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