwriters Insurance Company - Kentucky Property & casualty Insurance Company of Hartford - Michigan Twin City Fire Insurance Company - New Jersey (Hartford underwriters insurance Company - Tennessee ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD TAMARAC The City For Your Life Purchasing and Contracts Division CITY OF TAMARAC VENDOR OWNERSHIP SURVEY Contact: Edward Ng Company: The Corradino Group Contact E-mail: eng@corradino.co_m Vendor Name: The Corradino Group Usina the dro -down menu to the ri ht to answer the questions below: 1. Does your firm employ more than 50 persons (including full-time and ,part-time employees) Yes 2. Is your firm a construction firm? Yes 2A: If YES to number 2 above, is the average annual gross revenue for your firm for the past three (3) years greater than $9 million? Yes 2B: If NO to number 2 above, is the average annual gross revenue for your firm for the past three (3) years greater than $5 million? Choose an item. 3. Which of the following best describes the gender of your firm's primary owner (at least 51 % ownership): Male 4. Which of the following best describes the ethnicity of your firm's primary owner (at least 51 % ownership): Caucasian/White If you chose "Other", Please indicate: 5. Which of following best describes the primary owner's veteran status (at least 51 % ownership): Non -Veteran 6. If your firm has been certified as a Small Business (SBE), a Women Owned Business (WBE), a Minority Owned Business (MBE) or a Veteran N/A Owned Business (VBE), please indicate the agency or agencies that have granted the certification to your firm. (If you choose "other" please indicate the name or names of the certifying agency(ies)): Please save and email this document to: Keith Glatz, CPPO (email: keith.glatz@tamarac.org) Purchasing & Contracts Manager City of Tamarac Fax: (954) 597-3565 Phone: (954) 597-3567 1 of 1