Loading...
AGREEMENT RE REDEVELOPMENT OF HERCULES INDUSTRIAL AREA '~, .. I ) INTERLOCAL AGREEMENT THIS INTERLOCAL AGREEMENT, entered into this ;)~ ~ day of , 1999, by and between PINELLAS COUNTY, FLORIDA, (herein er referred as "COUNTY"), and CITY OF CLEARWATER, FLORIDA, (hereinafter referred to as "CITY). WHEREAS, the COUNTY and CITY desire to jointly issue a Request for Proposal (see Exhibit "A", attached hereto and incorporated herein by reference) to invite prospective consultants an opportunity to submit proposals to provide economic analysis/strategic planning services related to the redevelopment of the Hercules Industrial Area; and WHEREAS, the COUNTY and CITY agree to jointly administer the Request for Proposal process, up to and including the selection of the consultant which meets the criteria as set forth in same. NOW, THEREFORE, in consideration of the mutual covenants, terms and conditions contained herein, the parties agree as follows: 1. SCODe. COUNTY and CITY agree to jointly administer the Request for Proposal pursuant to the terms and conditions as set forth in attached Exhibit "A". 2. Selection. COUNTY and CITY shall select a consultant based on the attached Request for Proposal and consultant's response to same. If COUNTY and CITY cannot agree on consultant, then this Agreement is void without further obligation of either party. If COUNTY and CITY agree on a consultant, then this Agreement authorizes the Administrator for each party to enter into an agreement with consultant under the terms described herein. 3. Term. The term ofthis Interlocal Agreement shall be for one (1) year commencing September 6, 1999 and ending September 5, 2000. 4. Cost. The total cost will not exceed $25,000, of which $12,500 will . come from the COUNTY and $12,500 will come from the CITY. 5. Notice. Either party may cancel this Agreement by giving the other party thirty (30) days written notice delivered or mailed as follows: County: Richard R. David, Chief of Staff Pinellas County Economic Development 14010 Roosevelt Boulevard Suite 704 Clearwater, Florida 33662 '\ ',," ~f ;~ (;I (~ IJIl I I City: Robert Keller, Assistant City Manager Director of Economic Development City of Clearwater Post Office Box 4748 Clearwater, Florida 337584748 6. Entire Agreement This document embodies the whole agreement of the parties. There are no promises, terms, conditions or allegations other than those contained herein. This agreement shall be binding on the parties, their successors, assigns and legal representatives. 7. Filing Effective Date. As required by Section 163.01(11), Florida Statutes, this Interlocal Agreement shall be filed with the Clerk of the Circuit Court of Pinellas County, Florida, after execution by the parties and shall take effect upon the date of filing. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date set forth above. 1-- Approved as to form: ~1 Attest: N/A Countersig ned: CITY 0 CLEARWATER, FLORIDA L~~-- Brian J. Auiist Mayor-Commissioner By: Michael J. Roberto City Manager Approved as to form: s;;:t$ ~ John Carassas Assistant City Attorney Attest: "'- ~ 2" .M I I CITY OF CLEARWATER & PINELLAS COUNTY FLORIDA ECONOMIC DEVELOPMENT DEP ARTMENTS REQUEST FOR PROPOSAL FOR ECONOMIC ANAL YSIS/STRA TEGICPLANNING CONSULTANT SERVICES 1. INTRODUCTION The Clearwater City Commission has prepared a Vision Statement that includes a strong commitment to quality economic development and the continued growth of business. Similarly, the Pinellas County Commission has articulated that economic development is of the highest priority in Pinellas County. Both governments have intensified their commitment of resources to the creation of wealth and jobs that support families. Economic development within the City of Clearwater concentrates redevelopment because the City is virtually built out. The most recent areas in which the City has concentrated its redevelopment efforts are the Downtown and the Brownfields areas. In addition, another area of Clearwater which is in need of immediate assistance for a redevelopment strategy is in the north central portion of the City commonly referred to as the Hercules Industrial Area. This area (see attached map for general boundaries) contains land which lies in part in the City of Clearwater and in part in unincorporated Pinellas County. This fact demands special sensitivity to land planning, infrastructure, taxation and political considerations. The economic development staffs from both the City of Clearwater and Pine lias County (hereafter City & County) have agreed to combine their efforts to create a unified framework for redevelopment strategies in the Hercules Industrial Area. Decisions which commit resources to this redevelopment effort in the Hercules. Industrial Area have far-reaching impacts on the community's financial position, tax structure, and overall economy. As a result, the City & County are welcoming proposals from consultants who can impart knowledgeable advice to decision makers in this endeavor. 2. . GENERAL PURPOSE The City & County are seeking responses from qualified professionals for the following: Retaining consulting services for assistance in the creation of economic redevelopment strategies for the Hercules Industrial Area The consultant firm will be expected to sign a contract with the City & County for a negotiated fee. The consultant firm selected will be used and reimbursed on a case by case basis. The total reimbursement is not to exceed $25,000.00 without amendment and approval by the City & County Commissions. 1 I I The City & County will select and negotiate with the finn whose proposal is the most responsive to the RFP and in the best interest of the City & County. Qualifications submitted in response to this RFP must provide sufficient detail and infonnation to complete an evaluation of their merit. The instructions contained herein must be followed to be considered responsive to this RFP. The City & County reserve the right to reject any or all responses. 3. SCOPE OF SERVICES The qualified and experienced economic development consulting finn will be on retainer to assist in the creation of an economic redevelopment strategy for the Hercules Industrial Area. The Consultant services shall begin upon execution of the Standard Consultant Agreement and extend for one (1) year, with optional one year extensions at the request of the City & County. Potential services include, but are not limited to, the following: Assist in the development of baseline infonnation on the existing commercial/industrial businesses located in the Hercules Industrial Area Analysis of the market potential of the area Initial analysis of planning and regulatory issues and recommendations for a strategic approach to redevelopment of the area. Recommend and assist in the redevelopment strategies that will address the market needs. Assist in conducting economic impact studies to determine the impact of the redevelopment of the area on the City & County. Assist with financial projection s of estimated funding requirements. Assist in identifying alternative funding sources for redevelopment of the area. Provide advice on examining prospective financial information, evaluating alternative fimding approaches and strategies and assisting in the coordination of the financing process. Assistance to ensure accurately reported financial information. Assist in developing business, market, and operation plans to determine how the redevelopment project should be structured and operated. 4. RFP RANKING Proposal ranking results will be announced and all responses shall be a matter of public record. Criteria for evaluation are set forth in Section 22 of this document. These criteria will be used by the City & County to determine, in its judgment, the proposals it deems to be in its best interest. Negotiations will proceed, if at all, with the responsible ranked firm whose proposal is determined 2 I I by the City & County to be in its best interest. The City & County reserve the right to reject any or all responses with or without cause. 5. PROPOSAL SUBMISSION Qualified firms are invited to notify the City of Clearwater of their interest in this project and to submit six (6) copies of the information required in Sections 17-20, showing the qualifications of your firm, and your firms proposal to the address below by the required date. Additional response forms and non-technical information may be obtained from George McKibben, City Purchasing Manager, (727) 562-4634. MAIL OR DELIVER COMPLETED RESPONSES TO: George McKibben City Purchasing Manager Municipal Services Building 100 South Myrtle Avenue (3rd floor) Clearwater, FL 33756 Mailing address: PO Box 4748 Clearwater, FL 33758-4748 The delivery of the responses to the City of Clearwater Purchasing Office prior to the specified date and time is solely and strictly the responsibility of the responding firm. The City shall not, under any circumstances, be responsible for delays caused by the United States Postal Service or any private delivery service, or for other delays. All responses must be manually and duly signed by an authorized corporate officer, principal, or partner with the authority to bind said firm. All responses must be marked on the outside: "Request to Provide Professional Consultant Services" for the City of Clearwater, Florida To be opened at 4:00 PM, EDT, August 30, 1999. Each respondent is solely responsible for reading and completely understanding the requirements of this RFP..The opening time shall be and must be scrupulously observed. Under no circumstance will responses delivered after the specified delivery time be considered. Late submissions shall be returned unopened to the firm with the notation "The response was received after the delivery time designated for the receipt and opening of the responses." All responses shall be prepared and submitted in accordance with the provisions of this RFP. However, the City & County may waive any informalities, irregularities, or variances, whether technical or substantial in nature, or reject any and all responses at its discretion. Any responses may be withdrawn prior to the indicated time for opening of the responses or authorized proponent thereof. 3 I I 6. INQUIRIES AND ADDENDA Each firm shall examine all RFP documents and shall judge all matter relating to the adequacy and accuracy of such documents. Any inquiries, suggestions or requests concerning interpretation, clarification, or additional information pertaining to the RFP shall be made in writing a minimum offive (5) working days prior to due date through the City of Clearwater's Purchasing Manager, George McKibben, at PO Box 4748, Clearwater, FL 33758-4748; or FAX (727) 562-4635. The City & County shall not be responsible for oral interpretations given by any City and/or County employee, representative, or others. The issuance of a written addendum is the only official method whereby interpretation, clarification, or additional information may be given. If any addenda are issued to this RFP, the City & County will attempt to notify all prospective firms who have secured same. However, it shall be the responsibility of each firm, prior to submitting the proposal, to contact the City of Clearwater's Purchasing Manager (727) 562-4634 to determine if addenda were issued and to make such addenda a part of the proposal. 7. RESPONDER PREPARATION EXPENSES Each responder preparing a response to this request shall bear all expenses associated with their preparation. Firms shall prepare a response with the understanding that no claims for reimbursement shall be submitted to the City & County for the expense of preparation or presentation. 8. OPENNESS OF PROCUREMENT PROCESS Written responses, 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 & County give no assurance as to the confidentiality of any portion of the response once submitted. 9. ERRORS AND OMMISSIONS Once a competitive response is submitted, the City & County shall not accept any request by any proposer to correct errors or omissions in any calculations or competitive price submitted. 10. INFORMALITYWAIVERlREJECTIONOF BIDS The City & County reserve the right to reject any or all responses and to waive any irregularity, variance or informality whether technical or substantial in nature, in keeping with the best interest of the City & County. 11. TIME SCHEDULE The City & County will utilize the following time table with the goal of selection. This schedule may be altered solely at the discretion of the City & County. 4 I I July 30, 1999: Release Date August 30, 1999: RFP Openings - 4:00 PM, 100 So. Myrtle Avenue, Purchasing Room #342, Clearwater, FL Week of August 30, 1999: Selection of Firms for Oral PresentationlInterviews (IF NECESSARY) September 6-1 0, 1999: Oral Presentations to Evaluation Committee (IF NECESSARY) September 10, 1999: Rank firms (Evaluation committee) Week of September 15, 1999: Negotiate Contract September 20, 1999: A ward of contract 12. PRESENTATION After the initial submittals have been reviewed, the top three firms may be asked to appear for a presentation before City & County personnel to answer additional questions. 13. RIGHT TO PROTEST Any actual bidder who is aggrieved in connection with the solicitation or award of a contract may seek resolution of his /her complaints by contacting the Purchasing Manager, and if not satisfied, with the City Manager. A protest with respect to the specifications of an invitation for bid or request for proposals shall be submitted in writing a minimum of five (5) work days of the notice of intent to award. Exceptions may be granted if the aggrieved person could not have been reasonably expected to have knowledge of the facts giving rise to such protest prior to the bid opening or the closing date for proposals. 14. NO COLLUSION By offering a submission to the RFP, the respondent certifies that the respondent has not divulged to, discussed or compared his/her competitive response with other responders and has not colluded with any other responders or parties to this competitive response whatsoever. 15. APPROPRIATIONS CLAUSE The City & County, as entities of government, are 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 the contract for each and every fiscal year following the fiscal year in which the contact is executed and entered into and for which the contract shall remain in effect. The City & County shall, upon receipt of notice that sufficient funds are not available to continue its full 5 I I and faithful performance of the contract provide prompt written notice to the Contractor of such event and effective thirty (30) days after giving such notice or upon the expiration of the period of time for which funds were appropriated, whichever comes first, be thereafter released of all further obligations in any way related to the contract. 16. INSTRUCTIONS FOR PREP ARA TION OF PROPOSALS All proposers submitting responses shall provide sufficient information and data to fully allow a complete evaluation of the competitive proposal to be made. Information and data submitted by each proposer may become a part of the proposal. Six (6) copies of the proposal must be submitted. If, through any cause, the firm fails to fulfill in timely and proper manner the obligations it has assumed, the City & County reserve the right to terminate the contract by specifying the date of termination in writing to the firm at least thirty (30) working days before the termination date. Any agreement or contract that results from acceptance of a proposal must be on forms either supplied by or approved by the City & County and must contain, as a minimum, applicable provisions contained in the RFP. The firms shall not assign or transfer any interest in the contract without the prior written consent of the City & County. No reports, information or data given to or prepared by the firm under the contract shall be made available to any individual or organization by the firm without the prior written approval of the City & County. 17. INSURANCE REOillRMENTS See Exhibit A. 18. OUALIFICA TIONS OF FIRM Indicate size of firm, organizational structure, location of management and charter authorization and licenses to do business in the State of Florida. Describe in general your firm's national, statewide and local service capabilities. Describe resources available to your firm such as computer capability, access to market information, personnel with specialized knowledge and legal expertise in the applicable fields. Describe your firm's experience in serving as an economic analysis and strategic planning consultant to local government units. Indicate your firm's experience in dealing with economic development proj ects during the past two years, including the extent to which governmental clients were involved. Describe any innovations that your firms has developed or has been involved with in the area of the 6 I I economic redevelopment. Indicate the capability of your firm to hold harmless, indemnify and defend the City & County for losses, costs and expenses arising from liability claims resulting from alleged negligence of your firm, its officers, employees and subcontractors; describe liability insurance coverage carried by your firm. 19. FIRM PERSONNEL List personnel to be assigned to the City & County engagement, both primary and backup personnel. Please include resumes. 20. CONTRACT AND COMPENSATION Please furnish a proposed contract including fee proposals. Describe the firm's proposed fee schedule for the proposed services and for various alternative financing methods. Indicate your firm's policy regarding out-of-pocket and or indirect cost expenses; if your firm proposes reimbursement from the City & County, please itemize the types of expenses and basis filling for each. 21. COMPLETENESS OF COMPETITIVE PROPOSALS Following the receipt of competitive proposals, the City & County shall review all proposals with respect to completeness and conformance with the instructions and requirements specifically indicated in this RFP. Proposals which are deemed incomplete and/or non-conforming with instructions and requirements of this RFP may not be given further evaluation. The City & County reserve the right to reject any or all proposals and to waive any irregularity, variance, or informality whether technical or substantial in nature, in keeping with the best interest of the City & County. 22. SELECTION CRITERIA This evaluation and ranking of all competitive proposals received shall be accomplished utilizing the criteria described in this Section. Information and data included in the Consultant's proposal shall be considered in the evaluation and ranking process. All proposals shall be evaluated with respect to the completeness of the data provided, support for all claims made, and the overall approach taken. The following criteria shall be utilized in the evaluation of the proposals: Organization, size, structure and technical resources of the firm, and the qualifications and availability of key personnel to be assigned to the City & County. 30% Knowledge of the general character and environment of the City of Clearwater, Pinellas County and other Florida municipalities, including successful experience servicing local governments in 7 ,1 I I Florida. 10% Experience in dealing with investors, financial institutions, private businesses and municipal bond credit enhancers. 10% Experience in the areas of economic analysis, data collection, redevelopment projects and strategic planning. 30% Experience in dealing with multiple jurisdictions, collaborative land planning and infrastructure. 10% Innovati ve features and use of these features by current and past clients. 10% 23. FEES AND CONTRACT LANGUAGE An evaluation will be made of the cost and fees, as well as contract language proposed, to meet the terms and conditions of this RFP. 24. REFERENCES References may be called regarding the level of satisfaction with services rendered by the proposing firm, technical ability, cost, education of and presentation to governing bodies. 25. NEGOTIATIONS Following the ranking of the proposals reviewed, the Selection Committee shall designate the top ranked firm and enter into negotiations. The Committee shall notify the firm in writing. Negotiations shall begin based on the schedule in Section 11, or within five (5) calendar days of notification by the City & County, whichever is later. If negotiations are successful, the Committee shall recommend the favorable firm to the City & County Commissions. Thereafter, the City & County may issue a notice of intent to enter into an agreement with the firm by certified mail. If the negotiations are unsuccessful, the committee shall begin negotiations with the second ranked firm. The committee reserves the right to negotiate whatever schedule is convenient to it and which is in the best interest of the City & County. 8 CD I I . CALUUET ST ~ II) w z CAlUMET ST w ~ on a::: ('II 0 . Ii U LOGAN ST 0 ~ lI'l ~ a: cj SHERWOOD ST II) GENTRY ST ::> a::: ~ CARROll ST u a::: < RANCE RO en a::: ~ w 0 ..j ::> u a::: w J: GRAND AVE WEA VER PARK DR D~D! 0 ~ ~ pAUotmO ST C.R.. SSG D ~ ~ ~@~LJ(}={J e CITY OF' ClEARWATER. F'LORIDA PUBUC WORKS AOMINISTRATION ENGINEERING -... SIlO -II' PO -II' N/" INDUSTRIAL AREA GENERAL \1CINITY MAP - 07/07," -- II. .., I fIIf I SCALE: ,. - 800' I I EXHIBIT A- to CITY OF CLEARWATER RFP # INSURANCE REQUIREMENTS 1. Liabilitv Insurance. The vendor shall furnish, pay for, and maintain during the life of the contract with the city the following liability coverages: a. Comprehensive General Liability insurance on an "occurrence" basis in an amount not less than $500,000 combined single limit Bodily Injury Liability and Property Damage Liability. b. Business Automobile Liability insurance in the amount of at least $500,000, providing Bodily Injury Liability and Property Damage Liability. c. Worker's Compensation Insurance applicable to its employees, if any, for statutory coverage limits in compliance with Florida laws, including Employers' Liability which meets all state and federal laws. d. Professional Liability/Malpractice/Errors or Omissions insurance, as appropriate for the type of business engaged in by the Vendor, shall be purchased and maintained by the Vendor with minimum limits of $500,000 per occurrence. 2. Additional Insured. The city is to be specifically included as an additional insured on all liability coverage described above, except the insurance coverage identified in paragraph 1 (d) . 3. Notice of Cancellation or Restriction. All policies of insurance must be endorsed to provide the city with thirty (30) day's notice of cancellation or restriction. 4. Certificates of Insurance/Certified Conies of Policies. The vendor shall provide the city with a certificate or certificates of insurance showing the existence of the coverages required by this RFP. The vendor will maintain these coverages with a current certificate or certificates of insurance throughout the term of the contract with the 1 I I city. When specifically requested by city in writing, the vendor will provide city with certified copies of all policies of insurance as required above. New certificates and new certified copies of policies, if certified copies of policies have been requested, shall be provided city whenever any policy is renewed, revised, or obtained from other insurers. 5. The address where such certificates and certified polices shall be sent or delivered is as follows: City of Clearwater Attention: City Clerk P.o. Box 4748 Clearwater, FL 33758-4748 6. The vendor shall defend, indemnify, save and hold the city harmaess from any and all claims, suits, judgments and liability for death, personal injury, bodily injury, or property damage arising directly or indirectly from any performance under this RFP, or a subsequent purchase order or contract entered into by city and vendor, its employees, subcontractors, or assigns, including legal fees, court costs, or other legal expenses. Vendor acknowledges that it is solely responsible for complying with the terms of this RFP or a purchase order or contract arising out of this RFP. In addition, the vendor shall, at its expense, secure and provide to City, prior to beginning performance under this RFP, or a subsequent purchase order, or contract, all insurance coverages as required in this RFP. 7. Any party providing services or products to the city will be expected to enter into a written agreement, contract, or purchase order with the city that incorporates, either in writing or by reference, all of the pertinent provisions relating to insurance and insurance requirements as contained herein. A failure to do so may, at the 80le option of the city, disqualify any vendor, bidder or proposer of services and/or products to the city. 2 i I CITY OF CLEARWATER "Professional Consultant Services" RATING SHEET Date: Name of Firm: Criteria Maximum Score Comments Points Organization, Size Structure and 10 Technical Resources of Firm Knowledge and Experience with 15 Florida Municipalities Recent experience in dealing with economic development where 20 governmental clients were involved Innovative Features/Current Use 15 Completeness of Response to this 5 RFP Ability to Communicate Effectively 10 Qualifications/Availability of Key 5 Personnel to be Assigned to the City Reports From References 5 " Evaluation of Agreement/Contract 5 Principal consultant is located in 10 Tampa Bay region 100 9