Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2014-103Temp. Reso. #12550 September 15, 2014 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2014 - ! d 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE AWARD OF REQUEST FOR PROPOSAL #14- 17R, AND EXECUTION OF AN AGREEMENT TO PROVIDE LAND DEVELOPMENT REGULATION RE -WRITE & COMPREHENSIVE PLAN UPDATE SERVICES TO CLARION ASSOCIATES, LLC IN THE AMOUNT OF $175,925, AUTHORIZING AN APPROPRIATION OF $175,925; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Tamarac desires to encourage and promote economic development within the City; and WHEREAS, the steady rate of development occurring over the last two decades has resulted in a City that is almost entirely "built out"; and WHEREAS, less than 2% of the total land area in Tamarac is vacant and there are no opportunities to annex additional undeveloped property; and WHEREAS, future development in the City will redevelopment of existing sites, or as infill development; and primarily occur as WHEREAS, redevelopment in Tamarac currently relies heavily on the variance process rather than on standards prescribed by the current Land Development Regulations; and Temp. Reso. #12550 September 15, 2014 Page 2 WHEREAS, the City's current Land Development Regulations are outdated, and some sections have not been updated since 1975; and WHEREAS, a recently completed Redevelopment Study of the major commercial corridors within the City that was initiated in 2012 identified the following goals: 1) Position the City of Tamarac's commercial areas to be more competitive for redevelopment opportunities, 2) Identify current and future market demand within the City's commercial areas and 3) Identify the ten-year potential for key uses and activities within the City; and WHEREAS, as a result of this study it was recommended that the City make substantial changes to its current Land Development Regulations and update its existing Comprehensive Plan to provide the necessary platform to take these goals to fruition; and WHEREAS, in response to this recommendation City staff developed a Request for Proposal (RFP) #14-17R that was formally advertised on the City's web -site and in the South Florida Sun Sentinel on April 27, 2014, a copy of which is included herein as Exhibit "1 " (attached hereto, incorporated herein, and made a specific part thereof); and Temp. Reso. #12550 September 15, 2014 Page 3 WHEREAS, the City received responses from the following six (6) firms: • Keith and Schnars, P.A. • Bell David Planning Group, Inc. • Calvin, Giordano & Associates, Inc. • Clarion Associates, LLC • Gray Robinson, P.A. • The Mellgren Planning Group; And WHEREAS, the Evaluation Committee facilitated by the Purchasing and Contracts Division Buyer, and comprised of the Director of Community Development, the Chief Building Official / Building Department Director, the Assistant Director of Public Services / City Engineer, the Planning and Zoning Manager, the Code Enforcement Manager and the Associate Planner reviewed all of the proposals and shortlisted the following three (3) firms to provide oral presentations to the Committee: • Calvin, Giordano & Associates, Inc. • Clarion Associates, LLC • The Mellgren Planning Group; and, WHEREAS, the Evaluation Committee ranked that the proposal submitted by Clarion Associate as the highest ranked response, a copy of said response is included herein as Exhibit "2" (attached hereto, incorporated herein, and made a Temp. Reso. #12550 September 15, 2014 Page 4 p specific art thereof), with a synopsis of all rankings included herein as Exhibit "3" p (attached hereto, incorporated herein, and made a specific part thereof); and WHEREAS, negotiations have been completed with Clarion Associates, LLC; and WHEREAS, City staff and Clarion Associates, LLC. have agreed upon a contract price of $175,925 for the project with pricing provided for additional optional services if required in the future; and WHEREAS, an appropriation of $175,925 will be required to fund this agreement and will be included in the first budget 'amendment for FY 2015 pursuant to F.S. 166.241(2); and WHEREAS, it is the recommendation of the Evaluation Committee and the Purchasing and Contracts Manager to award RFP #14-17R to Clarion Associates, LLC to re -write the City's current Land Development Regulations and update its existing Comprehensive Plan for a contract price of $175,925; and WHEREAS, it is recommended that the appropriate City Officials execute an Agreement with Clarion Associates, LLC; and 0 Temp. Reso. #12550 September 15, 2014 Page 5 WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to award RFP #14-17R to Clarion Associates, LLC to re -write the City's current Land Development Regulations and update its existing Comprehensive Plan for a contract price of $175,925; a copy of said Agreement is included herein as Exhibit "4" (attached hereto, incorporated herein, and made a specific part thereof). NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: the award of RFP #14-17R to Clarion Associates, LLC is hereby approved. SECTION 3: The appropriate City officials are hereby authorized to execute an Agreement with Clarion Associates, LLC. to re -write the City's current Land Development Regulations and update its existing Comprehensive Plan for a contract price of $175,925, a copy of said agreement is attached hereto as Exhibit «4�� Temp. Reso. ##12550 September 15, 2014 Page 6 SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. 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. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this Aday of � , 2014. Wi f RRY DRESSLER, MAYOR ATTEST: PP.TRICIA-TEUF ,'CMC CITY CLERK -- RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BUSHNEL DIST 2: VICE MAYOR GOMEZ G�- DIST 3: COMM. GLASSER DIST 4: COMM. PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM Vy-Z AMUEL S. GOREN V CITY ATTORNEY TR 12550 -- Exhibit 1 Date: April 24, 2014 RFP NO. 14-17R REQUEST FOR PROPOSALS RFP 14-17R ALL QUALIFIED PROPOSERS: Sealed Proposals, addressed to the Purchasing and Contracts Manager of. the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 2:00 PM local time, Ma 21 2014. LAND DEVELOPMENT REGULATION RE -WRITE & COMPREHENSIVE PLAN UPDATE SERVICES The City is soliciting proposals on behalf of the Community Development Department to obtain the services of a qualified firm to provide Land Development Regulation Re -write and Comprehensive Plan Update Services. Sealed Proposals must be received and time stamped in the PurchasingOffice either b � Y mail or hand delivery, on or before the date and time referenced above. Any Proposals osals received after 2:00 p.m. on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Proposer. Official time will be measured by the time stamp in the Purchasing Office. City reserves the right to reject any or all Proposals, to waive any informalities or irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or in part to one or more Proposers, or take any other such actions that may be deemed to be in the best interests of the City. Proposal documents may be obtained from the Purchasing Office or via the Internet at hl!p://www.tamarac.o[g. For inquiries, contact the Purchasing Office at (954) 597-3570. Steven Beamsderfer, CPPB Buyer Publish Sun -Sentinel: Sunday, April 27, 2014 'CitZ of Tamarac Purchasing and Contracts Division REQUEST FOR PROPOSALS RFP 14-17R LAND DEVELOPMENT REGULATION RE -WRITE & COMPREHENSIVE PLAN UPDATE SERVICES Definition: A Request for Proposal (RFP) is a method of procurement permitting discussions with responsible Proposers and revisions to proposals prior to award of a contract. Proposals will be opened in private. Award will be based on the criteria set forth herein. I. INTRODUCTION The City is soliciting proposals on behalf of the Tamarac Community Development Department to obtain the services of a qualified firm with proven experience evaluating, writing and implementing zoning and land development ordinances to undertake a two - stage project which includes the comprehensive Re -write of the City's current Land Development Regulations and to update the City's current Comprehensive Plan. The selected Consultant shall have specific experience with zoning ordinance codification, preparing zoning maps and land development regulation illustrations, conducting public participation processes, and developing training materials for planning and zoning staff, the development community, and the public. In addition, the selected Consultant will have demonstrated knowledge of: innovative zoning techniques, best practices in city planning, architectural and urban design, land development regulations administration and enforcement, zoning and land use law, comprehensive planning, and sustainable development models. The Project will include a complete update to the official zoning map. II. INFORMATION For information pertaining to this Request for Proposals (RFP), contact Purchasing at (954) 597-3570 or Ms. Maxine Calloway, at (954) 597-3542. Such contact shalt be for clarification purposes only. Material changes, if any, to the scope of services or proposal procedures will be transmitted only by written addendum. It is preferred that all questions be submitted in writing, either via fax or email. Fax questions to (954) 597-3565 or email to purchasing(cDtamarac.org. III. SCHEDULE OF EVENTS The schedule of events related to this Request for Proposals shall be as follows: RFP Document issued April 27, 2014 Deadline for Written Questions May 8, 2014 Deadline for Receipt of Proposals May 21, 2014 Evaluation of Proposals May 22 - 287 2014 Presentations by Short-listed Proposers (if applicable) May 29, 2014 Final Ranking -of Firms May 30, 2014 Anticipated Award by Commission June 25, 2014 All dates are tentative. City reserves the right to change scheduled dates. 2 IV. INSTRUCTIONS TO PROPOSERS Article V, the Tamarac Procurement & Code. STANDARD TERMS AND CONDITIONS 1.2 These General Terms and Conditions apply to all offers made RFP 14-XXR to the City of Tamarac by all prospective Proposers, including - Our Vision and Mission but not limited to Requests for Quotes, Requests for Proposal and Our Vision: The City of Tamarac, our community of Requests for Bid. As such the words"bid", proposal" and "offer" choice -- leading the nation in quality of life through are used interchangeably in safe neighborhoods, a vibrant economy, exceptional reference to all offers submitted by customer service and recognized excellence. prospective Proposers. The City of Tamarac reserves the right to reject Our Mission: We Are Committed to Excellence. . . any or all proposals, to waive any Always" It is our job to foster and create an environment informalities or irregularities in any that proposals received, to re -advertise for proposals, to enter into contract Responds to the Customer negotiations with the selected Creates and Innovates Proposer or take any other actions Works as a Team that may be deemed to be in the Achieves Results, and best interest of the City of Tamarac. Makes a Difference Any and all special conditions in this RFP or any sample agreement In the fulfillment of our vision and mission, as stewards document that may be in variance of the public trust, we value vision, integrity, efficiency or conflict with these General Terms and quality service. and Conditions shall have precedence over these General Our vendors are truly partners in meeting these Terms and Conditions. If no commitments to the community, and in support of that changes or deletions to General vision and mission, we are committed to ensuring that Conditions are made in the Special qualified, competitive vendors who share our Conditions, then the General Terms commitment to quality, efficiency, teamwork and and Conditions shall prevail in their customer service are employed to provide goods and entirety. services to the City. Our vendors are expected to deliver high quality products and efficient service that is provided on time and as ordered, in a manner that 2. DEFINED TERMS improves the overall value of the services that the City provides to its residents. In addition, we expect our Terms used in these Instructions to Proposers vendors to work with the City as a team, and exhibit the are defined as follows: highest level of integrity when dealing with any office or department of the City. 2.1 Offeror', - one who submits a Proposal in response to a solicitation, Diligence in the execution of the requirements of this as distinct from a Sub -Offeror, who proposal will ultimately contribute to the overall quality submits a Proposal to the Offeror. of services provided to the entire community. The City is searching for a firm who will exemplify these ideals in 2.2 "Proposer" — one who submits a the execution of their work, and the successful firm will Proposal in response to a solicitation. be measured against the performance standards The terms "Offeror" and "Proposer" outlined in this bid invitation. are used interchangeably and have the same meaning. 1. AUTHORITY AND GENERAL TERMS AND 2.3 "Successful Proposer' - the CONDITIONS qualified, responsible and responsive 1.1 This proposal is issued pursuant to, Proposer to whom City (on the basis and governed by the laws of the State of City's evaluation as hereinafter of Florida, Article VII "Financial provided) makes an award. Procedures", Section 7.111 "Requirements 2.4 "City' - the City of Tamarac, a for Public Bidding, of municipal corporation of the State of the Cit of Tamarac Charter; and Florida. Chapter 6 "Finance and Taxation", 3 City or Tamarac P r haand Contracts Division 2.5 "Proposal Documents" - the Request 5. OMISSION OF DETAILS / VARIANCES AND for Proposals, Instructions to EXCEPTIONS Proposers, Proposer's Qualifications 5.1 The apparent silence of the Statement, Non -Collusive Affidavit, requirements as to any detail, or the Certified Resolution, Vendor Drug- apparent omission of a detailed Free Workplace, Proposer's Proposal, description concerning any point, Proposal Security and Specifications, shall be regarded as meaning that if any, and the proposed Contract only the best commercial practice is Documents (including all Addenda to prevail, and that only material and issued prior to opening of Proposals). workmanship of the finest quality is to be used. All interpretations of the 2.6 "Contractor" - the individual(s) or specifications shall be made on the firm(s) to whom the award is made basis of this statement. Omission of and who executes the Contract any essential details from these Documents. specifications will not relieve the Proposer of supplying such services NS 3. SPECIAL CONDITIONS or product(s) as specified. Where there appears to be variances or conflicts between the General Terms and 5.2 For the purpose of evaluation, the Conditions and any Special Conditions (if Proposer must indicate any variance included) and/or Statement of Work outlined or exceptions to the stated in this proposal, the Special Conditions requirements, no matter how slight. and/or the Statement of Work shall prevail. Deviations should be explained in 4. EXAMINATION OF CONTRACT DOCUMENTS detail. Absence of variations and/or AND SITE corrections will be interpreted to mean that the Proposer meets all the 4.1. Before submitting a Proposal, and if requirements in every respect. applicable to the project, each pp P J Proposer must visit the site to become 6. INTERPRETATIONS AND ADDENDA familiar with the facilities and If the Proposer is in doubt as to the meaning of n that may in an manner equipment Y Y any of the Proposal Documents, believes that affect cost or performance of the the General Conditions, Special Conditions work must consider federal state and ' and/or Technical Specifications contain errors, local laws, ordinances, rules and contradictions or obvious omissions, or has any regulations that may in an manner g y y questions concerning the information contained affect cost or performance of the in the RFP documents, the Proposer shall must careful/ compare the m work, u Y P submit a written request to the Purchasing Proposer's observations made during Office for interpretation or clarification. Such visits or in review of applicable s site t Pp request must reference RFP name and laws with the Proposal Documents; number, and should be received by the and must promptly notify the a P P y Purchasing Office at least ten (10) calendar Purchasing and Contracts Manager of days prior to the Proposal openingdate, or prior all conflicts errors and discrepancies, ' P , to the deadline specified in the ` Schedule of if any, in the Proposal Documents. Events" provided herein. Questions received 4.2. The Proposer, by and through the less than ten (10) calendar days prior to the submission of a Proposal, agrees that Proposal opening, or the deadline specified by Proposer shall be held responsible for the "Schedule of Events" herein, whichever is having examined the facilities and sooner, may not be answered. Interpretations equipment (if applicable); is familiar or clarifications in response to such questions with the nature and extent of the work will be issued in the form of a written addendum and any local conditions that may transmitted via either fax or email to all parties affect the work, and is familiar with the recorded by the Purchasing Office as having equipment, materials, parts and labor received the Proposal Documents. The required to successfully perform the issuance of a written addendum shall be the work. only official method whereby such an fitof Tamarac Purchasit! and Contracts Division interpretation or clarification will be made. City will be made by Direct Deposit (ACH) via electronic funds 7. COSTS AND COMPENSATION transfer. No paper checks will be 7.1. Costs and compensation shall be issued after that date. Vendors shown in both unit prices and must register for direct deposit with the City prior to receiving any extensions whenever applicable, and payments by providing a "City of expressed in U.S. Dollars. In the Tamarac Consent for Direct event of discrepancies existing Deposit" form (ACH Form) to the between unit prices and extensions or City's Financial Services totals, the unit prices shall govern. Accounting Division. The form may be accessed on the City ofTamarac 7.2. All costs and compensation shall web -site at remain firm and fixed for acceptance http:f/www.tamarac.orglindex.asp for 60 calendar days after the day of I�I..-.-��I..I-IIIII IIIIIII11.1..� x?NID=622. Please contact the the Proposal opening. Purchasing & Contracts Division at the number shown on thissolicitation 7.3. The price proposal shall include all document herein as' franchise fees, royalties, license fees, the first point of contact for more etc., as well as all costs for information. transportation or delivery as applicable within the scope of the solicitation. 8. PRICES, PAYMENTS, DISCOUNTS & ELECTRONIC PAYMENTS 8.1 Firm Pricing: Prices shall be fixed and firm to the extent required under Special Conditions. In the absence of a reference in the Special Conditions, prices shall be fixed and firm for a period of sixty (60) calendar days, or ninety (90) calendar days when the contract must be approved by another agency. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. 8.2 Prompt Payment Discounts: Where applicable, Proposer is encouraged to provide prompt payment. If no payment discount is offered, the discount shall assume net 30 days. Payment is deemed made on the date of the mailing of the check. All payments shall be governed by the Local Government Prompt Payment Act, F. S. Chapter 218. ***** IMPORTANT NOTE***** 8.3 Payments by Electronic Funds Transfer: ALL payments by the 9. NON -COLLUSIVE 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. 10. PUBLIC ENTITY CRIMES In accordance with Florida Statutes P4287.133 A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant 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. 11. CONFLICT OF INTEREST The award of any contract hereunder 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 Proposers 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 5 City of Tairiarac Purchasing and Contracts Division ----------------- any of its branches or affiliate companies. signature of a corporate officer or 12. SUMMARY OF DOCUMENTS TO BE designee with the proven authority to SUBMITTED WITH PROPOSALS bind the firm in matters of this nature. The address and telephone number The following is a summary of documents for any communications regarding the required to be submitted for this proposal. Proposal must be included. Failure to include a technical proposal, cost proposal, bid surety (if required below), or any 13.4 Proposals shall contain an other document that, by its omission, may acknowledgment of receipt of all prejudice the rights of other respondents, may addenda. result in immediate rejection of your proposal. Other forms or documents which, by their 13.5 Proposals by corporations must be nature do not impact price or the Proposer's executed in the corporation's legal cost of doing business should accompany the name by the President or other Proposal; but must be provided within three corporate officer, accompanied by (3) business days of the City's request to be considered responsive. evidence of authority to sign. Evidence of authority shall be Technical Proposal &Work Plan that 12.1 p provided on the enclosed Certified addresses consultant's professional qualifications and understanding of Resolution form, or by the company's the project in accordance with section own Corporate Resolution. VII.A "Evaluation Method And 13.6 Proposals by partnerships must be Criteria" executed in the partnership name and 12.2 Cost Proposal (See "Proposal Form" signed by a partner, whose title must herein) appear under the signature. 12.3 Project schedule which includes a breakdown of estimated hours to be 13.7 Proposals shall be submitted to the worked by each of your project team Purchasing Office on or before the members time indicated in the Request for 12.4 Certification Forms Proposals. Proposals shall be submitted in a sealed envelope (faxed 12.5 Certified Resolution Form {or firm's proposals will not be accepted under own Corporate Resolution) any circumstances). The envelope 12.6 Proposer's Qualifications Statement should be clearly marked on the Form & References exterior with the applicable solicitation 12.7 Vendor Drug Free Workplace Form name and number. The envelope 12.8 Non -Collusive Affidavit Form should state the name and address of the Proposer and should be include 12.9 Proof of applicable insurance. all documents as specified in the 12.10 Listing of any Sub -consultants or Request for Proposals. Purchasing Subcontractors to be utilized. and Contracts Division staff is not 12.11 The most recently completed audited responsible for the premature opening financial statement, or other of a Proposal that is not properly approved documentation to verify addressed and identified. financial viability. 13.8 In accordance with Florida Statutes, 13. SUBMISSION OF PROPOSALS Chapter §119.07(1)(a) and except as may be provided by other applicable 13.1 Proposals must be typed or printed in 3 p �p p state and federal law, the Request for ink. Use of erasable ink is not Proposals and the responses thereto permitted. All corrections to prices are in the public domain. However, made by the Proposer should be Proposers are requested to initialed. specifically identify in the submitted 13.2 All proposals shall be submitted in the Proposal any financial information English language, and pricing considered confidential and/or expressed in U.S. Dollars. proprietarywhich may be considered exempt under Florida Statute 13.3 Proposals must contain a manual 6 Purchasing and Coritracts Division §119.07(t). opening date and time. No Proposal 13.9 All Proposals received from Proposers may be withdrawn or modified after in response to the Request for the date of proposal opening has Proposals will become the property of passed. City and will not be returned. In the 14.2 If, within twenty-four (24) hours after event of Contract award, all Proposals are opened, any Proposer documentation produced as part of files a duly signed, written notice with the Contract shall become the the Purchasing Office, and within five exclusive property of City. (5) calendar days thereafter 13.10 The Proposer preparing a submittal demonstrates to the reasonable in response to this RFP shall bear all satisfaction of City,clear and by expenses associated with its convincing evidence' that there was a preparation. The Proposer shall material and substantial mistake in prepare a submittal with the the preparation of its Proposal, or that understanding that no claim for the mistake is clearly evident on the reimbursement shall be submitted to face of the Proposal, but the intended the City for the expense of proposal correct Proposal y is not similar) preparation and/or presentation. evident, Proposer may withdraw its Proposal and an bid security will be p Y tY 13.11 Electronic Media Submission: The returned. Thereafter, the Proposer City may require that machine will be disqualified from further bidding readable information and data, on the subject Contract. including computer assisted drafting designs (AutoCAD files) be provided 15. REJECTION OF PROPOSALS by the proposing firm as a part of its 15.1 To the extent permitted by applicable submittal. The proposing firm shall state and federal laws and not be liable for claims or losses regulations, City reserves the right to arising out of, or connected with, reject any and all Proposals, to waive modification by the City, or anyone any and all informalities not involving authorized by the City, decline of price, time or changes in the work with accuracy or readability of data due to the Successful Proposer, and to storage or obsolescence of equipment disregard all nonconforming, non - or software, any use by the City or responsive, unbalanced or conditional anyone authorized by the City, of such Proposals. Proposals will be data for additions to projects except considered irregular and may be as authorized in writing by the rejected if they show serious proposing firm. omissions, alterations in form, 14. MODIFICATION AND WITHDRAWAL OF additions not called for, conditions or PROPOSALS unauthorized alterations, or irregularities of any kind. 14.1 Proposals may be modified or withdrawn by a duly executed 15.2 Cityreserves the right to reject the g document signed by a corporate Proposal of any Proposer if City officer or other employee with believes that it would not be in its best designated signature authority. interest of to make an award to that Evidence of such authority must Proposer, whether because theres accompany the request for withdrawal Pro osal is not responsive, the p p or modification. The request must be Proposer is unqualified, of doubtful delivered to the Purchasing Office at financial abili , or fails to meet an y any time prior to the deadline for other pertinent criteria established by submitting Proposals. Withdrawal of City within the scope of the a Proposal will not prejudice the rights solicitation. of a Proposer to submit a new 16. QUALIFICATIONS OF PROPOSERS Proposal prior to the Proposal 16.1 Proposals will be considered from 7 City of, T rnarac Purchas and Contracts Division firms normally engaged in providing competent and physically capable the service requested. The proposing employees. The City may require Firm must demonstrate adequate the Proposer to remove an employee experience, organization, facilities, it deems careless, incompetent, equipment and personnel to ensure insubordinate or otherwise prompt and efficient service to the City objectionable. Proposer shall be of Tamarac. The City of Tamarac will responsible to the City for the acts determine whether the evidence of and omissions of all employees ability to perform is satisfactory and working under its directions. reserves the right to reject proposals 17. INSURANCE where evidence submitted, or investigation and evaluation, indicates 17.1 Proposer agrees to, in the inability of a firm to perform. performance of work and services 16.2 Each Proposer shall complete the Proposer's Qualifications Statement and submit the form with the Proposal. Failure to submit the Proposer's Qualifications Statement and the documents required thereunder may constitute grounds for rejection of the Proposal. 16.3 As a part of the evaluation process, the City may conduct a background investigation including a criminal record check of Proposer's officers and/or employees, by the Broward County Sheriff's Office. Proposer's submission of a proposal constitutes acknowledgement of and. consent to such investigation. City shall be the sole judge in determining Proposer's qualifications. 16.4 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, who is a defaulter, as surety or otherwise, of any obligation to City, or who is deemed irresponsible for unreliable by City. City will be the sole judge of said determination. 16.5 The City reserves the right, before recommending any award, to inspect the facilities, equipment and organization or to take any other action necessary to determine ability to perform in accordance with the specifications, terms and conditions. 16.6 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 under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Proposer, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. 17.2 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 this Agreement. Proposer shall maintain such insurance in full force and effect during the life of this Agreement. Proposer shall provide to the City's Risk Manager current certificates of all insurance required under this section prior to beginning any work under this Agreement. 17.3 Proposer shall indemnify and save the City harmless from any damage resulting to it for failure of either Proposer or any Sub -Proposer to obtain or maintain such insurance. 17.4 The following are required types and minimum limits of insurance coverage, which the Proposer agrees to maintain during the term of this contract: Line Business/ Coverage Commercial General Liability Including: of Occurrence Aggregate $1,000,000 $1,0001000 8 CttZ,of Tamarac Purchasing and Cor7tracts Division Premises/Operations 17.11 The Successful Proposer agrees to Contractual Liability perform the work under the Contract Personal Injury as an independent contractor, and Explosion, Collapse, Underground Hazard not as a subcontractor, agent or Products/Completed Operations employee of City. Broad Form Property Damage 18. INDEMNIFICATION Cross Liability and Severability of Interest Clause 18.1 GENERAL INDEMNIFICATION: Consultant shall, in addition to any Automobile $1,000,000 $1,000,000 other obligation to indemnify the City Liability and to the fullest extent permitted by Workers' Statutory law, protect, defend, indemnify and Compensation hold harmless the City, their agents, & Employer's elected officials and employees from Liability and against all claims, actions, liabilities, losses (including economic 17.5 The City reserves the right to require losses), costs arising out of any higher limits depending upon the actual or alleged: a). Bodily injury, scope of work under this Agreement. sickness, disease or death, or injury to or destruction of tangible property 17.6 Neither Proposer nor any Sub- including the loss of use resulting Proposer shall commence work therefrom, or any other damage or under this contract until they have loss arising out of or resulting, or obtained all insurance required claimed to have resulted in whole or under this section and have supplied in part from any actual or alleged act the City with evidence of such or omission of the Consultant, any coverage in the form of an insurance sub -Consultant; anyone directly or certificate and endorsement. The indirectly employed by any of them, Proposer will ensure that all Sub- or anyone for whose acts any of Proposers will comply with the above them may be liable in the guidelines and will maintain the performance of the Work; or b). necessary coverages throughout the violation of law, statute, ordinance, term of this Agreement. governmental administration order, 17.7 All insurance carriers shall be rated rule, regulation, or infringement of at least A-VII per Best's Key Rating patent rights by Consultant in the Guide and shall be licensed to do performance of the Work; or c). liens, business in Florida. Policies shall be claims or actions made by the "Occurrence" form. Each carrier will Consultant or any sub -consultant give the City sixty (60) days notice under workers compensation acts; prior to cancellation. disability benefit acts, other employee benefit acts or any 17.8 The Proposers liability insurance _statutory bar. Any cost of expenses, policies shall be endorsed to add the including attorney's fees, incurred by City of Tamarac as an It the City to enforce this agreement insured". The Proposer's Workers' shall be borne by the Consultant. Compensation carrier will provide a Waiver of Subrogation to the City. 18.2 Upon completion of all Services, 17.9 The Proposer shall be responsible obligations and duties provided for in for the payment of all deductibles this Agreement, or in the event of and self -insured retentions. The City termination of this Agreement for any may require that the Proposer reason, the terms and conditions of purchase a bond to cover the full this Article shall survive indefinitely. amount of the deductible or self- 18.3 The Consultant shalt a all claims insured retention. pay losses, liens, settlements or 17.10 The Proposer shall provide judgments of any nature whatsoever professional services under this f in connection with the foregoing Agreement, the Proposer must g g provide the City with evidence of indemnifications including, but not Professional Liability insurance with, limited to, reasonable attorney's fees at a minimum, a limit of $11000,000 (including appellate attorney's fees) per occurrence and in the aggregate. and costs. "Claims -Made" forms are acceptable only for Professional Liability. t �? Pur�chas end Contracts Divisioo 18.4 City reserves the right to select its 20.1 Successful Proposer warrants to City own legal counsel to conduct any that the consummation of the work defense in any such proceeding and provided for in the Contract all costs and fees associated documents will not result in the breach therewith shall be the responsibility of of any term or provision of, or Consultant under the indemnification constitute a default under any agreement. Nothing contained herein indenture, mortgage, contract, or is intended nor shall it be construed to agreement to which Successful waive City's rights and immunities Proposer is a party. under the common law or Florida 20.2 Successful Proposer warrants to City Statute 768.28 as amended from time that it is not insolvent, it is not in to time. d� 19. INDEPENDENT CONTRACTOR An Agreement resulting from this solicitation does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage - and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under any potential Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. Any potential Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 20. WARRANTIES bankruptcy procee ings 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. 20.3 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. 20.4 All warranties made by Successful Proposer together with service warranties and guarantees shall run to City and the successors and assigns of City. 21. COPYRIGHTS OR PATENT RIGHTS The Proposer warrants that there has been no violation of copyrights or patent rights in the preparation of any del iverables as a result of this proposal. The proposer agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 22. NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; City o "ar a acPurchasing and Contracts Division recruitment or recruitment advertising, layoff registered. You must click on the link or termination; rates of pay or other forms of provided. to confirm registration for compensation; and selection for training, solicitation documents and addendums. including apprenticeship. The Contractor shall Regardless of the means of transmission agree to post in conspicuous places, available of an Addendum it is the responsibility of to employees and applicants for employment, the bidder or proposer to insure that they notices to be provided by the contracting officer setting forth the of this have received all addendums issued for a provisions nondiscrimination clause. The Contractor solicitation prior to submitting a g further agrees that he/she will ensure that response."" Subcontractors, if any, will be made aware of 24. TAXES and will comply with this nondiscrimination clause. Successful Proposer shall pay all applicable 23. CLARIFICATION & ADDENDA Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Proposer shall examine all proposal documents and shall judge all matters relating to the adequacy and accuracy of such documents. If, upon review, any material errors in specifications are found, the Proposer shall contact the Purchasing Office immediately. Any inquires, suggestions, requests concerning clarification, or requests for additional information shall be submitted in writing to the Purchasing and Contracts Manager. The City of Tamarac reserves the right to amend this bid prior to the Proposal due date indicated by written addenda. Written addenda shall serve as the sole means of clarification. The City shall not be responsible for oral interpretations given by any City employee or its representative. SPECIAL NOTE -- Addendums will only be issued electronically through the City's web -site. Vendors will be notified of the availability of new solicitations and addendums via e-mail or text message (per the vendor's choice). It is essential that all vendors receiving a bid or proposal either download the document from the City's web -site, or register as a plan holder. All bidders / proposers must visit http://www.tamarac.orglbids.aspx, and select the "NOTIFY ME" icon. This action will take the bidder/proposer to the "Notify Me" page. Once on the "Notify Me" page, enter the appropriate e-mail address to which notifications of solicitations and addendums should be sent. Bidders and proposers may also request notification by text message at this time. Upon completion of this process, a confirming e- mail will be sent to the individual who sales, consumer use and other similar taxes required by law. 25. PERFORMANCE Failure on the part of the Proposer to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the proposal award. The City may, by written notice to the Proposal, 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. 26. TERMINATION FOR CAUSE AND DEFAULT In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Successful Proposer 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 of written notice of such neglect or failure. 27. TERMINATION FOR CONVENIENCE OF CITY This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Successful Proposer for such termination in which event the Successful Proposer shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Successful Proposer abandons this Agreement or causes it to be terminated, the Successful Proposer shall indemnify the city against loss pertaining to this termination. 28. FUNDING OUT This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. Cit. of Tarnafac Purchasing and ContractsDivision_ 29. RECORDS / AUDITS with generally accepted accounting practices and standards for records 29.1 The City of Tamarac is a public directly related to this contract. The agency subject to Chapter 119, form of all records and reports shall Florida Statutes. The Contractor be subject to the approval of the City's shall comply with Florida's Public Records Law. Specifically, the Auditor. The Contractor agrees to Contractor shall: make available to the City's Auditor, during normal business hours and in 29.1.1 Keep and maintain public Broward, Dade or Palm Beach records that ordinarily and Counties, all books of account, reports necessarily would be and records relating to this contract. required by the City in order to perform the service; 30. ASSIGNMENT 29.1.2 Provide the public with 30.1 Successful Proposer shall not assign, access to such public transfer or subject the Contract or its records on the same terms rights, title, interests or obligations and conditions that the City therein without City's prior written would provide the records approval. and at a cost that does not exceed that provided in 30.2 Violation of the terms of this chapter 119, Fla. Stat., or paragraph shall constitute a breach as otherwise provided by of the Contract by Successful law; Proposer and City may, at its 29.1.3 Ensure that public records discretion, cancel the Contract. All that are exempt or that are rights, title, interest and obligations confidential and exempt of Successful Proposer shall from public r record thereupon cease and terminate. requirements are not disclosed except as 31. EMPLOYEES authorized by law; and 31.1 Employees of the successful Proposer shall at all times be under 29.1.4 Meet all requirements for q its sole direction and not an retaining public records and employee or agent of the City. transfer to the City, at no cost, all public records in 31.2 Unauthorized Aliens: The possession of the employment of unauthorized aliens contractor upon termination by any Contractor is considered a of the contract and destroy violation of Section 274A (e) of the any duplicate public Immigration and Nationality Act. If records that are exempt or the Contractor knowingly employs confidential and exempt. All unauthorized aliens, such violation records stored shall be cause for unilateral electronically must be cancellation of any contract resulting provided to the City in a from this RFP. This applies to any format that is compatible sub -contractors used by the with the information Contractor as well technology systems of the agency. 32. TAXES The City of Tamarac is exempt from all 29.2 The failure of Contractor to comply Federal, State, and Local taxes. An with the provisions set forth in this exemption certificate will be provided where Article shall constitute a Default and applicable upon request. Breach of this Agreement and the City shall enforce any available 33. GOVERNING LAW: contract remedies in force including The laws of the State of Florida shall govern termination of the Agreement. this Agreement. Venue shall be Broward County, Florida. 29.3 During the term of the contract, the Contractor shall maintain all books, 34• FORM AGREEMENT DOCUMENT reports and records in accordance The City may attach as a part of this 12 CitZ of Tamarac Purcasin and Contracts :Division solicitation, a Form Agreement document. the affected service shall be reduced as Proposers shall be responsible for complying required. The Contractor shall also be with all of the terms and conditions of the provided with a minimum 30-day notice prior Form Agreement document if included to any such reduction in budget. herein, except where variant or conflicting language may .be included in any Special 38. CONTINGENT FEES PROHIBITED Conditions contained herein. Proposers shall note any deviation or variance with the Form The proposing firm must warrant that it has Agreement document at the time of bid not employed or retained a company or submission. person other than a bona fide employee 35. INFORMATION REQUESTS AFTER DUE DATE Pursuant to Florida Statute Chapter 119, Section 071 (1), sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to F.S. §119.071(1) (b) (2), or within 30 days after bid/proposal opening, whichever is earlier. 36. OWNERSHIP OF PRELIMINARY AND FINAL RECORDS All preliminary and final documentation and records shall become and remain the sole property of the City. The awarded firm shall maintain original documents thereof for its records and for its future professional endeavors and provide reproducible copies to the City. In the event of termination of the agreement the proposing firm shall cease work and deliver to the City all documents (including reports and all other data and material prepared or obtained by the awarded firm in connection with the project), including all documents bearing the professional seal of the firm. The City shall, upon delivery of the aforesaid documents, pay the firm and the firm shall accept as full payment for its services thereunder, a sum of money equal to the percentage of the work done by the firm and accepted as satisfactory to the City. 37. BUDGETARY CONSTRAINTS In the event the City is required to reduce contract costs due to budgetary constraints, all services specified in this document may be subject to a permanent or temporary reduction in budget. In such an event, the total cost for contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub -consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 39. PROHIBITION AGAINST LOBBYING During the solicitation of any bid or proposal, any firm and its agents, officers or employees who intend to submit, or who have submitted, bids or proposals shall not lobby, either individually or collectively, any City Commission members, candidates for City Commission or any employee of the City. Contact should only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing and Contracts Division for purposes of obtaining additional or clarifying information. Any action, including meals, invitations, gifts or gratuities by a submitting firm, its officers, agents, or employees shall be within the purview of this prohibition and shall result in the immediate disqualification of that firm from further consideration. During a formal solicitation process, contact with personnel of the City of Tamarac other than the Purchasing and Contracts Manager or designated representative regarding any such solicitation may be grounds for elimination from the selection process. (Reference: Tamarac Procurement Code Section 6-156.) Remainder of Page Intentionally Blank 13 City of Tamarac Purchasing and Contracts Division V. STATEMENT OF WORK A. Background The City of Tamarac, Florida (pop. 61,102) is now accepting proposals to Re -write the City's current Land Development Regulations and to update the City's current Comprehensive Plan. The City's Land Development Regulations (LDRs) is antiquated and outdated with portions not updated since 1975. Several key components of the LDRs such as platting, zoning, landscaping and signs, are dispersed throughout the Code of Ordinances in multiple Chapters, which makes administration and application of the Code difficult. The standards for special exceptions, variances, land use amendments and rezoning applications are not fully established in the Code. Definitions are vague and in some cases lacking, which leads to discretionary interpretations that are not always consistent. The steady rate of development occurring over the last two decades has resulted in a City that is almost entirely "built out". With less than 2% of Tamarac total land area as vacant and no opportunities to annex additional undeveloped property, future development in the City will primarily occur as redevelopment of existing sites, or as infill development. Redevelopment in Tamarac currently relies heavily on the variance process rather than on standards prescribed by the LDR. In the nearly four decades since the comprehensive establishment of the Zoning Ordinance, ._much has changed regarding land development; however, the Ordinance has remained largely intact. The periodic amendments made to account for changing conditions and emerging uses or issues have occurred in a piecemeal manner. This approach has affected consistency and clarity within the regulations and has given rise to the need for numerous explanatory interpretations. The absence of a more substantial and comprehensive update to the LDRs have also hindered issues ranging from the day-to-day administration of the ordinance to advancing the more progressive approaches to development that we are now seeing with new applications that are being submitted. This project is also a result of a recently completed Redevelopment Study of the major commercial corridors within the City that was initiated in 2012. The goals of that original study were as follows: • Position the City of Tamarac's commercial areas to be more competitive for redevelopment opportunities. • Identify current and future market demand within the City's commercial areas. • Identify the ten-year potential for key uses and activities within the City. As a result of this study it was recommended that the City make substantial changes to its current Land Development Regulations and update its existing Comprehensive Plan to provide the necessary platform to take these goals to fruition. (A draft copy of the study report is attached as Exhibit A. The study has not yet been published in final form). 14 City of Tamarac Purchasl'112 aid Contracts Division B. Project Objectives and Purpose: The purpose of the Project is to rewrite the Land Development Regulations for the City of Tamarac, including a new zoning map, as well as providing limited updates to the City's Comprehensive Plan. Tamarac's goal is to develop a clear and user-friendly Land Development Regulations that is consistent with the City's plans and policies. The new Land Development Regulations and limited update to the Comprehensive Plan would reflect the changing Tamarac environment since the last comprehensive Zoning Ordinance rewrite in 1975 and would address the following objectives. • Provide a more predictable set of land use regulations for the community, developers, and City Officials by increasing the reliance on provisions in the ordinance instead of legislative special approvals. • Ensure that the new Land Development Regulations implements the recommendations of the City's adopted Comprehensive Plan and Commercial Arterial Redevelopment Study. • Ensure that the updated Comprehensive Plan implements the recommendations of the City's adopted Commercial Arterial Redevelopment Study. • Integrate all zoning ordinances related to land development standards and regulations into the new LDRs and ensure consistency with local, state and federal laws and regulations. • Update standards and application criteria in the new LDRs and provide for clear definitions for uses to avoid frequent and extensive interpretations. • Incorporate hybrid or composite zoning provisions to address form and design, where appropriate • Ensure that the new Land Development Regulations will include provisions that will help the City achieve high quality infill and redevelopment projects that are consistent with the context of existing development in the area. • Eliminate outdated, unclear or contradictory language and the need for frequent and extensive interpretations. • Include mixed use and reduce the multiple business districts within the City that will help the City to achieve a high quality infill and redevelopment projects. • Support sound and responsible economic development, multimo dal transportation, and a sustainable built and natural environment. • Update the Zoning Map. C. Scope of Work The following tasks shall be completed by the Consultant to prepare the comprehensive re -write of the City of Tamarac Land Development Regulations and the update to the City's Comprehensive Plan. : 1 DtZ,pf Tamarac Purchasing and ContractsDivision_ 1. Project Orientation: At the outset of the Project, the Consultants shall meet with City staff for a project orientation meeting in order to provide an understanding of project goals, and the project schedule and timeline, specific issues, City policies, interagency interaction, opportunities and/or problems relating to growth and development within the City. The Consultant shall be responsible for reviewing and understanding the City's Comprehensive Plan, Commercial Arterial Redevelopment Study and other City plans and policies as identified by the City, and all relevant and applicable local, state and federal laws. 2. Public Participation Process: The Consultant shall propose abroad -based public participation process that specifies how and when the public (including homeowners associations, businesses, the development community and other interested parties) will be engaged throughout the Project. The Consultant shall specify the methods it will use to achieve meaningful public participation in the Project. The Consultant shall also provide a public participation timeline that identifies key points at which the public will be involved, and how that involvement will occur, how and when materials will be available and presented to the public. The Consultant shall consider multiple means of obtaining input both during and outside of identified meetings. 3. Issue Identification: The Consultant shall describe its approach for gathering broad -based input about the existing Land Development Regulations, Zoning Map and Comprehensive Plan. City staff, the Planning Board, City Commission and Committees, general public and stakeholders, and others should be asked for their input concerning the current LDRs requirements, administration procedures, deficiencies, suggested changes and implementation procedures. The Consultant shall also inquire about the perceived strengths and weaknesses of the existing Comprehensive Plan as a guide to implementing a new LDRs and zoning map. The Consultant shall prepare a draft and final memorandum that summarizes the input gathered during the issue identification process. 4. Land Development Regulations and Zoning Map Analysis: The Consultant shall complete a technical analysis and evaluation of Tamarac's current Land Development Regulations which includes the zoning code, landscape code, plat regulations, signage code and several other chapters within the Code of Ordinances, as well as the City's zoning map. This analysis and evaluation shall be made against the backdrop of issues identified in the issue identification process, applicable federal, state and local laws, the Consultant's experience with or knowledge of best practices in other communities, and the Consultant's knowledge of innovative zoning and land use practices such as hybrid zoning codes i.e. codes that incorporate form -based and conventional land use -based provisions) and form -based 16 City or Tamarac Purchas02 and Contracts Division codes, including traditional neighborhood development ordinances. The technical analysis and evaluation shall assess the strengths and weaknesses of the existing Land Development Regulations in terms of structure, organization, clarity, ease and use, existing zoning districts and district standards, regulations of general applicability, definitions, and zoning code procedures. Further, the analysis and evaluation shall include the Consultant's findings regarding how well the current Land Development Regulations is integrated with the City's Comprehensive Plan. The Consultant shall provide a summary of consistencies or inconsistencies between the current Land Development Regulations and map and the City's Comprehensive Plan and Commercial Arterial Redevelopment Study to determine the appropriate regulatory frameworks for implementation. Part of this analysis shall include the review of the City's current Zoning Map to identify areas of the City where there are too many zoning districts for a City of this size as well as whether there is a mismatch between the zoning district designation and the desired land use designation as recommended by the Comprehensive Plan 5. Annotated Outline: The Consultant shall identify and discuss new zoning concepts and approaches for potential inclusion in the draft Land Development Regulations, with special attention given to addressing the project objectives and purpose and the results of the issue identification and zoning code analysis tasks. Based on this discussion, the Consultant shall prepare an annotated outline that includes a chapter by chapter detailed description of the proposed new Land Development Regulation, and overview of the proposed structure and substance of the new LDRs, a discussion of new zoning district options, and a commentary explaining the rationale for the recommended approach to drafting the new LDRs. The annotated outline shall include examples of how the new LDRs would be used to implement the recommendations of the updated Comprehensive Plan and the Commercial Arterial Redevelopment Study. The annotated outline shall also include recommendations for potential revisions to the City's Zoning Map and Comprehensive Plan. The Consultant shall present the annotated outline to City staff, the Planning Board, other City boards and commission, and others for review and comment. After obtaining general agreement on the contents of the initial draft of the annotated outline, the Consultant shall provide the City with a final annotated outlined based on the comments received. 6. Draft Land Development Regulations and Comprehensive Plan: The Consultant shall prepare a draft Land Development Regulations and Updated Comprehensive Plan that is based on the final annotated outline. The draft shall reflect the project objectives and the issue identification and Land Development Regulations analysis tasks above. The Consultant shall Cif o Ta,m r c Purchasing and Contracts Division describe its approach to incorporating the project objectives and purpose into the draft. After initial review and comments by the City, Staff and the Planning Board, the draft shall be widely distributed for review and comment. The Consultant shall propose an approach for soliciting broad -based input about the drafts from City boards, commissions and committees; the general public, homeowner associations, stakeholders and others. The Consultant in consultation with the City shall be responsible for arranging and facilitating all public meetings. The draft LDRs shall be presented in distinct modules that will permit easy review. At the Consultant's option, these may be grouped into the following divisions: (a) definitions; (b) general provisions; (c) zoning district regulations; (d) development standards; and (e) administration and enforcement. The Consultant may present an alternative approach to presenting the draft for review and comment. The draft shall include use of graphic, tables, flow charts, matrices and other methods for facilitating easy use and understanding of the Code. The draft Updated Comprehensive Plan shall only include those updates necessary for the implementation of the Commercial Arterial Redevelopment Study. The Consultant's proposal shall include the projected number of meetings/presentations/workshops, etc. that will be conducted by Consultant in order to gather input and complete reviews and revisions of the draft documents. These meetings,/presentations, etc. are anticipated to be part of the development of a consensus public hearing draft Land Development Regulations and Updated Comprehensive Plan document. The Consultant shall describe its approach to conducting the draft Land Development Regulations evaluation, testing and revision process. It is expected that the draft will have rounds of drafting, circulation, revisions, testing, evaluation and recirculation. The Consultant is expected to test the draft to identify effectiveness, appropriateness, practical problems, and other inadvertent impacts. At this stage in the Land Development Regulations rewrite project, it is not expected that the Consultant will prepare a zoning map, but Consultant shall provide a working map that shows how the zoning districts will be mapped for representative sub -areas of the City consistent with the draft Land Development Regulations. 7. Draft Zoning Map: The Consultant shall prepare a draft citywide Zoning Map that applies and includes the new zoning districts being proposed as a part of the draft Land Development Regulations. The Consultant shall provide a draft citywide map that show where the proposed zoning districts are recommended. The City will prepare the final electronic version of the draft citywide Zoning Map. 8. Public Hearing Draft LDRs, Updated Comprehensive Plan and Zoning Map: After City staff, Planning Board and public consideration and evaluation of 18 fit or Tarriarac Purchasirig and Contracts Division the discussion draft LDRs, updated Comprehensive Plan and map, the Consultant shall prepare an executive summary explaining the public hearing drafts and map and changes from the discussion drafts and map, including the rationale for such changes. The executive summary will be distributed to the general public prior to the public hearing. This material shall be available at least one (1) month in advance of the public hearing. 9. Attend Public Hearings and Revise LDRs, Comprehensive Plan and Map: The Consultant shall present the public hearing drafts of the proposed LDRS, Updated Comprehensive Plan and map at one or more public hearings of the Planning Board, explain its contents, respond to questions and revise the LDRs, Comprehensive Plan and map as directed by the Planning Board. The revised LDRs, Updated Comprehensive Plan (post Planning Board consensus draft) and map will serve as the drafts on which the City Commission takes final action to adopt them. It is expected that the public hearing draft LDRs, Comprehensive Plan and zoning map will have more than one round of drafting, circulation, testing, revisions and recirculation before they will be introduced to the City Commission for final approval. The Consultant shall describe its approach to conducting the LDRs, Comprehensive Plan and zoning map revision process. 10. Land Development Regulations and Updated Comprehensive Plan Adoption and Implementation: The Consultant shall create and assist City staff with a strategy of implementation of the new LDRs and zoning map. The Consultant shall provide technical assistance in the form of handout materials (such as simplified brochures) and presentations to explain the new LDRs and Comprehensive Plan and map and gain the support of the various key stakeholders through the adoption phase of the project. The Consultant shall provide a final copy of the adopted LDRs, Comprehensive Plan and map in hard copy, modified electronic, and web -friendly formats. VI. PROPOSAL SELECTION The City Manager will appoint an Evaluation and Selection Committee to review Proposals. The City reserves the right to select the Proposer who represents the best value, and to accept or reject any proposal submitted in response to this solicitation. The City's Evaluation and Selection Committee will act in what they consider to be the best interest of the City and its residents. Price shall not be the sole determining factor for selection, as indicated in the following section: VII. EVALUATION OF PROPOSALS A. EVALUATION METHOD AND CRITERIA An Evaluation and Selection Committee has been appointed by the City Manager City of Tamarac Purchasiog and Contracts Division and will be responsible for selecting the most qualified firm and then negotiating a contract. The Proposers with the highest -ranked submittals may be asked to make a detailed presentation of their product/service to the Evaluation and Selection Committee. All Proposers are advised that in the event of receipt of an adequate number of Proposals which in the opinion of the Evaluation Committee require no clarification and/or supplementary information, such Proposals may be evaluated without discussion. Hence, proposals should be initially submitted on the most complete and favorable terms which Proposers are capable of offering to the City. After presentations, firms will be assigned a final score, with the highest -ranked firm moving forward to the negotiation phase. Upon successful negotiation, a recommendation for award will be considered by the City Commission. No work on this project shall proceed without written authorization from the City of Tamarac. The City reserves the right to enter into contract negotiations with the selected Proposer. If the City and the selected Proposer cannot negotiate a successful contract, the City may terminate such negotiations and begin negotiations with the next selected Proposer. No Proposer shall have any rights against the City arising from such negotiations. The City's evaluation criteria may include, but shall not be limited to, the following: Proposal Evaluation Criteria: 1. Quality of Response a. Clearly demonstrated understanding of the work to be performed. b. Completeness and reasonableness of the Proposer's plan/proposal for accomplishing the tasks. C. Level of creativity demonstrated by the Proposer's proposed methodologies for meeting the requirements of this proposal. 2. Qualifications and Experience The firms overall qualifications and experience related to similar projects and their technical competence and resources to carry out the project successfully. As part of the response, Proposer's shall: a. Provide a thorough background and qualifications summary. b. Provide a list enumerating the Project Manager and all key personnel to be utilized on the project, including a description of their qualifications and skills (include same for any sub -consultants on the project). c. Describe the firm's understanding and experience in working with, and 20 i of Tamarac rch sin and Contracts Division authoring land development and zoning ordinances, codes and regulations, and municipal comprehensive plans, as well as experience developing detailed zoning maps. Specific experience with organizations within the State of Florida is preferable. d. Include detailed specific examples of previous work related to authoring land development and zoning ordinances, codes and regulations, as well as developing and/or updating municipal comprehensive plans . Specific examples using agencies within the State of Florida is preferred. e. References from three or more projects of a similar nature are required. Include owner's name, name of project, project contact, and telephone number on the enclosed Reference Form herein. Governmental experience within the State of Florida is preferred. 3. Understanding of the Project A demonstrated understanding of the project and the work required as well as the thoroughness and conciseness of the firm's proposal. As part of the response, Proposer's shall: a. Provide a brief narrative indicating full understanding of the project and related work required; b. Provide detailed narrative specifically describing the work plan for the re- write of the City of Tamarac's Land Development Regulations, development of a new zoning map and the updating of the City's Comprehensive Master Plan., (please address each component described in the scope of the project.) Describe key work phases and provide detailed descriptions of specific tasks. c. Identify key personnel (including sub -consultants) who will be assigned to each major task. Include a description of their prior experience with similar projects. d. Describe anticipated person -hours by staff category applied to each task. This will demonstrate how consultant will focus effort within the project; 3. Costs (Price) This refers to the proposed contract fee and reimbursement expense budget. (Please note that price is only one factor for consideration of award). a. The Proposer shall propose a not -to -exceed amount for complete execution of this project as detailed in the Specifications or Statement of Work herein, as well as reimbursable expenses. b. If proposing costs which may include alternate programs or services not covered in the base bid pricing, the Proposer, when offering such alternative services must provide a detailed explanation of additional optional services to be offered. 1 it of Tamarac Punch and Contracts Division 4. Schedule This refers to the Proposer's proposed performance and delivery schedule. The schedule shall be a critical element of this contract. B. ACCEPTABLITY OF PROPOSALS The Offer shall be evaluated solely in accordance with the criteria set forth herein. The proposals shall be categorized as follows: 1. Acceptable ; 2. Potentially Acceptable; that is reasonably susceptible of being made acceptable; or 5. Unacceptable. C. 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 herein below. The City of Tamarac reserves the right to accept the Proposal as a whole, or for any component thereof if it appears to be in the best interest of the City. D. WEIGHTED CRITERIA Points will be assigned to each proposal based on the following weighted criteria: CRITERIA MAXIMUM POINTS 1. Compliance with Request for Proposal (Mandatory) N/A 2. Quality of Response 20 points 3. Qualifications &Experience: Proposer/Expertise 25 points 4. Understanding of the Project 20 points 5. Costs/(Price) 20 points 6. Schedule 15 points These weighted criteria are provided to assist Proposers in the allocation of their time and efforts during the proposal preparation process. The criteria also guide the Evaluation Committee during the short -listing and final ranking of proposers by establishing a general framework for those deliberations. Once the Proposals are evaluated, a "short-list" may be selected to make presentations to the Evaluation and Selection Committee, prior to a recommendation for award. E. DISCUSSIONS & PRESENTATIONS The short-listed Proposers may be requested to make presentations to the Committee. The City may require additional information after evaluation of the submittals, and Proposers agree to furnish such information upon the City's request. 4z CitZ or Tamarac Purchasii72 and Contracts Division_ All Proposers are advised that in the event of receipt of an adequate number of proposals, which in the opinion of the Evaluation Committee require no clarification and/or supplementary information, such proposals may be evaluated without discussion or need for presentations. Hence, proposals should be initially submitted on the most complete and favorable terms which Proposers are capable of offering to the City. The Evaluation Committee may conduct discussions with any Proposer who submits an acceptable or potentially acceptable proposal. Proposers shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals. The Evaluation Committee reserves the right to request the Proposer to provide additional information during this process. F. RIGHT TO REJECT 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, 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, unauthorized alterations, or irregularities of any kind. City reserves the right to reject any Proposal if City believes that it would not be in its best interest to make an award to a particular Proposer, either because the Proposal is not responsive, the Proposer is unqualified, of doubtful financial ability, or fails to meet any other pertinent criteria established by City within the scope of this solicitation. VIII. PROPOSAL COPIES Return One (1) Original and six (6) copies in an envelope marked with your firm's name and "RFP 14-17R, Land Development Regulation Re -Write & Comprehensive Plan Update Services" to the City of Tamarac, Purchasing & Contracts Division, 7525 NW 88' Avenue, Tamarac, Florida 33321, attention: Steven Beamsderfer, CPPB, Buyer . Any addenda become part of this Request of Proposal and the resulting agreement. The Proposal Form included herein should be signed by an authorized company representative, dated and returned with the Proposal. No negotiations, decisions or actions shall be initiated or executed by the Proposer as a result of any discussions with any City employee. Only those communications that are issued in writing from the Purchasing &Contracts Division may be considered as a duly authorized expression. Also, only communications from Proposers that are signed in and in writing will be recognized by the City as duly authorized expressions on behalf of the Proposer. CONTACT WITH PERSONNEL OF THE CITY OF TAMARAC OTHER THAN THE 3 City of T rn rc Purchasing and Contracts Division PURCHASING AND CONTRACTS MANAGER OR DESIGNATED REPRESENTATIVE REGARDING THEIR REQUEST FOR PROPOSALS MAY BE GROUNDS FOR ELIMINATION FROM THE SELECTION PROCESS. Remainder of Page Intentionally Blank PROPOSAL FORM RFP 14-17R LAND DEVELOPMENT REGULATION RE -WRITE & COMPREHENSIVE PLAN UPDATE SERVICES PROPOSAL PRICE 1. Re -Writing of Land Develo Zoning Map: ent Requlations & Development New Not to Exceed Cost for Re -write of Land Development Regulations and development of new Zoning Map of Expenses: $ Anticipated Number of Total Hours Required to Complete Project: (Please include a separate delineation of staff hours as an attachment) 2. Comprehensive Plan Update: Not to Exceed Cost for Comprehensive Plan Update of $ Expenses: $ Anticipated Number of Total Hours Required to Complete Project: (Please include a separate delineation of staff hours as an attachment) TOTAL NOT TO EXCEED COST FOR 1 & 2: $ TOTAL EXPENSES FOR 1 & 2: $ SUBMITTED BY: Company Name: Address: city: State: Telephone: FAX: Email: Zip: H rs. H rs. 25 City of Tamarac purchasand Contracts Division The City of Tamarac desires to have the ability to use a city credit card for payment. Will your firm accept a Visa credit card as payment from the City of Tamarac? 0 Yes C:1 No NOTE: To be considered eligible for award, one (1) original copy of this proposal form must be submitted with the Proposal. NO BID INDICATION (IF "NO BID" IS OFFERED): Please indicate reason(s) why a Proposal is not being submitted at this time. Remainder of Intentionally Blank City of Tamarac PurchasinE,and Contracts Division COMPANY NAME: (Please Print): Phone: Fax: BEFORE SUBMITTING YOUR PROPOSAL, MAKE SURE YOU... ❑ 1. Carefully read the Instructions to Proposers and Standard Terms &Conditions. Please refer specifically to submittals required in Section 13 of the Standard Terms & Conditions. ❑ 2. Provide a Technical Proposal and Work Plan that addresses consultants professional qualifications and understanding of the project in accordance with section VII.A "Evaluation Method And Criteria". F-1 3 Include a Cost Proposal (See Proposal Form). ❑ 4 Include your Project Schedule which includes a breakdown of estimated hours to be worked by each of your project team members ❑ 5. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. ❑ 6. Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. ❑ 7. Provide the Proposer's Qualification Statement and Reference Form. ❑ 8 Sign the Vendor Drug Free Workplace Form. ❑ 9 Fill out the List of Sub -consultants or Subcontractors, if applicable. ❑ 10 Fill out and sign the Certified Resolution. F-1 11 Include all necessary Financial Statements requested. F-1 12 Include proof of insurance. F-1 13 Provide any additional documentation requested within the Proposal Document. ❑ 14 Submit ONE (1) Original AND the number of copies requested in Section VIII "Proposal Copies" herein. Clearly mark the sealed container with the PROPOSAL NUMBER AND PROPOSAL NAME on the outside of the package. Make sure your Proposal is submitted PRIOR to the deadline. Late Proposals will not be accepted. Failure to provide the requested attachments may result in your proposal being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR PROPOSAL. 27 City of Tamarac Purchand Contracts Division REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax E-mail Agency/Firm Name: Address City State Zip Phone/Fax Project(s) Completed Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Project(s) Completed Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Project(s) Completed Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Project(s) Completed Contact Name CitZ of Tamarac Purchasing and Contracts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE PROPOSAL We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Request for Proposals. We (1) certify that we(I) have read the entire document, as may be applicable, including the Scope of Work, Additional Requirements, Supplemental Attachments, Instructions to Proposers, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Proposals. By signing this certification, proposer certifies that proposer has a complete set of documents, including all addenda and drawings as applicable, and has become familiar with the requirements for this proposal. Proposer's failure to familiarize itself with all requirements, conditions, and site conditions of this proposer shall not excuse any unsatisfactory performance under any final Agreement issued as a result of this proposal process. Indicate which type of organization below: INDIVIDUAL F-1 If "Other", Explain: Authorized Signature Typed/Printed Name Telephone PARTNERSHIP F-1 Email address for above signer (if any) CORPORATION ❑ Company Name Address City, State, Z I P Federal Tax ID Number OTHER ❑ CitZ of Tamarac Purchasin and Contracts Division CERTIFIED RESOLUTION I, (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT I (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE Given under my hand and the Seal of the said corporation this day of (SEAL) NOTE: SIGNATURE , 20 By: Secretary Corporate Title The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 30 City or Tamarac Purcfiasing and Contracts Division PROPOSER'S QUALIFICATION STATEMENT The Proposer, under oath certifies to the truth and correctness of all statements and of all answers to questions made hereinafter: 1. If Proposer is a corporation, answer the following: Date of Incorporation: State of Incorporation: 2. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 3. How many years has your organization been in business under its present business name? Under what other former names has your organization operated? 4. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 5. State the name of the individual who will serve as the primary contact for the City: 6. State the names and addresses of all businesses and/or 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 and/or individual: 7. Has your company ever declared bankruptcy? Yes R No F-1 If yes, explain: 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ❑ No ❑ If yes, explain: (date, service/project, bid title etc.) RE City of Tamarac Purchasin and Contracts Division 9. Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes F-1 No El If yes, explain: 10. Have you entity? ever been debarred or suspended from doing business with any governmental Yes ❑ No M If yes, explain: 11. Bank References: Bank Address Remainder of Page Intentionally Blank Telephone DtZ of Tamarac Purchasit)2and Contracts Division — NON -COLLUSIVE AFFIDAVIT State of ) )ss. County of ) deposes and says that: 1. He/she is the being first duly sworn, , (Owner, Partner, Officer, Representative or Agent) of , the Proposer that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Proposer, firm, or person to fix the price or prices in the attached Proposal or of any other Proposer, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Proposer or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: By Witness Witness Printed Name Title M City of Tamarac Purchasioq and Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of , 20_, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 34 City of Tamarac Purchasing and ContractsDivision_ VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE PROPOSALS - Preference may be given to businesses with drug - free workplace programs. Whenever two or more proposals that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie proposals will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 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 subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the 'satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain adrug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature 35 Company Name City of Tamarac Purchasing and Contracts Division SAMPLE FORM AGREEMENT BETWEEN THE CITY of TAMARAC AND THIS AGREEMENT is made and entered into this day of , 20 , by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and , a corporation with principal offices located at (the "Consultant") to provide for Land Development Regulation Re -Write & Comprehensive Plan Update Services. 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 shall consist of this Agreement, Document No 14-17R titled "Land Development Regulation Re -Write & Comprehensive Plan Update Services " including all conditions therein, (including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within the document), any and all addenda, Proposal executed and submitted by the Consultant, specifications, bond(s), (if applicable), and insurance certificate(s), the City Resolution awarding the project, and all modifications issued after execution of this Agreement. These 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 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 required by the contract documents as set forth below: 2.1.1 Consultant shall furnish all labor, materials, and equipment necessary to provide for Land Development Regulation Re -Write & Comprehensive Plan Update Services for the City's Community Development Department 2.1.2 Consultant shall.. . 2.1.3 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. 2.1.4 Standard of Care: Consultant shall exercise the same degree of care, 36 CifZ of Tamarac Purchasing an ontracts Division skill, and diligence in the performance of the Services as is ordinarily provided by a professional under similar circumstances and Consultant shall, at no additional cost to the City, re -perform services which fail to satisfy the foregoing standard of care. 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 or proposal 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 subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. 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. Consultant shall be responsible for payment of all deductibles and self-insurance retentions on Consultant's Liability Insurance policies. 4) Schedule The work to be performed under this Agreement shall be commenced after City execution of this Agreement. The work shall be completed no later than , 20 5) Contract Sum The Contract Sum for the above work is Dollars and cents ( ). 6) Payments The City shall pay in full the Contract Sum to the Consultant upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the Consultant for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 7) Indemnification 7.1. GENERAL INDEMNIFICATION: Consultant 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 37 ffwffir= City of Tamarac Purchasing an,d Contracts Division 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 Consultant, any sub - Consultant, 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 Consultant in the performance of the Work; or c). liens, claims or actions made by the Consultant or any sub -consultant under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Consultant. 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. 7.3. 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. 7.4. 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 Consultants responsibility to indemnify. 7.5 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. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 8) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Consultant shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, RM City of Tamarac Purchasing and ContractsDivision_ age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Consultant will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, 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 shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Consultant further agrees that he/she will ensure that Sub -consultants, 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 that 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 39 City of, Tarnarac -Purchasing and Contracts Division City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONSULTANT 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) Public Records 13.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 13.1.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 13.1.2 Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 40 Cit of Tamarac Purchasio end Contracts Divisiori 13.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 13.1.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. 13.2 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce the Default in accordance with the provisions set forth in Article 12 "Termination" herein. 14) Uncontrollable Forces 14.1 Neither the City nor Consultant shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event.which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 14.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 15) Nondisclosure of Proprietary Information Consultant shall consider all information provided by City and all reports, studies, calculations, and other documentation resulting from the Consultant's performance of the Services to be proprietary unless such information is available from public sources. Consultant shall not publish or disclose proprietary information for any purpose other than the performance of the services without the prior written authorization of City or in response to legal process. 16) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures 41 City c Tamarac Purchasing and Contracts Division 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. 17) 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. 18) 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. 19) 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 ju risd iction. 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. 20) 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 can be supplemented and/or amended only by a written document executed by both the Consultant and the City. 21) 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. 22) 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, 42 City of Tamarac Purchasing and Contracts Division 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. 23) Truth -In -Negotiation Certificate 23.1 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. 23.2 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. 24) Ownership of Documents Consultant shall be required to work in harmony with other consultants relative. to providing information requested in a timely manner and in the specified form. Any and all work products, documents, records, disks, original drawings, specifications or other information developed as a result of this Agreement shall become the property of the City upon completion for its use and distribution as may be deemed appropriate by the City. Except as specifically authorized by the City in writing, information and other data developed or acquired by or furnished to Consultant in the performance of this Agreement shall be used only in connection with the services provided the City. Remainder of Page Intentionally Blank 43 it of Tainarac Purchasing and Contracts DMS017 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONSULTANT, signing by and through its , duly authorized to execute same. ATTEST: Patricia A. Teufel, CMC City Clerk Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TAMARAC Harry Dressler, Mayor Date Michael C. Cernech, City Manager Date: Approved as to form and legal sufficiency: City Attorney CONSULTANT Company Name Signature of President/Owner Type/Print Name of President/Owner Date 44 i Z or Tamarac Purchasiog andon r cts Division CORPORATE ACKNOWLEDGEMENT STATE OF :SS COUNTY OF ' I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared , of a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of , 20_. Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or F-1 Produced Identification Type of I.D. Produced F-1 DID take an oath, or F-1 DID NOT take an oath. 45 CitZ of Tamarac PurchasO2 and Contracts Division EXHIBIT A City of Tamarac Commercial Redevelopment Study Market Assessment (DRAFT) 46 0 r 4 t £ r r t ff� Ri...aups-r tor. r n:os l'RFIP [Ir Iamarac_ rya a D"opment 1�egula�'tir�r� ri aCompsive ;Plan UPdart +� err may 01 A&A Diecor CONTENTS 1. RFP CHECKLIST..................................................................................................................................... • 2. EXECUTIVE SUMMARY .............. ...........................................................................................................2 3. CLARION TEAM QUALIFICATIONS AND EXPERIENCE........................................................................6 4. WORK PLAN AND TIMELINE...............................................................................................................21 5. COST PROPOSAL AND PROJECT SCHEDULE..................................................................................... 33 6. REFERENCES....................................................................................................................................... 34 APPENDIX..................................................................................................................................................... 35 pity �f Tatnarac City of Tamarac COMPANY NAME: (Please Print): Clarion Associates Phone: (919) 9 6 7- 918 8 Purchasin aL7d Contracts Division Fax: (919) 967- 9077 BEFORE SUBMITTING YOUR PROPOSAL, MAKE SURE YOU... Fx 1. Carefully read the Instructions to Proposers and Standard Terms & Conditions. Please refer specifically to submittals required in Section 13 of the Standard Terms & Conditions. XD 2. Provide a Technical Proposal and Work Plan that addresses consultant's professional qualifications and understanding of the project in accordance with section VII.A "Evaluation Method And Criteria". XD 3 include a Cost Proposal (See Proposal Form). XD 4 Include your Project Schedule which includes a breakdown of estimated hours to be worked by each of your project team members 0 5. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. XD 6. Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. FX�7. Provide the Proposer's Qualification Statement and Reference Form. Fx_1 8 Sign the Vendor Drug Free Workplace Form. [_X19 Fill out the List of Sub -consultants or Subcontractors, if applicable. [K 10 Fill out and sign the Certified Resolution. FX 11 Include all necessary Financial Statements requested. X] 12 Include proof of insurance. [S]13 Provide any additional documentation requested within the Proposal Document. 14 Submit ONE (1) Original AND the number of copies requested in Section Vill "Proposal Copies" herein. Clearly mark the sealed container with the PROPOSAL NUMBER AND PROPOSAL NAME on the outside of the package. Make sure your Proposal is submitted PRIOR to the deadline. Late Proposals will not be accepted. Failure to provide the requested attachments may result in your proposal being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR PROPOSAL. III I Lo I- m m .11 I «.,si•;-.yaYu>"�fiY,u .E, e� r.»e.�,.... � �`>-ref �'-^�`Y.:z: .1 M4 ZLRS2 - 1¢:.� :;� z ? K�M��v4a�' ;zd`.�^. „ ""'��"`r��x'x :�mer a��u <i ,�,, ",' ^'v.:,•;r; . � ti'a�: S eE` 0%,. 4��. v ' �, , a. �.,,.. ,.. ,; ' 2��:`a � �,ri• x xaf$'� ��a � ?'n' "w" �'� � � „g ,y 1,. c tii�' � > �' ,, .. r "; i .:: `I}.. E� i# z i . ; is.'� if k aiF•, a E..� P iS. ,< ,:f? <^ rciY.s:ac•= y,.:. t .miw 3z+K`. "<k'k' a4' „`,nk $.:,: e a; <. , # Y � "�..> i£e� s :°� �x`s°r»: 4."' xk `'4 .• r,�s-tea . 1.Ff��i� u,: Vic' .H'- ,# Sd• ',ac. :. , . ��# „ ., « ...,. .... : sf •x �,;.a «H ,Az,. x:: �Ei> E�e°f�'a"°i" �2�€;ctt41 1 C�4 c.: a 1> Ex m x 1 E .z�z�.:..c "*,ic£4;,.. AE$.. �` r'gi z Ni 3.. n.4,Y i' z£ie _.. ik >r#i¢& tt z-� 'f„ >..,�E,e . +.b '+t:^ �`•A. ��,•� zsz ,1 ,3?!s... ze .. a3�Nzz�,ay..� � �..:>,'h �;.: fi..A +�'>�riz, a»z jiE s,> ».J• :t R � . a2 s a .} i i -�i•. :� it ,a,E..t� ;p x �geC sec •: .> �<:'&�:<. ��<�i,,, t r ,:. ,.. '-�. ,a .ic.•E. --,A �>. ;< <. ,.. ^' Er ,#�'.`ii',�::,, c ,»+'�-x`i`i 1 £. ?`.� ��-zFz x «,4`^:,':}YK z,i.,-�`» + ,YazK�.z•.2:: . '�,` rck tt : f`, r . •`s� `' i Si,z� 6 a £: .yR ma+#x? ,;s` t #` ;`C?a-�' :.� � fi�t ,.?.z ,c,a: d�6?!,� ;,qY �ci$'fR_:::w' irz'set t izx'#`i Fo7##'A e"z; ,..'mxrrazif„ a�. ,I,;`#x w1N2 . a... ,..»F-x: �ate}i�a ..s, a � ::,;:.1"�yy4" < r 4 ,.., �l-. w.`Eimw r `ia`#�# :i : `'Yz x. k ::. � ,. },n rx � � ,.': , �,. fi. ,...� ,.r:s� �'"j." ��a>... �,.z�; h ,+�`c, rati >� t • ,>`4�z.��.�". �, '�': 1 r °i# >,Yn�`,..,»� „<,:� `'G x < a��,i. � i.r� �`.�F y�`4 �4 .4. 4a,s ,.� -,.. �w�•t'.*�c •rcz€.JF Ski,.; fr t qi� a : -Z �,i x C 4 s : is3Ei£ -.E 2c .r @�, 4 .'c,Jii.as.. , E:.,k Z4•cT�s a . `S{t?; x,.. � `&i.�:a.A'ci?1a,;<3'ieE ?'• y . $.,. . : '� x .4: t 1 f �2.7, Eat`2 h `• 1�:�_ ..::.... , _. ...: i ' r:� R , ? Q�F I r.€E:l.; "�' z f t� ex �.�Z,A• w c„ ' k � E;s 2 zk" u F Ez re Jsc z n: >n, e •i <v... s v 1 1Ff' zN i k i`h,�„�rt h Y : 4 A. 4 t @ C �i� . „ 2 k. K' \,: ..:: Y, , i..-, 1 $`, xk�� x ai•n, � r a � � <'R'y, .e4. .. ,.,if ,e..2 �' , .{QCh. Y• ,! yi ...:5< <. eafi Es "•''i,.. Sx f .,,. x�: :�ti?u't;;3t* i"K:,*" sr ,� & ty tC?v,'t'hr,. ii":<#�p®�t ertY.'. �a f a -..2:A 5.. ..'t Pa i. ir,:#?=:.a ur .,?. :e:K 2.rE :,;;�..,41^t tY4,vK<idi ate., ,,v.. a `it Fk ,,:,•c.,. R„>,�t... .N�»..,...ri'; •L . >,�1 `� x.-„s •.a �"4 ., ,..:g�1, .,.:: j�"^::iiffl i x R •"i"11 .�{{ ,� .S Y H:i..;aE, z ,. 3„xz¢::°..c,,:c!, .. fie` e tE, <s, <!.,.- : , :. _> s c. ,,34 n ;? 9, > ' '[ •:` zii<? s.M r,.. #a .. ..1Ye.t za.�'?E'"S• �r�'7`i•,?. €i,,, :ez s� -. � y -.€ �" �•� e.i„S w 1� f �s�„ rc , � � `a ,��:�':'.c. ? ,ki"�zs£.g,:„"i�- �,, �, ,f. r , a,,^; ...xr .,ct x`. } N4.;• 1.,,,aR> t ri:':. E .a -.s, Sc. tSeY <�•' a ...,5: �:?:�;:.,> � .; _ 1. r ... :. ,� ,,,. ,... � 3:.x"€z l�-.... ,...... u' ., : , .1? � � nt'�•.2: �� e sq.CAe-*�"" �L< ,.azucf�i?;•>sz...:�2���.,,.... r,.'t,`€�1 -e, .."i �i ... 'a .. rimi me projeCT PMVIQe$ 41n O, PW.0 ; 10 a P#P('e. Tile ; 4rKegrcEI�7�! uncepts!ter An ete ere ►s In the Community Such � r�-based ��� at� a rm;knGi ..,��/.((/��� VI ono * ngi and y=�`, t er. .a��) pp #yam, F s -' • fi M►�� ,+{y�,. ay��. ��-yyi �kM� M i ■ �{�, y@,� ��{,I � �"}e � �1M re u �ns meet t needs prow d 3rpt "t ,tnrtres r + and b a 4 and ci�rnpe fi and redeve oprrt �...r sC►1"net nC, rare' also o. had 'a ni�caril ar l int of L.'r oce doing rt went a rs� :e$ Finall ii Ck� sems open k/lhe Mof 1q orati I4 P � rable . .: development practices: �+r �n uatons, somen we have substantial experience: addr� epncand et�s plans. a.... Irk 16.1t *e UT ,Where we updated the deve npment od t� car pre enslVeN �t Incorporate sustainable +d�elopment pra ��e . In 40# nkr lace Mia:*miw,Dade County, f, � -b e� L ,D'aYtgna +each# Portsmouth, VA, St.Ui r M , �d ton �°� the Capitol region Ha��a r� Hen ers6h V- oise: � 811, � � �h,l�X Toc��3rl, � u r�rltuc �.(� Count, 'R'�nt '. :. and R P ������ � � Where.: w. 0n. �� } q1�. �a.rated are eva v </t o ,�11�. Int r oration sustain bi W pr+ s onss Incl d n pO n esed r � vest � ► codii n 'our, work on the od e.l Sustainable Or M "it De'velopmlor Code ltb the Ou l Lhd Use InAltUtO at the UrlivOrity.of Denver Sch of k.aw. For the national APA Clinic,, i K H�Wv.aY1 C�L and min whops n sustainable ' AA t evelnp t de reg�wlet ns br the may. ,eewe. /�� Past �P �y/{� 6 ':: rs'ii bjlF Hi For Pk �fA�•J� f, co de ar dAB y. xk7R. s•'!�: df6T Md:'9N Y eF, •'Sf'�Nr H�3aikk«'. fiAr�� " iii fir{ �Ilt��Y►w�Fi�.. ♦�j� ykjlj�{.,fyMs : iWQeh iW,JL Y kk•i e�auzzea• .iRftLdRb9+'. ,i�a� `a`%%ri tH+t qt a4>0.tat<+at•+s8M4t+taaek o�i > r'!'ia-u py*..k' sz9inrt>rA+Oa+A..m 'Nr '�£a ,A�Gt• hK R,6r k •'.aieo�'a°^QU'itta'W�1'b*K" �tl0:3d wr.+«b w+za�^ `»hwv Kok+ >Syw k' �e.. .l�n the . .'��ww, 7 AIM r {;1:.. �.. T` ,��`" O\. ,> 1 ^trek" n .w dH Ma 43eM�r;, `^i4'�+2 > :,.,& a..m..ir�y�"s�..r.+naa-#3<r R xw:,awa za v>4NK> `""�ei«4 wk++uv z aa`m`smtk' i4VC K<+. kXIN )UF .;.J'.. of t.M!ut<..pdN1 ikaa`k .; . 's2> ue>`g 3w»a Y�*�tx+��wbew ��wow m a s• taui»>�� tlw: "pk 4..dc.yyNw��,atlq. ps .yC•w.re •aaN :w Yae�»..o�''�::a. Wl eAMw >o ,rw practice issues. b n assi Dorai in th a pr��rre on of Its Green Master Dian which � an e� of (fiein f Ws not o en :tfi.at a ci s team MS. ��i cce to, "do the +b r ht as the It has :prgpe 1131.4.16.U 1' "M" .t.. n � � o p nhe s Ivwplan -a i.i1 �M�.a;# 4'. a.n � 4i1 �"���� ��1k> ��7�/ re, ri te su p'p�rted ����.,. �� .err: �� s presented ��r�,j in -tie ommer r edeve� nwt Trudy. et . I � yy�h� ]� #mouth". as his is i�fi,�� y ed. - y :out t �y /�.-� �ai ...: ate,. �y�, �'j3./�s, R� ..� �It '- �i��R � ��' � . 1 r��r v o our broi .' _ is . f Utz+ Of Tama 41WRW'VA VA !qW9 i MWO V * Mi V'% i W%WW•. VW!F WM - i iRT fRw.4RE.*RMI. ! I%W Too i# 9%.wr. W preliminary wor plan to complete the eject' based ors,'. the ,direction provided In the RP, P and our experience in updating development codes, along with a reel pe for completlon of the project. Sion Cost ProposW and Project Schedtde, provides a summary of a not -to -exceed price for the work: outlined in the work plan (LDR Rewrite and onnprehensl4e plant Ar6endirents, separately). 1 additioN a pro,sect scheduler l ud a►readsheet is also Included' in the Appendix - chic 'includes e breakdown of the professionals and the hoU'rS L and ex . penses they would ant" Ur to:cOmplete each task. section References, provIdes references for similar projects, for Clarion, and for Her Plannina (references oreIso included in the required forms (Qualificatid.ris Statements Form & references)) Final lyt the Appendlx consists of 'CftyLof Tamarac No Text x tub'.-••�e�n .y..�eH...«rw Citv of TraC ' ... ....... �.... —. ..._.. ^ ,- .�.,. ^:.�^ .'°".. �". ..R.. .. � �..�� rn�....:� A� yw,.�wr .:d° �w'.R !�'wPw 'l!�'R .. •w�l- .. ... ,:Y�. - �� ���� "fng eve �r a .� co. � aver ; �' � - �,.�. & i_L A, i� i �DT ET.: e. :: R _f P _ k: .Y .. .. 11 �: .� .� Jackson M. Ahlstedt, PE, is registered professional engineer with more than 30 years of experience in the State of Florida. Mr. Ahlstedt served on the original Traffic Analysis Advisory Committee for the Dade County road impact fee ordinance and manual. He has prepared numerous transportation engineering projects, plans and studies in the cities of Miami, Coral Gables, Plantation, Homestead, Coconut Grove, Sweetwater and throughout the state of Florida. After graduation from VMI with a B.S. in civil engineering, and receiving an M.S. in civil engineering —transportation, from the University of California at Berkeley, Ahlstedt worked as a transportation engineer and Regional Transportation Manager for an international engineering firm in Miami. He started his private consulting practice in 1985• James P. Fleischmann, AICP, has specialized in direct municipal planning and market analysis management. He is a principal author and project manager for feasibility analyses for real estate developers and government agencies, demographic research, development of surveys and analysis of data, and highest/best use studies. He is a principal consultant to local governments in the preparation of comprehensive plans, and evaluation and appraisal reports. From 1975 to 1984, Fleischmann was a Principal Planner with the Area Planning Board of Palm Beach County. In that capacity he directed a multiplicity of county -wide and municipal projects for the Board. He also prepared municipal comprehensive plans, a county -wide growth management plan, a management system and public participation program for the Area -wide Waste Treatment Management (208) Plan, and headed up special planning studies. Fleischmann is a charter member of the American Institute of Certified Planners (AICP) and serves as a Planning/Zoning Comm issioner for the town of Jupiter, Florida. Jennifer Hofineister Morris, AICP, LCAM, is a Principal Planner with Her Planning. During her time with the firm she has worked on the Doral j Green Land Development Code, Sweetwater Comprehensive Plan Update, and Cutler Bay Development Review. Ms. Morris received an M.S. degree in urban and regional planning from Florida Atlantic University, and a B.S. from Florida State University. Priorto joining Iler Planning she served as Principal Plannerforthe City of Boca Raton, managing the City's long range planning activities, and later as Senior Planner responsible for current and long-range planning activities; and prior to that as Senior Plannerfor Broward County Planning Council, where she was responsible for ensuring consistency of 30 individual municipal land use plans and the Broward County Land Use Plan. City of Tamarac 9 I RELEVANTOEVELOPMENT-COD:. 'EXPERIEN CE at � ry aitot r��� a wh t 9b t Dodds, the W o 46d the ati� f vhd din o� h�nsta SriOT pro JnC vde shun dascr% r+ � d Id all,: Ida : ,��OKASSOCJAIU th FL 0do:* .009201 "o 06�, ` tits f j n Mr ie* to + r'nad c� comprehensive zonng.0 rdatadIt Robin fed b y da t i r nt a Wes maldn t o cods sor� nd Pbmpanj��teach FL ���ri�le ntenano1 ra+� atlr.ar, ICI CaS 'that ertwu o r�" ' dty#-I o r �• a nq et1t roto0ion, c a s d 6 h food. �� r�i l � ', developnient along the commerdal c edd rs-and eachOoot i The codo was ad opte d b the . , . _... dR POy"a8.e,,w:!ht,:KJ: nd�Oeve ent, e (0,9 Day.tona teach retain 0. prop: : • . :.'. MMMIII ..., .:. .. PVC.. ` 0 N User4rlandl ad• more rbc d ra i f iti '' a'� an 11 -In IIIFFF . radoptdr aand riaanT. d ate; M T � vetoOrnent �;and. practices in: inful.:andi iA1. ` `.:. ���yyy ��Wik atoas of -the ` : tomto toc Urogr red rve4o 'mere -vt*t l� ways tait' re to M-T pt �tlM:'.� �F�It•. ygyg ``��p�$ �°" .y�y y,,,qg waJA�eC$,.��'l4--$w}@�a:3te3' ` }� *f5 context; the defrod cone ura redevelopmon to . d ,obutban-oiented CO Mero$ cons of into more -ixese:P n t r t d On 01 1 the �ha�admw .. i the bar for: daa�t ,communes ge OP Is C TP �Ad �� �ild Ou- 1 n'o"re' in d Mia Al my toostist4tin rno'irl t0 y(�+ rr�' !; j�'�( yet+■ ■ �y /My ,�1�!, y� yr. *�+ !! : d db "d h dunt t n� a f/ dIng th � ft ft�mc r to htbofa i r� au r aina � :and: anal + tion od qu a Sustaihabiritydev*1 lld S aid O�. o�. �°PrqeJCt �305 4719 7 �• tPer ���i �A�'Yr,�� '��d'. 'M.�,�/'le���� � '� Block � �Ar.�C'�r•,�� • '� a € d 0_n, and t vsa of r nawab a. eneo, bot also hut d `other it tused -topicst, such: as mobikyltonnectivity:: hou-sin .,. k +� Of Tama ► C 4 a 'S IA. �Woji�S-Ltz!W ion as the vi-su►1 Ats o the r 1 S- sU r�ih 1 �C n t potential: f ��C 0 on for add, rts l" the orn res-i'dent. kifill aid r ev�@1 onm h � ' surr d n co: text"., CONTACT JN��Ok an i9h-oodt Wh 001V .. i !!! rx n t om . r' # ► � ygip hede ment. pa rr�s- �h thd.g -here of.. ..y! se y��y[F •yy��`,��E�y� ��`,y�, - ., ��1yy, yp�� �`nt �y,�` h �s:lire n91e-fam*4 d04* mtna.nd V4 Is ender t Alt: s is ,tin deNe.. jy(�y- •��yq�. jyl�� yy�j��"{yj�� yy�� 7y�� ]`{ �y�j[}. jlj�� rd-erdsr 4 M'i!�"i'.. ..:���-�..J �Ii 13i '� 14:'F`A4�! 7M� .;T # leRl,�l devel"m+ nt stand s 1"CV ng, genera re 1rements r jyc y� yq� y�@ j� /M. {y �w1�t j;y�! y��M, (�y�, AIL MA � �Vt" �IMPIt 1� l� :. �� n 1I � .� 6 'St . 70 M '}�F ^MI � ui .,. .. eh, 4 0. 'h or 'deto1� 1 •�1 R,.71�:k �K� :�M�7�Y� +Mmd •A J�m'tl�'s�1' ■■ ii y)F ye 1 eddrss o an:! *-v n QW [y�[yy}y;;, on se as y lryy'ye� Luc ordinarwe jk �A The, 1"Vovethe dn Of a --ft, ib1e set o in i�t$ to bn+ that jur��sd� n's land use to Pon s 9 n+ t P 1� Plena end r s dun 7 "7M;xn:Xre ffffff jyM at t : ggg. yµ �(y,�.yi�R �]/�1 ry.. (y��, ,?/INy 'L at Yi s 6� r s �� p� � ■ '1F a + R�°+� fff�y�yy�..�yy1yyi i`�'y'� .j;.. ..fTL ,. ,€may, ... /M� .•{y�� �*E (/��Y� i/l: h� it �/ �Ar.RtaIR� �Ir�' /3r. � l use orl* r h u flot In I to I sure ate 6f eco is r ' • �y/j M�i�1yr ;yes +yyp�er.: ,�j�M (y� slan Pla+ tcomm i [[yy��P �vj icy;yr ]y�yy1 �y�w l71if i 'r 1I , A' � M6tal � .�' r. nagem t. C. �i� �parav �' 1s ed ' a Von .. 71M R� 0 1,9 r ..TT ### as MPmr o when "I 1 r�, r Richardson essisW the �CW J�h� r � s � d M: consolidation of its zoning ordinance into o a unified Land Development Code, Clari ton is currently assisting the city in the update, streamlining, and consolidation of its procedures into a new Administration chapter. City Pi Parts mouth., Vi4nia Charlotte, NC] Zoning: Ordinance Assessment (2ttt3-Curren#) Clarion$ in association With Optilicos Design and Kittelson Associates, i IS assisting the City of Charlotte with a comprehensive evaluation of Its zoning ordinance. The evaluation: effort involves two steps., Step one is a general assessment of the current zoning ordinance and an identification of its strengths and weaknenes in terms of organization, clarity, ease of use, graphics, zoning districts, development -standards, procedures, and implementation of current plan p olicies. :.Step two involves evaluating alternative approaches for what the Charlotte Zoning Ordinance might look like in the future, whether as a result of Incremental updates ore major comprehensiverevision. Special areas of emphasis 'Include an iamductio: n to form -basedtools and -how their mlght:be used to implement :Charlotte's p anss and policies, as well as a discussion of other type of zoning approaches. {performance zoning and hybrid codesthat also might be considered by -Charlotte. The :assessment also includes a study of national zoning best practices in selected cities to Identify innovative and effective tools and a amaches used forrachievin pl* and P, 9 onning development goals :5iMil$r to those of. Charriotte, impmving the overall efficiency and effectiveness of zoning tools, and improving user-friendline . ss. The repods were presented to the City in J*U:IY,2o , 'Cie ion i* :s nowworking with City staff on code rewisionsto implement some of 13 the wommen0ations: of the reports irving,;. Tx NVWOPM Mt: Cod Located between Dallas and Fort Worth and adjacent to the 0FW- Intemational AWPOM Irving is a business-Mendly h a commun ity with histori wn. : c downtoand many attractive nI borhoods, Irving ishome to Las.Colinas, Ina s, one; of the counttys first 'edge cities" which hat b IC ecome -a ryfaJor attraction for high -quality new office, retail,. and residential development, The city's primary goals for rewriting its development ordinances are to i P significantly improve the ,residential and commercial design standard ially along.cornmerd6l: corridors; ute s, es red reliance oo a site plan district option that had become. the default process for approving most new developmen tsi improVin the organization of a very old code that has seen many pieceire al amendments; and improving the, efficieW of the development review process in order to maintain the cttyls reputation as a development-Mendly community. The Clarion team revamped the:exisAtng code by adding new do -sign standards, carefully tailored to the city's pity of Tamarac. 13 ricommercial rha crrsrr� rr� an ' rrtr �ltr a rconditra U minor m6cas5�more efficiently handle Pr� Itmatic we and tr ne a P.pro aIsx A� Malor goal bf the code revrsron stso to, increaseW, i®' mthiM hT o�tlF ons " 'WP regrew. a)VA,j:M -e ;a: 0 Ven eon u vC MJ& t sMatute-i ; yr out town on. the t side of the A to sons Corner. Washil g't or! DC Metrop6t It Is ' • a�qa ieSoo! v y. kgjct ,+ g# urif �j x :: o8 Street, ain. MA iWot M V.1404 r' 1 e the . tr�to atldl�� aSlr torn ► are o � + rn rr r ra. r crr� ; + , r' �4 assi� rr the � � o a r re tion for Maw "o to i "nsur+ �t r+ maims a a b�l n p+� rr r'r rrt r tre ghat � pt�nsisterf vAt onna`s sail to tMhar cttr�hfle,at t � Sd t the r� rrlZin it Will ontl eve�r urt r ot'r rtherr�►re tr Orr C n to-&f.20 .e T..­ n. errn ..7.ssod*es was, retar a Mordsville t .ird Pr"'e er*e: 'a - highly-.i�##}} � '1ustrate cq e � o :�' ° im*A*ot 4% wa CONTACT O 1�11r. "I � �, !"ter �er�k dra � � o °� ' t * xrst r .. •: ` '{�'` ��gs ga.j�, y��E ,vyg� .pu' ypw� su� A4- Vik S+ Rd {aR i''. M+ '. A: : ��Iy■ ?�!J� il,�/�'�i1�( :Ord,t T� !,1 aR` if.� � ! fi' ; �jo � T Vat* B gaps+�/�)�s11�� yy) ,J1�,e" for .Offi�NC the hewcoot. ' design r+r M o rt � 6w `nt r' .fix to � � err recomm. ender -idol ;end kit • add on the r,�at . Mem a ,giant C. rr .r urr� ° .:' .. :A► ��Ny1 j 13� (�' n �(jl�� yi ,y��11 7y��, �yye1�� ,��yy t■ 6 gyp( �,y[�)jr 'Ms9M iy/9d��iRK 1fXw�M1ik. aMlf ' R ;o . /Igo w ,s .: ma�yyj1►!�1k,. ,■y,� gy'y ¢j a��y - ite 1.r�esu , ` e fir° arty r 1s cJc� e� try t t vrs t �a r � .h the n rn tal0�rtaari rrt ,}y�g }�6y�+ y{�yy�' ,'y{$_ -: .(yj. ,[j1�� 'y(+� ... ;. ..': (y�j�/��`�#R jy�� /i�� pm �ChA c is M R �1 r.. P s. ty�e-'IIR� M �I i R^ � � A ��� 1Y :t �7'� �.� � T� i. ted I ; . s= Dow, �, ' ,_ Ott:'Code .'' VT tOMabf 'Ito toke ct a" nsem � ° •.. ' gates°aSSISteda city In corp nl �r Bahr - .� K •� � Lake C z M � Msfor , 6�r"c rr° rtRai� .� high .. _ '. ONT if��� 'O*4T0 �� , � k '+4R � 1. .7MFf�r'RM:1t7kFi of Office ;iM"1 9Mw7�:.�, .;.°�AMt's'i .t.�iR'�73b[ �irat"K` of su tea c ►rr e's th cclo.Ditoctor. a City$ ', s t : err` and � r the � r°' to remoteIto 540, I T amt- � fll w(�! �F 5 ",,7 and+1!'rr'°. RR'royDN1 1pIf�R: i lbw R h t >'If iI e T r re � air � 4 1l� # + � t that a s+� ;Jja�- , I ME r. .Henrico. County is a county' Of 300#000 residents surrounding. the Richmond metropolitan area.,As the tost task'I n Its work assisting on the coin's Vision 2,o26 Comprehensive Plan, Clarion Associates prepared ,an assessment of Henrico CounWs zoning and subdivision regulations to identify changes that would need to be rude to imple _ ment the Vision. national '2ens 026 Comprehive Plan, and incorporate recent Ional best practices into the regulations (where appropriate). Some of the key Changes identified were: making the development regulations easier to understand and admix isteri Incorporating more flexibility into the regulations to encourage the appropriate type of infill and r#&velop mant: adding tools to allow for and encouratie higher aualitv mixed use, development; incorporating modem zoning tools .111ce a use class ificationsystem and g raph, lically-driven'zoning: district Standards; moderrilzing, and including more, measurable developmentstandards; and promoting more environmentally -friendly development. The code assessment forms the basis for a strategic overhaul of the County$s zoning and subdivision regulations. Philadelphia, 'PA I.New Zoningr Code: 04047) (201 Clarion Associates wasretainedby the City of Philadelphia try lead a : team to draft a complete rewrite:of the Philadelphia zoning Code. W -ki nsultants Duncan Associates�, Claflen Associates, or no with tco WRTPortfolio Associates, and HPlanning, as well as a 3i member Zoffing: Code Commission of key stakeholdem, Clarion completed a thorough Assessment of the current code, a Best Practkes report on k rino ommenkey J1 vations, Detailed Rec lotions for the ew Code, and n ........... . . . . . . . . then the new Code itself. An extensive public outreach process used a en of six on-line surveys to reach 2,585 Philadelphians, and over'st Owl' neighborhood and district meetings werebeldi. The 57 existing base zoning districts:Lwere consolidated into 35; the 33:existing overlay districts were consolidated Into ii; and the antiquated list cif permitted uses was replaced with a shorter::and: more flexible approach. Major im e metits in JAnds capIn 9,. tree protection, prow. Stjstainability, open lands protection, and formidesign controls Were incotporated, Requlred� padding ratios were: lowered and maximums adopted, and review and approval procedures were clarified and simplified. L The final code was approved unanimously by the Philadelphia City commission in December item and became effective in::,AugUStLOf 2wz� The Pennsylvania Al awarded Philadelphia its 2o:i,2President's award for -excellernce for these planning and zoning reforms. The prqJect also, received an: Implementation award from national APA in '203-3. Connecticut Copit-01.9eglors Council of Governments (CRCO+G)[Sustainable Model : Code Pro v1s-1onS'{you=zoi4) Clarion ,Assotlates led: a te-am. wo&ng --with the Cep itolRegion -Council of Governments (Hartfordon: a groundbreaking regional sustainable ,code project. Working with CRCOG: .staff and3.2 local municipalities, Clarion identified four key regional sustainability topics; 'including alternative energy1energy cons si ervation hou nq affordability/divellStty', mixed use/compact developmen I t, and food security, The fi= then undertook a detailed assessment of the :12 Communities' development codes to identify regulatoryba ~viers -to achieving regional sustain4bility g 0' at int f, [incentive and regOtiftgapsthat needed to s as well as pote la 1 5 regulatory ' be filled. Finality, Clarion has drafted a series4 :model code: provisions addressirto issues such as alternative energy facilities, solar access, community gardens, accessory dwelli h g units, matidato:ry affordable :housing mitigation, and mixed -use and transit -oriented development that can be used by the regio'n's monicipalities to implement their sustainabillity goals. City of Tamarac 15 CONTAMOMWAVON UhAiftniq, Tk-I Mitoric" D. :*Z0j;) fan Antonio, fix , the sevOth largest, lCityin, the Un to es SWStites r t- b. land area ab Vt � u rn es., The new- d 27 locally -designated Ih at rit strip' , s 11 'a . i to ;yam{! {■ (��j+ y■�y[ ated ��,1�# jj��f to ?��lf ■i stktsyaq �yy ' °'� o�eni1e i r ow • nn Sha dii Peterson �t -i n ar r-1 as wor: +�� �� t� f n Sri .. .: ... Prie� rx cob whient, each major �� nn f�►rrnnatt apytp A 1y7� 0 .5-ntotTA stand41 ocum nt w C �r n of .eo.a'•Y .. wTwwWaaNN// ''��I f, por tent . The ocurn highly + O� i 1',, ^. p�j� ■{ 'y!�► ■' j� y�1�f. ,�y11y�' 'yt.M►h ♦ $', r hs,L:.: J r+f/l V M� •:I4 .labef d d ap :. pia 7MlTs arid standards r .Mr7tlr M. caries ! vSchA xtar r MaintenAmO Refobilita.tibo dibns New, 6-ntru ctioti ion- esident al and Mix�U' '. t�Fs ere41 a WHO zol:. : .1Clabnbaerr 'r • .. .. ,, f ta.. n,,..:r $� #yf T NFORMATION tlt 6 bborhoo c.tr n t.aha to: :ertsure greater orn I*tbi ity ' WM/ � �i. �t etweeh:single-' MF 1�IM � ly. nei�1/ � U1; "MF AMR. � - § 'MMMRRR 4K ao,� Manager r�eaidantia and oorr : l � 1 development; �r r�oilde W I a e � /yam► !.��, 4■ !y�P y/+�� 'w t�famil s. I :r!•' Stao and .. ■ tt������YY11��� (yy��p/l��R► y���/rrPP))y��(�� /1� � mor�M' - co t i� c e�and ffff �itSeeir�t .'.. f a�r#rtak8"#�i . tirt� n oriente development re �►lat� n� aasod ated, with. -but ranait 'Service being planned as pt of a SOD Ste nab e n rnOnr% A n a rant. T a�°�n taa� � ��� � `+bra W. d and is r ink with staff to rMae Opris. prtl tb, nat ria4110 th#. publk and Ci f M. S. and.:D.-v 1000*0 0 n Ora �rf any xatri: a astat b a tna t iof ' iii ,.� 1n� dire * f Its C+ linos towns f it a an a ddL VRT $�" $ya �@ #�s �t�' g {yestompreh .,. ' " th-6 C ,.' . � a "t n t . . ��.r, y `� �nw'Tv�a : Ian e' i e o ent, �F" ce 0 to: 1).:. f6ster ..... Itoxi s Wn�rante(J" and a me t t �{i y 4 � ae vin Use that` orn�ernent the. —natural d an scenk > R 4 - . hm.� r�' , 7R iB.v "w6'�1M � �. V ats for .MY .'eN lopm nt n .the. ... $$$. Cityy j!oW*nO�j{{� jay : r vi a n re ulavser-f end f, an M r V-11 .. .. ' ���1M�' tst (yY�j ]■j1�� !(�Ijy. Fyly;j vtltlu111N�� zo n to r17 es t + nay a a t a anti ante -ur`a ing rod' — �f O ., ,.. .. I x e p air he t)(s vu erabl t a ka f t�ure hurricanes an .. tonm' ror intves ortab+pnraa ��a. toe c" in preparing the first complete revision c Its zan!" code n 57 n tnn .. In Mr moues anOption$gapersa ssing ommercfait �i�� WORM 0" I 1 1: vis* nional, and induce districts, :ori b #+�� ,e"f0meme* provisions, $nd open spac erg i ro nmenta r on tanda ds. The final wde which ras,'ado d � iY ityo 1 �n n+ v e > n ustr'ral m prot tron 00entyg�*e ur 4ec staridards end oGjbborh od ornpat fty oulat m American drafted b C adorn ecent � oac t� p tt hur h to aS st in the preparation electronic n p s C�nS 0r + �, and t c n Uct a twat ay odohwp for the eleoth � , "� alS L on ncotporat�n sOR16 ma li concepts,into theirzon n code; r .So SPA l�',tb�impaCt,DOVOIopm.ent/Gtftn nfra ture Water lQ011ty, Audit 1 (2012) lation was retained 6 the mart rbwth Office t s EPA: to, w6ist in the4evOlopm of 0 co Impact r e op en Audit T091 6r a i6. �$$e j�1 storm, water ma.na""Wft and water qok protection' p ram .use a Wnatl tools include a r th V e of open spaces and rrn water, perviOUS action and :mixed -use developments to reduced I pe rviOUs Sur at es. hrl l + r n Cation sso at -s played a a eD►r r�3 a fin' c rre t '`°,off! Jae a Loeb d opin the overa [ format tt�e a� It � �ci�r�tffyiog eita peek apre�ch►wt"td ee n� rn for +�'.�i", Addkiona Code EVeiience` Selma we identify other,torapnhensivei development code rewr111= weire prepared In h pas f ivee"ors., Prlac eorge nt �, M. Zc n ��d SuOi i u ti - rot Columbia, MO Development, Code' p � 20+4404r .t ColumW, t 'Upda 0 14-cumnt. 0 Carbondale, Co fi ning ce a pda 201-�MWun�t 21,1cUrnt Dentom TX ni ode Update2 �e �"3`�'�t h velopnvnt Ordinance 12-currft, t 1n ianapOlK I D .,]Development Cade Update sub 41.2:.2014 Br n► c Zoning0 natwe Update:! 1 2 1 Teton County/Town of LDR Update : 1 201 ti e, ►Dvvelopinent.Code Update 012-20 4 pn n n. � 1 Zonin 0rd.ihAtjc p> a e 201,2 014 ulut M14, Dev61opmen't Codo update 01.* City cif Tarmc 1 0ty amar> The proftssionals, who are available to assist in the project have substantial experience working throughout Florpreparing pre aring comprehensive plan amendments, comprehensive plans, and EA.Rs. rWe identify in this section some of our recent projects. For each project, we- in-clude a short description of the project and, identify the client and provide a,reference. M104mar, FL It" SaSW ComprehenslVe Plan Arvi�dments fler Planning successfully prepared and completed EARO based comprehensive plan amendments for the City of Miramar. Key issues addressed in the EAR were enhancing the quality of life, improving neighborhood appearance, creating a master redevelopment plan for the 'Industrial areas I 44-1 corridor and Ea m iraar,, ensuring compatibflity of ::near neighborhoods, -constnKting a new City :Hall complex, re -using existing City buildings for community :needs,. making City Hall business - owner friendly, and promoting private investment. tin schools. ano APP a Sa, DeeOWd 800�*: FL I Lvatuation: I F ort and Relit6d: co��Orehensive: Plan MOO.ndmmts ller Planning prepared amendments to.the Deerfield Reach 'Comprehensive Plan to bringItup to date and make It easier �for titizens and decision makers to understand. Key issues addressed In the project included ensuring compatible land use patterns in the.clity, community sustainability) cost-efficient_ infrastructure programming, affordable houslng,. downtown redevelopment, school concurrency, road and, transit level of service, 'bicycle and pedestrian connections, intergovern mental coordination, and plan simplification and usability. g:p Davte,:K!.. EWSasetl Arnendr0000 and VWonih ' tpgram 1 61CA io 1. A Arw%.&#%+r f, r a "r +kr%%Atn :9 C ammq preparedV0. a 1 +0 VU4 of Davie. In addition to meeting all statutory required poblic hearings, Her Planning co"docted tommun"Ity workshops in each of the four districts of the townduringthe process. This allowed residents and. community to address JSSUeS­ of direct interest to their ::ner ss neighborhoods. iues Key addressed during the process were preservation and acquisition of open space, strategtesr* and -opport r unities.,for affordable and workforce housing, refinements to the cap . ital JMDrGVement 01011, planning for economic 4.1talky, planning for transportation Improvern, ants and the road network, and proposed density increases in targeted places in, the comm., unity. .19 City of Tamarac !00 ..0-- CONTACT IWORMATION le -ye -p-mrN.0 CONTACT IWORMATION 'Wrtf-, f , :P 4er CONTAa INFORMATION of . . . . . . . . . . . . . . . . . . . . . . . . . 1X.z F[irtommer�awid �; C'M,VOWwas; se w.!fiy■fected' y4. P preps j iif: CT Tamarac e - fir. r e Kati nv� aSS"1 th iq .*A oppo Onkles, and to strioot$ Of -Wi study aMai than. .i -met i €� � fro '06ha c lr i 1 s ■■,`�f`s..�`{{');; y`�'h�s � ..gp, ton �y1IyY �j�y .r�.y�� gi�11��}y�� ' ,���y], ficat t t tra# if .. ` t o w ton.�. t, tid ... n edutab4htnano eight W4 use n &M c rl bWtio :- _.4' ,:.,� -s .. : �.� .,x ,, :: .� air of e � C and a �as10 ; �r ss :.'..: ��� ra jC floe r 4 �'of buildj st. n ur r � a an ow ra - : mh*11 ��r� he a ��� �� ��rr�do and a ►i at r ► a d a r palate andimproved � r0 atto�� an t e rr c commvn y t o on sI n� oca�t�d a� key 010� f an �+� � �►�� Bali :FL Hoag Plan t glo epr mdyM ams ? X i� �� �as ppr g pr �^y, :'1'a:: i.. �1}►t�a �shE �r �. an �q §� . ,:. ntg'yid IN [afa4 not only ervetthe C*s lea phi In gun i n q, mpmves 4��ens ;' Od make - z .. ,...... ..:. ...,----.... the C'Om V.moretonesive aidwor. Abe .: y�e� ��pu yyrryy �i tom,�r' ��!s �y �"`' ,fir ��yy �y �+� �y.�*�i .. t o 1:; !`! e��tej �e '' i. t ..: w 1. Y e ' er r e hha �.e' h:-qUOljty _. hom, lster +� or c wait aid : r a ably to * r 'p- o ne rerd A a plan rye ' # : a r fix 0 and g rid;�MrIathtakest:f "t�f C6010*00�Nj P1 pity cif Tamrac 44, W6rk Plan and Timellne EC A GENERAL PR PPROA- Cr .t earn perc � our role J'n an `LD re tee. as we1� as a �om�rre �r�° � are ameodn—sent *mess as c6br ve—we serve as a pension of citysuf In`thle' LR w rl o. � � rah s,t iv mftj4 &%ft# rr��. #� #r+� try»►►�a : ��rs� if i�i��^ rtw����t+l� ��C�lwit!It' f`� 1�1"'�'�"° �i+� :�:1�� f "1"��#"� �lr�t :City `of Tamarac � AC 'K -E NMATIONAND ORIENTAMO ib round: m ri -In t I� �Utd a olotos iode � � t i � fre t k o r and �da�dIty �, Aftetiqmpl of the b0ftrtand reviles Om team Wilk ' C d U ws *th : e f prA a t r ana er and per staffs �r�����resn. t its� add��ifkr Ot +� in ommun"i elected and a pql a df 4and n0 od and Ws reeds 'i appropriate), : e a co naissae; awd Finalize the o* plan % �necess ry. a on fit ,I deveninlop #t4 �kaffto: teb I 40*� ��� �► r i� S o �Ner l s, ra or 10, r s"t d&.1 h `�� " th �� a add+ r re � at* �� word � c � � + n is '.Id lit � to" e , 4nd �ta�t of � �e dm"t� :nod *' "�Om Wi nt e ;: t�V 0M.h plan as tht for c es � a d`delve r to #,And thong", not kto00 � and other ply ate' polite .d � �e ts dot ma 0 .01 U t d i idi i f + a.,On a r t : ices, fl+ n ► teams r r d.omssace o'� ac � � girl 8r►an ad ewe �►�Oon 0 t 14�Kkx—ow- MfoLL"m G-S AM . d a d City, the a `� ► pr ft � �M. od't Publicft t hoar hr the public° �e-eel '1, rare mi i �rdrd ° wed �eade lFi�ba kick, it r the p� he its pt*4 : �� <. < }\ <a\� °��&�\��������. kY➢i, i As iprodoc�ew 2 << 1 rb wotoolfr p1get to_ plan' + + d ti !n a concise a d : ` i t alsd �c� sider bt a ea app althes that : ;r oct bt have not + 0 wLla T� �,� � t member �al�► trprel + fts cooff rr K. a r ��: race .nthomer 0 The purpose of the 011"nosis Is to the key issues and goals that need to be 'addressed: in; the,::LDR rewrite .. 4n other words, the broad policy changes that need to be incorporated into code based on the Co M.mercial Redevelopment Study, , the comprehensive plan, and other policy documents that -0tyofficialS agree- need to be im. plemented, along with vorther, changes City officials We ring the issue 1dentif! . cation Interviews d: meetings conducted in Task identify du an Analyze the current land development regulations., identifying; 0 Theirstrengths and weaknesses (including butnDt limited to the existing di rests, developm. ent standards, definitions, structure, orqanization4 -clarity, and -adrninist.ratiort/proce-dures, and enforcement provisions) o Areas where there Is a mismatch or gap between plan policies, and direction and other land use policy the City wants, to implement and the current 'pro" visions in the land develop m*ent regulations � including mismatches in t . he zoning distrfcts and land ruses Areas that need to be modified to bring them Into conformance with local, state and fiederal taw. Summarize national bVA practices that"ght be considered for incorporation into the LDR- i bi :rewnte, such as solutions to address the key issues andqoals.i This analysis ysts will ebassed on our work updating development codes in Florida and ,around the country and. research on thestissues, and include recommendations,. Identify key issues associated with the adopted Comprehensive Plan— 'his could mclude how well the current LDRs are integrated with thicomprefiensive plant elirninating land use -categories, creating new ones and Modlifying policies. W,hic-h :hinder the -W Redeve l'opment Studygoals. It will be important to ensure neighbothoo& protection -and q d djusted, � a I s necessary -If U4,31ity 'of life qoals,� objectives and policies are assessed and a additional mixed use densities and Intensities are: proposedin the the level -of - service standards in the Comprehensive Plan will be evalvated for possible Impacts. we [a summarizohe tIncons6twies between the LDRs, zoning romp,, comprehetW P n Redevelopment Study, to inform the appropriate regulatory framework for the nirw- LDR.s. 'Summenize and discuss Oe most appropriate zoolng framework for the new LDftj based on our experiences in updating codes throughout the -nation. For examplis, weassumethe' new LE>Rs will be a hybrid Model that, draws i on concepts and tools from a range of differen9 t zoning approaches (e.g., euclidean lideafn zoning, performance zoning, transactipnal . zoning, and form. -based co* ding). As outlined In the RFP, as part rofthiS analysis, the diagnosis will also address: Making the regulations more uses -friendly, generally Providing more efficient administration . provisions (rules :for procedures and permitting) Making the regulations more predictable, clarifying language: ClariNing and adding definitions 'to add more precision to the regulations, reducing the need for interpretations Consolidating all zoning and land development regulations into one document city. of Tamarac No Text • Ensluring the new LORs implement the updated comprehensive p4an and the Co rnmertial arterial Redevelopment Study • IncoWrating hybrid zoning concepts into the regulations • Modemizing the zoning districts and zoning district regulations • Adding mixed use districts and other mixed use development options. Reducing the. number of business districts incorporating form and design controls, as appropriate Revising the regulations to remove obstacles to redevelopment that Is of Ngh: quality and c..onsistie ntwith the desired context Modernizing - the development standards, incorporating: best, practices, as appropdate Incorporating sustainability principles Updating the zoning map. Finally, and based on the Input in Task iand the -Clarion team"s.own indoend*4.analysls, the Diagnosis will also identify the policy changes and'comprehensive planamendments that need '... :proje.... to be made as: part of the rt 2112* At4NOTATIW,OUMNE The Annotated Outline provides a deutled outline of the structure of tee new Loks If the key issues and them: es ide'ntified in the Diagnosis related to the LDRs are addressed,, 1t W11 -address the use of aftemative approaches discussed in the LDR Assessment and :Plan Arnendment Recommendations, and provid : e examples: of how the new LDRs would be used to::imP lemetathe recomm-endations of thel comprehensVe i plan: and the Redeve:lopment StuY. The annotated 4 A A outline WM d1w include muUMIZI V" Iw : 4 the zoning map. The Annotated � Outline: provides the commun4 an opportunity to review theL overall structure of the. proposed LDRs before the actual. draffting::be gens, It will include an article -by -article section.6by -sKt1on outline of the new, LDRs, an explanafion of the purpose and 'S nature: of each article and major section in layperson* language, , and examples. of how the new LDAS. "--.� be used to Jimplement the key project goals, updated tomprehensive Redevelopment Stud". y Tt% fir tj� of he I fIR, . AcqP%cmarit and per. Amendments Recommendations report willbe for internal staff review only.That review.allow's staff to provide team with �su.bstantive feedback and identify any factuAt errorsor Moopne ma or issues that sled be adjusted in the docuMTecent prior to public review.,After e set of written consolidated commefftsfromt staff, the Clation,team and staff Will teath consensus about revisions, and lanion will make the agreed -upon changes, The"LOR Assessment and Plan Ila to the M, AmendmentRecoinmendations- report will theft �be made available pu. , m 2*30 PUSUC MEETINGS The Clarion team, working in. conjunction with staff,will conduct -aseries,of meetings on the LDR Assessment and Plan Amendment Recommendations report with the Advisofy Committeet Planning Board 0-ty Co mission (as appropriate), and.. ublic m 'I P at a Public Forum) over at W*o, day period. At the conciusion of this prooe%, the Clarion -team vvill: look for direction ,gin the report,, and direction .1 on the proposed structure of, and substantive gangs that L nftd to be: made to the :new LDRs. and the plan amendments that need to be made. Aft*r obtaining. direction from the City on the. contents of the annotated outlinei the Clarion tearn shall Provide' the City with a final -a r nnot*Adoutline based on the direction pro vided., In our eVeriencei 1L obtaining eddy consensus on Issues contained in the Msessment S a tr I step toward ensuring that the remainder of the process proceeds smoothly. 26 Cltybf Tardarat City,Of ' I-SM�K\60 MANUAL (OPTIONAq, 7w After adoption of LDRs, the �Cftv might,want to consider the optional task of bovi theng, the 4 ACkyof7amrarac - -- ------- - i~d crrttd in6 � visualt �teeticun� �l «City of Tamarac . 1: No Text 6. �R�eference�s�: CLARIOX: ASSMIATES DWO, na Beach# FL Vand Developniont�Cdde Rich Walton, Planping. Director P ul Hod, former Portsmouth Plannin!;:D*weCt0r,, no James CityCounty PlanningDirector Charlofts, NC Zoning Ordinance Assessment and Amendment Emily HAquist, Project Manager Capitol legion COG,, CT I 6o s;z2-22x7 next. ;:t7 ] 2bukwiacocti, . LER PLANNING Doran FL MasterPlan:' Nathan KEN XP, Development Services and Zonino Director: iami-Dade County, F. .1 30 375.2. o Cutler Say Comprehensive Planning Assistance Rafael "Seis T"n Mrn qer butler y� FL I 30-23 k 4a62 34 City of Tamarac' :City Of Tamarac No Text Labor Trams`tlme Trips Expenses TASk IN ....-.. u 4 24 200 140 so fx�► nses 45-SOAK 77 .� �. C YI i � !a Task 4.1 Test :��ft Labor 7 1 - Travel time 'rips Tn Labor 64 1.6 1 Travel tifoe Trips 1 E"nses yX To* Afl Task it -------------------------------- r Fee ropos Pro osW Price for Tamarac Pert mend ent . Principal P114n l 'TrAc Principal Winner Senior Manner Technician Engineer 185.E 160M 1*00 125.E l bor 3H 13 .5 3 FIMIG tabor �3 6 s , kY: t tr i ti Y,;e+„ ; b,; �� t •" sR 4`� €'; � tit N �?y�[t � �" s�' . t. >r` � 3 ; i ',': � e „�.>A'. TotaL All Tasks f City of Tan7arac PROPOSAL FORM RFP 14-17R Purchasina and Contracts Division LAND DEVELOPMENT REGULATION RE -WRITE & COMPREHENSIVE PLAN UPDATE SERVICES PROPOSAL PRICE 1. Re -Writing of Land Development Regulations & Development of New Zoning Map: Not to Exceed Cost for Re -write of Land Development Regulations and development of new Zoning Map of $ 2273240.00 Expenses: $ 11.975.00 Anticipated Number of Total Hours Required to Complete Project: 1,344 Hrs. (Please include a separate delineation of staff hours as an attachment) 2. Comprehensive Plan Update: Not to Exceed Cost for Comprehensive Plan Update of $ 59,920.00 Expenses: $ N/A Anticipated Number of Total Hours Required to Complete Project: 413 Hrs. (Please include a separate delineation of staff hours as an attachment) TOTAL NOT TO EXCEED COST FOR 1 & 2: $,287,920.00 TOTAL EXPENSES FOR 1 & 2: $ 11,975.00 SUBMITTED BY: Company Name: _Clarion Associates ` Address: 101 Market Street, Suite D City: Chapel Hill Telephone: 919.9 6 7.918 8 State: N • C • FAX: 919.967.9077 25 Zip: 27516 Email: crichardson@clarionassociates.com _City of Tamarac _ _ _. Purchasing and Contracts Division The City of Tamarac desires to have the ability to use a city credit card for payment. Will your firm accept a Visa credit card as payment from the City of Tamarac? 0 Yes ® No * NOTE: To be considered eligible for award, one (1) original copy of this proposal form must be submitted with the Proposal. NO BID INDICATION (IF "NO BID" IS OFFERED): Please indicate reason(s) why a Proposal is not being submitted at this time. Remainder of Page Intentionally Blank * Even though we have never accepted payment through Visa or any other credit card for any of our projects, if it is important to the City, we would be happy to explore this option. 26 NON -COLLUSIVE AFFIDAVIT State of Q Dr trD(l nk County of V ( a ut deposes and sa at: F'Lf t_, "Ci..)incj Of I C;uI I I r4V %) UivrsiVI I being first duly sworn, 1. He/she is the Cr,, ,1)t,, � (Owner Partner Officer, Agent) or Representative A of p 9 ) the Proposer that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Proposer, firm, or person to fix the price or prices in the attached Proposal or of any other Proposer, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Proposer or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: JU7 i _ _ By Vi 70-/' e6 de Witn ss Printe r.�r .. .. Title CRY Of Tamarac r State of Pori County of , , ( � r ("Oot a ra we,.--o %e l�lif }c'�•S1l1Cj dr�d Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT On this t4 day of a , 20.1* , before me, the undersigned Notary Public of the State of Florida, personally appeared Ctat dq �,%C W e`cISO � (Name(s) 57fihdividual(s) who appeared before notary) and whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: 1Z , STATE OF FLORIDA fern. L. 4s (%jA (Name of Notary Public: Print, Stamp, or Type as Commissioned) M�GaMM:�Si���. e,�cPjncs e��/2o1L 1P Personally known to me, or 0 Produced identification: (Type of Identification Produced) DID take an oath, or ❑DID NOT take an oath Cit of rac - - y-------- --- - CERTIFICATION Purchasing and Contracts Divisian THIS DOCUMENT MUST BE SUBMITTED WITH THE PROPOSAL We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Request for Proposals. We (1) certify that we(I) have read the entire document, as may be applicable, including the Scope of Work, Additional Requirements, Supplemental Attachments, Instructions to Proposers, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Proposals. By signing this certification, proposer certifies that proposer has a complete set of documents, including all addenda and drawings as applicable, and has become familiar with the requirements for this proposal. Proposer's failure to familiarize itself with all requirements, conditions, and site conditions of this proposer shall not excuse any unsatisfactory performance under any final Agreement issued as a result of this proposal process. Indicate which type of organization below: INDIVIDUAL El If "other;': E ain; 1�'A/% Authoriz§4Signature CraiRichardson Typed/Printed Name (919) 967-9188 Telephone (919) 967-9077 Fax PARTNERSHIP ❑ crichardson@clarionassociates.com Email address for above signer (if any) CORPORATION [:) . Clarion Associates Company Name OTHER JZI 101 Market Street, Suite D Address Chapel Hill, N.C. 27516 City, State, Z I P 84--1290530 Federal Tax ID Number l�i1y ��f .f �lr►7�:tr c.. _..................�__.._..___.._...._....-. _._.__.... _ .....__._._...�.�.__Pijrc.h7 11,07( r1r)C1 (:onfrac:ts_L)ivisio;) VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE PROPOSALS - Preference may be given to businesses with drug - free workplace programs. Whenever two or more proposals that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie proposals will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 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 subsection (1). 4. in the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. S. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I /Verb at his foMcomplies fully with the above requirements. Authori Signature .. .. -35 Clarion Associates Company Name list of Sub -Consultants Clarion Associates has one sub -consultant for this project: Iler Planning. I - Certified Resolution 1, Craig Richardson, a Director and Owner of Clarion Associates, organized and existing under the laws of the State of Colorado, Resolution attached hereto demonstrates Clarion Associates, LLC laws of the State of Colorado in 1994 as a limited liability company. a limited liability company do hereby certify that the I as established under the Craig Richardson, Matt Goebel, and Ben Herman own Clarion Associates, LLC. The City of Tamarac shall be fully protected in relying upon this certification and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of Craig Richardson. I further certify that the attached resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME Craig Richardson Matt Goebel Director Director Ben Herman Director TITLE SIGNATURE Jrld 0 it E Financial Statement - Clarion Associates For the period 111-1213112012 Gross Operating Revenue Reimbursable Income Professional Services Subcontractors Income Direct Salaries Direct Labor Direct Expenses Total Gross Profit Indirect Salary & Related Exp 401 k Contributions 401 k Employer Contributions Medical/Dental Insurance Disability Insurance Operating Insurance Life Insurance Life Insurance Rent & Utilities Marketing Marketing Auto Expenses Other Operating Expenses Total Indirect Expenses NET PROFIT 120, 963.86 3, 501, 424.17 431,305.11 4,053,693.14 898,597.31 898,597.31 1, 414, 386.64 1, 740, 709.19 654,843.63 48, 524.20 48,524.20 81,226.87 4,846.13 3,562.50 1,864.37 1,864.37 168,405.93 76,452.76 76,452.76 11,783.12 292,043.82 1,529,183.95 211,064.53 CLARI-1 OP ID: GG CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 05114/2014 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(les) must 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 endorsements . PRODUCER PFS Insurance Group - JT 4848 Thompson Pkwy, Ste 200 Johnstown, CO 80534 John Hintzman CONTACT NAME: P"CO,No Ex : FAX A/c No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC 0 INSURERA: Pinnacol Assurance CO 41190 INSURED Clarion Associates of Colorado INSURER B: State Auto Property & Casualty 11017 621 17th St #2250 Denver, CO 80293 INSURER C : Travele rs Casualty Ins CO Of A 25615 INSURER D : Houston Casualty Company INSURER E:Zurich-American Ins Co. 16535 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NLIMRFR- 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. LTR TYPE OF INSURANCE JtM&D POLICY NUMBER MMIDDIYYYY XP MMID�IYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 21000,000 B X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE I —XI OCCUR BOP2630684 08/11/2013 08/11/2014 DAMAGETO S R occurrence $ 300,000 MED EXP (Any one person) $ 50000 X Contractual PERSONAL & ADV INJURY $ 2,000;000 ilAdditional Insure GENERAL AGGREGATE $ 4,000,000 PRODUCTS- COMPIOP AG $ 490009000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY JECTPRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1 000 000 $ r BODILY INJURY (Per person) $ C ANY AUTO BA6A678270 09/15/2013 09/15/2014 ALL OWNED SCHEDULED X AUTOS AUTOS X HIRED AUTOS X NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE PER ACCIDENT $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 29000,000 X AGGREGATE $ 21000,000 B EXCESS LIAR CLAIMS -MADE CXS2102792 08/11/2013 08111/2014 DED =RETENTION$ 10000 $ A E WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED9 (Mandatory In NH) Ityes, describe under DESCRIPTION OF OPERATIONS below N I A 4060755 (CO) C463309702( FL, SC,NC) 07/01/2013 07/01/2013 07/01/2014 07/01/2014 X WC STATU- LIMITS OTH- E.L. EACH ACCIDENT $ 110001000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 11000,00 D Professional Liab. H713-101405 08/23/2013 08/23/2014 Prof Liab 190001000 Retention 50, 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Consulting Services If required by written contract or written agreement, the certificate holder is included as additional insured for ongoing operations under general liability. CERTIFICATE HOLDER CANCELLATION City of Tamarac Broward County, FI 7525 NW 88th Ave Tamarac, FL 33321-2401 CTYTA-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD No Text WWW* Ss w :Dj rectorjCar-i on Asso:clatft. 2*12 topresent Pon. �Ipa Clafton, -Aswistesf 1'"q to 2011 Sole Pfreset orf .and Use Consultant, Sha��Wfdert kard4 M Pill Cuflis TimryV�"n:and Ginsburs, Sarasota, Aftme:.-yan P rtner: sen qd a Simon Lar .fW PUedy Ch f1ji1% iCA"t _()i$ Sod At-toire y ASWate, Ross: and, H*40t chicago, 1111no'is and Ooca Wt Fl. Educat[46n Master of:Otyand lpiano orml in uOlve—W, of. North Carolloo t chapel wl ww*dajIO)vssodq:tes,.cOm No Text L] du- cation Juris Doctor l nWers ,o(Chica o Bachelor of Arts, cum laude Kansas State College Ford Foundation Local Government Fellowship Cjty ®f oak ark, Illinois Professlorml i4istm Clarion Assotiates of Worado, LL Managing Director :t992 -present. 0qAWC00ntyvfD00V0 M a a, i •s Thefiriterprisefotmdation Professional Assodatios American Bar Association Committee on: Ladd use, Planning & Zoning Firmer Chair Fredericksburg, Va., Oty Council Fred member 4983-3-9 Rocky Mountain Land use Institute Founder and Wir of the rd W cad rio assocr«ates.corgi CH*�R:IS DUERKS.E.�N S nilor Advisor Chris Doer se . is .Senior Advisor'with- Marion Associates, L . lie i s represented local governments, nonprofits, and the private sector in variety of land -use and zoning matters and specializes in development code revisions, growth management planning, sustainable code standards, natural resource and scenic area protection regulations, and airport -area development strategles s co-founder of the Pocky lAountain Land Use Institute and -former city council member in Fredericksburg, Virginia, Mr. C3u rksen has written and spoken extemively on smart growth and sustainability issues and policy na.t ►nall . He is a recognized national expert onthe legal aspects of smart growth and sustainabllit ° having written tiro leading publications including 'takings Law in PlainEnglish and Aesthetics, Community character, and the taw. Duerksen has conducted numerous local government training workshops over the, past 30 years, in ludin9 most recently a popular series of sustainable code workshops that included staff from the U.S. EPA Development, Community, and Environrn nt Division. Representative Mr Projects Southern Nevada Regional Plan and `lrnplen enting Ordinances Franklin, Tennessee, Pompano Beach, Florida, and Pitkin County Colorado I Comprehensive Zoningordinance Rewrites Blaine County, Idaho, and Louddun County, Virginia l .Natura resource Protection Standards Overland Park, Kansas, and Glenwood Springs, Colorado Design Standards +� Louisville, Kentucky I Form. -Based onlp Code Transportation Research Boardl National Airport land Usetompatibility Manual Salt lake city, Utah, Washington, D.C., and ofAbq Dhabi Sustainable Code Diagnosis and Revisions Colorado Springs, ( oloredo, and Orange. County (Orlando), Florida Mixed -Use And Transit -Oriented Development Standards New Jersey Pinelands and Gunnison County, Colorado Transferable Development Rights Programs Montgdrner Maryland County,IPol cy Report can Mate Stuart Growth Legislation and Code implications For I' ont omery'County Model ustaina le COMMunity Develop ent Code � n � White st r la� A. I I- " - ver'�ri '" It c 1".sr ., Science, Lan4CO--lOei&01:: -she. �, � is �. f' iana con �me OUS CgMmu� �, n and v i e,Projects -;. Ofbr 1 SIO - n to s�e4tomm� � hotg + _ ' AkAl Str�� `ter' mt Pr i .. lot Inc.P1000 d-#-e.:J,.Raplld City So* 40 pirati;U 4m Count... i r'. e- f* r PI apt nt di 1* h � ,.. * . O o�ty �:. KapOs l +imb � �� ��i Oregon Meft*er LSM Ct Cfall P11 no 153+11r# rd :nd Standiordsj� N6ada De "go'StandaM. ve ntStrate9kAx onanoiDeveloprnont.fUrq:Oida too k Education JurisDoctor Unlversi'ty of 14:00 Carolina Chapel Hill Unlvtr�4 Of 00411 carohr* Chapel H111 Bachelor of Science University Of North -Carolina clef Hill Professional History Onslow County, NC �m era Wake Cooty, NC A Land VsePlanoer/Attoroeyit 1"o.200a wineoffice of :L988-2*oo 064e* Meot Coordinator Town opelHfll* �NC Planaer QaYtP0,NC 15n 1 1078 Professional: Registrations Attorney, ,N*rthCArq4ina State Bar Professional Associations At'nedican lbstittote of CertifiedPlanners American PlanningMsociation �memw www.clarionassociti,tes.com Stephen Sizemore is a planner, lawyer, and Senior Associate In the North-Cardlina office of Clarion Associates. He has more than 35 yearsof planning experience, primarily with growth management and development regulation for local goverriments. Before joining Clarion, Mr. Sizemore was planning director for a coastal North Calrolina county with a large military Installation, overseeing the county's development of tcomprehensi',ve plan and implementation Its first county -wide zoning regulations. He also served on North Carolina's Coastal Resources Advisory CouncilL . Prid r planning experience indudes:Uyears as a land use planner/ ttomey for an urban, North Caro 14 ina county where he prepared growth management/land use policies and regulations, including transitional rural urban development regulations - and 7 years as a planner for a North Carolina university town - where he administered development regulations andhelped prepare a unified development ordinance. Mr. Sizemore has also worked as research attorney forthAmerican Planning Assodation, where he edited Planning & Environrwntal.Law, organized the annual Bettman Symposium on land use law, and was an associate editor and contributing author for APKs Planning+and Urban "W Design rndonds. Working for a state plannlinQ edevel d agency in Maine hL ope + -rules, guidelines, and assistance programs to help'Jocal government prepare comprehensive plans and development regulations meeting new state planning laws. Land Development Regulations Morrisville, NC Unified Development Ordinance; Fayetteville, NC Unified Development Ordinance; hacks onvil le, NC Unified Development, Ordinance; High Point NC Code Assessment; Charlotte$ NC ZwOqq: Ordinance Assessment; Pompano Beach, FL Zoning Code; Daytona Beach, FL .and DevelopmentiCode, Biloxi, M$ Land Development Ordinance; Pascagoula, MS. Unified Development Ordinance; Powhatan County, VA Zoning and Subdivision Ordinances,- Portsmouth, VA Zon ng.-. Ordinance.. -Hilton Head Island, SC Land Management Ordinance,- Beaufort County, rSC Development Code Model: Sustainable Land Use Regulations Connecticut Capitol Region Council of: Governments • Legal Analysis, of Condminium Conversion I Jackson, WY • Legal Analysis of In -Life Park Dedication Fees I, Cary, NC' 0 Land Use Plan I Johnston County NC : Y, No Text P ANNING 11 Ei:R B.S. Civill Engin dng Virginia Militar een y lustitute, 1972. M,S. Civil. Engineering -Transportation University of California at Berkeley, 1,973. WORK EXPERIENCE .1985 — Present-0: Private Consulting Practice Served n the origin.al Tmffic Analysis Advisory Committee for the Dade: County Road Impact Fee Ordinance and Manual in 1989. Preparation of transportation ehgineerie g projects, plans and studies including the fallowing: i ramc impact AnalySiS - lJouglas Grana Project kin City of Coral babes) EDUCATION Traffic Impact Analysis - Coral Grand MUSP in. City of Miami') ►Anal B *ckell View MUSP ("in City of Miami.) B.S. civil Enain, e d V1 mili Traffic Impact. ysis n �19,inta Traffic Impact Analysis - Brickell Grand MUSP(in It of:Miamli) institute,, 1977 City of Plantation Transit A Iternatives Study 0 'MV-r ��e�r�r�� C' I11 -Thnse e Shoppes at Sut Place Traffic SgnalizaS., tion V 0 4 iforbia at Trans. at' U f C Coral Gables* Fire Station Traffic Signalization getkeley, 1973 Metromover-Bayside Pedestrian Promenade Study Preliminary Access and Circulation Studies. - Homestead Motorsport Oft No Text James fleloschm�ann, AICP �o�':Planner Fleischmann. possesses a wide -range of planning background and experience covering many years In south Florida, Since joining ller Planning, fleischmann has specializedin-direct municipal planning and mar ket,analysis nianagernent. He Is a principal author and project manager: encompassing feasibility analyses for teal estate developers and govern,ment agencies,, demographic research, development of surveys and analysis of data, and highest/best use studies. He Is a principal consultant to local governments in the preparation of comprehensive plans (Chapter 163), comprehensive plan amendments, land development regulations, and evaluation and appraisal reports. FTom 1975 to 1984, Fleischmann was a Principal Planner with the Area Planning, Board of Palm :each County, In that capacity :he directed a multiplicity of county -wide and municipal projects for the Board. He also prepared municipal, comprehensive plans.. a county -wide growth management plan, a management system and public partic.1pation program. for the Area -wide Waste Treatment Management (208) Plan, and beaded up special planning studies. From 1973 to 1974., be:worked as an Assistant Planner with the Toledo Metropolitan Area Council of Governments. There he contributed to the pre paration:of a regional growth policy for the Toledo, Ohio metropolitan: area. Fleischmann.'s Professional affiliations Include being a:Charter Member (1979) of the American Institute of Certified Planners (AICP):and serving as for,ffi F a Planning/Zoning.Commissioner , tie 'Down of Jupiter, lorida., Fletschmann has an M.S. degree in Urban and Regional Planning (1:973) and a H.S. degree in Urban and Regional Planning (1968), both from Michigan State University. EXPERIENCEMIGHLIGHTS EDUCAT104 PROFESSIONAL C I I TION - 8 Amdon linstituteof Cottffied Planners (AICP) PROFESSIONAL AFFILIATIONS. a Arner"n Planning �ksla No Text o C3i A � � � �.p>««< � � � `< ^ , � \� \/\ \ \ �� \ � y;�.»}.-< » «» < . � � � /\ . $ y � « > \ ���\ a<� � � . �,��\... ���G� � � � ©; � < a ««; d v «sue !�&�� � + »§»<, . � � � ... . - y � � ,y� .. . � � ��� ��������///\/\/��\ � \\\� � ,/� /� � / / 2 � \ <���� »� ««««».« . � � a< d}\\§:: .� � �� `\d . /�{{\� : ;-=J \ \ A y� . ...�. L�7 01 1 2 S� k D..td 4 j u � 4 ty to vAA ! Y- r. 'r ' y d; 111 Q ggt ry ,.`i 'S'i {+ i V ..wM CtLof�-�AY� i •�}� ��, 11�0+ �Y„< � � '. I-W y fill' 431 s� � Al No Text �L F1 R ST D 0 Orl PREHENSIVE PLAN . 0, Iow Key Elements • Conforms to 2005 iro th Management Legislation ( 360 • Rep resent radical departure from the County CDMP • Estahi ithes five () mixed -use +categon es • Creates an Urban Central Business District and two ) Regional Activity Centers Ext nsivee ton' munit involvement Two (2.) City Council visioning workshops 13 000+ citizen surveys with i 71% response rate Five community charreiftes populate 20,43 2 00 Census Contoct City Manager City of Dote 8300 NW 53rd Street, Suite 100 Doml,:FL 33166 Phone-, (305)59.,DORAL M Ln Ln N 134 E-A CL L O � L Mcfto C!i y AMA CL■� � O N Q �> ■0 L — cc 4 06 L E 4) 0 O E V = 0 O !Q VVi� .� v N N M N N N M o LM cc oc � > LU O cn 4� Ile .�.+ C co cLL. CD v pC E . - E 0- -� Y CL o Al 0 a� L CD a CD L a� p CU 0cu L -- C L - — co 0 cm— N cu o . _ o CL _ cu E a� o m o U � -- j W ._ � 0 -- a C -0 0 C) m <C Citv of Tamarac Purchasinq and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC AND CLARION ASSOCIATES, LLC THIS AGREEMENT is made and entered into this day of Ll 44i 2014 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and Clarion Associates, LLC, a Colorado corporation duly registered as a Florida Foreign Limited Liability corporation with principal offices located at 101 Market Street, Suite D, Chapel Hill, North Carolina 27516 (the "Consultant") to provide for Land Development Regulation Re -Write & Comprehensive Plan Update Services. 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 shall consist of this Agreement, Request for Proposal Document No 14-17R titled "Land Development Regulation, Re -Write & Comprehensive Plan Update Services " including all conditions therein, (including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within the document), any and all addenda as issued by the City on April 24, 2014, Proposal executed and submitted by the Consultant dated May 19, 2014, "Tamarac, Florida Scope of Work and Timeline dated September 4, 2014 as prepared by Consultant and included herein as Exhibit A, the City Resolution awarding the project, and all modifications issued after execution of this Agreement. These 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 of a conflict between this document and any other contract documents, this Agreement, including Exhibit A shall prevail, followed in precedence by the Request for Proposal Document No 14-17R titled "Land Development Regulation, Re - Write & Comprehensive Plan Update Services" dated April 24, 2014, and Consultant's proposal executed and submitted by the Consultant on May 19, 2014. 2) The Work 2.1. The Consultant shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Consultant shall furnish all labor, materials, and equipment necessary to provide for Land Development Regulation Re -Write & Comprehensive Plan Update Services for the City's Community Development Department 2.1.2 Consultant shall provide services to the City related to the Rewrited of the City's Land Development Regulations, and the Updating of the 1 A W City's Comprehensive Plan as specifically detailed in Exhibit A of this Agreement. 2.1.3 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. 2.1.4 Standard of Care: Consultant shall exercise the same degree of care, skill, and diligence in the performance of the Services as is ordinarily provided by a professional under similar circumstances and Consultant shall, at no additional cost to the City, re -perform services which fail to satisfy the foregoing standard of care. 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 or proposal 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 subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. 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. Consultant shall be responsible for payment of all deductibles and self-insurance retentions on Consultant's Liability Insurance policies. 4) Schedule The work to be performed under this Agreement shall be commenced after City execution of this Agreement. The work shall be completed no later than eight (8) months after the final execution date of this Agreement. 5) Contract Sum The Contract Sum for the above work shall be one Hundred Seventy -Five Thousand, Nine Hundred Twenty -Five Dollars and no cents ($175,925.00), which includes a sum of One Hundred Forty Thousand Six Hundred Thirty -Five Dollars and no cents ($140,635.00) for the Land Development Regulation Rewrite, and Thirty -Five 2 It i Thousand Two Hundred Ninety Dollars and no cents ($35,290.00) for Comprehensive Plan Amendments. The City reserves the right to contract for additional services based on hourly rates included in Exhibit A, "Additional Services". Contractor may not perform any additional work under this Agreement unless such work is approved in writing by City. 6) Payments The City shall pay Consultant on a monthly basis upon for work completed under this Agreement as detailed in Exhibit A unless the parties agree otherwise upon approval of properly completed invoices to the City. The City shall pay the Consultant for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VI I, Chapter 218. 7) Indemnification 7.1. GENERAL INDEMNIFICATION: Consultant 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 Consultant, any sub - Consultant, 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 Consultant in the performance of the Work; or c). liens, claims or actions made by the Consultant or any sub -consultant under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Consultant. 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. 7.3. 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. 7.4. 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 3 r 0 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. 7.5 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. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 8) Non -Discrimination &Equal Opportunity Employment During the performance of the Contract, the Consultant shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Consultant will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation 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 shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Consultant further agrees that he/she will ensure that Sub -consultants, 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 that 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 E 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 Citv Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONSULTANT Mr. Matt Goebel, AICP, Mgr. 101 Market St., Suite D Chapel Hill, NC 27516 mgoebel(ab-clarionassociates. com (919) 967-9188 Telephone (919) 967-9077 Facsimile 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 5 a 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) Public Records 13.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 13.1.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 13.1.2 Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 13.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 13.1.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. 13.2 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce the Default in accordance with the provisions set forth in Article 12 "Termination" herein. 14) Uncontrollable Forces 14.1 Neither the City nor Consultant shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 14.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 15) Nondisclosure of Proprietary Information Consultant shall consider all information provided by City and all reports, studies, calculations, and other documentation resulting from the Consultant's performance of the Services to be proprietary unless such information is available from public sources. Consultant shall not publish or disclose proprietary information for any purpose other than the performance of the services without the prior written authorization of City or in response to legal process. 16) 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. 17) 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. 18) 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. 19) 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. 20) 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 can be supplemented and/or amended only by a written document executed by both the Consultant and the City. 21) 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. 22) 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. 23) Truth -In -Negotiation Certificate 23.1 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. 23.2 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. 24) Ownership of Documents Consultant shall be required to work in harmony with other consultants relative to providing information requested in a timely manner and in the specified form. Any and all work products, documents, records, disks, original drawings, specifications or other information developed as a result of this Agreement shall become the property of the City no- r upon completion for its use and distribution as may be deemed appropriate by the City. Except as specifically authorized by the City in writing, information and other data developed or acquired by or furnished to Consultant in the performance of this Agreement shall be used only in connection with the services provided the City. Remainder of Page Intentionally Blank 9 . t IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONSULTANT, signing by and through its Manager, duly authorized to execute same. Patricia A. Teufel, City Clerk le 7 //w I Date ATTEST: N/A (Corporate Secretary) kort...14g,., T *I Type/P 'nt Name of Corporate ecy. S� nt 5S M d�v► (CORPORATE SEAL) OF TAMA Harry Dyfessfer, Mayor' /..o . .............. 4 10� ( 4 Date anager Approved as to form and legal sufficiency: r) _ r / A / City Attorney CONSULTANT flqrion,Assor,iates, LLC ignature of Manager Matt Goebel, AICP I - ( I .. e t Date 10 CORPORATE ACKNOWLEDGEMENT STATE OF Vlo ra.,*'I"4 °"� 'SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Matt Goebel, Manager, of Clarion Associates, LLC Colorado Corporation duly authorized as a Florida Foreign 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. 1�- WITNESS my hand and official seal this. day of LORETTA J. KROOK NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20004022627 OMMISSIQN EXPIRES OCTOBER 812016 1201 -Y SignatumC�ary Public State ofFle711/v JL�. Print, Type or Stamp Name of Notary Public [Personally known to me or ❑ Produced Identification Type of I.D. Produced I ID take an oath, or DID NOT take an oath. EXHIBIT A Tamarac, Florida Scope of Work and Timeline (Se 12 ember 4 2014' Tamarac, Florida Scope of Work and Timeline (September 4, 2014) All items in this scope of work refer to both the LDR update and the Plan Amendments, unless otherwise noted. TASK 1. PROJECT INITIATION AND ORIENTATION 1.1. INITIAL REVIEW OF ORDINANCES AND OTHER BACKGROUND DOCUMENTS As a first step, Clarion team members will review the relevant background materials, including, but not limited to: the zoning code, the landscape code, plat regulations, sign code, other relevant parts of the Code of Ordinances related to land development, the zoning map; all relevant planning documents, other documents that provide policy direction; administrative rules and interpretations of the current regulations; examples of approved development permits; and other documents identified by City staff. 1.2. KICK-OFF NIEETINGS� INTERVIEWS AND RECONNAISSANCE' After completion of the background review, the Clarion team will: • Conduct interviews with the City's project manager and other staff; • Conduct interviews with key stakeholders (citizens that represent different perspectives in the community), elected and appointed officials, and neighborhood and business representatives (if appropriate); • Hold kick-off meetings with an Advisory Committee and the Planning Board or City Commission (as appropriate); and • Undertake reconnaissance. The kick-off meetings will be coordinated with the+f regularly scheduled meetings of the Planning Board and City Commission, if possible. The purpose of these kick-off meetings is to: • Inform these groups and the public about the project and its schedule, • Obtain input about the problems the community has with the current land development regulations, issues they believe need to be addressed in the rewrite (e.g., the regulations need to be more user-friendly, or are creating obstacles for or impeding preferred types of development), and the key goals they have for the update; and • Obtain input about changes that need to be made to the comprehensive plan to implement the City's land use policy direction. These discussions will give the Clarion team a better understanding of how the existing regulations work (and don't work) in practice, and how City staff believes different goals should be implemented, and what type of plan amendments need to occur. The interviews will identify issues they place a strong emphasis on, development regulation deficiencies, and perceived strengths and weaknesses of the comprehensive plan. As part of this effort, Clarion will develop an internal survey for City staff to complete in advance of the meeting. This survey would be circulated by the City's project manager to key staff for discussion. The survey provides a framework for input in a consistent fashion during the interviews. 1 The State -required Comprehensive Plan Evaluation and Appraisal Report (EAR) notification date for Tamarac is June 2015, which will occur during this project. If the City decides, due to significantly changed conditions, to conduct an EAR then it may to be advantageous to combine the EAR process with this limited update as an additional service. This issue should be discussed and resolved in the initial meetings. City of Tamarac REVISED ClarionJller Work Plan and Budget September 4, 2014 1 PROJECTTASK 1: AND ORIENTATION RESPO DELIVERABLES CLARION TEAM — Review existing land development regulations, plan documents, other documents, and records — Draft survey — Conduct interviews with staff, stakeholders, and others, as appropriate — Conduct reconnaissance of City, with staff — Facilitate and conduct kick-off meetings outlined in Task i CITY STAFF — Send copies of plans and land development regulations, and other relevant documents to Clarion (including editable digital version of current land development regulations) — Circulate survey to staff and stakeholders (as appropriate) — Organize and accompany Clarion on reconnaissance — Organize kick-off meetings — Participate in meetings and interviews with Clarion team — Provide required notice for all public meetings and hearings TRIPS One two-day trip to City to interview staff and stakeholders, conduct kick-off meetings, and conduct reconnaissance SCHEDULE Completed: One month after Project Initiation t • s During the kick-off trip, the Clarion team also will conduct a brief reconnaissance of Tamarac with City staff to gain a better understanding of how land development issues are playing out. 1.3. PUBLIC INVOLVEMENT STRATEGY We suggest the City establish an Advisory Committee to provide input to the Clarion team and staff throughout the Comprehensive Plan amendment and LDR rewrite process. It has been our experience that such committees are very helpful. They usually play an important role in identifying expectations of the community for the project, identifying issues of concern to code users, and providing feedback and advice about the direction of the project. Members of the Advisory Committee might include representatives from City departments and review boards, local neighborhood organizations, the homebuilders association, other development community representatives, environmental organizations, the chamber of commerce, neighborhood organizations, and any other organizations interested in land use activity and development in the city. Based on our prior experience, the ideal size of the committee is io to 15 people. Our experience teaches such a committee can be very helpful in identifying technical issues that should be addressed in the update, confirming project goals, and in some instances, helping work through and resolve issues where there are conflicts. We assume public involvement for the Comprehensive Plan update and LDR rewrite project will consist of periodic meetings and workshops and regular check -in meetings with City staff, the Advisory Committee, the public, the Planning Board, and the City Commission at various points in the project. We include the following: • During Task i; kick-off meetings with staff, the Advisory Committee and the Planning Board or City Commission. • In Task 2, after completion of the Comprehensive Plan and LDR Assessment and report, meetings with staff, the Advisory Committee and the Planning Board or City Commission. The purpose of these meetings will be to present the Comprehensive Plan and LDR Assessment report, and ultimately receive input and resolution that direction for the LDR rewrite in the Assessment is appropriate, as well as the recommendations for the comprehensive plan amendments. • In Task 3, to present the public hearing draft of the proposed Comprehensive Plan amendments and LDR rewrite to staff, the Planning Board, and City Commission. The Plan amendments will also be presented to the Local Planning Agency. • City is responsible for providing required notice for all public meetings and hearings. TASK 2. COMPREHENSIVE PLAN AND LDR ASSESSMENT Based on information gathered in Task i, the Clarion team will prepare a Comprehensive Plan and LDR Assessment report in Task 2 to: (1) synthesize and refine the key issues and solutions to be addressed in the LDR rewrite project, and provide a detailed outline of the proposed LDRs structure if the key issues and solutions are addressed; and (2) identify the amendments that need to be made to the comprehensive plan. LDR Assessment. The report will: • Identify the key issues and goals that need to be addressed in the LDR rewrite —in other words, the broad policy changes that need to be incorporated into code based on the Commercial Arterial Redevelopment Study, the comprehensive plan, and other policy documents that City officials agree need to be implemented, along with other changes City officials identify during the issue identification interviews and meetings conducted in Task 1. • Identify the strengths and weaknesses of the current land development regulations (in terms of the existing districts, development standards, definitions, structure, organization, clarity, and administration/procedures, and enforcement provisions) and summarize consistencies and inconsistencies between them and the zoning map and the comprehensive plan and the Commercial Arterial Redevelopment Plan, and identify where the LDRs need to be modified to bring them into conformance with local, state and federal law. As outlined in the RFP, this will address: City of Tamarac 2 REVISED Clarionfiller Work Plan and Budget September 4, 2014 COMPREHENSIVETASK 2: PLAN AND D. ASSESSMENT - RESPONSIBILITIES DELIVERABLES CLARION TEAM • Prepare staff review draft of LDR Assessment and Plan Amendment Recommendations Report • Based on written feedback, prepare public draft of Report • Conduct meetings on Report, as outlined in Task 2 • CITY STAFF • Review and provide consolidated written comments on draft Report; tel. conference with Clarion to decide on revisions • Distribute Report • Organize meetings • Identify prototypical developments and development characteristics for testing of draft LDRs • TRIPS • One, one -day trip to conduct meetings outlined in Task z • SCHEDULE • Completed: Two months after completion of Task i ty , 4 o Making the regulations more user-friendly, generally o Providing more efficient administration provisions (rules for procedures and permitting) o Making the regulations more predictable, and clarifying language o Clarifying and adding definitions to add more precision to the regulations, reducing the need for interpretations o Consolidating all zoning and land development regulations into one document o Ensuring the new LDRs implement the updated comprehensive plan and the Commercial Arterial Redevelopment Study o Incorporating hybrid zoning concepts into the regulations o Modernizing the zoning districts and zoning district regulations o Adding mixed use districts and other mixed use development options o Reducing the number of business districts o Incorporating form and design controls, as appropriate o Revising the regulations to remove obstacles to redevelopment that is of high quality and consistent with the desired context o Modernizing the development standards, incorporating best practices, as appropriate o Incorporating sustainability principles • Include an annotated outline of the proposed new LDRs—A chapter by chapter description, in layperson's language, of the purpose and nature of the chapter, and how it would use best practices to implement the key project goals, updated comprehensive plan, and Redevelopment Study and address the identified key issues. • Make recommendations for zoning map revisions —including a working map showing how zoning districts might be mapped in the six Redevelopment Study focus areas. Specific parcel zoning analysis for this project will be limited to the 3 primary and 3 alternative focus areas contained in the Arterial Redevelopment Study. In addition, the Clarion team will prepare a summary memo along with the final public hearing draft of the new LDR in Task 3.3 that identifies generally where new and/or modified business zoning districts should be considered in future updates to the zoning map. This memo will be used by staff to inform future revisions to the zoning map. Plan Amendments. The report will: • Summarize proposed comprehensive plan amendments —including revised goals, objectives, and policies, and any changes to the Future Land Use Map necessary to implement the Arterial Redevelopment Study recommendations. Specific land use amendments for parcels will be limited to the six Redevelopment Study focus areas. • Identify key issues associated with the adopted Comprehensive Plan —This could include how well the current LDRs are integrated with the comprehensive plan, eliminating land use categories, creating new ones and modifying policies which hinder the Redevelopment Study goals. It will be important to ensure neighborhood protection and quality of life goals, objectives and policies are assessed and adjusted as necessary. If additional mixed use densities and intensities are proposed in the LDRs, the level -of -service standards in the Comprehensive Plan will be evaluated for possible impacts. 2.1. STAFF DRAFT OF ASSESSMENT REPORT The first draft of the Comprehensive Plan and LDR Assessment report will be for internal staff review only. That review allows staff to provide the Clarion team with substantive feedback and identify any factual errors or major issues that should be adjusted in the document prior to public review. 2.2. PUBLIC DRAFT OF ASSESSMENT REPORT After receiving one set of written consolidated comments from staff, the Clarion team and staff will reach consensus about revisions, and Clarion will make the agreed -upon changes. The Comprehensive Plan and LDR Assessment report will then be made available to the public. City of Tamarac REVISED Clarion/IlerWork Plan and Budget September4, 2014 3 *J ♦ a 2.3. IDENTIFICATION OF PROTOTYPICAL DEVELOPMENTS Also, while the Comprehensive Plan and LDR Assessment report is being developed, Clarion will work with City staff to identify approximately six prototypical developments against which the draft LDRs developed in Task 3 will tested. This will include identification of those characteristics of the prototypical developments that the testing will focus on. The prototypical developments should include recently approved developments and represent different types of development in different contexts (e.g., multifamily, stand-alone commercial, office, and mixed -use developments). 2.4. PUBLIC MEETINGS The Clarion team, working in conjunction with staff, will conduct meetings on the Comprehensive Plan and LDR Assessment report with the Advisory Committee and the Planning Board or City Commission as specified in Task 1.3. At the conclusion of this process, the Clarion team will look for direction on the report, and direction on the proposed structure of, and substantive changes that need to be made to the new LDRs and the plan amendments that need to be made. In our experience, obtaining early consensus on issues contained in the Assessment is a crucial step toward ensuring that the remainder of the process proceeds smoothly. TASK 3.DRAFT LDRS AND PLAN AMENDMENTS Based on the final public review draft annotated outline prepared in Task z and any supplemental direction received from the town, the Clarion team will next prepare draft LDRs and Comprehensive Plan amendments. 3.1. STAFF DRAFT OF LAND DEVELOPMENT REGULATIONS The new LDRs will be user-friendly, clear, concise, and drafted with the goal of efficient administration. They will emphasize the use of graphics, tables, and charts to explain zoning and land use concepts, instead of voluminous text. Areas that will benefit from illustrations will be noted (though most illustrations will not be produced until language is refined in the final version). The draft LDRs will include commentary where necessary to explain changes from current practice and the rationale behind new provisions. The commentary will also reflect the testing of new regulations against the prototypical developments identified in Task z and identify how the identified development characteristics would likely differ if the development were developed under the proposed new regulations. As with the LDR Assessment report, the Clarion team will first prepare a "staff draft" for internal staff review only. After receiving one set of written consolidated comments from staff, the Clarion team and staff will reach consensus about revisions, and Clarion will make the agreed - upon changes. The resulting Public Hearing Draft will then be submitted to City staff. 3.2. STAFF DRAFT OF PLAN AMENDMENTS The draft plan amendments will be in strike -through and underline format accompanied by a clear, easy -to -understand summary. They will be prepared based on the findings and recommendations contained in the Assessment Report. Selected parts of the existing data, inventory, and analysis (DIA) component of the future land use element comprehensive plan will also be updated to reflect the impact of any proposed land use amendments to specific parcels. Staff will provide the revised Future Land Use Map showing any proposed land use amendments. As with the LDR draft, the Clarion team will first prepare a "staff draft" of the proposed Plan amendments for internal staff review only. After receiving one set of written consolidated comments from staff, the Clarion team and staff will reach consensus about revisions, and Clarion will make the agreed -upon changes. The resulting Public Hearing Draft of the plan amendments will then be submitted to City staff. City of Tamarac 4 REVISED Clarion/Iler Work Plan and Budget September 4, 2014 DRAFTTASK 3: PUBLIc HEARING OF D' • AMENDMENTS — RESPONSIBILITIES AND DELIVERABLES CLARION TEAM — Prepare staff draft of LDRs and Plan Amendments (with commentary on testing) — Prepare Public Hearing Draft of LDRs and Plan Amendments — Prepare executive summary of new LDRs CITY STAFF — Review and provide written consolidated comments on installments; provide input on illustrations/ graphics — Organize meetings TRIPS One one -day trip to present draft LDR to Advisory Committee, Planning Board, or City Commission SCHEDULE Completed: Three months after completion of Task 2 (Goal: eight months from project kick-off to delivery of draft LDRs and Plan Amendments.) 3.3. PUBLIC HEARING DRAFT OF LAND DEVELOPMENT REGULATIONS The Public Hearing Draft of the LDRs will be accompanied by an executive summary that explains the structure of the draft LDRs and the changes proposed. It will also include a consolidated table of contents, illustrations, and an index for ease of use by users. The document will be produced in Microsoft Word and include finalized graphics and illustrations, as mutually agreed to by the Clarion team and staff. It will also include the search and linking capabilities associated with this software platform, and will be web -ready for posting as a PDF. The Clarion team will also provide recommendations on long-term document management and codification maintenance. 3.4. PUBLIC HEARING DRAFT OF PLAN AMENDMENTS The Public Hearing Draft of the proposed Plan Amendments will also be accompanied by an executive summary that explains the structure of amendments and the changes proposed. The document will be produced in Microsoft WORD. City is responsible for preparation of any legal documents including ordinances necessary to implement Plan amendment recommendations. 3.5. PUBLIC HEARINGS AND WORK SESSIONS ON DRAFT LDRS The Clarion team will present the Public Hearing Draft of the LDRs at a meeting or public hearing(s) and/or work sessions of the Advisory Committee, Planning Board, or City Commission and answer questions. The Clarion team is also available to make final revisions to the adopted LDRs, on a time and materials basis. 3.6. COMPREHENSIVE PLAN APPROVAL AND ADOPTION The proposed Comprehensive Plan amendments will be presented to the Local Planning Agency for review and recommendation at one meeting. The amendments and the LPA recommendation will then be presented to the City Commission in ordinance format for first reading and transmittal to the Florida Department of Economic Opportunity and other reviewing agencies. The City would be responsible for transmittal to the State. Once the DEO Objections, Recommendations, and Comments report is received, the Clarion team will assist the City in making any agreed -upon changes and the final amendments will be presented to the City Commission for final adoption atone meeting. TASK 4., TIMELINE Specific milestone dates are included in the task descriptions above, and a summary of the schedule is outlined below. The team will deliver the public review drafts of the LDR rewrite and the Plan Amendments within eight months from project kick-off. City of Tamarac 5 REVISED Clarion/Iler Work Plan and Budget September 4, 2014 a COST SUMMARY This section provides a summary of a not -to -exceed price for the work outlined in the work plan for the LDR Rewrite, and a separate not to -exceed price for the Comprehensive Plan Amendments. COST PROPOSAL: LDR REWRITE TASK COSTS Task is Project Initiation and Orientation $17,500 Task2: Assessment $33,585 Task 3: Public Hearing Draft of LDRs $79,550 Graphics $10,000 TOTAL $140,635 COST PROPOSAL: COMPREHENSIVE PLAN AMENDMENTS TASK COSTS Task is Project Initiation and Orientation $8,505.00 Task 2: Plan Amendment Recommendations $17,900.00 Task 3: Public Hearing Draft of Plan Amendments $8,885.00 TOTAL $35,290.00 ADDITIONAL SERVICES The following additional services are not included in the scope and budget above and will be available on a time -and -expenses basis. * Reproduction beyond two hard copies of each project deliverable ($.0z per page). * Preparation of an Evaluation and Appraisal Report (EAR). * Additional meetings or meeting days beyond those specified in the scope above. * Additional rounds of document edits beyond those specified in the scope above. * Land use amendments and/or zoning changes in areas outside of six Redevelopment Study focus areas. The following billable rates will apply to these additional services: CLARION ASSOCIATES Richardson: $21o/hour Goebel: $18o/hour Duerksen: $25o/hour Sizemore: $13o/hour Cisowski: $7ohour ILER PLANNING Principal $17o/hour Principal Planner $14o/hour Senior Planner $115/hour Planning Technician $go/hour Traffic Engineer $115/hour Landscape Architect $115/hour GIS Technician $go/hour Graphic Designer $go/hour Administrative $45/hour City of Tamarac REVISED Clarion/Iler Work Plan and Budget September 4, 2014 5