Loading...
CONSULTING SERVICES AGREEMENT - HISTORIC DISTRICT NOMINATION CONSULTING SERVICES AGREEMENT This AGREEMENT made this If)'-*' day of -:/.~ 2004, by and between the \ City of Clearwater, Florida (City), a Florida municipal corporation, P. O. Box 4748, Clearwater Florida 33758-4748, and JANUS RESEARCH (Consultant), a Florida corporation, with its corporate offices located at 2935 18T Avenue, North, St. Petersburg, FI, 33713. WHEREAS, the City desires to have the Consultant provide professional consulting services for preparation of the City of Clearwater Planning and Eligibility Survey and Historic District Nomination-Cleveland Street and Environs (the Project) described in Exhibit A. It is understood that, subject to budgetary limitations and lor other legal constraints the City may assign to the Consultant additional tasks or phases related to those identified herein by amending the contents of Exhibit "A". Said assignments shall be necessary for the furtherance of the objectives of this project and the implementation of the Downtown Plan and shall be undertaken at the City's initiation and without the necessity of rebid; and WHEREAS, the Consultant agrees to provide the professional consulting services described in Exhibit "A", as may be amended, under the terms and conditions of this Agreement. NOW THEREFORE, the City and the Consultant do hereby incorporate all terms and conditions in Exhibit "A" supported by the project budget in Exhibit "B" and mutually agree as follows: 1. SCOPE OF WORK -- PROFESSIONAL SERVICES. The Consultant agrees to provide planning services under the terms and conditions described in Exhibit "A". It is noted and agreed that each activity and lor Phase identified will be addressed and configured as a "Stand Alone" task(s) complete with its own set of independent deliverables. It is expressly understood by the parties hereto the City, following an assessment of the work completed in each of the phases detailed in Exhibit "A", will determine whether or not to proceed with the remaining phases listed in the work program. 2. TIME OF PERFORMANCE. The work product described in Exhibit "A" shall be complete on or before August 31, 2004. Timelines for each of the phases listed in the work program shall be specified in Exhibit "A" contained herein. 3. DELlVERABLES. The Consultant agrees to provide to City reports and such other agreed upon documentation as necessary and relative to the successful completion of the Project and according to the agreed upon schedule(s) specified in Exhibit "A". Said materials shall be in both written and in compatible electronic formats (Word is the preferred format for the City) accessible by the parties. 4. COMPENSATION. The City will pay Consultant a sum inclusive of all reasonable and necessary direct expenses as described in the cost estimate attached as Exhibit "B". The City may, from time to time, require changes in the scope of the project of Consultant to be performed hereunder. Such changes, including any increase or decrease in the amount of Consultant's compensation and changes in the terms of this Agreement which are mutually agreed upon by and between City and Consultant shall be effective when incorporated in written amendment to this Agreement. 5. METHOD OF PAYMENT. Consultant shall provide invoices on a 30 day billing cycle with the proper documentation detailing the task completed, deliverables, etc and City agrees to pay said invoice after the approval of the City Project Manager under the terms of the Florida Prompt Payment Act F.S. 218.70. Final payment of any outstanding balance for work performed under the terms of this agreement will be made only following the completion of all task agreed to and approval and acceptance of all products described as a "Deliverable" in the agreed to Scope of Work, as it may be amended from time to time. 6. CONTACTS FOR RESPONSIBILITY. Gina Clayton, Long Range Planning Manager, will be designated as Project Director for this project by the City to manage and supervise the performance of this Agreement on behalf of the City 2 Associated with the Project Director will be staff members whose experience and qualifications are appropriate for this Project. 7. TERMINATION OF AGREEMENT. The City at its sole discretion may terminate this Agreement by giving Consultant ten (10) days' written notice of its election to do so and by specifying the effective date of such termination. The Consultant shall be paid for its services through the effective date of such termination. Further, if Consultant shall fail to fulfill any of its obligations hereunder, this Agreement shall be in default, the City may terminate the Agreement, and Consultant shall be paid only for work completed. The Consultant may terminate the Agreement in the event that circumstances beyond the control of Consultant result in impossibility of performance of the Agreement, including, but not limited to, dissolution of corporate existence of Consultant. In such an event the Consultant shall notify the City in writing at least ten (10) day in advance of the termination date. 8. NON-DISCRIMINATION. The Consultant shall comply with Title VI of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, and Title I of the Americans with Disabilities Act of 1990 in that: No person in the United States shall on the grounds of race, creed, color, national origin, sex, age, political affiliation, beliefs, or disability be subject to discrimination under any program or activity that the Consultant has agreed to undertake by and through the covenants and provisions set forth in this Agreement. There shall be no discrimination against any employee who is employed in the work covered by the Agreement, or against applicants for such employment, on said grounds. This provision shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rate of payor other forms of compensation; and selection for training, including apprenticeship. 9. INTERESTS OF PARTIES. The Consultant covenants that its officers, employees and shareholders have no interest and shall not acquire any interest, direct or 3 indirect, which would conflict in any manner or degree with the performance of services required to be performed under this Agreement. 10. INDEMNIFICATION AND INSURANCE. The Consultant agrees to protect, defend indemnify and hold the City and its officers, employees and agents free and harmless from and against any and all losses, penalties, damages, settlements, costs, charges, professional fees or other expenses or liabilities of every kind and character arising out of or due to any negligent act or omission of the Consultant or its employees in connection with or arising directly or indirectly out of this Agreement andlor the performance hereof. Without limiting its liability under this Agreement, the Consultant shall procure and maintain during the life of this Agreement professional liability insurance in the amounts and manner prescribed in Exhibit "C". This provision shall survive the termination of this Agreement. 11. PROPRIETARY MATERIALS; ACCESS TO RECORDS; RIGHTS TO DATA AND COPYRIGHT. Upon termination of this Agreement, Consultant shall transfer, assign and make available to City or its representatives all property and materials, written, or electronic, in the Consultant's possession belonging to, authorized for preparation andlor paid for by the City. The City andlor their duly authorized representatives shall have access to any books, documents, papers, computer files and financial records of the Consultant which are directly pertinent to the Agreement, for the purpose of making audit, examination, excerpts, and transcriptions. The Consultant shall maintain all required records for five years following the later of final payment by the City or closure of all pending matters. When publications, films, or similar materials are developed, directly or indirectly, from the Project, any copyright resulting therefrom shall be held by the City. 12. REMEDIES, OTHER THAN TERMINATION OF AGREEMENT, FOR BREACH; ATTORNEYS' FEES AND JURISDICTION. In the event of breach of this Agreement by either party, the other party shall have such administrative, contractual, or legal remedies as provided by 4 this Agreement, the Code of Ordinances of the City of Clearwater, and the laws of the State of Florida. In the event that either party seeks to enforce this Agreement through attorneys at law, then the parties agree that each party shall bear its own attorneys' fees and costs, and that jurisdiction for any court action filed regarding this Agreement shall be in a court of competent jurisdiction in Pinellas County, Florida. Termination of this Agreement shall be in accordance with the provisions of paragraph 7 above. 13. GOVERNING LAW, This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. 14. INCORPORATION OF RFP BY REFERENCE. The provisions of City of Clearwater RFQ 43-03, Request for Qualifications- Conduct of a Planning and Eligibility Survey- historic District Nomination: Cleveland Street and Environs are attached hereto as Exhibit "D" and incorporated herein by reference. IN WITNESS WHEREOF, City and Consultant have executed this Agreement on the date first above written. CITY OF CLEARWATER, FLORIDA ~;.......13. ~-:rr William B. Horne II City Manager By: Approved as to form: Attest: Cynt I City I rk \ ~~~Ul~~H + ~ Its: President/Authorized Agent (Corporate Seal) 5 EXHIBIT "A": SCOPE OF WORK- PROFESSIONAL SERVICES 6 CITY OF CLEARWATER PLANNING AND ELIGIBILITY STUDY SCOPE OF WORK January _' 2004 The Professional Consulting services included herein are those required to successfully complete the initial phases of this program, but are not necessarily all-inclusive. The City at its initiation may amend this Exhibit and assign to the Consultant such additional related task(s) and/or phases as it (the City) deems necessary to further the overall objectives of this project and the implementation of the Downtown Plan. Amendments of the nature described may be undertaken without the necessity of rebid. Task 1 a: Reconnaissance Survey of Downtown Core Janus Research will provide professional services to assist in the identification of significant historic resources within the defined Downtown Core area. The purpose of this reconnaissance survey will be identify historic resources that are located within the Downtown Core area that are potentially eligible for listing in the National Register of Historic Places (NRHP) or Local Register on an individual basis or as part of a historic district. The identification of the significant historic resources located in the project area would include conducting a preliminary visual survey, taking color digital photographs of identified individually significant resources and representative photographs and streetscapes within potential historic districts, and locating resources on USGS maps, aerial photographs, and GIS based maps if possible. Janus Research will need to be provided with previous survey information and mapping by the City. Task 1 b: Reconnaissance Survey Results Report Existing literature, maps, reports, and historic photographs will be reviewed while fieldwork is ongoing and also verified once significant resources are identified. This information may be included within the report. Following the fieldwork related to the Reconnaissance Survey, a summary description and photographs of each identified significant resource will be included in a report. A map locating the significant resources will be included as well. Recommendations will be made regarding resources that are potentially eligible for inclusion in the NRHP or Local Register. Based upon the recommendations, Janus Research and the City will work together to determine which resources will be documented further on Florida Master Site File (FMSF) forms and in NRHP or Local Register designation reports. Separate task orders will be executed for these latter tasks. Draft and Final Reports will be the Deliverables for this task. Timeline- Phase 1 a: 60 days (Start Date: Feb.1, 2004 I End Date: March 31, 2004) Timeline- Phase 1 b: 30 days (Start Date: April 1, 20041 End Date: April 30, 2004) Review Periods of Materials and Recommendations for Phase 1 a and 1 b: April 1-10, 2004 Costs for Tasks 1a and 1b, NOT To Exceed: $14,966.00 NOTE: 1. Complete cost breakdown located in Exhibit liB". 7 Task 2: Educational Plan and Meetings While conducting the Reconnaissance Survey and preparing the survey report, Janus Research will concurrently work with the City to develop an educational plan regarding the advantages and benefits of historic preservation, particularly within the Downtown Core, but could also apply to historic resources throughout the City. A brochure could be developed as part of the educational plan, which will include facts on Federal Tax Credits, Ad Valorem Tax Exemptions, and brief descriptions of similar communities in Florida that are successfully utilizing their historic resources. At this phase, it is suggested a four-color brochure (3-panel, 2 folds or 6- panel, 3 folds) could be prepared. According to our research, the prices for printing range from around $500 to $950 for a quantity of 1,000, to $720 to $1,046 for a quantity of 2,500. The City may have access to less costly in- house printing. In the future, it is recommended that a website is designed that compliments the design and reflects the information found in the brochures. A separate task order will need to be executed for this latter task. An important element of this task will be meetings with property owners of resources identified as eligible for the NRHP or Local Register or resources located within potential historic districts. Janus Research will lead and participate in these meetings in cooperation with City staff. These meetings will tie in with the educational brochures and will highlight the importance of historic preservation to the Clearwater community and incentives to preserve historic properties, particularly economic incentives. A maximum of four meetings will be included as part of this task. The City of Clearwater will provide a location for the meetings and will be responsible for sending invitations. Educational Brochures will be the deliverables for this task, Janus Research and City will determine maximum number of brochures produced as part of this task. However, if printing is to be included in our costs, the printing costs cannot exceed $1,100. Costs for Task 2 Not To Exceed: $15,017.00 Timeline for Phase II: 90 Days (Start Date: May 1,20041 End Date: July 31,2004) NOTE: Detailed cost breakdown for this task included in Exhibit "B". 8 Task 3: FMSF forms and NRHP and Local Nominations As discussed in Tasks 1 a and 1 b, recommendations will be made regarding resources that are potentially eligible for inclusion in the NRHP or Local Register. Based upon the recommendations, Janus Research and the City will work together to determine which resources will be documented further on FMSF forms and in NRHP or Local Register designation reports. Once these decisions are made, Janus Research will move forward with the FMSF documentation of the significant resources and the preparation of appropriate materials needed for designation reports, this includes mapping and photography. Local meetings with the City or property owners as well as meetings in Tallahassee will be outlined in a separate task order. Positions and Personnel as Noted in the Cost Proposals Amy Streelman Ellen Uguccioni Elaine Lund Kisa Hooks Susan Daniel Elaine Gibson Pete Nelson Architectural Historian Architectural Historian Architectural Historian Architectural Historian Historical Technician Graphics Specialist! Technical WriterlEditor Graphics Specialist 9 EXHIBIT "B" - PROJECT BUDGETS 10 JANUS RESEARCH Cost Proposal Clearwater Planning and Eligibility Study. Task 1a and 1b 8-Jan-04 Project Manager Architectural Historian Historical Technician Graphics Specialist Clerical Technical Administrator HOURS 0.00 159.00 60.00 41.00 4.00 0.00 RATE $ 99.00 $ 59.00 $ 38.00 $ 63.00 $ 33.00 $ 67.00 Subtotal 264.00 Total Direct Labor DIRECT EXPENSES Reference Materials Photocopies Project Supplies Long Distance Telephone Per Diem Mileage & Travel Express Mail Total Direct Expenses TOTAL (NOT TO EXCEED) 11 TOTAL $ $ 9,381.00 $ 2,280.00 $ 2,583.00 $ 132.00 $ $14,376.00 $14,376.00 $165.00 $50.00 $20.00 $0.00 $160.00 $195.00 $590.00 $14,966.00 Cost Proposal Clearwater Planning and Eligibility Study - Task 2 23-Dec-03 Project Manager Architectural Historian Historical Technician Graphics Specialist Clerical Technical Writer/Editor Subtotal Total Direct labor DIRECT EXPENSES Brochure Printing Photocopies Project Supplies Long Distance Telephone Per Diem Mileage & Travel Express Mail Total Direct Expenses TOTAL (NOT TO EXCEED) HOURS 0.00 150.00 30.00 42.00 2.00 10.00 RATE $ 99.00 $ 59.00 $ 38.00 $ 63.00 $ 33.00 $ 63.00 234.00 12 TOTAL $ $ 8,850.00 $ 1,140.00 $ 2,646.00 $ 66.00 $ 630.00 $13,332.00 $13,332.00 $1,100.00 $50.00 $10.00 $20.00 $40.00 $465.00 $0.00 $1,685.00 $15,017.00 EXHIBIT "C"-LlBILlTY INSURANCE CERTIFICATE EXHIBIT "D"-RFQ 43-03 REQUEST FOR QUALIFICATIONS 13 PLANNING and HISTORIC DISTRICT NOMINATION: CLEVELAND STREET & ENVIRONS 14 City of Clearwater PLANNING DEPARTMENT RFQ # 43-03 REQUEST FOR QUALIFICATIONS FOR PLANNING AND ELIGIBILITY SURVEY HISTORIC DISTRICT NOMINATION: CLEVELAND STREET & ENVIRONS ; Clearwater - u Each Phase of the Scope of Services may, at the discretion of the City, be addressed as an extension of the initial contract award. However, under no circumstances shall the Total contract award exceed the budget established herein. II. GENERAL INFORMATION: The firm(s) selected for these assignments will be expected to sign a contract with the City. Should the firm(s) selected respond as a "Team", the City reserves the right to approve the qualifications of and the inclusion of each specific company(ies) comprising said "Team". The City may also seek an opinion from the Florida Division of Historic Resources and the State Historic Preservation Officer (SHPO) in determining the firm(s) qualifications and abilities to perform the scope of services contained herein. Qualified responses will be reviewed and ranked by the City's Review Committee. Preference at the discretion of the Review Committee may be given to respondents having performed National Historic District nomination qualification survey work in Central Florida. Specific emphasis will be placed on firms with proven innovative and state of the art experience in qualifying Downtown Commercial and Residential areas as either Local and/or National historic districts and/or securing approval for individual nominations. The City's Review Committee may be made up of representatives of: . The City's Planning Department; . The City's Main Street Program; . The Clearwater Historical Society; and . Other Community members as deemed necessary OPENNESS OF PROCUREMENT PROCESS Written response, other submissions, correspondence, and all records made thereof, as well as negotiations conducted pursuant to this request, shall be handled in compliance with Chapters 119 and 286, Florida Statutes. The City gives no assurance as to the confidentiality of any portion of the qualifications once submitted. RETENTION AND DISPOSAL OF RESPONSE The City reserves the right to retain all submitted responses for official record purposes. The City also reserves the right to dispose of any or all copies of responses in whatever manner it deems appropriate. No copies of responses will be returned to the firm. 3 S:\Planning Department\DOWNTOWN PLAN IMPLEMENTATION\Cleveland Street Historic District Determination\RFQ # 43-03-- CLEVELAND ST..doc ERRORS AND OMISSIONS Once a response is presented, the City shall not accept any requests by any firm to correct errors or omissions in any calculations and materials submitted. RESERVED RIGHT The City reserves the right to accept or reject any and/or all submissions, to waive irregularities and technicalities, and to request resubmission. Any sole response received by the first submission date mayor may not be rejected by the City depending on available competition and timely needs of the City. The City shall be the sole judge of the acceptability of all submissions and the resulting negotiated agreement that is in its best interest and its decision shall be final. Also, the City reserves the right to undertake such investigations, as it deems necessary to determine the ability of any responder to perform the work or service requested. The responder shall provide information the City deems necessary to make this determination. CONFLICT OF INTEREST Any prospective firm should make an affirmative statement in its proposals to the effect that, to its knowledge, its retention would not result in a conflict of interest with any party. Alternatively, should any potential conflict exist, the prospective firm should specify the party with which there might be a conflict, the nature of the potential conflict, and the means proposed to resolve such conflict. RIGHT TO PROTEST Any actual or prospective responder who is aggrieved in connection with the solicitation or award of a contract may seek resolution of its complaints by contacting the Purchasing Manager. NO COLLUSION By offering a submission to this RFQ, the responder certifies, and in the case of a joint submission/proposal each party thereto certifies as to its own organization, that in connection with the submission/proposal: a. No attempt has been made or will be made by the responder to induce any other person or firm to submit or not to submit a submission/proposal for the purpose of restricting competition; and b. The only person(s) or principal(s) interested in this submission/proposal are named therein and that no person other than those therein mentioned has/have any interest in this submission/proposal or in the agreement to be entered into; and 4 S:\Planning Department\DOWNTOWN PLAN IMPLEMENTATION\Cleveland Street Historic District Determination \RFQ # 43-03-- CLEVELAND ST..doc c. No person or agency has been employed or retained to solicit or secure this agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or established commercial agencies maintained by the purchaser for the purpose of doing business. PROFESSIONAL SERVICES/CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA) - FLORIDA STATUTE 287.055 Professional services requested in this RFQ are within the scope of the practice of professional planning, historic preservation planning, architecture, landscape architecture, professional engineering, or registered land surveying, as defined by the laws of the State of Florida. Provisions ofF.S. 287.055 apply. APPROPRIATIONS CLAUSE The City, an entity of government, is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this contract for each and every fiscal year following the fiscal year in which this contract is executed and entered into and for which this contract shall remain in effect. The City shall, upon receipt of notice that sufficient funds are not available to continue its full and faithful performance ofthis contract, provide written notice to the Contractor of such event and effective 30 days after giving such notice or upon the expiration of the period of time for which funds were appropriated, whichever occurs first, be thereafter released at all further obligations in any way related to the contract. III. INSTRUCTIONS TO PROPOSERS: DELIVERY OF RESPONSES All submissions should be mailed or delivered to: George McKibben City Purchasing Manager Municipal Services Building 100 South Myrtle Avenue - 3rd Floor Clearwater, Fl. 33756 Mailing Address: P.O. Box 4748 Clearwater, FI, 33758-4748 5 S:\Planning DepartInent\DOWNTOWN PLAN IMPLEMENTATION\Cleveland Street Historic District Determination \RFQ # 43-03-- CLEVELAND ST..doc SUBMISSION DATES and TIME: All responses shall be delivered to the person and to the address captioned above NO LATER than 4:00 P.M. local time on December 05, 2003. QUESTIONS REGARDING SCOPE OF SERVICES OR PROCESS 1. To ensure fair consideration for all proposers, the City prohibits communication to or with any department, bureau, advisory board/commission or employee during the submission process, except as provided below. Additionally, the City prohibits communication initiated by a proposer to any City Official, employee or designee evaluating or considering the proposal before the award has been made. Any communication initiated between the proposer and the City to obtain information or clarification needed to develop a proper submission shall be done in accordance with the provisions of this section. Any communication initiated by a proposer that violates this prohibition may be considered grounds for disqualification for this award and any future request published by the City of Clearwater. . 2. Any question relative to interpretation of scope of services or the proposal process shall be directed as indicated below so that they may be addressed in ample time before the period set for the receipt and opening of the submitted proposals. The. City will not address questions regarding this submission any later than NoveJPber'24,~OQ3~ 3. Questions and or comments regarding this submission shall be directed in writing. FAX and E-Mail are acceptable formats to: George Mc Kibben City Purchasing Manager City of Clearwater, Florida P.O. Box 4748 Clearwater, FI. 33758-4748 Fax: (727) 562- 4634 E-Mail: gmckibben@myc1earwater-fl.com SUBMITTALS AND SUGGESTED FORMAT Those firms/teams wishing to be qualified are invited to submit the following: 11 copies of the statement of qualifications and experience (An original, nine copies and one copy in an acceptable electronic format). 6 S:\Planning Department\DOWNTOWN PLAN IMPLEMENTATION\Cleveland Street Historic District Determination \RFQ # 43-03-- CLEVELAND ST..doc All copies must be submitted in a sealed envelope and/or box and clearly marked with the proposal's nomenclature, and the name and address of the firm submitting the proposal (for Team submission-the Prime Contactor's name and address shall be used). ALL SUBMISSIONS MUST BE RECEIVED NOT LATER THAN 4:00 P.M. LOCAL TIME DECEMBER 05, 2003. The City assumes no responsibility for responses received after the stated time and date, or at any office or location other than that specified herein, whether due to mail delays, courier mistake, mishandling or any other reason. Late responses will be held unopened and not considered for award. As a minimum, interested firms should include the following information: . Cover Letter describing the firm's general qualifications and understanding of the project (Limit this part to no more than 3 pages); . Section 1: Qualifications of the firm and/or team-See Attachment A, Part 1 for detailed requirements of this section (Limit this section to no more than 40 pages); . Section 2: Experience-See Attachment A, Part 2, for detailed requirements of this section (Limit this section to no more than 20 pages); . Section 3: Capabilities-In addition to the discussion in Section 1, the City is interested in the reasons you believe your firm/team should be selected to provide these professional services. In particular, we are interested in the unique capabilities of your firm/team. Be specific as to the areas of your expertise and how the City will benefit from your selection. Finally, you will need to discuss your current workload and your ability to perform the requested services in a timely manner. Here, it will be useful to present a graphic time line with a discussion of your management and quality control measures to be utilized to ensure that all deliverables are of the highest professional standards. (Limit this section to no more than 15 pages); and . Section 4: Other information you believe will be advantageous to you as you articulate your firm's/team's case to the City. (Limit this section to no more than 5 pages). NOTE: Brochures or voluminous graphic examples to demonstrate your firm'slteams' experience and skills, while desirable, should not be the primary method of conveying your firm'sl team's uniqueness to the Committee. 7 S:\Planning Department\DOWNTOWN PLAN IMPLEMENTATION \ Cleveland Street Historic District Determination \RFQ # 43-03-- CLEVELAND ST..doc IV PROJECT SCHEDULE: The following schedule will apply to the selection of the successful candidate for this project: . Publication oftheRFQ November 05, 2003 . LastDate for Submission of Questions/Comments: November 24,2003 . Due Date for Submission of Proposals: December 05,2003 . S election Committee Decision (Short listing): December 10,2003 . Oral Presentation: l)eceQ1pet17, 200~ . Firm's/Team's Selection: .Dec~Q1be'r22~2003 V SELECTION PROCESS & SCORING CRITERIA Selection Process The City's Project Selection Committee will review each of the submissions submitted in a timely manner. Each firm/team will be accessed according to the criteria specified below. Following this initial review the Committee will select the top three firms/teams for oral presentation. All firms/teams responding to this request will be notified of the Committee's decisions. The short listed firmslteams will be notified of the date(s) scheduled fortheir oral presentation to the Committee. Specific times, location, specific requirements to be imposed by the Committee and a list of those attending will be provided to the firmslteams selected to present their case to the Committee. Following these presentations/interviews the Committee will rank the firms selected to present based upon the criteria specified below and make its decision. The firm/team selected by the Committee to be awarded the contract will be advised and the City will then enter into negotiations with said firm/team. Should negotiations fail to produce a signed contract with the "primary" firm/team, the City will then proceed to enter into negotiations with the next highest ranked firm/team until a firm contract is successfully consummated. 8 S:\Planning Department\DOWNTOWN PLAN IMPLEMENTATION \ Cleveland Street Historic District Determination\RFQ # 43-03-- CLEVELAND ST..doc Selection Criteria: In order to ascertain which proposal best meets the needs ofthe City of Clearwater, each proposal will be independently evaluated, utilizing the following criteria by members of the Committee. FACTOR POINT Rane:e A. QUALIFICATIONS 0-35 . Qualifications of the firm(s), principals. Project manager and other team members. . Educational background of team members. . Completeness of response to RGQ B. Experience 0-40 . Recent experience in similar work. . Meeting time and budget constraints. . Previous contracting experience with local governments. . Management experience-Quality Control, Minimization of change orders, et.a!. . Experience in completing National Register nominations. . Completing all documentation necessary for creating National and/or Local Historic Districts. C. Capabilities 0-25 . Current and projected workload; ability and capacity. to perform contracted services in a timely manner. . Location offirm's/team's primary offices. . Other information regarding the firm's/team's capacity. . Graphic capabilities. Maximum Points 100 IV Project Budget: Approximately $30,000 has been earmarked for these services. 9 S:\Planning Department\DOWNTOWN PLAN IMPLEMENTATION\Cleveland Street Historic District Determination \RFQ # 43-03-- CLEVELAND ST..doc V. Project Timeline: It is anticipated that the timeline in which to complete Phase I of this project will be approximately 90 Davs from the date when the City and the Selected firm/team have executed a contract for performing the services requested. INSURANCE REQUIREMENTS: See Attachment B. GENERAL TERMS AND CONDITIONS: 1. All responses become property of the City. 2. The City will not reimburse the respondent for any costs associated with the preparation, submittal, or presentation of their responses to this request. 3. The respondent acknowledges that all information contained within its response is part of the public domain as defined by State of Florida Sunshine and Public Record Laws. The City gives no assurance as to confidentiality of any portion of any proposal once submitted. 4. The awards made pursuant to this Request for Professional Qualifications are subject to the provisions of Chapter 112, Part III, Florida Statutes. All respondents must disclose with their responses the name of an officer, director, owner, or agent who is also an employee of the City. 5. Respondents, their agents, and associates shall refrain from contacting or soliciting any City officials regarding this Request for Professional Qualifications during the selection process. Failure to comply with this provision may result in disqualification of the respondent, at the option of the City. Only George McKibben may be contacted and through the methods described herein. 6. There shall be no discrimination as to race, sex, color, creed, handicaps, or national origin in the operations conducted under this engagement. 7. Due care and diligence has been exercised in the preparation of this Request for Professional Qualifications, and all information contained herein are believed to be substantially correct. However, the responsibility for determining the full extent of the services rests solely with those making responses. Neither the City nor its representatives shall be responsible for any error or omission in this response, nor for the failure on the part of the respondents to determine the full extent of the exposures. 10 S:\Planning Department\DOWNTOWN PLAN IMPLEMENTATION\Cleveland Street Historic District Determination \RFQ # 43-03-- CLEVELAND ST..doc 8. Preference will be given to those responses in full or substantially full compliance with the requested information in this document. 9. Each respondent is responsible for full and complete compliance with all laws, rules, and regulations including those of the Federal Government, the State of Florida, and the City of Clearwater. Failure or inability on the part of the respondent to have complete knowledge and intent to comply with such laws, rules, and regulations shall not relieve any respondent from its obligation to honor its response and to perform completely in accordance with its response. 10. Any interpretation, clarification, correction, or change to the Request for Professional Qualifications will be made by written addendum issued by the City's Purchasing Manager. Any oral or other type of communication concerning the Call for Professional Services shall not be binding unless issued by the City in the form of a written addendum. 11. Responses must be signed by an individual of the respondent's organization legally authorized to commit the respondent's organization to the performance of the services contemplated by this Request for Professional Qualifications. 12. The successful respondent shall be required to submit proof of licenses, certifications, and proofs of insurance as required by the City. 13. The successful respondent shall not be allowed to substitute project team members named in this response without the written permission of the City. 14. The designer is responsible for all costs associated with any non-discretionary changes. A bond for this purpose may be required. 11 S: \Planning Department\DOWNTOWN PLAN IMPLEMENTATION \ Cleveland Street Historic District Determination\RFQ # 43-03-- CLEVELAND ST..doc ATTACHMENT A PART 1. QUALIFICATION OF PERSONNEL The respondent shall include qualifications of the individual(s) and any sub-consultants/team members who will provide the services to be articulated in a negotiated Scope of Work. This narrative will describe the specific qualifying discipline(s) of each of these individuals. The individual team members shall present documented skills and academic achievement in the disciplines of Architecture, Architectural History, Archeology, Graphic Arts, Preservation Planning, Community Planning and/or related disciplines. This section should concentrate upon information for those individual team members who will carry out the Scope of Work on this project. The information provided in this section should be limited to a maximum of20 pages. The section must include: . A listing of the individuals and sub-consultant/team members to be utilized for a specific discipline; . Details of qualifications of the individuals and other team members to be assigned to the project to include: 1. Individual resumes, background, training, academic affiliations as they are specifically related to the task to be assigned and the scope of this project; 2. If sub-consultants are to be used as team members their credentials must be presented and the methods by which these firms will participate in the process should be detailed; 3. An outline of the proposed function each of the individuals will be expected to perform; 4. Individual's office location (Prime Contractor); and 5. Individual's current project assignments. . An organizational chart for this specific project. . List at least six (6) references for which the firm, individuals and/or other team members provided services that were similar in nature to the services desired by the City of Clearwater. Limit these references to clients within the State of Florida for whom you have provided similar services within the past three years. The reference listing should include the client's name, address, telephone/fax numbers, the client's project manager and a brief description on the work performed. 12 S:\Planning Department\DOWNTOWN PLAN IMPLEMENTATION\Cleveland Street Historic District Determination \RFQ # 43-03-- CLEVELAND ST..doc . A notarized statement to the effect that the selection of your firm/team shall not result in a conflict of interest with any other party that may be affected by the work to be undertaken within the City. . Provision of a copy of your firms active License to conduct business in the State of Florida. PART 2. EXPERIENCE The respondent should concentrate upon that professional experience similar in nature to the tasks to be undertaken in this RFQ. Your discussion should include the experience relevant to the Services to be provided by the City by all members ofthe team [primary and sub-contractor (s)]. In this' part of the discussion the respondent's information should include any innovational measures that have been used in the past, actions that may have resulted in cost savings for the Client, and any additional information that you feel will be beneficial to the City in evaluating your proposal. The information included in the section should be limited to a maximum of 15 pages and should include: . Briefhistory and organizational structure of your firm/ team; . Brief explanation of your approach to project management and quality control used in the past; . Explanation of the process and methods you have used/are using to minimize change orders, if applicable. 13 S:\Planning Department\DOWNTOWN PLAN IMPLEMENTATION \ Cleveland Street Historic District Determination\RFQ # 43-03-- CLEVELAND ST..doc ............T I ...... .LL. : lc~sTI .......... ' ........ ,. ON CREs I f"Jur Possible Study Areas I. : I. ..I, Downtown Plan Area .iml' ii.,) ,WAY. _ ..L. I: . J:- ~ - .. .. .. . .. ~ .... llJ & ~..Q ~ llJ J~ (j "'" "--', '\" "'-"" '\ '. "" ''!f~;;;''' '..;""o~, "~{C;;".., ""'1.v~ Ii, ~~", '<i", :' .............. / i ,i i i' ,i .... . ... .. ........ @ D .... . . ", . ..... ... .........1' ,t'.' ,.t", .T. i;( '.i '.",.....?.' i.................................................,:..'" I'l;el., .j., ,e" ".J.., r,r!: ',':ii,' 'if' i" ::!r "'~ R1'I"'Crr. ...... ,'LT i." ,'. ~, Historic District Study Area e't ..~'!!;L'GFm~' " ! I]' " I Ii'::.." 7' 'iLII'l . .!~~t :jj :! Ii j - . '.' .' '11! ':il" ,..., i:, ......".. )..r '. iT . '7, '.'V, ,':X. I. ,."".", .n!. "'i' , ....., i I .: I. I. 'T'. ..' ,/ i:" .::::U.il."."".....""i r<' Ii, "lJ~r'~'Ed ."",",t i:/ 'i'F"" .........+ , ,J. ,;' ',: jTlfj1~:'Tn=' '~~ i~ i~IH~ I \', m~ ".,. i'i.......J \ "".., ,..: i...! Ii, i C" '':IT.'..... ,""" )', . ,.~rT' I.' .i ,...... ... I: .' ~ '1 I' 'rl.": ,; 'T,~IIL;[ ['! Ii, ... ".,' ri""'" I w._ "~ :Tj " .. t "': "..Y , ('. I :;P :.....i , ". .. ..--", 't.'" .,J .;. ... "I 'H'] y- !L "........ ~, .. i' "' , " , ::.'- I ? - J [II' , I'.' ... 7' : , "::i4':~~ / IJ~ 1/:< ."'Z" Downtown Plan : , 'fT ..... ......., , ", .... T' .._, ......., I}' i. ;',\ ....,. " ,.' . -~ Iii !":.'.:.':.':."',.,' i !i: r 'i L JJ,:, ; : " I .' ,lC j I ;.. i' "',t...; :> . ~C' .. ,t - WE~~~iili~ i! ", i\:-', ,i:' t. lijilTj'i I \> ! I' "'m' I . il< mmm. ~~~,~ 1m ',. 'mm i I ,I" ; iF .i ',I ' 'I i',' I :: ...~[ L ;m!f:,llljl!Ji:,r:', i I" ,'m ~. ........ 'fi . ,.. '11...1.1. ~T! , I . '.11... "LTT l':! i .... Ii...... ."1," . , " .... j i. lll,l . ,;. ~ ~, ...... ~GN9[~DR. ........ , . '"" i.iA .1"',., . i ,,[,lill' ,i' : ". '.... 14 S:\Planning Department\DOWNTOWN PLAN IMPLEMENTATION \ Cleveland Street Historic District Determination\RFQ # 43-03-- CLEVELAND ST..doc ,i ~i it. .' ., I '0/ , ;/: ?' . .. '...... .m , I '~i i ' ui.'<J~ , :r 'I.: ' ..'.. '. .. "iT. j i mi i 'i ~ .::: lj ~~ ~ ~' CJ l,~ J.'-.....)iffi:/PA.....4c i.i... $;-'I~-- '. .. ~ tf ',7"8t..i/A; ''I' i/' ; , ,'1?!!I1',>1i c c '. I., , '1-', ! Of ,',. ~' ~~ctI" '/J' ".,!5' ::' I t ~I / JiJ' :' , I., 7 ..::;...J J 7 I ' ::' . ..c:uARST' I eL , ., ,~:-, ) " . . 7 E/ I ( T iJ .J '-'''--1:" mi f- . 1 ~-""~E----W:~--_ ,i t ~~'-~l-!-n_-i- )----... '~'- ,-~:. ''''1' !',-...'.....t::: ,__,'1,. i : ".:" ,l '!>'- l;' . ,-,..~---, ., ~ t---~-u-'i, =~: ~--- - , ~ ,__ _'ff;~F~, : 'ij: <-',;:J;i ~t, .: 'jU '..;jl "\ia1JnBTJ ~ ~ 'j ,r I I iC1 " I I - >.1:_" - J - I ",' I ~- rr 'I ~ .. r_-j_1J.L,1 ,~'_- '.f L-:.~-rrri=fP . UfiF:i t~""Hr,L: Downtown Plan Historic District Study Area "'~o~.", "~""~~~''''' "'~-i"". "~l:;" ~~~f' -- PALIIJEtTOST._: i'-~~- i' i-n.. ~_' I 1..__ : j~ !-~~rINOi.EST==" 'i -- - 1\ I " I EI,.ORID\lE lIT ',- iLl _ I l'i i ~~S:F=':I I _____j - f-- -n"l [-- '-~'~~J_~_'.~-~_,i - ['- 1_ i 1_+ : ---:~ !"--;-~~l~ -i1r- ':"1 f--,--~' - . ~ , re: I ' ' ! . i I e, .' ___ 2:.._. ,.m:, ,._l_._J I j - .~_ J._ ,I=: I, , g'-r~~~ON.,RD."~T ! i i f;!i II: It i II i! 10 ' ie' '~fLLLj~i lill · j-=~FGIt-1--tf~ ,_. i lILT j~lj ." ... fjJ iii ;I ... PEACH 8T elil ~ Z 2 i @ Possible Study Areas JASMINE WAY , - .. ,~ DRUIDRD i( ~ ID III ~ Cl z JASIIINE WAY ~ W+E 5 ~a260 Feet ~ .. ~ .. .. MAGNOLIA DR .j Ii J. '. I I . ..... ::ii i 'ff' PAI..V8I.~lm: I 9" !,' _!lJrT .~/ . '" a "!/ ' .~ ~ I . . <l' _ ::" '. ,-r',~ : 1'-' I, '$ l I::: : ,m ...m....mnTTj'~' "~' ~;p.RST {i i, - ! "....... 'J! ,~, . '1 .....: m", .. ',m...: i i i.d' I 77>J..:' ~.. .'. ...... !W;'1fE!i I. iT' e~~! h ~~ '1'11I ,~'~~~ ' //// ~ "I~ '!/~ ,J ~ :1-~. -! m' 'r/ . ' . ~ .~ aa~..,t :':j.!!j. ~DRiDGElJT ,_, A:'IJl. . . '/ Jr' . .., Ii ;E >- c," I, '" I ..,. '77" 0 '; ~" ........ L '.. ....'__ V/~. ..,' ~: MAPL6ST :iil I ' ... '- '~:/ v~~- ',,- .... · ~"fl: 'n 0/ 07#. '/ ....' ,~, _ '// / /'//L ~( '.' '1 'T!. · [', . ',',.. :.m~: III, 'w' "':.m , ~ - ~~ i _ ,~~' i :..:-:---.1 -:c(i [..:(! IL! , I,'> - I ,: :I, I .r~;_" " / /J".~ .... ! i ,;',. " -';: : Z JA~KSON RD _ . / /L/, . .. r 1_, ...~tst'm.'i-[in~HA/lr$T:l ,...:,'- H 5! ........ r ~/X 'lr: '/'j/ '/ 'A.. I '.'ull : i L :1 ~::IIIXi!,_' I ,~ii- .m 1m Vii' ~ r /. ~ "S' '~ 'T::', ~'-i :_- ~.....I l _ ..... r ~. ~ ">;; ~a~: "~T-' ~"'l~j , : · .':/iF..i ,....... /[m _j~~ ~'~ ~~'~f~~ ~~n ~,n~~:,~;~;~_', 1a- '/ - .= /" /. 1,// '/ /"/ r/, '/ J ~! L.AU~ST~ 67 v' Y// I 'I[, v.' ". ~~~.. !:51, '/ ' r/ %'/.~ '/ ~ if ~ I' , , ~ 'j/"/7 ~ " 'P<"\._,~~~;~:~r,~;:;:~"'" . ~.~ct ,'!,': L.'~... I ,.\ : 'ZV'j, r/'vy/" ~.'. ~. ".~ ii ,I ....... '>,~u ~I~RCEST : ~ ~~ Vv~ T -Ji- P1~~JT~ ~,'I' 1\ ~. ~~ V~~ I .'=..,D; Ii l '7/ /~" 7/ ,/~IfUHS I //b :,' ......... il::: i .......u... ~.'~ /~~~U~rST:~i ,. ...... V.J '/f~ '/~ :"')'1::: i.. 'V '// Z Ii 1 .' ,3 ~ - .. .. .. I [ i!,. ! Ii 1 ,\ [ '::.," . j 'i Idi:['~ i : : ~$~~,ST iL,Iu::' [,'fl!,i"!' ! i: :. i ,:, [: : :~ Downtown Plan Historic District Study Area PALMElfTOST, ....... , I ...... '_n. j SE~N_OLE ST__~-'-- ..... -- ',~ :~.. ";I' ,::!! ~ ~ lJ ~. '.~ ~ ~ ~. li ," >" Roc;ERS ST~ a CHESTNlIT sf " : w ~ :Tl ,i , i !. i ::..- "~~":,,! __. _!, _ l _I n, _ H',; L~ i 1- :~pp:lrri' --- i- I' i!, ,! Ij : r! ;......-..-ii--....! l;i ! -,." ; !... ,I _ ,,:,...1 .!.' !..~~["81;"."..;::., '. I !.\; ,!!i.. ............,...... ...; .~ ': .... !. I ,i I !!' III :( ... ....... couRT.iST ?- m w. ::!! ::J III >. < ~ TURNER at ~ u: o )t r- II: ~ m . . .. .. .. .. . -,. ... ~ iii nJRNERST ~ ci Z 2 u: ... i!; ~ ~ Z ~ ~ ... w ~ ... - u: ~ o III... III :i . . PEACH ST 1lJR~ST I : . HAROLD CT : lL 8 u: lL ............ PINE ST ; : : ~ III ..... ~ ~ PINE ST w ~ Z o III is ~ ~ OM eRes @ D Possible Study Areas w WAY rill. i III ~ CI Z JASMINE WAY ~ DRUID RD u Downtown Plan Area ~ . - . W+E S o 125 250 - .. 500 .~ "" MAGNOLIA DR Fo" I . .... . REQUEST FOR PROPOSAL CHECKLIST YES NO Statement of General Purpose a) Release date ))) Pre-proposal conference date and time c) Proposal due date and time of openine d) Selection of top candidates e) Vendor demonstrations f) Site visit dates - e) Staff recommendation date h) citY Commission action i) Contract initiation/start date i) Proiect completion Scope of Proiect Vendor Qualification Information to be Submitted Instruction for Preparation/Number of Copies Required When and How to Direct Inquiries How Addenda Will be Communicated General Contract Terms Special Contract Terms Evaluation Criteria Evaluation Team(Names and/or Departments) Bondine and/or Insurance Requirements . When Proposals Must be returned Standard Conditions (see attached) a. Appropriations Clause b. Protest Procedures c. No Corrections Clause d. Openness of Procurement e. No Collusion Clause f. Informalitv/Reiection Clause e. Professional Services Included in Florida Statutes Evaluation Committee Meetine Date/Time/Place Notice to Citv Clerk Attachments REQUIRED APPROVAL Department Director: Purchasing Manager: Risk Manager: City Manager: REQUEST FOR PROPOSAL CHECKLIST YES NO Statement of General Purpose a) Release date b) Pre-orooosal conference date and time c) Proposal due date and time of ooeninl! d) Selection of top candidates e) Vendor demonstrations 1) Site visit dates l!) Staff recommendation date h) City Commission action i) Contract initiation/start date i) Proiect completion Scope of Proiect Vendor Qualification Information to be Submitted Instruction for Preparation/Number of Copies Required When and How to Direct Inquiries How Addenda Will be Communicated General Contract Terms Special Contract Terms Evaluation Criteria Evaluation Team (Names and/or Deoartments) Bondinl!: and/or Insurance Requirements When Proposals Must be returned Standard Conditions (see attached) a. Appropriations Clause b. Protest Procedures c. No Corrections Clause d. Ooenness of Procurement e. No Collusion Clause f. InformalitvlReiection Clause l!. Professional Services Included in Florida Statutes Evaluation Committee Meetinl! DatelTime/Place Notice to City Clerk Attachments REQUIRED APPROVAL Department Director: Purchasing Manager: Risk Manager: City Manager: ACOBQM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 02/09/2004 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ,PRODUCER (727)797-5193 FAX (727)797-8605 I Alley, Rehbaum & Capes Assurance, Inc. I 2433 Gulf to Bay Blvd. I P.o. Box 4620 i Clearwater, FL 33758 INSURED Janus Research, Inc. P. O. Box 919 St. Petersburg, FL 33731 INSURERS AFFORDING COVERAGE INSURER A: Hartford Ins. Co. of S.E. (FL) INSURER B: Hartford Underwri ters Ins. Co. INSURER c: Bri dgefi e 1 d Casualty Ins Co INSURER 0: Houston Casualty Co. INSURER E: NAIC# 38261 30104 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I,N~: ~o..~1 TYPE OF INSURANCE POLICY NUMBER PRH~Y EFFECTIVE p~~~.'y EXPIRATION LIMITS GENERAL LIABILITY 2lSBABN8767 02/22/2004 02/22/2005 EACH OCCURRENCE $ 1,000,000 I-- I X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,000 ! I CLAIMS MADE m OCCUR MED ExP (Anyone persOn) $ 10,000 j A X PERSONAL & ADV INJURY $ 1,000,000 j GENERAL AGGREGATE $ 2,000,000 ~ GEN'L AGGREGATE LIMIT APPLIES PER; PRODUCTS - COMP/OP AGG $ 2,000,000 I I !Xl POLICY n j~8i n LOC AUTOMOBILE LIABILITY 2lUECUV0180 02/22/2004 02/22/2005 COMBINED SINGLE LIMIT r-x ANY AUTO $ (Ea accident) 500,000 I-- ALL OWNED AUTOS BODILY INJURY f-- $ SCHEDULED AUTOS (Per person) B I-- HIRED AUTOS BODILY INJURY - $ NON-OWNED AUTOS (Per accident) - f-- PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ R ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ tJ OCCUR D CLAIMS MADE AGGREGATE $ I $ ~ DEDUCTIBLE $ RETENTION $ $ j WORKERS COMPENSATION AND 0830-22755 01/01/2004 01/01/2005 X I T~~~Tfr,11=i-:.: I IOJtt- EMPLOYERS' LIABILITY 1,000,000 C .ANY PROPR.IETOR/P~EXEClJTIVE--_. E.L. EACH ACCIDENT $ -- --~--- "'---"- -----~---"-- - ... -~------ OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under 1,000,000 SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTH~ H703-B287 08/09/2003 08/09/2004 $1,000,000 P~ro essional Liab. D DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ~ertificate Holder is Additional Insured for General Liability City of Clearwater Attn: City Clerk P. O. Box 4748 Clearwater, FL 33758-4748 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY ACORD 25 (2001/08)