Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2014-021Temp. ReSo. #12459 2/18/14 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2014- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD RFP 14-04R AND EXECUTE AN AGREEMENT WITH AECOM TECHNICAL SERVICES, INC., FOR PARKS MASTER PLAN DEVELOPMENT SERVICES FOR AN AMOUNT NOT TO EXCEED $145,419.00; APPROVING ALL NECESSARY BUDGET TRANSFERS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, as the City reaches build -out there is less land available for parks, recreational facilities, nature areas and other open spaces; and WHEREAS, there continues to be a shift in demographics over the last few years; and WHEREAS, the City of Tamarac publicly advertised RFP 14-04R entitled "Parks Master Plan Development Services" on November 25, 2013; and WHEREAS, Request for Proposals RFP 14-04R is incorporated by reference and available in the Office of the City Clerk; and WHEREAS, the City initially received seven responses, which were short-listed to four firms including AECOM Technical Services, Bermello Ajamil & Partners, GreenPlay, LLC, and PROS Consulting; and Temp. Reso. # 12459 2/18/14 Page 2 WHEREAS, the above mentioned firms were requested to make formal presentations to the RFP Selection and Evaluation Committee consisting of Gregory Warner, Director of Parks and Recreation, Linda Probert, Assistant Director of Parks and Recreation, Michelle Zimmer, Recreation Superintendent, Frank Zickar, Planning and Zoning Manager, Sherrilyn Chess, Management & Budget Analyst II, Laura Karpaviciute, Management Intern, and Keith Glatz, Purchasing and Contracts Manager; and WHEREAS, a copy of the ranking sheet is attached hereto as "Exhibit 1 "; and WHEREAS, the RFP Selection and Evaluation Committee determined that the proposal response submitted by AECOM Technical Services, Inc., incorporated by reference and available in the Office of the City Clerk, was best able to meet the needs of the City; and WHEREAS, it is the recommendation of the Director of Parks and Recreation and Purchasing and Contracts Manager that the Parks Master Plan Development Services be awarded to AECOM Technical Services, Inc.; and 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 authorize the award of RFP 14-04R entitled "Parks Master Plan Development Services" to AECOM Temp. Reso. #12459 2/18/14 Page 3 Technical Services, Inc., and to execute an Agreement, attached hereto as "Exhibit 2", for an amount not to exceed $145,419.00. 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. All Exhibits attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: That RFP 14-04R entitled "Parks Master Plan Development Services" is hereby awarded to AECOM Technical Services, Inc., for an amount not to exceed $145,419-00. SECTION 3: That the appropriate City officials are hereby authorized to execute an Agreement with AECOM Technical Services, Inc., relating to Parks Master Plan Development Services. SECTION 4: That all necessary budget transfers are hereby approved. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: 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 7: This Resolution shall become effective passage and adoption. PASSED, ADQFjTFzq,AND APPROVED this /0Z ��• O,, ......ti1•q .• •�lop *ESTABLISHED. Q :Z: 1963 SEALcouool ATTEST. ##III,II PATRICIA TEU CITY CLERK 5CMC I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM SAMUEL S. GOREN CITY ATTORNEY Temp. Reso. #12459 2/18/14 Page 4 immediately upon its. day of ARRY DRESSLER MAYO R 2014. RECORD OF COMMISSION VOTE: MAYOR DRESSLER zl-e� DIST 1: COMM. BUSH LL DIST 2: V/M GOMEZ DIST 3: COMM. GLASSER DIST 4: COMM. PLACKO Temp. February 112 2014 PARKS MASTER PLAN DEVELOPMENT SERVICES �...�.....,.,:��.... C....1.T..... it 0 %,%w4 1 :..4-...J C:&-ww%.. Reso. 12459 Exhibit 1 RFP 14-04R Proposer's Name: AECOM Technical Services, Inc. Bermello Ajamil Partners, Inc Greenplay, LLC PROS Consulting Parks & Recreation Director 1 4 3 2 Parks & Recreation Assistant Director 1 4 3 2 Recreation Superintendent 1 3 12 4 Planning & Zoning Manager 1 4 3 2 Management Intern 1 4 3 2 Management & Budget Analyst II 1 4 3 2 TOTAL POINTS 6 23 17 14 TOTAL RANKING 1 4 3 2 City of Tamarac Purchasing and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC AND AECOM TECHNICAL SERVICES, INC. THIS AGREEMENT is made and entered into this ay of 1"Zz , 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 AECOM Technical Services, Inc., a California corporation duly registered as a Florida Foreign Corporation, with principal offices located at 515 S. Flower Street, Suite 1050, Los Angeles, California 90071 (the "Consultant") to provide for Parks Master Plan Development 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 No. 14-04R titled "Parks Master Plan Development Services" as issued by the City of Tamarac on November 25, 2013, 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, and insurance certificate(s), Attachment "A", the "Scope of Work" document, Attachment "B", Schedule of Task Values, 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 Attachment "A" and Attachment "B" shall prevail, followed in precedence by Request for Proposal No. 14.04R titled "Parks Master Plan Development Services", and Consultant's Proposal dated January 9, 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 Parks Master Plan Development Services to provide a Master Plan for the City of Tamarac's Parks and Recreation Department. 2.1.2 Consultant shall adhere to the Scope of Work detailed in Attachment "A" attached hereto. Cit of Tamarac ' ' Purchasing and Contracts Division 2.1.3 Consultant shall perform tasks listed as "optional" on Attachments "A" and "B" herein, only upon the written notice to be provided by the Director of Parks and Recreation or designee, or the Purchasing and Contracts Manager or designee. 2.1.4 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, consistent with the applicable professional standard of care. 2.1.5 Consultant's professional engineering and related services on the City's Master Plan Development Services hereunder shall not imply that Consultant is engaged in any aspect of the physical work of construction contracting, nor is Consultant engaged in any aspect of the manufacturing, selling, supplying, installation, or servicing of assemblies, commodities, goods, parts, products, or supplies. As such, any warranties for good stated in the RFP are superseded by the standard of care for professional services defined herein. 3) Insurance 3.1. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as specified in the same certificate attached as Attachment "C" 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 require 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 General and Automobile 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. 2 ' ' 1 11 ' City of Tamarac Purchasing and Contracts Division 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 Two Hundred and Ten Days (210) after notice to proceed. 5) Contract Sum The Contract Sum for the above work shall not exceed One Hundred Forty -Five Thousand Four Hundred Nineteen Dollars and no cents ($145,419) in accordance with Attachment "B", "Schedule of Task Values" attached hereto. 6) Payments The City shall pay in full the Contract Sum to the Consultant on a monthly basis throughout the project for tasks or portions of tasks completed as listed in Attachments "A" and "B" of this Agreement unless the parties agree otherwise. The City shall pay the Consultant for work performed subject to the requirements of this project 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: For claims other than those based on professional liability, Consultant shall, in addition to any other obligation to indemnify the Cityand to the fullest extent permitted by law, protect, 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 : a). Bodily injury, sickness disease or death, or injury in1 u to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of and to the extent caused by any act or omission of the Consultant, any sub -Consultant, anyone directly or indirectly employed by an of them, or anyone for whose acts any of them may be legally liable in Y Y the performance of the Work; or b). violation of applicable 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 reasonable attorney's fees, incurred by the City to enforce this agreement shall be borne by the Consultant. For claims based on professional liability, Consultant shall protect, indemnify and hold harmless the City, their agents, elected officials and employees from and against damages to the extent such are caused by the negligence of Consultant, any sub -consultant, anyone directly or indirectly employed by any of them, 3 City of Tamarac Purchasing and Contracts Division or anone for whose acts any of them may be legally liable for in the performance of the Work hereunder. 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 to the extent resulting from 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 , A reementincluding but not limited to this Section, provide for g g indemnification by the Consultant and requires a specific consideration be given there for. The Parties therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by Consultant. Furthermore, the City and Consultant understand and agree that the covenants and representations relating to this indemnification provision shall serve the term of this Agreement and continue in full force and effect as to the City's and the Consultant's responsibility to indemnify. 7.5 Neither party to this Agreement shall be liable to the other party or any third party claiming through the other respective party, for any special, punitive, liquidated, incidental, delay, indirect or consequential damages of any kind including but not limited to lost profits or loss of use, loss of access, that may result from this Agreement, or out of any goods or services furnished hereunder. Nothing herein shall constitute a waiver by City of sovereign immunity as it may be afforded pursuant to §768.28, Florida Statutes. 7.6 IN ACCORDANCE WITH CHAPTER 558, FLORIDA STATUTES, AND TO THE FULLEST EXTENT PERMITTED BY LAW, CITY ACKNOWLEDGES AND AGREES THAT NO INDIVIDUAL EMPLOYEE OR AGENT OF CONSULTANT SHALL BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM NEGLIGENCE OCCURRING WITHIN THE SCOPE AND COURSE OF THIS AGREEMENT. 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, 4 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 g � , 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 g 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 notwithstanding anything to the contrary, Consultant will use that degree of care and skill ordinarily exercised by members of same profession performing the same or similar services under similar conditions in similar localities 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. s s City of Tamarac Purchasin and Contracts Division 11) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney_ at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONSULTANT AECOM Technical Service, Inc. 150 N. Orange Avenue, Suite 200 Orlando, FL 32801 Attn: Jay H. Exum Ph.D, Principal (407) 843-6552 (407) 839-1789 jay.exum@aecom.com 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 causes it to be terminated due to Consultant's default, 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. 0 City of Tamarac Purchasin and Contracts Division 13) 14) 12.3 Consultant may terminate this notice in the event of a material the City. Public Records agreement upon 30 days prior written breach of the terms of -this Agreement by 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 11 % Fla. Stat., or as otherwise provided by law; 13.1.3 Require that public records of the Contractor, or the public records of its Subcontractors, 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. 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 delayof 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, 7 City of Tamarac " Purchasing and Contracts Division storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 14.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 15) Agreement Subject to Funding This agreement shall remain in full* force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The Consultant shall provide the City with copies of requisite documentation evidencing that the signatory for Consultant has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction, Jjurisdiction shall, as to such be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining .provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Consultant and the City, and negotiations and oral understandings between the parties are r City of Tamarac Purchasing and Contracts Division merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Consultant and the City. 20) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 21) Budgetary Constraints In the event the City is required to reduce contract costs due to budgetary constraints, all services specified in this document may be subject to a permanent or temporary reduction in budget. In such an event, the total cost for the affected service shall be reduced as required. The Contractor shall also be provided with a minimum 30-day notice prior to any such reduction in budget. 22) Nondisclosure of Proprietary Information Consultant shall consider all information pr studies, calculations, and other docury Consultant's performance of the Services information is available from public sources. Dvided by City and all reports, ientation resulting from the to be proprietary unless such Consultant shall not publish or aisciose proprietary intormation for any purpose other than the performance of the services without the prior written authorization of City or in response to legal process. 23) 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. I City of Tamarac Purchasing and Contracts Division 24) Truth -In -Negotiation Certificate 24.1 Execution of this Agreement by the Consultant shall act as the execution of atruth-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. 24.2 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. 25) 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.- Any modification to the Consultant's work product or unintended use of same shall be at the sole risk of the City. 26) Fiduciary and Municipal Advisory Duties In the performance of its services on behalf of City, AECOM (a) is not recommending any action be taken by City; (b) is not acting as a municipal advisor to City and does not owe a fiduciary duty pursuant to Section 15B of the Securities Exchange Act of 1934, as amended by the Dodd -Frank Wall Street Reform and Consumer Protection Act, to City with respect to the information and material contained in this communication or any project deliverable; and (c) is acting in its own interests. City should discuss any information and material contained in this communication and/or any project deliverable with City's internal and/or external advisors 10 City of Tamarac Purchasing and Contracts Division and experts that it deems appropriate before acting on analyses and/or recommendations provided by AECOM in connection with the proposed assignment. 27) Estimates Estimates, opinions of probable construction or implementation costs, financial evaluations, feasibility studies or economic analyses prepared by Consultant will represent its best judgment based on its experience and available information. The City recognizes that Consultant has no control over costs of labor, materials, equipment or services furnished by others or over market conditions or contractors' methods of determining prices, and that any evaluation of a facility to be constructed or work to be performed is speculative. Accordingly, Consultant does not guaranty that proposals, bids or actual costs will not vary from opinions, evaluations or studies submitted by Consultant. Remainder of Page Intentionally Blank 11 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 Principal, duly g p Y authorized to execute same. ATT T-- City Clerk Date ATTEST: (Corpora Type/Print f. A ITY OF TAMARAC ve Harry bressler, Mayor Tok I pie Z1w Date 1 9--Isaw Date: anager Approved as to form and legal sufficiency: , C ity �Atorney AECOM TECHNICAL SERVICES, INC. Company Name ecretary),**.. Signature of Principal arhe of Corporate TE SEAL) ecy4c:, bO Exu�►f, Ph. DAV , Principal 12 City of Tamarac ' ' Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF �,e.•��P� :SS COUNTY OF. 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 Jay Exum, Ph.D, Principal of AECOM Technical Services, Inc., a California Corporation, duly registered 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. WITNESS my hand and official seal this ay of '7,1� , 20 /`( 0 \Q, moo• 99� -•:2Fahk0 ; •- .tip vrint, i ype or stamp �,� �� • ... • 0� ,,„, . Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced F-1 DID take an oath, or F-1 DID NOT take an oath. 13 City of Tamarac 0116-MMIUMS4111MM1101 I Purchasing and Contracts Division ATTACHMENT "A33 SCOPE OF WORK CITY OF TAMARAC PARKS, RECREATION AND OPEN SPACE MASTER PLAN PROPOSED SCOPE OF WORK (VOTE: Tasks herein labeled as "OPTIONAL" shall only be completed upon the express written notice of the Director of Parks and Recreation, the Purchasing and Contracts Manager or their designees. PROJECT MANAGEMENT 0.1 Project Management. In addition to the specific services detailed below, AECOM will coordinate our work with the City's representative and the City's project team and monitor the J ro'ect schedule as it relates to this scope contained herein and provide p timely invoicing and reporting of project progress. 0.2 Bi-Weekly Coordination Calls. AECOM and the City will participate in a coordination call every two weeks to discuss the project status: review and discuss comments from interim submittals; and review and discuss outstanding issues. AECOM will issue meeting minutes after each conference call. 0.3 Data Collection. Prior to the start of 'Phase I, The City will provide AECOM with the latest and most accurate available maps and data regarding existing City parks, recreation facilities, natural lands and trails, as well as neighborhoods, public schools, streets, natural features and land uses. This may include, but is not limited to, the following: 1. City of Tamarac Comprehensive Plan, incl. Future Land Use Map 2. Current Inventory of City Parks and Recreation Facilities 3. Current Inventory of Recreational Facilities within each of the Parks 4. Current Inventory of Special Use Facilities 5. Current Inventory of Schools, Churches and Non -Profits (Boys and Girls Club, YMCA, etc. 6. Current Inventory (GIS) of Private Recreation Facilities 7. Current Inventory of Vacant/Derelict Sites 8. Historic/Cultural Resources 9. Capital Improvements Program (CIP) 14 City of Tamarac Purchasing and Contracts Division 10. Population/Demographics Data, both current and projected 11. Recreation Program Inventory, Data, Brochures, Catalogs and Flyers 12. Department Budgets 13.Operations and Maintenance Costs 14. Current Funding Sources (General Fund, Grants, Sales Tax, etc.) and Estimated Revenues 15. Current Partnerships 16. Department Staffing/Organizational Charts 17. List of Current Sports Leagues (both youth and adult), Program Levels and Schedules 18. Land Development Regulations 19.Aerial Photograph of the City 20.Other Relevant Studies, Data and Information Complete data shall be provided by the City within a reasonable time frame. AECOM shall rely on all information supplied by the City as accurate and correct. PHASE.1 — PROJECT PLANNING AND DATA COLLECTION 1.1 Develop strategies and information needs with staff (Project Kick -Off Meeting). AECOM will attend and facilitate a Y2 day kick -Off workshop with the City to review and discuss: • Project scope and schedule • Community involvement process • Formation of project Steering Committee • Sample Statistically Valid Surveys • Preliminary LOS access/service area standards • Discussion of like Florida communities for benchmarking • Known needs, priorities, obstacles and opportunities • Communications, expectations and deliverables • Final document format The City will be responsible for all meeting logistics, including invitations, meeting room and refreshments (if desired). AECOM will prepare and distribute minutes from the meeting. 1.2 Inventory of Existing Parkland. Working with data provided by the City, AECOM will develop an updated inventory of existing parkland and facilities. This inventory will include all City of Tamarac parks and .open spaces, private recreation facilities, and parks and recreation facilities within one mile of City of Tamarac boundaries. 15 1.3 Inventory of Existing Programs, Social Services, Facilities and Related Services. Based on data provided by the City, Ballard*King will develop an inventory of available social service and recreation programs, recreation facilities, and related services. This inventory will be a complete inventory of all agency facilities, programs and services, as well as alternative providers of such in the community. 1.4 Development of Basemap. (OPTIONAL) Based on available data provided by the City, AECOM will prepare a project basemap. Data layers may include, but are not limited to: 1. Municipal Boundaries 2. Geo-Political Boundaries (i.e. Neighborhood Boundaries, Neighborhood/ Civic Association Boundaries, Ward Boundaries, etc). 3. Existing and Proposed Street Network 4. Future Land Use Plan Delineating Residential and Non -Residential Areas 5. Location of All the Existing and Proposed City Parks and Recreation Facilities, Natural Lands, Trails and Bikeways 6. Existing and Proposed Special Use Facilities 7. Existing and Proposed Schools, Churches, and Non -Profit (Boys and Girls Club, YMCA, etc.) 8. Existing and Proposed Recreation Facilities within Private Communities (within the City only) 9. Vacant/Derelict Sites 10. Railroad/Utility Corridors 11. Historic/Cultural Resources 12. Lakes, Streams, Rivers, Beaches, Wetlands and All other Natural Features 13. Conservation Lands, Environmentally Sensitive Areas 14. Proposed Streetscape /Urban Design Project Plans/ Site Plans/ Master Plans related to Residential Land Uses and Parks and Open Spaces 15. Aerial Photograph of the Study Area 16.Other Relevant Studies, Data and Information 1.5 Steering Committee Kick -Off. (OPTIONAL) AECOM will facilitate a two-hour kick- off workshop with the project Steering Committee. At this workshop, the project will be introduced, known issues and opportunities will be documented, and preliminary assessment of needs will be discussed. Phase 1 Deliverables. • Project Kick -Off Meeting Minutes • Inventory of Existing Parkland • Inventory of Existing Programs, Social Services, Facilities and Related Services • Project_Basernap • Steering Committee Kick -Off Meeting Minutes 16 City of Tamarac Purchasing and Contracts Division PHASE 2 — EXISTING CONDITIONS ANALYSIS 2.1 Research Unique Qualities, Geography and Demographics (Community Profile). AECOM will research the City's unique qualities, geography and demographics as they. relate to parks and greenways. As part of this Community Profile, AECOM will prepare an assessment of the population and demographics changes occurring in the City. The City's demographic analysis will be based on the latest Census information and projections; the following demographic characteristics, at minimum, will be included: • Population density • Age Distribution • Households • Ethnicity • Household Income 2.2 Review of Relevant Goals, Policies and Other Local/State/Regional Plans. AECOM will review current goals, policies, and local planning studies (i.e.: the Comprehensive Plan, Transportation Plan, as well as pertinent state or regional plans such as SCORP) for relevance to the parks master plan. 2.3 Existing Conditions of Parklands. AECOM will prepare and submit to the City an evaluation form for analyzing existing parks and greenways. The City will review the form and provide comments to AECOM for discussion during the regularly scheduled bi- weekly conference calls. AECOM will prepare the final form based on feedback from the City. Once the evaluation form is approved, AECOM will visit every City park and document existing conditions, identify immediate and long-range needs, and make preliminary recommendations for improvements. 2.4 Evaluation of Community Access (LOS Analysis). AECOM will perform a Level of Service (LOS) analysis that measures access to City parks and greenways. An LOS analysis will be performed for acreage, facilities, access, quality and programs. Following the analysis, AECOM will recommend local planning guidelines and standards for adequate access to parks and greenways. AECOM will also prepare an analysis of existing and future neighborhood areas, projected service populations, and parkland allocation recommendations within the urban growth boundary based on growth, transportation, and safety; and identify and discuss current and anticipated access issues including barriers to participation. 2.5 Identification of Redevelopment Opportunities. Using data provided by the City and findings from -the above tasks, AECOM will identify opportunities for park expansion and/or additions through acquisition and redevelopment. 17 City of Tamarac Purchasing and Contracts Division 2.6 Review of Planning and Economic Development Ordinances. AECOM will review the planning CitY 's lannin and economic development ordinances that are pertinent to parks development issues, and propose amendments and/or new ordinances as needed to accomplish parks development goals and objectives. 2.7 Evaluate and Analyze Current Management and Operations Practices. Ballard*King will provide evaluation and analysis of current management and operations practices giving specific attention to parks maintenance and staffing with recommendations pertinent to future growth of parklands, buildings and facilities, and related services. Additionally, Ballard*King will reference NRPA level of maintenance standards to project cost- effective funding levels necessary to adequately sustain recommended levels of maintenance and service in these areas. 2.8 Identify Specific Program Needs. Using existing data and the inventory developed as part of Task 1.3, Ballard*King will work with City staff to evaluate existing levels of social service and recreation program services and determine adequacy of current social service and recreation opportunity for all city residents. 2.9 Analyze and Discuss Access and Opportunity to Participate in Programs and Services. Ballard*King will analyze and discuss access and opportunity to participate in programs and services with regard to daily/weekly timeframes and schedules, seasonal adjustments, and other factors affecting participation ation choices. Ballard*King will then make recommendations to improve planning and scheduling effectiveness to maximize opportunity and participation. 2.10 Public Relations and Marketing Assessment. Ballard*King and AECOM will review and evaluate current public relations, publicity, marketing, and other promotional p p Y efforts to determine effectiveness within the community. Ballard*King will then recommend cost effective methods and practices that will improve public awareness of programs and services. 2.11 Conduct a Trends Analysis. AECOM will conduct a parks and recreation trends analysis to project future participation and the needs, and issues of equitable distribution of service and opportunity for all ages and income levels. 2.12 Existing Conditions Report. AECOM will document the work from all Phase 2 tasks into a comprehensive single, Existing Conditions Report that will summarize g findings and implications for the Parks, Recreation and Open Space Plan. After submittal of the Report, AECOM and the City will discuss findings during one of the scheduled bi-weekly phone calls. The City will submit one consolidated set of comments and revisions to AECOM. Phase 2 Deliverables: • Community Profile • Park Evaluation Form 9 Existing Conditions Report City of Tamarac ..... Purchasing and Contracts Division PHASE 3 - NEEDS AND PRIORITIES ASSESSMENT 3.1 Community Involvement. Working with City staff, AECOM will develop a Community Involvement Strategy designed to engage as many Tamarac residents and stakeholders in the development of the Parks, Recreation and Open Space Plan as possible. Preliminary, the following workshops and meetings are proposed: • Four (4) Neighborhood Workshops held in different locations throughout the City • Two (2) days of stakeholder Interviews, including one-on-one meetings with all City Commissioners and the Mayor • One (1) day of Focus Group Workshops to address special interest group needs 3.2 Statistically Valid Survey. AECOM, ETC/Leisure Vision, and City staff will work together to create a draft survey questionnaire. Once this questionnaire is approve by the City, ETC/Leisure Vision will conduct a statistically valid community -wide needs assessment addressing population shifts and changing social and economic conditions (can be combined w/parks assessment) to determine current levels of participation, and public satisfaction with existing programs, recreation facilities, and services. The survey will determine public interests, desires, expectations, and priorities for the future including the public's willingness to fund expanded programs and services. Results from the survey will be provided to the City in both a summary format of findings and raw data. 3.3 Online Survey. Using the same questionnaire from Task 3.2, AECOM will conduct an online survey via "Survey Monkey" or other site to expand the reach of public engagement. AECOM will compile the findings into a summary report of findings, and provide the City with the raw survey results. 3.4 Compare Findings and Recommendations to National and State Standards. AECOM will conduct a benchmarking analysis that will compare existing facilities and levels of service in the City to recognized national and state standards, and to like communities in Florida. 3.5 Identification of Specific Program Areas of Public Need. Ballard*King will identify specific areas of public need and community interest with regard to program types (sports, outdoor, aquatic, cultural arts, special events, social services, etc.) and o ulations served(children, teens, adult, senior, family, disabled. Include issues of pp ethnic diversity). 3.6 Identify and Address Major Issues, Concerns and Challenges. Based on findings from Phase 2 and 3 tasks, AECOM will identify major issues, concerns, and challenges specific to Tamarac that will affect parks, open space, and recreation service decisions now and in the future. These findings will be documented in the Needs Assessment Report (Task 3.7) . 19 City of Tamarac . Purchasing and Contracts Division 3.7 Needs Assessment Report. AECOM will prepare a draft summary of parks, recreation, greenways and trails needs and priorities and submit to the City for review and comment. AECOM and the City will discuss the review comments during the regularly scheduled bi-weekly conference calls, and AECOM will revise the draft based g Y Y on the City's comments. Phase 3 Deliverables: • Draft Statistically Valid Survey Questionnaire • Statistically Valid Survey Findings and Data • Online Survey Findings and Data • Needs Assessment Report PHASE 4- LONG RANGE VISION 4.1 Visioning Workshop. AECOM will engage City staff, residents and stakeholders in a structured three-day visioning workshop. AECOM will organize the workshop agenda to discuss the vision for each element of the Parks, Recreation and Open Space system, including but not limited to: • Parks • G ree nways • Bikeways • Private Recreation Facilities • Open spaces + Environmental Lands • Recreation programs • Social service programs • Maintenance • Other elements (as determined in Phases 1 — 3) On the last day of the workshop AECOM will prepare and present a PowerPoint-based conceptual vision report to residents for their review and comments. AECOM will p submit the PPT Report to City staff for review and comment, and meet with City staff and the Steering/ Advisory Committee to review and discuss the Vision before proceeding with the next phase. 4.2 Framework for Citizen Use and Enjoyment. During the Visioning Workshop (Task 4.1), AECOM will develop a draft framework for maximizing citizen use and enjoyment of existing parks, facilities, and recreation services. 4.3 Framework for Meeting Future Needs. During the Visioning Workshop (Task 4.1), AECOM will develop a framework for meeting future needs and achieving long range parks system development and recreation program services goals. 20 City of Tamarac Purchasing and Contracts Division 4.4 Proposed Parks, Recreation and Open Space Recommendations. Using findings from previous tasks and input from the Visioning Workshop (Task 4.1) AECOM will make specific recommendations addressing access solutions and future needs including parkland acquisition and development. The recommendations for parks, recreation and open space will be progressive while remaining prudent to existing and anticipated resources. 4.5 Estimate of Probable Costs. AECOM and Ballard*King will prepare an "order -of - magnitude" opinion of costs to implement the elements of the Vision, including: ■ Land Acquisition (based on costs/acre provided by the City) ■ Park/Facility Development (based on comparable facilities) ■ Programming /Staffing (based on data provided by the City) ■ Operations and .Maintenance (based on data provided by the City) It is important to note that these costs will be based on data provided by the City and/or AECOM's experience with similar facilities or programs. No detailed field investigations (environmental, geotechnical, site drainage, utilities, etc.) or preliminary design/engineering services are included in this Scope of Work. 4.6 Presentation to Steering Committee. (OPTIONAL) AECOM will present the vision and estimate of costs to the Steering/Advisory Committee for review and comment. 4.7 Vision Document. AECOM will compile Phase 4 products into a single, comprehensive Vision Document including an illustrative map of the future parks, recreation and open space system. The document will articulate a well-defined, long- range plan for an integrated network of parks, community facilities, bikeways, open spaces, and recreational corridors for the future, potential acquisitions for future park development, and solutions for addressing neighborhood and community accessibility. These recommendations will include specific goals and priorities that incorporate all findings from each of the above study components and particularly reflect community interest and significant levels of support. Phase 4 Deliverables: • Draft Vision PowerPoint Presentation • Estimate of Probable Cost • Vision Document PHASE 5 — FUNDING AND IMPLEMENTATION STRATEGY 5.1 Implementation Workshop. (OPTIONAL) AECOM will facilitate a Y2 Implementation Workshop with the City Manager, Parks and Recreation Director, Management and Budget Director, Community Development Director, and/or other key staff to discuss alternative funding and implementation strategies based on historic 21 City of Tamarac Purchasing and Contracts Division funding techniques and levels; community needs and priorities; Commission funding preferences; and gather information for the following Phase 5 tasks, below. 5.2 Establish and Recommend Criteria for Parkland Acquisition Policy. AECOM will establish and recommend a "criteria for parkland acquisition" policy which defines acquisition priorities, satisfies long range maintenance objectives, and accomplishes parks, recreation and open space system master plan goals and implementation schedules toward establishing an integrated network of park resources and facilities within the fiscal limitations of the community. 5.3 Identify, Inventory and Rank Resources for Acquisition. AECOM will identify, inventory,and rank unique natural and other open space resources for potential park q system acquisition and/or parks development opportunities within the community. 5.4 Parks Development and Redevelopment Capital Improvement Plan (CIP). AECOM will create and recommend a 20-year parks development and redevelopment Capital Improvement Plan (CIP) and implementation schedule including immediate and long range budget projections. This will include projections of all costs associated with capital improvements within existing parks, development and build -out of undeveloped parks, and acquisition and development of future park sites and related facilities. 5.5 Maintenance and Operations Standards and Guidelines. Ballard*King will develop an estimate of maintenance costs and maintenance and operations standards and guidelines for providing quality, safe, and cost-effective maintenance operations and practices. Ballard*King will also determine funding and staffing levels commensurate with maintenance and operations responsibilities. 5.6 Recommendations for Improved Relations and Communications. Ballard*King will develop recommendations for improved public relations and communications to maximize community awareness of Parks and Recreation Department programs and services. 5.7 Historical, Cultural and Natural Resource Management Plan Recommendations. AECOM will provide recommendations for a historical, cultural and natural resource management plan to address and complement future park development. 5.8 Provide an Analysis of Existing Funding Practices, Sources of Funds, and Funding Levels. Using information provided by the City and results from the Implementation Workshop (Task 5.1), AECOM will provide an analysis of existing funding practices, sources of funds, and funding levels for both parks and facilities and social service and recreation programs and services. 22 City of Tamarac i ` PurchasiQq and Contracts Division 5.9 Review of Existing Funding Mechanisms and Cost Recovery Practices for Recreation Programs and Services. Ballard*King will review and discuss existing funding mechanisms and cost recovery practices for recreation programs and services, and recommend appropriate levels of cost recovery through fees. Recommendations will balance cost recovery with issues of affordability. 5.10 Identify New or Alternative Sources of Funds. AECOM will identify new or alternative sources of funds that might reasonably be developed to supplement existing funding methods, and identify and discuss new funding practices that might present long-term funding stability. 5.11 Project Long -Range Funding Levels. AECOM will project long-range funding levels required to support Master Plan goals and objectives relative to anticipated growth, development, and long term maintenance. AECOM will also describe methodologies and models used to determine projected costs. 5.12 Long-term Funding Strategy. AECOM will develop along -term funding strategy(s) that combines and incorporates a diversity of funding options and techniques that will effectively support and achieve Master Plan goals and objectives for both parks development and recreational services. 5.13 Short-, Mid-, and Long -Range Funding Recommendations. Using information from the above tasks, AECOM will provide specific funding recommendations and strategies which support short-range (2014-2018), mid -range (2019-2023), and long- range (2024-2033) parks development and recreation program development needs while responding to the community's "willingness to pay" attitudes and priorities. Recommendations will be based on specific cost projections identified as part of Task 4.5 (Estimate of Probable Cost). 5.14 Six -year Specific Action Plan. AECOM and Ballard*King will develop a specific action plan for the next 6 years that implements standards, guidelines, policies and recommendations of the Master Plan, particularly the Capital Improvement Plan (CIP) for parks system development. This task will address administration and management as well as maintenance and operations for both parks development and recreation program services. 5.15 Implementation Strategy Document. AECOM will document and compile all work from Phase 5 tasks into a comprehensive Implementation Strategy Document. Phase 5 Deliverables: • Implementation Strategy Document PHASE 6 — MASTER PLAN DOCUMENT AND EXECUTIVE SUMMARY 23 City of Tamarac ` ` Purchasing and Contracts Division 6.1 Compile Findings and Recommendations (Draft Master Plan Document). AECOM will compile findings and recommendations from above study components into one or more documents which together identify community priorities and define Tamarac's comprehensive Park, Recreation, and Open Space Master Plan for the future (10 yrs.) AECOM will submit six (6) color, digital copies of the draft Plan in a file format compatible with the City's operating software, for the City's review. The City will be responsible for distributing the draft Plan to all reviewing parties, and shall prepare a consolidated list of proposed comments and/or revisions for AECOM. 6.2 Executive Summary. AECOM will also prepare a 10 — 20 page color Executive Summary that summarizes and illustrates: ■ Existing System ■ Needs and Priorities ■ Long Range Vision ■ Implementation/ Action Plan An executive summary narrative will be included within all study component documents. Phase 6;Deliverables: • Draft Parks, Recreation and Open Space Plan • Executive Summary PHASE 7 — PRESENTATIONS, APPROVAL AND ADOPTION 7.1 Presentation to Steering Committee. (OPTIONAL) AECOM will meet with the Steering Committee to discuss the draft Parks, Recreation and Open Space Plan. 7.2 Long Range Plan (Final Master Plan Document). AECOM will finalize the Parks, Recreation, and Open Space Plan, based on the review comments from the Steering Committee and from City staff. Following revisions, AECOM will submit one (1) color, professionally bound hard copy and one digital copy of the plan to the City. 7.3 Presentation of Plan. AECOM will present the draft Master Plan to the Project Steering Committee and City Commission for review and discussion. Phase 7 Deliverables: • Final Master Plan PowerPoint • Final Master Plan 24 mmkfilmi[llmllj City of Tamarac l Purchasing and Contracts Division ATTACHMENT "B" SCHEDULE OF TASK VALUES 25 SCHEDULE OF TASK VALUES I.1 Develop strategies and info needs with staff $ 69810.00 1.2 Inventory of existing parkland $ 1,291.00 1.3 Inventory of existing programs $ 29359.00 1.4 Deleted from Scope of Work 1.5 2.1 Steering Committee kick-off Research unique qualities, geography, demographics $ $ 4,015.00 741.00 2.2 Review goals, policies and plans $ 741.00 2.3 Existing conditions of parklands $ 741.00 2.4 Evaluation of community access (LOS Analysis) $ 19887.00 2.5 Identification of redevelopment opportunities $ 864.00 2.6 Review of ordinances $ 741.00 2.7 Evaluation of management practices $ 2,245.00 2.8 Identification of program needs $ 29245.00 2.9 Analysis of program and services access $ 19122.00 2.10 PR/marketing assessment $ 19122.00 2.11 Trends analysis $ 19881.00 2.12 Existing Conditions Report 3.1 Community involvement $ $ 29220.00 129540.00 3.2 Statistically valid survey $ 229863.00 3.3 Online survey $ 950.00 3.4 Compare findings to national, state standards $ 950.00 3.5 Identification of areas of need $ 19480.00 3.6 Identification of issues and concerns $ 19838.00 3.7 Needs Assessment Report 4.1 Visioning Workshop $ $ 1,430.00 11936 4.2 Framework for citizen use and enjoyment $ 1,030.00 4.3 Framework for meeting future needs $ 030.00 4.4 Parks, recreation and open space recommendations $ 3,727.00 4.5 Estimate of probable costs $ 855.00 4.6 Steering Committee presentation $ 2,529:00 4.7 Vision Document 5.1 Implementation Workshop $ $ 2,862.00 59083.00 5.2 Criteria for acquisition $ 572.00 5.3 Ranked resources for acquisition $ I , 120.00 5.4 Development and redevelopment CIP $ 950.00 5.5 Maintenance and operations standards + guidelines $ 19214.00 5.6 Recommendations for PR/communications $ 1,214.00 5.7 Hist/Cult/Natural Management Plan recommendations $ 1,203.00 5.8 Analysis of existing funding practices $ 664.00 5.9 Programs funding mechanisms and cost recovery $ 19442.00 5.10 ID new funding sources $ 19165.00 5.1 I Project long-range funding levels $ 583.00 5.12 Long-term funding strategy $ 583.00 5.13 Short-, mid- and long-range funding recommendations $ 583.00 5.14 Six -year action plan $ 638.00 5.15 Implementation Strategy Document 6.1 Compile findings $ $ 990.00 4,185.00 6.2 Executive Summary 7.1 Deleted from Scope of Work $ 1,430.00 7.2 Long Range Plan $ 39017.00 7.3 Presentation of Plan $ 49308.00 Direct Costs (travel, printing, etc) Direct Costs (travel, printing, etc) $ 18,000.00 Not -to -Exceed TOTAL Fee for RFP Tasks $ 1459419.00