Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-031Temp Reso #10034 — January 31, 2003 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003- 31 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF TAMARAC AND CIVIC DESIGN ASSOCIATES, LLC FOR THE PREPARATION AND COMPLETION OF THE 57T" STREET TAMARAC/MAIN STREET PROGRAM FEASIBILITY STUDY TO DETERMINE THE APPROPRIATENESS OF ESTABLISHING A MAIN STREET PROGRAM ALONG THE PORTION OF NW 571" STREET LOCATED WEST OF UNIVERSITY DRIVE AND EAST OF NW 94T" AVENUE IN THE CITY OF TAMARAC IN ACCORDANCE WITH LOI 03-03L ENTITLED "57T" STREET TAMARAC/MAIN STREET PROGRAM" (CASE NO. 2-MI-03); PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the portion of NW 57t" Street located west of University Drive and east of NW 941" Avenue has been identified as a potential area for the creation of a Main Street through the establishment of an innovative yet functional, and appropriate program addressing all of the necessary elements for success; and WHEREAS, the City of Tamarac, Florida, values its diverse and healthy mix of civic, commercial, light industrial, institutional, office, recreational and residential activities and uses; and WHEREAS, the City of Tamarac, Florida is approaching build -out and recognizes the importance of seeking and implementing measures and opportunities to promote and Temp Reso #10034 January 31, 2003 Page 2 enhance character throughout the community; and WHEREAS, the City of Tamarac, Florida, desires to adopt sound methods to encourage a sense of place, continuity and unity throughout the community through the establishment of a defined activity center that reflects these needs; and WHEREAS, the City Commission of the City of Tamarac considers the potential creation of a Main Street a top priority and funds have been made available to conduct a study on the feasibility of implementing such a project; and WHEREAS, the City of Tamarac seeks to determine through the preparation of a comprehensive and in-depth study the appropriateness of establishing a Main Street Program on a portion of NW 57th Street, a two (2) lane divided collector; and WHEREAS, the City of Tamarac published LOI 03-03L entitled "57th Street Tamarac/Main Street Program" for the preparation and completion of the 57th Street Tamarac/Main Street Program Feasibility Study for a portion of NW 57th Street on November 3, 2002 and November 10, 2002 (LOI 03-03L attached hereto as Exhibit 1 "); and WHEREAS, four (4) proposals were submitted by the following firms; and 1. Civic Design Associates, LLC 2. Glatting Jackson Kercher Anglin Lopez Rinehart 3. Kimley-Horn 4. Zyscovich, Inc. WHEREAS, an Evaluation Committee consisting of the Assistant Director of Public Works, Director of Finance, Management and Budget Officer, Planning and Zoning 1 Temp Reso #10034 — January 31, 2003 Page 3 Manager and Senior Planner received and evaluated the proposals based on knowledge, experience, and responsiveness, resulting in a short list of three (3) firms; and 1. Civic Design Associates, LLC 2. Glatting Jackson Kercher Anglin Lopez Rinehart 3. Kimley-Horn WHEREAS, upon serious review and consideration the Evaluation Committee determined Civic Design Associates, LLC to be the most responsible and responsive proposer; and WHEREAS, the City of Tamarac has negotiated an Agreement with Civic Design Associates, LLC for a sum not to exceed Fifty -Nine Thousand Five Hundred Dollars ($59,500.00); and WHEREAS, it is the recommendation of the Director of Community Development and the Purchasing/Contracts Manager that the LOI 03-03L be awarded to and an Agreement executed with Civic Design Associates, LLC; and WHEREAS, the City Commission of the City of Tamarac deems it to be in the best interests of the citizens and residents of the City of Tamarac to authorize the appropriate City Officials to execute an Agreement between the City of Tamarac and Civic Design Associates, LLC for the preparation and completion of the 57t" Street Tamarac/Main Street Program Feasibility Study to determine the appropriateness of establishing a Main Street Program along the portion of NW 57t" Street located west of University Drive and east of NW 94t" Avenue in the City of Tamarac in accordance with LOI 03-03L entitled "57t" Street Tamarac/Main Street Program". Temp Reso #10034 — January 31, 2003 Page 4 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. SECTION 2: That the appropriate City officials are hereby authorized to award LOI 03-03L to execute an Agreement with Civic Design Associates, LLC (attached hereto as Exhibit "2") for the preparation and completion of the 57th Street Tamarac/Main Street Program Feasibility Study to determine the appropriateness of creating a Main Street along the portion of NW 57th Street located west of University Drive and east of NW 94th Avenue, at a total cost not to exceed $59,500.00. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: 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. 1 1 �l 1 1 SFCTION 5- adoption. Temp Reso #10034 —January 31, 2003 Page 5 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 121" day of February, 2003. ATTEST: _:i" MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that have approved this RESOLUTION as to form MITCHELL-S.(KRAF CITY ATTORNEY com mdev\u:\pats\userd ata\wpd ata\res\ 10034 reso JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: V/M. PORTNER DIST 2: COMM. MISHKIN DIST 3: COMM. SULTANO DIST 4: COMM. ROBERTSn4g` r ► ►Ilk, �.�►�r%INVr�►�►�►►rr►'1r'1.r�►AAV%%AkV%I �►�►'*r�r�►�r'1r''1►�r�r�►�r'�r''�►'1r� EXHIBIT"I" TEMP RESO #10034 S � t REQUEST FOR LETTERS OF INTEREST S LOI NO. 03-03L S � th s 57 Street Tamarac/ s Main Street Prowam City of Tamarac Purchasing Division 7525 NW 88t" Avenue S Room 108 Tamarac, Florida 33321-2401 (954) 724-2450 S � 1 City of Tamarac "Committed to Excellence ... Alwoys" Purchasing Division DATE: November 4, 2002 REQUEST FOR LETTERS OF INTEREST ALL INTERESTED PARTIES: LOI NO.03-03L The City of Tamarac, Florida, hereinafter referred to as CITY, will receive sealed Letters of Interest (L.O.I.) together with the Qualifications Statement and Proposal Form included herein and any other information relative to the experience, expertise, or proficiency of the Proposer, at the office of the Purchasing and Contracts Manager, City Hall, 7525 NW 88 Avenue, Tamarac, Florida 33321, (954) 724-2450, for furnishing the services described below: 57T" STREET TAMARAC/MAIN STREET PROGRAM The City of Tamarac seeks to identify firms with proven experience preparing useful feasibility studies for various municipalities. The City of Tamarac desires to establish a main activity area teaming with civic, cultural, economic, and recreational interests that will enhance and reflect the community's vision. Although Main Streetis referenced in the title for this project, the study should include as many development scenarios (Main Street, activity center, urban village, mixed use development) deemed feasible as possible. L.O.I.'s must be received and time stamped by the Purchasing Division, either by mail or hand delivery, no later than 4:00 p.m. local time on November 25, 2002. Late submittals, additions or changes will not be accepted. CITY reserves the right to reject any or all L.O.I.'s, to waive any or all L.O.I.'s received, to re -advertise for L.O.I.'s, 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 interest of the CITY. James Nicotra, CPPB Senior Procurement Specialist Publish: Sunday, 11/03/2002, and Sunday, 11/10/2002. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tomarac.org Equal Opportunity Employer l firs' o%'Rimarac Ptirchasirce Division I. STATEMENT OF THE WORK Pursuant to Florida Statutes, Chapter 287.055 (Consultants Competitive Negotiations Act) and Tamarac City Code, Section 6-151(2), Professional Services, the City of Tamarac seeks to identify firms with qualified experience preparing feasibility studies and plans for the creation and establishment of Main Streets, mixed use developments, and activity centers that reflect the current and future needs of various municipalities. The City of Tamarac wishes to establish a Main Street --type theme along portions of N.W. 57'h Street in Tamarac. The scope of services consists of preparing a comprehensive feasibility study which provides an in-depth market analysis assessing all of the elements necessary to make a successful activity center, Main Street, mixed use development, or urban village. The document and support materials should also provide a framework that may serve as a guide in assisting the City in the preparation of objectives and policies to promote such an effort. The City of Tamarac, incorporated in 1963, covers approximately twelve (12) square miles and is located in central Broward County. The municipal limits stretch east to west from just west of Powerline Road near 1-95, to the Sawgrass Expressway, and generally north to south from Southgate Boulevard to Commercial Boulevard. The current population estimate is 56,444. With convenient access to the Florida Turnpike, Sawgrass Expressway, and other major thoroughfares as Commercial Boulevard and University Drive, Tamarac has evolved from a retirement community into a place thriving with diversified economic, residential, and recreational activities and opportunities. Along with the variety of businesses existing along its major thoroughfares, Tamarac is proud to be home to Westpoint Centre and Tamarac Commerce Park. This light industrial area lying directly east of the Sawgrass Expressway boasts such impressive businesses as Zephyrhills, Culligan, Fairbanks Dodge, Sonny's Enterprises and City Furniture. While nonresidential activities continue to increase along the major right-of-way corridors, the City of Tamarac was created with no definable downtown or central gathering place. In addition, the municipal city limits provide a greater challenger in identifying the most appropriate siting of such a project. As the demographics change and median age of its residents decrease, Tamarac is continuing to accommodate the needs of all its residents and to improve an overall sense of community to the best extent possible. The feasibility study should involve preparation of a thorough market analysis focusing on local and regional market forces and determining the appropriate of creating an area of activity. The study in its analysis should consider the following elements: • Existing and future conditions, • Opportunities and constraints; • Land use, ownership patterns, vacant properties, and acreage; • Pedestrian and vehicular circulation • Demographics and market trends; • Appropriate site location and design layout and theme(s); • Connection of building mass and scale to use(s) and appropriate needs, including efficient and creative use of public and private spaces; 2 Ciry Q1,7'amarac Purchasing, Division • Appropriate mix of uses; • Zoning and performance standards, and flexibility; • Aesthetics, including architectural features and standards, use of sidewalks, streetscape, lighting, strategic use of color, plazas and green spaces; • Traffic and transportation conditions, including transit opportunities and necessary roadway improvements. • Public and private support, awareness and coordination; and • Funding programs. SCHEDULE The development of a Tamarac Main Street or Activity Center is considered a high priority by the City Commission. The final feasibility report needs to be presented to the City Commission by May, 2003 at the latest. The Consultant must provide the city with a schedule of completion providing assurances that the City's deadline can be met in a timely manner. DELIVERABLES The Consultant shall provide all materials, handouts, graphics, draft reports, etc. necessary to communicate the concepts and final recommendations'to staff, the general public, and City Commission. Six (6) copies of the draft report and recommendations will be provided for staff review prior to presentation to the City Commission. Thirty (30) copies of the final report and recommendations will be provided including all graphics and maps which will be incorporated into the final report at maximum size of 11 x 17 inches. The Consultant will be responsible for presenting the final report to the City Commission. 11. QUALIFICATIONS OF PROPOSERS The consultant team shall have demonstrated experience dealing with studies that relate to market demographics that would support a neotraditional main street development or activity center. The consultant should be knowledgeable on land use trends, economics, demographics, marketing, zoning, land use planning, project financing, and municipal finances relating to required infrastructure improvements versus increased tax revenue. III. PROPOSAL REQUIREMENTS Proposers should submit seven (7) copies and respond to each of the following items as clearly as possible: 1. A brief but complete history of your company that includes_ any „and recent Florida experience. 2. Resumes of key personnel who will actually be assigned to the project and describing their role. Note: The City expects those listed to be those who will actually perform the work. No substitutions will be permitted except in the most 3 ('in, al, Tamarac Purchusing Division dire conditions. 3. A list of at least three (3) similar projects performed during the last five years including the following information: a. Name of the entity for which the work was performed; b. Brief description of the scope of the project; C. Initial estimate of the project cost (that is, the estimate prior to the bid); d. Amount of initial contract award; e. Total number and source of change orders to the contract; f. Total value of change orders for the project; g. Total value of the project; h. Name of contact person with the entity and current telephone number who can knowledgeably discuss your firm's role and performance in the project. Note: references and phone numbers that are out of date, missing, or not available may result in no or substantially reduced credit. 4. Provide financial statements for your company's past three (3) years of operation. 5. Any other information the firm feels is relevant to evaluating the firms qualifications. IV. SUBMISSION REQUIREMENTS Seven (7) copies of the submittals shall be mailed or hand delivered to: City of Tamarac Purchasing Division 7525 N.W. 88th Ave. Tamarac, FL 33321 Attn: James Nicotra, Senior Procurement Specialist The outside of the envelope shall be clearly marked "571h StreetTamarac/Main Street Program". V. SELECTION/NEGOTIATION PROCESS A Selection/Negotiation Committee has been appointed by the City Manager and will be responsible for selecting the most qualified firm and negotiating a contract. Each firm should submit documents that provide evidence of capability to provide the services required for the committee's review for short -listing purposes. The short listed firms will be contacted via telephone and a follow-up letter to prepare for a presentation to the committee so that a final firm can be selected. The committee will then attempt to negotiate an agreement, which can be recommended to the Tamarac City Commission for award. 4 Ciry u/'Tamarac l'rrrchusirtg Llitiicinrr VI. CRITERIA FOR SELECTION The City will assemble an evaluation and selection committee comprised of staff. This committee shall evaluate the proposals and recommend the top vendors for detailed presentations. The committee shall evaluate the proposals based on the following criteria: 1. Background, education and experience of the firms staff members who will be assigned to the project; Ability of the contractor to provide all of the expertise necessary to successfully complete the work. 30% 2. Availability of the proposed staff members; Current size of and projected work load of contractors; Ability to provide onsite time for meetings, training and cooperative review of work products. 20% 3. Knowledge of and approach to the proposed work; Ability to suggest and apply new technologies or approaches that may either: reduce the cost and time frame, or improve the quality of the work products. 20% 4. Consultant team work history. MAXIMUM TECHNICAL POINTS 30% 100% These weighted criteria are provided to assist the Proposers in the allocation of their time and efforts during the submission process. The criterion also guides the Evaluation Committee during the short -listing and final ranking of Proposers by establishing a general framework for those deliberations. Short listed proposals will be selected for an interview prior to a recommendation being presented to the City Commission. As the best interest of the CITY may require, the right is reserved to reject any and all proposals or waive any minor irregularity or technicality in proposals received. Proposers are cautioned to make no assumptions unless their proposal has been evaluated as being responsive. Additional information may be required of the proposer during the review and selection process to clarify the Proposers presented information. VII. RIGHT TO REJECT PROPOSALS Submission of a proposal indicates acceptance by the firm of the conditions contained in the request for proposals unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City of Tamarac and the firm selected. The City of Tamarac reserves the right without prejudice to reject any of all proposals. 5 ( itv nfTainarac Purchasing Mvi.sirni VIII. QUESTIONS ABOUT THE LOI Questions regarding the project or the proposal process shall be directed in writing to James Nicotra, Senior Procurement Specialist, City of Tamarac, 7525 NW 88th Avenue, Tamarac, FL 33321 or by fax (954) 724-2408. CONTACT WITH PERSONNEL OF THE CITY OF TAMARAC OTHER THAN THE PURCHASING AND CONTRACTS MANAGER OR DESIGNATED REPRESENTATIVE REGARDING THEIR REQUEST FOR LETTERS OF INTEREST MAY BE GROUNDS FOR ELIMINATION FROM THE SELECTION PROCESS. IX. INSURANCE REQUIREMENTS Consultant agrees that he or she will, in the performance of work and services under this Agreement, comply with all Federal, State and Local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement that are applicable to Consultant, its employees, agents or subcontractors, if any, with respect to the work and services described herein. Consultant shall obtain at Consultant's expense all necessary insurance i such form and ,amount as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to>Worker's Compensation Insurance, Unemployment Insurance; Contractor's Liability Insurance, and all other insurance required by law. 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. Consultant shall maintain in full force and effect during the life of the contract, Workers' Compensation insurance covering all employees in performance of work under the contract. Consultant shall make this same requirement of any of its subcontractors. Consultant shall indemnify and save the City harmless from any damage resulting to them for failure of either Consultant or any subcontractor to take out or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Consultant agrees to maintain during the term of this contract: ERRORS AND OMISSIONS LIABILITY MINIMUM LIMITS/AGGREGATE $1,000,000/2,000,000 Neither Consultant nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied owner with evidence of such coverage in the form of a Certificate of Insurance and endorsement. The City shall approve such certificates. ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Best's Key Rating Guide; be licensed to do business in Florida. rl ('in ol'Tiimarae PMirchasing Division All policies provided shall be Occurrence not Claims Made forms. The Consultant 's insurance policies shall be endorsed to add the City of Tamarac as an Additional Insured. The Consultant shall be responsible for all deductibles. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty (30) calendar days written notice has been given to the City by certified mail. GOVERNING LAW: INTERESTED CONSULTANTS WILL AGREE THAT CONTRACTS SHALL BE GOVERNED BY THE LAWS OF THE STATE OF FLORIDA. VENUE WILL BE BROWARD COUNTY. Each firm is required to complete and submit the following forms entitled, "Sworn "Offeror's Qualification Statement", "Non -Collusive Affidavit" and "Drug Free Workplace Certification". Attachments: 1. Offeror's Qualification Statement 2. Non -Collusive Affidavit 3. Vendor Drug -Free Workplace PUBLIC ENTITY CRIMES FORM: A person or affiliate as defined in 287.133, Florida Statutes, who has been placed on the convicted vendor list maintained by the Florida Department of Management Services following a conviction for a public entity crime, may not submit a bid on a contract to provide any goods or services to the City of Tamarac, may not submit a bid on a contract with the City of Tamarac for the construction or repair of any public building or public Work, may not submit bids on leases of real property with the City of Tamarac, may not be awarded to perform Work as a contractor, Supplier, sub- contractor, or consultant under a contract with the City of Tamarac, and may not transact business with the City of Tamarac in an amount set forth in 287.017, Florida Statutes, for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. In compliance with Florida State Statute Section 287.133(3)(a), Public Entity Crimes, the form incorporated into this bid package must be returned signed and notarized. X. SCHEDULE OF EVENTS The schedule of events, relative to the procurement shall be as follows: Event Date (on or by) 1. Issuance of Request for Proposals 11/04/02 2. Opening of Proposals 11/25/02 3. Proposal Evaluations 11/26/02 — 12/09/02 4. Presentations 12/13/02 Croy q 1ivnarac hirchasing Division 5. Contract Negotiations 6. Award of Contract 7. Final Report 12/16/02 — 12/20/02 January, 2003 May, 2003 Dates are tentative. The City reserves the right to delay or change scheduled dates. 0 A ("in o"fhrnara(- Purchasing Division OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88th Avenue Tamarac, Florida 33321 Check One Submitted By: Name: Address: City, State, Zip Telephone No. Fax No. ❑ Corporation ❑ Partnership ❑ Individual ❑ Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. 2. The correct name of the Offeror is: The address of the principal place of business is: If Offeror is a corporation, answer the following: a) Date of Incorporation: b) State of Incorporation: c) President's name: d) Vice President's name: e) Secretary's name: f) Treasurer's name: g) Name and address of Resident Agent: Page 1 of 5 Offeror's Qualnccation Statement ("it)' 01" l airlarm. Ptirehasin,g Division 3. If Offeror is an individual or a partnership, answer the following: a. Date of organization: Name, address and ownership units of all partners: State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business underils present business name? a. Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 8. Have you personally inspected the site of the proposed work? ❑ YES ❑ NO 9. Do you have a complete set of documents, including drawings and addenda? ❑ YES ❑ NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? ❑ YES ❑ NO Page 2 of 5 Offeror's Qualification Statement ( `iry Of f UNRI ruc Purchusine Division 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 14. State the name of the individual who will have personal supervision of the work: 15. State the name and address of attorney, if any, for the business of the Offeror: 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: Page 3 of 5 Offeror's Oualification Statement Of'I'amarac Purchasill.g Divi.eion 18. State the name of Surety Company which will be providing the bond, and name and address of agent: 20 21 22 23. Bank References: Bank Address Telephone Attach a financial statement including Proposer's latest balance sheet and income statement showing, the following items: a. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventoryand prepaid expenses): b. Net Fixed Assets C. Other Assets d. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): State the name of the firm preparing the financial statement and date thereof: Is this financial statement for the identical organization named on page one? ❑ YES ❑ NO If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). Page 4 of 5 Offeror's Qualification Statement !'amaru< e hirrhusin.q Mvisinn The Offeror acknowledges and understands that the information contained in response to this Qualifications Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. Signature ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of County of On this the day of , 20_, before me, the undersigned Notary Public of the State of Florida, personally appeared 7-Tall (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 Page 5 of 5 Offeror's Qualification Statement (7rY of I cIm ru( d Parchusin.g DA'ision a� NON -COLLUSIVE AFFIDAVIT State of )ss. County being first duly sworn, deposes and says that: 1. He/she is the , (Owner, Partner, Officer, Representative or Agent) of , the Offeror 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 Offeror 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 anyother Offeror, 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 Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, 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 Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: Witness Witness M Printed Name Title Page t of 2 Non -Collusive Affidavit Cit.x? Of l'afthlra( I'ur�:husi�ih Divi.%ion R� 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 Page 2 of 2 Non -Collusive Acknowledgement Ci1v of' 7amarac Purchasin.., Divirion VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287,087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 2. 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. 3. 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. 4. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 5. 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. 6. 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. 7. 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, certify that this form complies fully with the above requirements. Authorized Signature Company Name Page 1 of 1 Drug -Free Workplace EXHIBIT "2" TEMP RESO #10034 F A City of Tamarac , _ .;jasiog & Contracts Division < P AGREEMENT BETWEEN THE CITY OF TAMARAC AND Civic Design Associates, LLC THIS AGREEMENT is made and entered into this 1Q,_ day of Pe:b , 20 0 a 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 Civic Design Associates, LLC, a limited liability corporation, with principal offices located at 75 NE 6th Ave., Suite 215, Delray Beach FL 33483 (the "Consultant") to provide for the 57th Street Main Street Program Feasibility Study. 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, conditions of Request for Letters of Interest 03-03L, general, supplementary and other conditions, all addenda, Proposal executed and submitted by the Consultant, specifications, bond(s), 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. 2) The Work The Consultant shall perform all work for the City required by the contract documents as set forth below: a) Consultant shall furnish all labor, materials, and equipment necessary to complete the scope of services described in Exhibit "A". b) Consultant shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Consultant shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. c) Consultant shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. d) 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 subconsultants, if any, with respect to the work and services described herein. of Tamarac & Contracts Division 3) Insurance Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Officer 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 Officer certificates of all insurances required underthis section priorto beginning anywork under this Agreement. The Consultant will ensure that all subconsultants comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 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) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement by the City and issuance of the City's Purchase Order. The work shall be substantially completed no later than May, 2003. 5) Contract Sum The Contract Sum for the above work is fifty-nine thousand five hundred dollars ($59,500.00). 6) Payments A monthly payment/progress payment will be made for work that is completed, accepted and properly invoiced. The City shall pay the Consultant for work performed subject to the requirements of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. 7) Indemnification The Consultant shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Consultant or its officers, employees, agents, subconsultants, or independent Consultants, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the City of Tamarac Purchasing & Contracts Division termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 8) Non -Discrimination The Consultant agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Consultant further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material, breach of this Agreement. 9) Independent Contractor Consultant is an independent Consultant underthis Agreement. Personal services provided by the Consultant shall be by employees of the Consultant and subject to supervision by the Consultant, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Consultant. 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, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. tof Tamarac Purchasing & Contracts Division CONSULTANT Christopher J. Brown, Principal 75 NE 6t" Avenue, Suite 215 Delray Beach FL 33483 P: 561-330-9611, F: 561-330-9612 12) Termination This Agreement may be terminated by City or Consultant for cause or by the City for convenience, upon thirty (30) days of written notice by the terminating party to the other party 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. Default by Consultant: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Consultant neglect orfail 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) 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. 14) 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. 15) 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. 16) 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. City of Tamarac F Purchasing & Contracts Division t p 17) 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. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. City of Tamarac, through its Mayor, and Civic Design Associates, LLC, signing by and through its Principal, duly authorized to execute same. Schreiber, Mayor Date ATTEST: Jeffrey L. Miller, City Manager Marion Swenson, OMC City Clerk S�/ / Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy (CORPORATE SEAL) Date: ppro a as form d legal uffici ncy: 2 l Mitchell S. Kr ft, it Attorney Civic D si n Associates, LLC Comp y Name ZZ Signature of Principal Christopher J. Brown Type/Print Name of Principal 0/1 '9-�'eu Date City of Tamarac Purchasing & Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the Sate aforesaid and in the County aforesaid to take acknowledgments, personally appeared Christopher J. Brown, Principal, of Civic Design Associates, LLC, a limited liability 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 A 9 a� Pr VW*MHMM _ .� N�ryp�.$tcteaf}lalde =:� NyCortrcri�sion��s� Co"wrWan 9 CC9U954 day of cam, , 2003 Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or X DID NOT take an oath. No Text Exhibit A — Scope of Services Feasibility Study for 57th Street/Main Street Program For the City of Tamarac, Florida Basis for the Study The City of Tamarac desires to explore the feasibility of creating a main activity area that will concentrate commercial, civic, cultural, and possibly residential uses into a definable neighborhood center. The area around 57th Street, near several arterial roads and with available vacant property has been identified as a likely candidate for such a development. This proposal will outline the relevant criteria for the study and a suggested sequence of tasks to complete it. The following criteria will be evaluated for this study: 1. Existing land use patterns. a. Vacant parcels. b. Redevelopment potential of nearby parcels. c. Property ownership. d. Compatibility of neighboring uses. e. Geometric constraints, i.e., lot size, depth, configuration, frontage, etc. f. Access to regional roadway network and potential for transit compatibility. g. Availability of utilities and city services. 2. Market conditions. a. Existing demographic profile. b. Existing land use distribution. c. Projected population and income growth trends. d. Demand for future development by type, i.e., housing, office, retail, etc. e. Impact of likely competing development in the area. 3. Regulatory parameters. a. Existing zoning designations. b. Compatibility with comprehensive plan. c. Concurrency requirements. 4. Financial considerations. a. Development costs. b. Costs of public improvements. c. Impact on tax base. d. Funding sources and alternatives. 5. Community preferences. A general determination of the City's attitudes toward various development patterns and intensities. Exhibit A — Scope of Services Scope of Services This scope of services outlines the process and steps that will be followed to prepare the feasibility study for the 57th Street/Main Street Program, identifies tasks and deliverables to be completed by Civic Design Associates (CDA), Lambert Advisory (LA), and Langton Associates (Langton) as well as support to be provided by the City of Tamarac. Task 1- Background and Existing Conditions Analysis 1.1 Kick-off Meeting. (CDA & LA) Discuss physical area for analysis and scope of study. Identify key property owners and other stakeholders. 1.2 Existing Conditions Analysis. (CDA) Identify target areas for study, prepare inventory of vacant parcels and redevelopment potential. Analyze available property for physical and regulatory limitations. The following information will be needed in order to complete this task and is hopefully available from the City of Tamarac or other appropriate jurisdictions. The extent to which this information needs to be compiled by the Consultant will affect the total fees for this phase. Proposed fees assume that this information is readily available to the Consultant. 1. Base map, digital format (preferably AutoCAD,) to include: a. Right-of-way lines defining all streets, blocks, lots, parcels, etc., b. Building footprints, c. Pavement edges and parking areas, d. Railroad lines, e. Water bodies, retention areas, f. Major vegetation areas, g. Locations of major utility trunk lines and easements, h. Study area boundary; 2. Aerial photograph of study area and at least 1/4 mile beyond on all sides, (digital format, either .TIF or ..IPG); 3. Property Appraisers information on each property in the study area including tax map, assessed value, ownership, etc.; 4. Future Land Use Map of study area; digital format; 5. Zoning Map of study area; digital format; 6. Street map, describing street ownership; 7. Land Development Regulations applying to the study area; 8. Traffic counts of principal streets in study area; 9. Existing transit service to area, and any projected changes; 10. County Maps including the Future Land Use Map Research and documentation to be provided by CDA: 2 Exhibit A -- Scope of Services 1. Updated base map with corrections / additions based on field survey; 2. Summary of land use in the study area; 3. Inventory of vacant parcels and underutilized buildings; 4. Redevelopment potential map; 5. Existing street profiles, describing right-of-way, paving, sidewalk, and median widths. 6. 2000 Census (if available) data including population and income by block category, map of census tracts and census blocks; 7. Employment in the study area (major employers). Deliverables: Report on existing conditions which will be included as a section in the overall study report. Included will be the following maps and discussions: (a) Annotated base map; (b) Aerial photograph of the study area, with labels of key features; (c) Discussion of assessed value in the study area; (d) Land use in the study area; (e) Zoning map and summary of zoning districts in the study area; (f) Street inventory including ownership, widths, characteristics such as traffic counts, lighting, sidewalks; plan and profile of existing streets. Fee: $7,000.00 Task 2 — Market Analysis 2.1 Demographic Profile and Market Background. (LA) Analyze pertinent economic and demographic factors affecting the market area. The factors include. • Employment trends and unemployment rates; • Migration trends; • Population and employment projections; • Population characteristics, broken down by income and age; • Labor force characteristics; • Visitation and tourism trends; and, • Other relevant background information. 2.2 Town Center Analysis. (CDA & LA) Analyze property specific characteristics including: • Relationship of site to surrounding land uses and activities; • Regional and immediate road/transit access patterns; and, • The new town center's physical characteristics. 2.3 Market Conditions Analysis. (LA) Prepare a profile of major residential and commercial (office, retail, and hotel) developments in the market to assess existing market conditions for various uses. Relevant factors include: • Project size (square feet, numbers of units, etc.); 3 Exhibit A — Scope of Services • Occupancy, pricing, absorption trends; • Project features (e.g., location, ingress/egress, condition); • Price premiums; • Tenant profiles; • Facilities and amenities; and, • Other pertinent characteristics as identified. This analysis will also include an assessment of the proposed new projects in the area with regard to timing and competitive position. 2.4 Development Program (CDA & LA) Propose the strongest development program for the town center, including parameters such as property type, projected absorption, and pricing estimates. Outline of the appropriate phasing and timing of development. Deliverables: Market Analysis Report that will include the elements outlined above. This will be done as a stand-alone report, but will also be included in summary form as a section in the overall study report. Fee: $26,500.00 Task 3 — Development Scenarios 3.1 Prepare alternative development scenarios for study area to test feasibility of various land use mixes and development intensities. (CDA & LA) 3.2 Prepare conceptual "bubble plan" diagrams of scenarios to test -fit the development programs and analyze implications of various patterns, i.e., "Main Street," urban village, town center, etc. (CDA) 3.3 Conduct City Commission Workshop to present alternative scenarios and to solicit commentary and preferences. (CDA) 3.4 Synthesize a preferred development scenario and program. (CDA & LA) Deliverables: The deliverables will include those items listed above. The discussion and exhibits will be included as a section in the overall report. Fee: $12,500 Task 4 — Implementation Analysis 4.1 Community workshop with citizens, property owners, elected officials, and city staff to generate the community's ideas and preferences about a town center and main street. (CDA) B Exhibit A — Scope of Services 4.2 Preliminary cost estimate of development value and public improvements. (CDA) 4.3 Financial Analysis. (CDA & LA) Estimates of market performance for each component, based on development costs and financing assumptions. Projected 10-year cash flow analysis. These estimates will be used to make a general determination of the amount of private debt and equity the project can support, as well as any anticipated financial gaps that may require public funding support. 4.4 Funding Strategies. (CDA & Langton) Identify potential funding sources for public component of project costs, to include special assessment districts, grant and matching fund sources, and financial incentives for private development. 4.5 Regulatory Analysis. Determine changes needed to existing Land Development Regulations. Identify any conflicts with comprehensive plan or other regional plans. (CDA) 4.6 Incentives. Propose mechanisms to promote desired development patterns. (CDA) 4.7 Presentation to City Commission. (CDA & LA) Deliverables: The deliverables will include those items listed above. The discussion and exhibits will be included as a section in the overall study. Fee: $13,500 Final Report The above tasks will be consolidated into a final report. The report will be delivered to the client as a draft and, after receiving comments and corrections, a final report will be provided for distribution. An electronic copy of the report will be made available as well. Fee Summary: Task 1 - Background and Existing Conditions Analysis $ 7,000 Task 2 — Market Analysis $ 26,500 Task 3 — Development Scenarios $ 12,500 Task 4 - Implementation Analysis 13 500 Total Fee: $ 59,500 N Exhibit A — Scope of Services Expenses The above fees include all expenses relative to the production of the specific tasks listed, including, travel, lodging, preparation of meeting materials and exhibits, and printing and reproduction costs. These expenses are estimated at 15% of the total fee, and are based on a reasonable number (estimated at 15-20) of printed and bound copies of the draft and final reports. Should additional copies be required, they would be billed at cost as an additional expense. Additional Services Services not described or included in the Tasks listed above can be provided on an hourly basis, in accordance with the Professional Fee Schedule listed below: Professional Fee Schedule - Hourly Rates Principal $ 125.00 Senior Planner $ 90.00 Architectural Illustrator $ 75.00 Junior Planner, Design Staff $ 65.00 Administrative Staff $ 45.00 Additional meetings and/or presentations to public agencies not enumerated in the above Scope of Services shall be billed at a flat rate of $1,000.00 per meeting. Schedule The following is a proposed schedule for the work outlined above, assuming that contract negotiations can be concluded and authorization to proceed issued by mid -February 2003. End of February February/March (3 weeks) End March (2 weeks) March Early April End of April Early May May End of May 2003 Kick-off meeting with Staff Existing conditions and market analysis Development scenarios City Commission workshop Community workshop Feasibility analysis of preferred scenario, Draft of final report Presentation to City Commission Revisions and production of final report Delivery of final report 0 Late 43ppartmpttt of -*tatp I certify that the attached is a true and correct copy of the Application For Registration of Fictitious Name of CIVIC DESIGN ASSOCIATES, registered with the Department of State on November 19, 2001, as shown by the records of this office. The Registration Number of this Fictitious Name is G01320900205. CR2EO22 (1-99) Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Nineteenth day of November, 2001 girxt4eritte Parris 1$etretury uf,;5tate FLORIDA DEPARTMENT OF STATE Katherine Harris Secretary of State November 19, 2001 CIVIC DESIGN ASSOCIATES 218 NW 9TH STREET DELRAY BEACH, FL 33444 Subject: CIVIC DESIGN ASSOCIATES REGISTRATION NUMBER: G01320900205 This will acknowledge the filing of the above fictitious name registration which was registered on November 19, 2001. This registration gives no rights to ownership of the name. Each fictitious name registration must be renewed every five years between January 1 and December 31 of the expiration year to maintain registration. Three months prior to the expiration date a statement of renewal will be mailed. IT IS THE RESPONSIBILITY OF THE BUSINESS TO NOTIFY THIS OFFICE IN WRITING IF THEIR MAILING ADDRESS CHANGES. Whenever corresponding please provide assigned Registration Number. Enclosed is your certificate(s) as requested. Should you have any questions regarding this matter you may contact our office at (850) 488-9000. /mp Division of Corporations Letter No. 901 A00062049 Division of Corporations - P.O. BOX 6327 -Tallahassee, Florida 32314 Document Number G01320900205 Expiration Date 12/31/2006 Total Pages 000000001 CIVIC DESIGN ASSOCIATES 218 NW 9TH STREET DELRAY BEACH, FL 33444 Status ACTIVE Current Owners 000000002 • Events Filed 000000000 No Filing History Date Filed 11/19/2001 County PALM BEACH FEI Number NONE . Previou's ;on E� Est J Re`tur to M 4J." i Owner Information Name & Address FEI Number _ Charter Number` BROWN, CHRISTOPHER J. 218 NW 9TH STREET NONE NONE DELRAY BEACH, FL 33444 HILL, JAMES D. 3241 BELLE FONTAINE FHOUSTON. NONE NONE TX 77025 Document Images Listed below are the images available for this filing. G01320900205 -- 11/19/2001 -- REGISTRA •TIN THIS IS NOT OFFICIAL RECORDir SEE DOCUMENTS IF QUESTION OR CONFLICT APPLICATION FOR REGISTRATION OF FICTITIOUS NAME Note: Ackrtowledgementslcertfficates will be sent to the address In Section 1 only. t. GIV IC. b S161�) frSsCLr,IA.�S Flcial" Name to be Rogiakwad (sae instmonons I name Inaiudes •Corp- ar 1rtG) FILED Nov 19, 2001 8:00 am Secretary of State j Marring AM— *I ersinaaa .: Ciy Bute 3 Tip Code r 3. Florida County of principal place of business: Ed!=-K ?_btG► 4 is" inetnheawns d more then one oeunry) 10*0:110.1XI 4. FEI Number: `7 fG O(CL( 555 l This space for office use only A. Owner(s) of Fictitious Name if Individual(s): (Use an attachment N necessary): 1. HILL LA8t First M.t, Lost r1 First M.I. a241 � U "mac" & ft- '�31! �j s�tar<.� toLS citystate zip cow cxy sate ap coda (nol mendamry) SS# V Z{L,,.-�•(Mt mo rdatory) j S. Owner(s) of Fictitious Name If other than an Individual: (Use attachment If necessary): t . 2: t r Entlry Name Enay Name N Addraae City state ZIP Cod Florida Registration Number FEI Number: ❑ Applied for 0 Not Applicable I (we) the undersigned, being the sole (ad the) pany(ies) owning _ is we and "rate. In accordance with Section 885.09. F.S-. I adyertised,air!glast Once og-mat�paper ai defmad Vt p apter" Phone Number: ,tir I - 7-1"5— _)1-gf } Address City state zip Cade Florida Registration Number FEI Number. ❑ Applied for ❑ Not Applicable she above fictitious name, Andy that the information indearad on this form or eedlly that the rchbous name shown in Sedion 1 of this torm has been SLLtutae,. in the county where the e;P"rs phnclpal place of business ma bgal act ae tl d+ade under oiath. (At Least One. Signature Re jukedj — or— 11 f6ll I0)71 A. of Owner Date fiber. (si" �12.0- &&16 FOR CANCELLATION COMPLETE SECTION 4 ONLY: FOR FICTITIOUS NAME OR OWNERSHIP CHANGE COMPLETE SECTIONS 1 THROUGH 4: I (we) the undersigned, hereby cancel the fictitious name which was registered on _ registration number signmre d owns oars Mark the applicable boxes I t I and was assigned slenaturs or owner Date C1 Certificate of status — $10 O Certified Copy — S30 FILING FEE: $SO p �� C"7 c:� �� [L �� ; .� � �; Y �_ t r:''� C �- - t:�� C: t °') C.7 FROM U1./ U.J/ 4uuj FAX NO. : G1511TIFICATE OF INSURANCE Feb. 03 2003 06:56PM P2 ►(� STATE FARM FIRE AND CASUALTY COMPANY, aroormngton, u►moas STATE rARM GENERAL INSURANCE COMPANY, Bloomington. Niirlois © STATE FARM FIRE AND CASUALTY COMPANY, Scarborough, Ontario ,awa�wei [� STATE FARM FLORIDA INSURANCE COMPANY. Winter 1-18"n. Florida �J 7 Q STATE FARM LLOYDS, Was. Tome insures the tolkwOng policyholder for the aoverapee indicated below: Name of policyholder Brown, Peter H, Christopher J. brown i James D. H111 DBA Ci.vlc Design Addresnofpoliayholder 2136 Kipling, Houston Texas 77098 l_ocsoon of alwadem morn of oper*Hone Design Planning E Consultation The policies Listed below have been issued to The policyholder for the policy periods shown_ The insure dUNOO to as ttw terms exclusions, and conditions of those pollydea• The limit of liability shown may deec*l In 111 s=* policies is been f &oW by " Cad Llama. 0DLICY PUBW LM POLICY NLWDER "TYPE OF INSURANCE Eflbrdlve 1hft : Der. (at rT3 OF UTAINL"Y iniN d pancy pe►kpd) 90-be03540 Gomprelwolve 05/01/02 05/01/03 Businevs List„lire!. - ----------------- ------- renae ind Products -Completed operations BODILY INJURY AND PROPERTY DAMAGE ❑ Contractual Liability ❑ Underground Hozwd Coverage Each 00mareirK a $ 1, 000, 000 . Q Personal injury Q AdveifWng Injury General AagregIte i 2,000. 000. Q Explosion H=rd Coverage Q Collapse Hurd Coverap Products — Cmd pWW $2, 000, 000 © Operations t■ POLICY PERIOD BODILY INJU AND PROPERTY DAMAGE EXCESS LIABILITY EN%tt* pap ; oft { bind Single Limit) 90-kMD5700f 10 UmbrNlB [] Other Esdt Oscan Aawegafa S lmil/lmil i lmil 05/O1/02 05/01/03 Part t sraTtrr RY Pert 2 BODILY NJURY 90--kg70915F Workers' Compensadon 00/25/02 09/25/03 and Employers Liability Each Acddern i 100, 000 . Disease Each I mployree S 100, 000. Disease - Poliq F Limit $100, 000 . POUC NLNW:ft TYPE OF INSURANCE POLICY PERWO Zn*NRHa Web Wokelm Cmw L111111 ( fm OF LU► NLITY n8 of Paley pw%d) THE C€RWICATE OF INSURANCE 15 NOT A CONTRACT dii NNBURANCE AND NEITHER AFF1RIIrA Y NOR NEGATIVELY NDS. AMEEXTENDS OR ALTV" THE (OVERAGE APPROVED BY ANY POLICY D EED ttE1tE1 Add'1 Insured: City of Tamarac If any of the deso 7525 0.11.9e`" Ave its ex*rstiern date, Tamarac. Fl. 33321 written notiL+e try the tiorl. eancellaN . W policies ore Canceled before $tow Farm Will try to mail a -6000 holder 30 days before . we fall to mail such nwdae. no obtlgetion a lie EiLy will be imposed on Stain Name and Address of Cer0c atB Molder Farm or tta agents repreesrttotives. City of Tamarac Vendor: C j��G s� 7525 N.V. 88°' Ave�hr�xsatAu�haAaed Tamarac, Fl . 33321 Date of Review: Ties D2/03/08 Bars Acceptable S Aam'" Cod' Stmp Not Acceptable AFO Curls 6946 ems°"'' 04-190'''I""d""(Nbte Deficiencies eel , Authorize ignature Tues. Feb. 4, 2003 'k� =EBIES:r i ambeat.aom ® • Ratings 8 Analysis • hews Publications • Products 5 Services + IU7INt3 r'. • Insurance Rjqources ., • About A.M. Best 02477 -State Farm Fire and Casualty RaW9 SEARCH IP Company Enter Company number Member of State Farm Group Best or A.M. Best Number A.M. Best #: 02477 NAIC #: 25143 View a list of group members or the group'!§ rating Fla►ai@li��ii'. Best's Ratin More Search Options I BE A++ (Superior)" Where in wlthe ors Financial Size Category Ate,. XV ($2 billion or more) A.Y. NEST? Find our locations "Ratings as of 21412003 8:34:35 AM E.S.T. What dYM t.WQor purchase the complete Best's Company Resort for in-depth analysis, t� rr�f Send usyour_c_ments Rating Category (Superior): Assigned to companies that have, in our opinion, a superior ability to meet their ongoing obligations to policyholders. ......_ ..... ......... ......... ........, Accessing thoenpages Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative'' constitutes the user's and qualitative evaluation of a company's balance sheet strength, operating performance and agreement to our business profile. These ratings are not a warranty of an insurer's current or future ability tc' t .t—M..!5 .u. s; meet its contractual obligations. View our entire notice for a complete details. Information collected via this Web site is protected by our Companies interested in placing a Best's Security Icon on their web site to promote their pt:ixalKx�t�s�m_�t; Comments or concerns financial strength may register online. should be directed to our customer service ......... ......... group; For other Copyright O 2002 by A.M. Best Company, Inc, ALL RIGHTS RESERVED matters refer to our No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval cont ct .,ua page• system, without the prior written permission of the A.M. Best Company. Refer to our terms of us s for additional details. 7 r c Lt.) r 114 r r I LI : y54 724 2408 P . 002 / 002 ,ACORD CERTIFICATE. OF LIABILITY INSURANCE DATP(MMMOM') 02/03/2003 •ROOUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION I.dSPRO INSURANCE AGENCY, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.C. 130X 515039 ALTER THE COVERAGE AFFORDED ELY THE POLICIES BELOW. DALLAS, TX 75251 INSURERS AFFORDING COVERAGE' 214/575-4642 NSURFO INVIJFIERA; General IDS. CO. OF hmea:ica (SAF.ECO) Peter H. Brown, Civic Design 2136 gipling Houston, TX 77098 INSURER 0: INSURFR C'. D: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INOICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY SE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE SEEN RFOUCEO By PAID CLAIMS. N5A TYPE OF INSURANCE POLICY NUMn13R POLICY EFFECTIVE DATE I MM PpLlCY FXPIRAYION M LIMITS GENERAL UAMII-m' COMMCRCIAL, GENERAL LIABILITY CLAIMS MADE OCCUR EACH OCCURRENCE S FIRF. OAMAGR (Any ann Ike) S MSD fXP (Any one p0rlg11) S PERSONAL A ADV IWURY S GENERALAGGREGAT@ A GEN'L AGGRFOATr- LIMIT APPLIF_9 PFR: POLICY PHO. El LOC PRODUCTS - COMP)OP AGG S AUTOMOVIILG uABILTIY ANYAUTO ALA, OWNED AUTO$ SCHEQULED AUTOS HIRED AUTOS NON -OWNED AUTOS ,y �. •ram 1� >•O�7Mfi► _ oft of oft // •'� W' _ l J ' f.�+ JU COMOINED SINOLF I.IMIT (En ncdcant) $ BODILY INJURY1 (Par Der90P S 300ILY INJURY (Ppr accIdent) S PROPERTY DAMAGE I Par M.L9AAa1( S GARAGE LIAHILnIi ANY AUTO ` '1 ,E!,�..� _ .K�-- �Yi'tir�%' 1 `-'-., AUTO ONLY-F••AAC.CIDENT S OTHER THAN EA ACC AUTO ONLY; AGO S $ EXCESS LIABILDY OCCUR CLAIMS MADE DEDUCTIEILF RI='TENTION S EACH OCCURRF„NCO S AGORP.GATC S S S WORKF.R,4 COMPENSATION ANO EMPLOYERS' LIABILITY W R 6TAY'U• O�'H. �1>4 E.L. EACH ACCIDENT 5 E.L. 01g£AS8 . EA FMP40YEF S 01. OISFA9P_ -POLICY LINnT IS A OTHIeR PrateSSional Liability 7/31/02 1/31/03, $250,000 each claim $500 000 aggre5ate OF9C,RIPTIDN Or OPryRATN7NSILOCATION„1NEHICLESrUC[:4VSiVNS hDOL'D tlY I;MuaNpEML"N 11`./r'CLIAL r'nNr,niunu ., _., _„ /� CERTIFICATE HOLDER ADDITIONAL INSUNeD; INSURER LETTER: CANCELLATION City of Tamarac 7525 NW 88th Avenue Tamarac, FL 33321 ACORD 25-S (7197) MOULD ANY OP THE. ABOVE OESCRINFO POLICIF..S m CANCOLLEn RfPORO THE., FXPIRATION DATE TNFRI:OF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO TMG C5RTWICATE HOLPF_R NAMPO TO THE LEFT, BUT FAILURE To 00 SO SHALL IMPOSE NO OBLIGATIAN OR UADILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR RFPRESENTATIVF,g, AIfYNOR17D0 RF;PRr1ENTATIVF. 5;2 o ACORD CORPORATIO!f9988