10/12/2020Monday, October 12, 2020
9:00 AM
City of Clearwater
Main Library - Council Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
Main Library - Council Chambers
Community Redevelopment Agency
Meeting Agenda
October 12, 2020Community Redevelopment Agency Meeting Agenda
To ensure public safety and comply with the Governor's Safer at Home order in response to the
COVID-19 virus, the Clearwater City Council will hold a public meeting on Monday, October 12, 2020 at
9:00 a.m. using communications media technology.
Pursuant to Executive Order No. 20-69, issued by the Office of Governor Ron DeSantis on March 20,
2020, municipalities may conduct meetings of their governing boards without having a quorum of its
members present physically or at any specific location, and utilizing communications media technology
such as telephonic or video conferencing, as provided by Section 120.54(5)(b)2, Florida Statutes.
The meeting will be held through the Zoom platform and will be broadcast live
on the city's website (https://www.myclearwater.com/government/council-meeting-streaming-videos),
o n F a c e b o o k ( w w w . f a c e b o o k . c o m / c i t y o f c l e a r w a t e r ) a n d o n Y o u T u b e
(www.youtube.com/myclearwater) as well as the following public access TV channels:
Spectrum Channel 638, Frontier Channel 30 and WOW! Channel 15.
Citizens wishing to provide comments on an agenda item are encouraged to do so
in advance through written comment. The City has established the following four options to ensure
public comment for a virtual meeting:
1)eComments via Granicus - eComments is integrated with the published meeting agenda.
Individuals may review the agenda item details and indicate their position on the item. You will be
prompted to set up a user profile to allow you to comment, which will become part of the official public
record. The eComment period is open from the time the agenda is published. Comments received
during the meeting will become part of the official record, if posted prior to the closing of public
comment. The City Clerk will read received comments into the record.
2)Email – Individuals may submit written comments or videos to
ClearwaterCRA@myclearwater.com. All comments received by 5 p.m. the day before the meeting
(October 11) will become part of the official record. The City Clerk will read received comments into the
record.
3)Call-in - During the meeting individuals will be able to call in to 562-4646 and be placed on-air to
speak to an individual item.
4)Council Chambers - Additionally, like any other council meeting, the public may provide public
comment at the Main Library, Council Chambers, 100 N Osceola Avenue. Due to COVID-19, all
speakers desiring to appear in person will be subject to all applicable emergency measures in place to
prevent the further spread of COVID-19. Speakers who appear in person will be subject to screening
for symptoms of COVID-19. Any persons exhibiting any symptoms of COVID-19 will not be permitted to
enter council chambers but will be able to participate through the remote options described above.
Individuals with disabilities who need reasonable accommodations to effectively participate in this
meeting are asked to contact the City Clerk at (727)562-4092 or rosemarie.call@myclearwater.com in
advance.
1. Call to Order
2. Approval of Minutes
2.1 Approve the minutes of the September 14, 2020 CRA Meeting as submitted in
written summation by the City Clerk.
3. Citizens to be Heard Regarding Items Not on the Agenda
Page 2 City of Clearwater Printed on 10/7/2020
October 12, 2020Community Redevelopment Agency Meeting Agenda
4. New Business Items
4.1 Approve a Community Redevelopment Agency contribution of $305,000 to be
set aside as a commitment for the Minimum Local Government Areas of
Opportunity Funding that is required for Blue Pierce, LLC, as
Successor-in-Interest to Blue Sky Communities, LLC, (Blue Sky) to receive a
basis boost in the State of Florida’s Low Income Housing Tax Credit Program
(LIHTC) for an 81-unit affordable housing development project at 610 Franklin
Street; approve the First Amendment to Agreement for Development and
Purchase and Sale of Property (Amendment) between the Community
Redevelopment Agency, the City of Clearwater and Blue Pierce, LLC (Blue
Pierce); and authorize the appropriate officials to execute same
4.2 Authorize the CRA Executive Director to prepare an agreement for the
development and sale of the property at 306 South Washington Avenue for the
purposes identified in RFP 53-20.
5. Director's Report
6. Adjourn
Page 3 City of Clearwater Printed on 10/7/2020
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#20-8030
Agenda Date: 10/12/2020 Status: Agenda ReadyVersion: 1
File Type: MinutesIn Control: Community Redevelopment Agency
Agenda Number: 2.1
SUBJECT/RECOMMENDATION:
Approve the minutes of the September 14, 2020 CRA Meeting as submitted in written
summation by the City Clerk.
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 10/7/2020
Community Redevelopment Agency Meeting Minutes September 14, 2020
Page 1
City of Clearwater
City of Clearwater
Main Library - Council Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
Meeting Minutes
Monday, September 14, 2020
9:00 AM
Main Library - Council Chambers
Community Redevelopment Agency
Draft
Community Redevelopment Agency Meeting Minutes September 14, 2020
Page 2
City of Clearwater
To ensure public safety and comply with the Governor's Safer at Home order in response to the
COVID-19 virus, the Clearwater City Council will hold a public meeting on Monday, September 14, 2020
at 9:00 a.m. using communications media technology.
Pursuant to Executive Order No. 20-69, issued by the Office of Governor Ron DeSantis on March 20,
2020, municipalities may conduct meetings of their governing boards without having a quorum of its
members present physically or at any specific location, and utilizing communications media technology
such as telephonic or video conferencing, as provided by Section 120.54(5)(b)2, Florida Statutes.
Roll Call
Present 5 - Chair Frank Hibbard, Trustee David Allbritton, Trustee Hoyt Hamilton,
Trustee Kathleen Beckman, and Trustee Mark Bunker
Also Present – William B. Horne II – City Manager, Micah Maxwell – Assistant City
Manager, Michael Delk - Assistant City Manager, Pamela K. Akin –
City Attorney, Rosemarie Call – City Clerk and Amanda Thompson –
CRA Executive Director
To provide continuity for research, items are listed in agenda order although not
necessarily discussed in that order.
Unapproved
1. Call to Order – Chair Hibbard
The meeting was called to order at 9:00 a.m. via communications media
technology.
2. Approval of Minutes
2.1 Approve the minutes of the July 13, 2020 CRA Meeting as submitted in written
summation by the City Clerk.
Trustee Hamilton moved to approve the minutes of the July 13, 2020
CRA Meeting as submitted in written summation by the City Clerk.
The motion was duly seconded and carried unanimously.
3. Citizens to be Heard Regarding Items Not on the Agenda
Kathy Flaherty submitted an eComment regarding the CRA's Draft
Community Redevelopment Agency Meeting Minutes September 14, 2020
Page 3
City of Clearwater
purchasing policies that was read into the record by the City Clerk (see
page 12).
4. New Business Items
4.1 Review the Community Redevelopment Agency (CRA) draft strategy that outlines the
CRA’s work program from October 2020 through December 2022.
The purpose of this item is to present the proposed October 2020 - December
2022 Community Redevelopment Agency (CRA) implementation strategy for
discussion and feedback from the CRA Trustees. Revitalizing a downtown is a
long term, complex process at the intersection of community engagement,
economic development and urban planning. The CRA relies on partnerships,
both city departments and external organizations, to bring the adopted vision for
downtown to life. Commitment to a work program and funding priorities allows
staff to successfully plan for multi-year projects and communicate potential
CRA investments to its partners.
In May 2018, the CRA Trustees adopted a new Clearwater Downtown
Redevelopment Plan which outlined a vision and goals to increase the
attractiveness of downtown as a place to live, work and play. The 2018
redevelopment plan also established an operational framework and capital
improvements budget for the next 5-10 years. On October 29, 2018, the CRA
trustees adopted a more detailed 18-month implementation strategy to guide
the short-term work of CRA staff and investments. The strategy had one main
outcome, “to shift the perceptions held by the public and investors about city
government and downtown Clearwater to one that aligns with the 2018 adopted
vision.” This strategy had four objectives; each objective contained a variety of
tasks:
- Creating and sharing authentic, positive stories about Downtown
Clearwater
- Beginning construction on Imagine Clearwater
- Permitting 600 housing units
- Attracting $100 million dollars of private investment
The CRA was able to achieve significant progress in each area, including a shift
in operations to prioritize marketing, beautifying public spaces and providing
new signature events. RFPs were issued for three CRA owned sites and seven
food and drink grants were awarded. The CRA hosted the “Dreams of Dali”
virtual reality exhibition for six months attracting over 4,600 visitors to downtown
and winning an “Best of Bay” award. The 15% design was completed for
Imagine Clearwater as well as the Harborview Center was demolished.
However, during this time very few housing units were constructed and there
was little private investment. This was primarily due to the lack of investor
confidence in downtown’s ability to attract customers/residents, the difficulty of Draft
Community Redevelopment Agency Meeting Minutes September 14, 2020
Page 4
City of Clearwater
obtaining financing to construct multi-story housing and the CRA’s limited
network of potential investors.
This year has brought significant changes for the CRA including new trustees,
the COVID-19 pandemic, a shift in the design of Imagine Clearwater to
emphasize the live performance venue and a new funding source through
Pinellas County for workforce housing. Downtown businesses and City/CRA
staff have responded to these challenges with creativity through the temporary
closure of the 400-500 blocks of Cleveland Street and the restaurant voucher
program among other initiatives.
Over the next two years, there will be significant construction of public
improvements throughout the CRA with Streetscape Phase III/Mercado in the
Downtown Gateway and the waterfront redevelopment in the Downtown Core
which will impact the accessibility and visibility of current businesses. There
could be a referendum on the sale/lease of the bluff properties and the
establishment of a conservancy which will need the support of Clearwater
voters and donors to be successful. There will be increased county funding for
workforce housing developments as well as the continuance of the Opportunity
Zone federal tax benefits which could stimulate multi-family housing
construction. Physical distancing impacts from COVID-19 will be in place
through Spring 2021 limiting in person special events continuing the need to
create new ways of gathering. Anticipating the impact of these factors is an
essential part of our planning for the next two years. It is vital that the CRA keep
downtown at the forefront of our residents’ and visitors’ minds to sustain current
businesses and build up patrons for future ones.
The outcome of the proposed strategy is the same at the 2018 strategy - to
change the perception held by the public and investors about downtown to one
that is positive and encourages investment. All the proposed CRA programs,
capital improvement projects and activities are designed to change the
perception of downtown to show it is welcoming, arts infused, vibrant, diverse
and sustained by partnerships. The work will be contained in three focus areas:
1. Creating and sharing positive, authentic stories about downtown
Clearwater
2. Increasing investor confidence
3. Investing in placemaking and placekeeping
The plan lists the proposed activities for each focus area as well as how we will
measure our success. Highlights include new business assistance grant
programs, identifying “Downtown Champions” to bring their ideas to life in
downtown, the redevelopment of CRA owned properties with housing, public art
projects and increased marketing efforts to target developers. Staff has created
momentum over the past two years and are poised to continue the ongoing
transformation of downtown. Staff looks forward to the Trustees’ feedback and
guidance on this approach. Staff anticipates bringing a final strategy for adoption
in October 2020. Draft
Community Redevelopment Agency Meeting Minutes September 14, 2020
Page 5
City of Clearwater
APPROPRIATION CODE AND AMOUNT:
CRA expenditures are identified and approved as part of the annual budgeting
process.
CRA Executive Director Amanda Thompson provided a PowerPoint
presentation.
In response to questions, Ms. Thompson said the perception of downtown
has been changing slowly but steadily; interest has increased from real
estate developers and restaurant businesses in the CRA are more
stabilized. A statistically significant survey of Clearwater residents and
surrounding municipalities regarding their perceptions of downtown has
not been conducted. The community survey that is conducted every
other year included a question on Downtown that asked what residents
would like to see. Ms. Thompson said staff believes the survey should be
divided into two audiences - investors and visitors. She said several
small focus groups have been held for real estate brokers. Staff is
creating a slide deck that will include CRA demographics, economic
development information and property information with desired
establishment that will be used for an advertising
campaign targeting investors and investment firms. The advertising
campaign will be conducted November through February. Staff will
approach property owners regarding including their information in the
slide deck. Ms. Thompson said the purpose of the CRA is to restore
function of a private market and will only be in existence for 13 years. The
CRA is looking to sell properties but not opposed to leases; there are
three available properties.
In response to a suggestion, the City Attorney said staff can provide the
Trustees at the next meeting a memo analyzing legal limitations
associated with incentivizing or penalizing property owners with vacant
storefronts. The memo will also include the constitutional issues
associated with not-for-profit owned properties.
In response to questions, Ms. Thompson said in some cases the vacant
property owner does not have the funds needed to invest for
improvements and the CRA cannot fund the build-out of every space.
The knowledge of a property owner's financial standing is limited to what
the owner shares with staff.
Draft
Community Redevelopment Agency Meeting Minutes September 14, 2020
Page 6
City of Clearwater
One individual submitted an eComment in opposition that was read into
the record by the City Clerk (see page 13).
In response to the public comment, the City Manager said the statement
attributed to him was incorrect.
There was consensus for staff to move forward with the presented work
program and to consider conducting a scientific survey of the downtown,
with a radius greater than Clearwater, on the perception of Downtown and
what keeps individuals away.
4.2 Approve the Fiscal Year 2020-2021 Community Redevelopment Agency Preliminary
Budget, adopt CRA Resolution 20-02 and authorize the appropriate officials to execute
same.
The purpose of this item is to adopt the Fiscal Year (FY) 2020-2021 Community
Redevelopment Agency budget. The proposed budget provides funding to
implement the 2018 Clearwater Downtown Redevelopment Plan. CRA
programs are focused on creating and sharing positive stories about downtown,
increasing investor confidence and placemaking. CRA projects include the
redevelopment of CRA owned sites into mixed income apartments, business
retention programs, the beautification of public space through park and
streetscape improvements and increasing the capacity of downtown
organizations to lead redevelopment efforts.
The highlights of the Fiscal Year (FY) 2020-2021 preliminary budget are as
follows:
Tax Increment Revenue increased by 15% over the Amended 2019-2020
budget, reflecting an increase in taxable value of approximately 9% in the
original CRA area, and an increase in taxable value of approximately 14% in the
expanded (Downtown Gateway) CRA. These compare with citywide 6%
increase in value.
CRA funds are divided between Operating Expenditures and Project Funds.
Operating Expenditures include the services, supplies and expenses that occur
during the fiscal year and are primarily used for conducting the CRA’s day to
day operations as well as consulting services that will begin and end within the
fiscal year. Project Funds include Interlocal Agreements, Capital Improvements
and funding for established programs whose work extends beyond one fiscal
year. Project Funds carry over from year to year. This year’s budget
incorporates the newly established project funds that distinguish between City
and County TIF dollars.
Operating Expenditures have decreased by $114,565 from FY 19/20 to FY
20/21. This majority of this decrease is from the cancellation of the Blast Friday
event series ($100,000). Operating Expenditures also includes the
pass-through revenues, $340,088, to the Downtown Development Board Draft
Community Redevelopment Agency Meeting Minutes September 14, 2020
Page 7
City of Clearwater
(DDB).
Transfers Out designates the funding this fiscal year that will be allocated to
various Project Funds. County TIF Funds, $2,079,624 for this fiscal year, are
restricted to capital improvement projects, housing and land acquisition. The
County TIF funds have been allocated to Economic Development ($500,000),
Housing ($1,000,000), Transportation ($79,624) and Infrastructure ($500,000).
The costs for Interlocal agreements with the City and Police Department are
found in the General Fund and Community Policing lines for a total of $720,000.
The remaining City TIF revenue has been allocated to Community Engagement
($236,564), Infrastructure ($250,000), and Housing ($1,000,000).
In response to questions, CRA Executive Director Amanda Thompson
said funds used to mediate blight have been used to support the
Community Garden, to improve the façade at Philly Joe's, and to
fund 2 officers for Community Policing throughout the CRA district.
Funds designated for travel are for the 4 CRA employees to attend
training events that are also used as an opportunity to network with
investors.
An individual submitted an eComment requesting consideration to
mediate blight prior to spending funds on marketing and art. The City
Clerk read the comment into the record (see page 15).
In response to questions, Ms. Thompson said the advertising budget
decreased because a majority of the funds were shifted to the community
engagement line item. The last façade grant was awarded to
808/803 Court Street in May/June for Edible Arrangements and
Simulated Center. The JB Executive Center and the Verizon
Frontier building are planned for capital improvements this year.
She said the Planning and Engineering departments are leading the
transportation improvements, which include upgrades to the Pinellas Trail;
the CRA will fund the design and some of the enhanced lighting or
landscaping. The significant jump in revenue was associated with the Nolan
coming online.
Trustee Hamilton moved to approve the Fiscal Year 2020-2021
Community Redevelopment Agency Preliminary Budget. The
motion was duly seconded and carried unanimously.
CRA Resolution 20-02 was presented and read by title only. Trustee
Hamilton moved to adopt CRA Resolution 20-02. The motion was
duly seconded and upon roll call, the vote was: Draft
Community Redevelopment Agency Meeting Minutes September 14, 2020
Page 8
City of Clearwater
Ayes: 5 - Chair Hibbard, Trustee Allbritton, Trustee Hamilton, Trustee Beckman
and Trustee Bunker
4.3 Approve an Interlocal Agreement between the City of Clearwater and the Community
Redevelopment Agency (CRA) to provide staffing and administrative services for the
CRA, provided for the reimbursement of certain expense by the CRA to the City, and
authorize the appropriate officials to execute same.
As per Section 163.387, Florida Statues allow that money in the redevelopment
trust fund may be expended from time to time for undertakings of the
Community Redevelopment Agency, include providing for staff, as describing in
the community redevelopment plan and the Clearwater Downtown
Redevelopment Plan established that funds received by the CRA through the
use of Tax Increment Funding (TIF) may be for certain redevelopment activities.
The CRA agrees to provide TIF funding in a total amount not to exceed
$500,000 for this contract year.
This amount includes $451,841 for staffing and $48,159 for other administrative
services. These amounts are subject to adjustment and approval in the CRA
budget each year.
Trustee Hamilton moved to approve an Interlocal Agreement
between the City of Clearwater and the Community Redevelopment
Agency (CRA) to provide staffing and administrative services for the
CRA, provided for the reimbursement of certain expense by the
CRA to the City, and authorize the appropriate officials to execute
same. The motion was duly seconded and carried unanimously.
4.4 Approve an Interlocal Agreement between the Clearwater Community Redevelopment
Agency (CRA) and the City of Clearwater to provide CRA funding in Fiscal Year
2020-2021 in the amount of $250,268.12 to underwrite the cost of additional Community
Policing services by the Clearwater Police Department in the Downtown Gateway
District, Prospect Lake District, and the Downtown Core District, encompassed by the
CRA to address quality of life issues, drug dealing, prostitution, and homelessness and
authorize the appropriate officials execute same.
Quality of life issues, drug dealing, prostitution, and homelessness, all
negatively impact the re-development plans. Additional community policing
resources are needed to effectively address these issues above and beyond
the level provided by routine road patrol functions.
An allowable funding source of this active item is the use of CRA Tax Increment Draft
Community Redevelopment Agency Meeting Minutes September 14, 2020
Page 9
City of Clearwater
Financing (TIF) funds. Florida Statutes allows for the use of TIF funds for
“community policing innovations” in the Community Redevelopment Areas. For
the first time, the CRA is providing an additional $40,000 to work with the police
department to develop a community policing co-responder program. The
program will assist police offers with connecting persons encountered in the
CRA area with services needed to address homelessness, mental health, drug
addiction and physical support services.
The CRA and Clearwater Police Department have reached an agreement on a
proposed scope of services and terms as delineated in the Interlocal
Agreement. Included in the scope is the delineation of specific, measurable
crime reduction targets by which to monitor the success of the initiative as well
as providing clear language required by statute assuring that the resources are
applied to the CRA/Downtown Gateway area.
APPROPRIATION CODE AND AMOUNT:
Funding for this Interlocal Agreement will be from CRA Project Code R2001
Community Policing.
An individual submitted an eComment in support that was read into the
record by the City Clerk (see page 16).
Trustee Hamilton moved to approve an Interlocal Agreement
between the Clearwater Community Redevelopment Agency (CRA)
and the City of Clearwater to provide CRA funding in Fiscal Year
2020-2021 in the amount of $250,268.12 to underwrite the cost of
additional Community Policing services by the Clearwater Police
Department in the Downtown Gateway District, Prospect Lake
District, and the Downtown Core District, encompassed by the CRA
to address quality of life issues, drug dealing, prostitution, and
homelessness and authorize the appropriate officials execute same.
The motion was duly seconded and carried unanimously.
4.5 Approve the Interlocal Agreement with the Downtown Development Board (DDB) to
provide personnel, administrative and management services during Fiscal Year
2020-2021 in the amount of $76,084.92 and refund the CRA tax increment fee of
$340,088.01 and authorize the appropriate officials to execute same.
Florida Statutes 163.387 requires all taxing authorities, which includes the DDB,
to make an annual appropriation in an amount equal to the incremental increase
in the ad valorem revenue within the CRA area. The DDB’s increment payment
is $340,088.01 according to the Pinellas County Property Appraiser’s office. In a
spirit of cooperation to further the downtown redevelopment plan, the CRA
Trustees executed the first Interlocal Agreement in Fiscal Year 1999-2000 to Draft
Community Redevelopment Agency Meeting Minutes September 14, 2020
Page 10
City of Clearwater
provide personnel, administrative and management services to the DDB and to
refund the difference between the increment payment and the management fee.
This is the twenty first fiscal year that the CRA would enter into the agreement.
Pursuant to Florida Statute 163.01, the CRA and DDB can enter into this
agreement in which the DDB agrees to perform certain responsibilities and
functions including funding projects and programs consistent with the
downtown redevelopment plan. The intent of this agreement is for the DDB and
the CRA to work collaboratively on projects and programs that further downtown
goals and objectives. The management of the DDB by CRA staff enables the
CRA and the DDB to utilize the public dollars more efficiently.
The DDB shall pay the CRA $76,084.92 for the services agreed to in the
Interlocal Agreement.
The DDB approved the Interlocal Agreement at their meeting on August 27,
2020.
An individual submitted an eComment in opposition that was read into
the record by the City Clerk (see page 17).
In response to a concern, the City Attorney said the City is following the
law; the funds being returned to the DDB are an increment of their
millage. She said the geographic area of the DDB is smaller than the
overall CRA.
Trustee Hamilton moved to approve the Interlocal Agreement with
the Downtown Development Board (DDB) to provide personnel,
administrative and management services during Fiscal Year
2020-2021 in the amount of $76,084.92 and refund the CRA tax
increment fee of $340,088.01 and authorize the appropriate officials
to execute same. The motion was duly seconded and carried
unanimously.
5. Director's Report
CRA Executive Director Amanda Thompson said staff is receiving
quotes for the Holiday Extravaganza for different installations. The ice
rink is estimated to cost $130,000 and not environmentally sustainable.
She said staff is focusing on different light installations and working with
Jazz Holiday on potential outdoor performances on a CRA property that
is smaller. The DDB election ballots are being mailed today and due by
October 13, 2020. She said there were 190 applicants for the mural
program; staff has been connecting the muralist with property owners
throughout the city for potential mural opportunity. Ms. Thompson Draft
Community Redevelopment Agency Meeting Minutes September 14, 2020
Page 11
City of Clearwater
presented a proposal for the Cleveland Street Median Lighting Project
from the Moment Factory.
In response to a question, Ms. Thompson said the CRA would purchase
the lighting, which will be considered an enhancement to the
streetscaping. Staff is meeting with the building owner to discuss the
projection. The tree canopies along Cleveland Street are too small for
image projections. The lighting can be designed to have it project an
image if no one is using the interactive component.
Staff was directed to provide a list of the cities where the lighting
projections have been used.
Ms. Thompson requested direction if the Trustees wish to schedule their
meetings at a different time. Staff has been trying to limit the
worksession/CRA meetings to 3 hours but that is not always possible.
There was consensus to keep the CRA meetings at the same time.
One individual questioned who can vote in the Downtown Development
Board election.
Ms. Thompson said individuals who own property in the downtown may vote;
one designated vote per property is permitted. Individuals who work, live or
own property in the downtown may sit on the Board.
6. Adjourn
The meeting adjourned at 10:37 a.m.
Chair
Community Redevelopment Agency
Attest
City Clerk Draft
12
13
14
15
16
17
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#20-8289
Agenda Date: 10/12/2020 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Community Redevelopment Agency
Agenda Number: 4.1
SUBJECT/RECOMMENDATION:
Approve a Community Redevelopment Agency contribution of $305,000 to be set aside as a
commitment for the Minimum Local Government Areas of Opportunity Funding that is required
for Blue Pierce, LLC, as Successor-in-Interest to Blue Sky Communities, LLC, (Blue Sky) to
receive a basis boost in the State of Florida’s Low Income Housing Tax Credit Program
(LIHTC) for an 81-unit affordable housing development project at 610 Franklin Street; approve
the First Amendment to Agreement for Development and Purchase and Sale of Property
(Amendment) between the Community Redevelopment Agency, the City of Clearwater and
Blue Pierce, LLC (Blue Pierce); and authorize the appropriate officials to execute same
SUMMARY:
The purpose of this item is to request that the CRA Trustees amend the current development
agreement with the City of Clearwater and Blue Pierce, LLC to reduce the required local
government contribution from $747,000 to $610,000. Amending the agreement requires the
approval of both the City and the CRA. The City Council will consider this item on October 1,
2020.
The Community Redevelopment Agency (CRA) issued RFP 09-19 on August 17, 2019 to
redevelop the former Fire Station 45 site at 610 Franklin Street as a housing tax credit project.
The 2018 Downtown Redevelopment Plan calls for a variety of housing to support a range of
incomes including market rate, workforce and low- to moderate-income rental units to meet the
unmet housing demand for a diverse workforce in the Downtown Core, employees in the
medical field at Morton Plant and the hospitality industry on Clearwater Beach. The RFP invited
qualified applicants with previous experience and financial resources to develop a minimum of
eighty residential units under the Florida Housing Finance Corporation’s Low-Income Housing
Tax Credit program. Staff reviewed three qualified proposals and recommended Blue Sky
Communities as the winning proposal on September 18, 2019.
Blue Sky Communities proposes to construct a 9-story, 81-unit housing development with a
two-story, 81-space parking garage and ground floor commercial space. The unit mix is 30
1-bedroom, 47 two-bedroom and 4 three-bedroom units. This is a mixed income project with
16% of the units at 30% AMI, 69% of the units at 60% AMI and 15% of the units at 80% AMI. The
developer anticipates future residents having $216,000 in new disposable income after moving
into this project. The total development costs are approximately $22,000,000. This includes a
purchase price of $2,000,000 from the CRA and a loan from City/CRA of $747,000 at interest
rate of 4%.
Page 1 City of Clearwater Printed on 10/7/2020
File Number: ID#20-8289
After entering into the Agreement for Development and Purchase and Sale of Property
(Agreement), Blue Sky submitted an application to the FHFC under RFA114. Blue Sky’s
application to FHFC was unsuccessful; however, the Agreement contained an option for an
extension of one additional year for Blue Sky to re-apply in a future RFA, which was exercised
in accordance with the terms of the Agreement. The Amendment provides updated information
regarding FHFC’s 2020 Application cycle. Following approval of this item, Blue Sky will submit
an application in response to FHFC’s Request for Applications 2020-202 (RFA202). The
minimum Local Government Area of Opportunity Funding amount has been reduced by the
State from $747,000 in 2019 to $610,000 for this year’s RFA. The CRA’s portion of this new
match is $305,000. If more than one firm submits an acceptable application for a project
located in Pinellas County with local government support of $610,000, then FHFC’s selection
becomes akin to a lottery pick; only one project will be awarded tax credits. Applications for
RFA202 are due on October 20, 2020 and FHFC’s selection is expected in March 2020.
If Blue Sky is not successful in this round, the agreement will expire, and the property will be
available for new redevelopment proposals. Approval of the amendment and contribution is
recommended.
APPROPRIATION CODE AND AMOUNT:
There is funding available in the Housing-County R2010 project fund.
Page 2 City of Clearwater Printed on 10/7/2020
22
26
700705525614700634524614319
101
613123
204 626528640518644701PARK ST S EAST AVEPIERCE ST
FRANKLIN ST S GARDEN AVE S GARDEN AVE 20
24
28
703610316 612207
300
312 530308 516600AERIAL MAP
610 Franklin St.Parcel Number: 15-29-15-54450-007-0010
Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Location Maps\610 Franklin St.mxd
Lot Size:+/- 1.09 ac.
²
N.T.S.Scale:
Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page 1 of 1Aerial Flown 2019 Date:9/5/2019WDMap Gen By:286BGrid #:RBReviewed By:16-29s-15eS-T-R:
FIRST AMENDMENT TO AGREEMENT FOR DEVELOPMENT
AND PURCHASE AND SALE OF PROPERTY
THIS FIRST AMENDMENT TO AGREEMENT FOR DEVELOPMENT AND
PURCHASE AND SALE OF PROPERTY (this “Amendment”) is made and entered into as of
this ___ day of October 2020, by and between the CITY OF CLEARWATER, a municipal
corporation (“the City”); COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF
CLEARWATER, FLORIDA, a public body corporate and politic of the State of Florida created
pursuant to Part III, Chapter 163, Florida Statutes (“Agency”); and BLUE PIERCE, LLC, a Florida
limited liability company (“Developer”).
W I T N E S S E T H:
WHEREAS, Agency and Blue Sky Communities, LLC entered into that certain
Agreement for Development and Purchase and Sale of Property dated effective October 30, 2019
(the “Contract”); and
WHEREAS, Blue Sky Communities, LLC assigned the Contract to Developer; and
WHEREAS, Agency and Developer desire to enter into this Amendment to allow
Developer to apply for tax credits in the upcoming FHFC RFA 2020-202.
NOW THEREFORE, for and in consideration of the mutual covenants and agreements
of the parties, and other good and valuable considerations, the receipt and sufficiency of which is
hereby acknowledged and agreed by each of the parties, Agency and Developer do hereby
covenant and agree as follows:
1. Agency and Developer do hereby mutually represent and warrant that the foregoing
recitals are true and correct, and said recitals are hereby ratified, confirmed, and incorporated into
the body of this Amendment.
2. Any capitalized terms utilized in this Amendment and which are not separately
defined herein shall have the meaning ascribed thereto in the Contract.
3. Section 15.18 is hereby amended as follows:
Local Government Support. The Agency recognizes that Request for Applications 2020-202
issued by the Florida Housing Finance Corporation (the “RFA”) requires the Developer to show
“local government support.” This support will come in the form of a $610,000.00 loan to the
Developer from the City in a manner that shall qualify for the Local Government Area of
Opportunity Funding under the RFA including without limitation the timely approval of the Loan
and the execution and delivery of the requisite Local Government Verification of Contribution-
Loan form under the RFA. The Agency agrees to contribute half of that loan amount to the City
upon terms and conditions to be negotiated between the City and the Agency.
4. Except as amended and modified hereby, all of the terms and conditions of the
Contract are and shall remain in full force and effect. The Contract, as modified by this
Amendment, is affirmed and ratified in all respects.
5. This Amendment may be executed in multiple counterparts, each of which shall be
deemed an original but all of which, together, shall constitute one instrument. For the purposes of
this Amendment, an executed facsimile or electronically delivered counterpart copy of this
Amendment shall be deemed an original for all purposes.
IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and
year first set forth above:
AGENCY
COMMUNITY REDEVELOPMENT AGENCY OF
THE CITY OF CLEARWATER, FLORIDA
By: __________________________
Frank V. Hibbard
Chairperson
Approved as to form: Attest:
________________________ ______________________________
Michael P. Fuino Rosemarie Call
Attorney for City Clerk
Community Redevelopment Agency
CITY
THE CITY OF CLEARWATER, a municipal
corporation
By: __________________________
Frank V. Hibbard
Mayor
Approved as to form: Attest:
________________________ ______________________________
Pamela Akin Rosemarie Call
City Attorney City Clerk
DEVELOPER:
Blue Pierce, LLC, a Florida limited
liability company
By: Blue Pierce M, LLC, its manager
By: _______________________
Shawn Wilson, Manager
Cover Memo
City of Clearwater Main Library - Council
Chambers
100 N. Osceola Avenue
Clearwater, FL 33755
File Number: ID#20-8290
Agenda Date: 10/12/2020 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Community Redevelopment Agency
Agenda Number: 4.2
SUBJECT/RECOMMENDATION:
Authorize the CRA Executive Director to prepare an agreement for the development and sale of the
property at 306 South Washington Avenue for the purposes identified in RFP 53-20.
SUMMARY:
The purpose of this item is to select SP Clearwater WFH LLC as the winning respondent for RFP 53-20
and to authorize the CRA Executive Director to prepare an agreement for the sale, development and grant
funding for the project.
The Community Redevelopment Agency issued an RFP for the redevelopment of its site at 306 South
Washington on August 17, 2020. The request called for a mixed-use or apartment development with a
focus on workforce and market rate housing, the opportunity for shared parking to serve surrounding
restaurant/retail businesses, construction to begin in 2021 and ample outdoor amenity space. There is
currently a lack of rental supply for employees in the technology industry downtown, at Morton Plant
Hospital and on Clearwater Beach who earn 80% or higher of the area median income. Building shared
parking on the South Washington site is key to preserving existing greenspace on the CRA owned site
across the street on Pierce Street as well as supporting commercial uses on the ground floors of APEX
1100 and The Nolan apartment.
The CRA received responses from the Housing Trust Group, LLC and SP Clearwater WFH LLC. The review
committee read the proposals and listened to presentations from each respondent. The projects were
ranked on Developers Experience and Qualifications, Legal and Financial Feasibility, Ability to Meet
Redevelopment Objectives, and Proposed Timeline for Construction. The committee ranked SP Clearwater
WFH LLC as the first choice and recommended moving forward with requesting authorization to negotiate.
While both applicants have significant experience with affordable housing and presented attractive
architectural proposals, SP Clearwater WFH scored higher for the following reasons:
-More detailed proposal including construction cost estimates and ability to begin construction in 2021
-Ability to source local financing, not dependent on the state 9% and 4% tax credit program
-The provision of workforce rental housing above 80% AMI
-Long term affordability through a partnership with the Pinellas County Land Trust
-Significant research into the market and financial feasibility of the project
SP Clearwater WFH is proposing to construct a 171-unit mixed income apartment development, a
275-space parking garage with tenant amenities including a pool, dog walking area, two playgrounds,
exercise room and community room. There is a mixture of 1-bedroom (725sf) units and 2 bedroom (925sf)
units. There will be 18 affordable units at 80% of AMI, 49 units at 100% of AMI and 104 affordable units at
120% of AMI. The building will include high efficiency HVAC, Energy Star rated windows, low flow toilets
and sound deadening construction. The parking area will include a dedicated Uber/Lyft area to support car
sharing services as well as ample bicycle parking. The current proposal calls for 40 public parking spaces,
however the CRA will negotiate to increase this number and the developer has indicated they are amenable
to that.
There are two aspects to this proposal that provide long term housing affordability. First, the developer
proposes that the CRA sell the land to the Pinellas County Land Trust who will own the underlying land in
perpetuity. The land trust will then provide a 99-year lease to the developer. Second, the rental rates are
set by the AMI established by Pinellas County and cannot increase more than 1.02% per year. Typically,
Page 1 City of Clearwater Printed on 10/7/2020
File Number: ID#20-8290
market rate rental amounts increase more than 1% per year.
SP Clearwater WFH has presented an in-depth proposal. They have conducted environmental studies on
the site, a market analysis to show the proposed rental rates are achievable for this project and obtained
preliminary approval for construction financing from Neighborhood Lending Partners. They have already
received a construction cost estimate from Wichman Construction to provide an accurate overall project
budget.
The overall project cost is $38,436,995. The table below shows the sources of funds and how they will be
used.
In addition to being selected as the developer, the applicant is requesting the following actions from the
CRA:
-Sell the site to the Pinellas County Land Trust for $3,420,000 and reinvest those funds into the project
-Provide an $800,000 grant towards the project in exchange for public parking
-Support an application before the Community Development Board to receive 3 housing units from the
density pool
The applicant is requesting the following funding from the City:
-$880,000 HOME loan
The applicant is requesting the following funding from Pinellas County entities:
-$3,420,000 for the purchase of the CRA land
-$2,200,000 from Penny IV Economic Development Grant funds for the construction of workforce
housing
This project is contingent upon support from all three parties listed above. The applicant anticipates
receiving a decision on the County funding within the next three months. In order to qualify for the County
funds, the applicant must show a good faith partnership with the CRA.
The proposed project meets the goals outlined in RFP 53-20 that are derived from the 2018 Clearwater
Downtown Redevelopment plan. This is a catalyst project for this area that would provide new residents to
downtown and parking to support nearby businesses on Cleveland Street. Staff recommends selecting SP
Clearwater WFH LLC as the winning respondent for RFP 53-20 and authorizing the CRA Executive Director
to prepare an agreement for the sale, development and incentive funding for the project.
APPROPRIATION CODE AND AMOUNT:
There is funding available in CRA project fund Housing - City R2009.
Page 2 City of Clearwater Printed on 10/7/2020
Procurement Division 100 S Myrtle Ave
Clearwater FL 33756-5520
PO Box 4748, 33758-4748 727-562-4633 Tel
v 11.2018
REQUEST FOR PROPOSALS and QUALIFICATIONS
#53-20
Development of the South Washington Ave Site
August 17, 2020
NOTICE IS HEREBY GIVEN that sealed proposals and qualifications will be received by the City of
Clearwater (City) until 10:00 AM, Local Time, September 15, 2020 for the Development of the South
Washington Avenue Site.
Brief Description: The purpose of this Request for Proposals and Qualifications (RFP/Q) is to select a
qualified Development Team (Developer) with proven experience, financial resources, and professional
expertise to develop a prime 3.48+/- acre site located on South Washington Avenue in Downtown
Clearwater’s Prospect Lake Character District. The Community Redevelopment Agency (CRA) of the City
of Clearwater, Florida invites qualified applicants to submit proposals and qualifications for an apartment or
mixed-use urban infill development with a predominant residential component for the Site.
Proposals must be in accordance with the provisions, specifications and instructions set forth herein and
will be received by the Procurement Division until the above noted time, when they will be publicly
acknowledged and accepted.
Proposal packets, any attachments and addenda are available for download at:
https://www.myclearwater.com/business/rfp
Please read the entire solicitation package and submit the bid in accordance with the instructions. This
document (less this invitation and the instructions) and any required response documents, attachments,
and submissions will constitute the bid.
General, Process, or Technical Questions concerning this solicitation should be directed, IN
WRITING, to the Procurement contact below:
This Request for Proposals is issued by:
Lori Vogel, CPPB
Procurement Manager
Lori.vogel@myclearwater.com
INSTRUCTIONS
Development of S Washington Ave Site 2 RFP/Q #53-20
i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation
process (including requests for ADA accommodations), shall be directed solely to the contact listed
on Page 1. Questions should be submitted in writing via letter, fax or email. Questions received
less than ten (10) calendar days prior to the due date and time may be answered at the discretion
of the City.
i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an
addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due
Date. Vendors are cautioned to check the Purchasing Website for addenda and
clarifications prior to submitting their proposal. The City cannot be held responsible if a vendor
fails to receive any addenda issued. The City shall not be responsible for any oral changes to these
specifications made by any employees or officer of the City. Failure to acknowledge receipt of an
addendum may result in disqualification of a proposal.
i.3 VENDOR CONFERENCE / SITE VISIT: Yes No
Mandatory Attendance: Yes No
If so designated above, attendance is mandatory as a condition of submitting a proposal. The
conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect
the site and ask questions. During any site visit you must fully acquaint yourself with the conditions
as they exist and the character of the operations to be conducted under the resulting contract.
i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING:
Date: September 15, 2020
Time: 10:00 AM (Local Time)
The City will open all proposals properly and timely submitted and will record the names and other
information specified by law and rule. All proposals become the property of the City and will not be
returned except in the case of a late submission. Respondent names, as read at the bid opening,
will be posted on the City website. Once a notice of intent to award is posted or 30 days from day
of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting
the Procurement Division.
i.5 PROPOSAL FIRM TIME: 120 Days from Opening
Proposal shall remain firm and unaltered after opening for the number of days shown above. The
City may accept the proposal, subject to successful contract negotiations, at any time during this
time.
i.6 PROPOSAL SECURITY: Yes $ 0.00 No
If so designated above, a proposal security in the amount specified must be submitted with the
proposal. The security may be submitted in any one of the following forms: an executed surety
bond issued by a firm licensed and registered to transact such business with the State of Florida;
cash; certified check, or cashier's check payable to the City of Clearwater (personal or company
checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial
institution and acceptable to the City. Such proposal security shall be forfeited to the City of
Clearwater should the proposer selected fail to execute a contract when requested.
PERFORMANCE SECURITY: Yes $ 0.00 No
If required herein, the Contractor, simultaneously with the execution of the Contract, will be required
to furnish a performance security. The security may be submitted in one-year increments and in
any one of the following forms: an executed surety bond issued by a firm licensed and registered
to transact such business with the State of Florida; cash; certified check, cashier's check or money
order payable to the City of Clearwater (personal and company checks are not acceptable);
certificate of deposit or any other form of deposit issued by a financial institution and acceptable to
the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the
contract, the City shall have the right to use all or such part of said security as may be necessary
to reimburse the City for loss sustained by reason of such breach. The balance of said security, if
INSTRUCTIONS
Development of S Washington Ave Site 3 RFP/Q #53-20
any, will be returned to Contractor upon the expiration or termination of the contract.
i.7 PROPOSAL SUBMITTAL:
It is recommended that proposals are submitted electronically through our bids website at
https://www.myclearwater.com/business/rfp.
Companies may mail or hand-deliver proposals to the address below. Use label at the end of this
solicitation package. E-mail or fax submissions will not be accepted.
City of Clearwater
Attn: Procurement Division
100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520
or
PO Box 4748, Clearwater FL 33758-4748
No responsibility will attach to the City of Clearwater, its employees or agents for premature
opening of a proposal that is not properly addressed and identified.
i.8 LATE PROPOSALS. The proposer assumes responsibility for having the proposal delivered on
time at the place specified. All proposals received after the date and time specified shall not be
considered and will be returned unopened to the proposer. The proposer assumes the risk of any
delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private
courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient
to show that you mailed or commenced delivery before the due date and time. All times are
Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City’s
Procurement Office as the official time.
i.9 LOBBYING. The integrity of the procurement process is critical. Communication regarding this
solicitation for purpose of influencing the process or the award, between any person or affiliates
seeking an award from this solicitation and the City is strongly discouraged. This does not prohibit
public comment at any City Council meeting, study session or Council committee meeting.
This shall not apply to vendor-initiated communication with the contact(s) identified in the
solicitation or City-initiated communications for the purposes of conducting the procurement
including but not limited to pre-bid conferences, clarification of responses, presentations if provided
in the solicitation, requests for Best and Final Proposals, contract negotiations, protest/appeal
resolution, or surveying non-responsive vendors.
i.10 COMMENCEMENT OF WORK. If proposer begins any billable work prior to the City’s final
approval and execution of the contract, proposer does so at its own risk.
i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the
solicitation will not excuse any failure to comply with the requirements of the solicitation or any
resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor
suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in
any case not later than (seven (7) business days in advance of the due date notify the contact on
page one (1). The City is not responsible for and will not pay any costs associated with the
preparation and submission of the proposal. Proposers are cautioned to verify their proposals
before submission, as amendments to or withdrawal of proposals submitted after time specified for
opening of proposals may not be considered. The City will not be responsible for any proposer
errors or omissions.
i.12 FORM AND CONTENT OF PROPOSALS. Unless otherwise instructed or allowed, proposals shall
be submitted on the forms provided. An original and the designated number of copies of each
proposal are required. Proposals, including modifications, must be submitted in ink, typed, or
printed form and signed by an authorized representative. Please line through and initial rather than
erase changes. If the proposal is not properly signed or if any changes are not initialed, it may be
considered non-responsive. In the event of a disparity between the unit price and the extended
INSTRUCTIONS
Development of S Washington Ave Site 4 RFP/Q #53-20
price, the unit price shall prevail unless obviously in error, as determined by the City. The City may
require that an electronic copy of the proposal be submitted. The proposal must provide all
information requested and must address all points. The City does not encourage exceptions. The
City is not required to grant exceptions and depending on the exception, the City may reject the
proposal.
i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the
specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other
products will be considered upon showing the other product meets stated specifications and is
equivalent to the brand product in terms of quality, performance and desired characteristics.
Minor differences that do not affect the suitability of the supply or service for the City’s needs may
be accepted. Burden of proof that the product meets the minimum standards or is equal to the
brand name product is on the proposer. The City reserves the right to reject proposals that the City
deems unacceptable.
i.14 MODIFICATION / WITHDRAWAL OF PROPOSAL. Written requests to modify or withdraw the
proposal received by the City prior to the scheduled opening time will be accepted and will be
corrected after opening. No oral requests will be allowed. Requests must be addressed and
labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL
of the proposal. Requests for withdrawal after the bid opening will only be granted upon proof of
undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the
bid opening shall be allowed solely at the City’s discretion.
i.15 DEBARMENT DISCLOSURE. If the vendor submitting a proposal has been debarred, suspended,
or otherwise lawfully precluded from participating in any public procurement activity, including being
disapproved as a subcontractor with any federal, state, or local government, or if any such
preclusion from participation from any public procurement activity is currently pending, the proposer
shall include a letter with its proposal identifying the name and address of the governmental unit,
the effective date of this suspension or debarment, the duration of the suspension or debarment,
and the relevant circumstances relating to the suspension or debarment. If suspension or
debarment is currently pending, a detailed description of all relevant circumstances including the
details enumerated above must be provided. A proposal from a proposer who is currently debarred,
suspended or otherwise lawfully prohibited from any public procurement activity may be rejected.
i.16 RESERVATIONS. The City reserves the right to reject any or all proposals or any part thereof; to
rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced
proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another
event; to reject individual proposals for failure to meet any requirement; to award by item, part or
portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities,
defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of
the proposal from proposer at any time, and failure to respond is cause for rejection. Submission
of a proposal confers on proposer no right to an award or to a subsequent contract. The City is
responsible to make an award that is in the best interest of the City. All decisions on compliance,
evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the
City. No binding contract will exist between the proposer and the City until the City executes a
written contract or purchase order.
i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a
proposer may not be acknowledged or accepted by the City. Award or execution of a contract does
not constitute acceptance of a changed term, condition or specification unless specifically
acknowledged and agreed to by the City. The copy maintained and published by the City shall be
the official solicitation document.
i.18 COPYING OF PROPOSALS. Proposer hereby grants the City permission to copy all parts of its
proposal, including without limitation any documents and/or materials copyrighted by the proposer.
The City’s right to copy shall be for internal use in evaluating the proposal.
i.19 CONTRACTOR ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality,
integrity, service, professionalism, economy, and government by law in the Procurement process.
INSTRUCTIONS
Development of S Washington Ave Site 5 RFP/Q #53-20
The responsibility for implementing this policy rests with each individual who participates in the
Procurement process, including Respondents and Contractors.
To achieve this purpose, it is essential that Respondents and Contractors doing business with the
City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards
to:
a. Exert any effort to influence any City employee or agent to breach the standards of ethical
conduct.
b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or
Services not provided.
c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply
with any term, condition, specification or other requirement of a City Contract.
i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from proposers or
prospective proposers and affiliates. The City may request product samples from vendors for
product evaluation.
i.21 PROTESTS AND APPEALS. If a Respondent believes there is a mistake, impropriety, or defect
in the solicitation, believes the City improperly rejected its proposal, and/or believes the selected
proposal is not in the City’s best interests, the Respondent may submit a written protest. All protests
and appeals are governed by the City of Clearwater Purchasing Policy and Procedures Section 18
(“Purchasing Policy”). If there exists any discrepancy in this Section i.21 and the Purchasing Policy,
the language of the Purchasing Policy controls.
Protests based upon alleged mistake, impropriety, or defect in a solicitation that is apparent before
the bid opening must be filed with the Procurement Manager no later than five (5) business days
before Bid Opening. Protests that only become apparent after the Bid Opening must be filed within
the earlier of ten (10) business days of the alleged violation of the applicable purchasing ordinance.
The complete protest procedure can be obtained by contacting the Procurement Division.
ADDRESS PROTESTS TO:
City of Clearwater - Procurement Division
100 So Myrtle Ave, 3rd Fl
Clearwater FL 33756-5520
or
PO Box 4748
Clearwater FL 33758-4748
INSTRUCTIONS – EVALUATION
Development of S Washington Ave Site 6 RFP/Q #53-20
i.22 EVALUATION PROCESS. Proposals will be reviewed by a screening committee comprised of
City employees. The City staff may or may not initiate discussions with proposers for clarification
purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate
discussions with any City employee or official.
i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of
information: responsiveness, responsibility, the technical proposal/price. All proposals must meet
the following responsiveness and responsibility criteria.
a) Responsiveness. The City will determine whether the proposal complies with the instructions
for submitting proposals including completeness of proposal which encompasses the inclusion
of all required attachments and submissions. The City must reject any proposals that are
submitted late. Failure to meet other requirements may result in rejection.
b) Responsibility. The City will determine whether the proposer is one with whom it can or should
do business. Factors that the City may evaluate to determine "responsibility" include, but are
not limited to: excessively high or low priced proposals, past performance, references
(including those found outside the proposal), compliance with applicable laws, proposer's
record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any
contract with the City, whether the proposer is qualified legally to contract with the City,
financial stability and the perceived ability to perform completely as specified. A proposer
must at all times have financial resources sufficient, in the opinion of the City, to ensure
performance of the contract and must provide proof upon request. City staff may also use
Dun & Bradstreet and/or any generally available industry information. The City reserves the
right to inspect and review proposer’s facilities, equipment and personnel and those of any
identified subcontractors. The City will determine whether any failure to supply information, or
the quality of the information, will result in rejection.
c) Technical Proposal. The City will determine how well proposals meet its requirements in terms
of the response to the specifications and how well the offer addresses the needs of the project.
The City will rank offers using a point ranking system (unless otherwise specified) as an aid
in conducting the evaluation.
d) If less than three (3) responsive proposals are received, at the City’s sole discretion, the
proposals may be evaluated using simple comparative analysis instead of any announced
method of evaluation, subject to meeting administrative and responsibility requirements.
For this RFP/Q, the criteria that will be evaluated and their relative weights are:
Evaluation Criteria (Proposal Format, page 22-23) Points
Developer Experience and Qualifications (Tab 2) 30
Legal and Financial Feasibility - Developer and Project (Tab 3) 30
Ability of Project to Meet Redevelopment Objectives (Tab 4) 30
Proposed Timeline for Construction (Tab 5) 10
i.24 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest scored
proposals based on evaluation against the evaluation criteria. Short-listed proposers may be
invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews,
the City will finalize the ranking of shortlisted firms.
i.25 PRESENTATIONS/INTERVIEWS. Presentations and/or interviews may be requested at the City’s
discretion. The proposer must provide a formal presentation/interview virtual upon request.
i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary, and will
determine the scope and subject of any best & final request. However, the proposer should not
INSTRUCTIONS – EVALUATION
Development of S Washington Ave Site 7 RFP/Q #53-20
expect that the City will ask for best & finals and should submit their best offer based on the terms
and conditions set forth in this solicitation.
i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the
proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to
determine if the proposal price is fair and reasonable.
i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to
accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully
execute the final contract within a reasonable time as specified, or negotiations do not result in an
acceptable agreement, the City may reject proposal or revoke the award, and may begin
negotiations with another proposer. Final contract terms must be approved or signed by the
appropriately authorized City official(s). No binding contract will exist between the proposer and
the City until the City executes a written contract or purchase order.
i.29 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to
Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s
website at https://www.myclearwater.com/business/rfp to view relevant RFP information and
notices.
i.30 RFP/Q TIMELINE. Dates are tentative and subject to change.
Release RFP/Q: August 17, 2020
Advertise Tampa Bay Times: August 19, 2020
Responses due: September 15, 2020
Review proposals: September 15-17, 2020
Presentations (if requested): September 18, 2020
Award recommendation: September, 2020
CRA Trustees approval: October 12, 2020
Contract begins: Based on CRA Trustee Authorization
TERMS AND CONDITIONS
Development of S Washington Ave Site 8 RFP/Q #53-20
S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor,
supplier, proposer, company, parties, persons”, “purchase order, PO, contract, agreement”, “city,
Clearwater, agency, requestor, parties”, “bid, proposal, response, quote”.
S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to
the City will be that of an independent contractor. Contractor and all persons employed by
Contractor, either directly or indirectly, are Contractor’s employees, not City employees.
Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to
City employees including, but not limited to, health benefits, enrollment in a retirement system, paid
time off or other rights afforded City employees. Contractor employees will not be regarded as City
employees or agents for any purpose, including the payment of unemployment or workers’
compensation. If any Contractor employees or subcontractors assert a claim for wages or other
employment benefits against the City, Contractor will defend, indemnify and hold harmless the City
from all such claims.
S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the
express written permission of the City. If Contractor has received authorization to subcontract work,
it is agreed that all subcontractors performing work under the Agreement must comply with its
provisions. Further, all agreements between Contractor and its subcontractors must provide that
the terms and conditions of this Agreement be incorporated therein.
S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first
receiving the City’s written consent. Any attempted assignment, either in whole or in part, without
such consent will be null and void and in such event the City will have the right at its option to
terminate the Agreement. No granting of consent to any assignment will relieve Contractor from
any of its obligations and liabilities under the Agreement.
S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and
inure to the benefit of the parties and their respective permitted successors and assigns.
S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the
parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights,
or responsibilities in any third parties.
S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or
services set forth herein from other sources when deemed necessary and appropriate. No
exclusive rights are encompassed through this Agreement.
S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be
modified in a writing signed by both parties. No charge for extra work or material will be allowed
unless approved in writing, in advance, by the City and Contractor.
S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations
under this Agreement.
S.10 COMPLIANCE WITH APPLICABLE LAWS.
a. General. Contractor must procure all permits and licenses, and pay all charges and fees
necessary and incidental to the lawful conduct of business. Contractor must stay fully informed
of existing and future federal, state, and local laws, ordinances, and regulations that in any
manner affect the fulfillment of this Agreement and must comply with the same at its own
expense. Contractor bears full responsibility for training, safety, and providing necessary
equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon
request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and
other activities used to ensure compliance.
b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy
establishing a drug-free workplace for itself and those doing business with the City to ensure
the safety and health of all persons working on City contracts and projects. Contractor will
require a drug-free workplace for all Contractor personnel working under this Agreement.
Specifically, all Contractor personnel who are working under this Agreement must be notified
TERMS AND CONDITIONS
Development of S Washington Ave Site 9 RFP/Q #53-20
in writing by Contractor that they are prohibited from the manufacture, distribution,
dispensation, possession, or unlawful use of a controlled substance in the workplace.
Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel,
and will ensure that Contractor personnel do not use or possess illegal drugs while in the course
of performing their duties.
c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration
Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the
City and its agents to inspect applicable personnel records to verify such compliance as
permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all
Contractor personnel have a legal right to live and work in the United States.
(i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City
that Contractor and each of its subcontractors will comply with, and are contractually
obligated to comply with, all federal immigration laws and regulations that relate to their
employees (hereinafter “Contractor Immigration Warranty”).
(ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this
Agreement and will subject Contractor to penalties up to and including termination of this
Agreement at the sole discretion of the City.
(iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide
services under this Agreement to ensure that Contractor or its subcontractors are
complying with the Contractor Immigration Warranty. Contractor agrees to assist the City
in regard to any such inspections.
(iv) The City may, at its sole discretion, conduct random verification of the employment records
of Contractor and any subcontractor to ensure compliance with the Contractor Immigration
Warranty. Contractor agrees to assist the City in regard to any random verification
performed.
(v) Neither Contractor nor any subcontractor will be deemed to have materially breached the
Contractor Immigration Warranty if Contractor or subcontractor establishes that it has
complied with the employment verification provisions prescribed by Sections 274A and
274B of the Federal Immigration and Nationality Act.
d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against
any employee or applicant for employment or person to whom it provides services because of
race, color, religion, sex, national origin, or disability, and represents and warrants that it
complies with all applicable federal, state, and local laws and executive orders regarding
employment. Contractor and Contractor’s personnel will comply with applicable provisions of
Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal
Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and
applicable rules in performance under this Agreement.
S.11 SALES/USE TAX, OTHER TAXES.
a. Contractor is responsible for the payment of all taxes including federal, state, and local taxes
related to or arising out of Contractor’s services under this Agreement, including by way of
illustration but not limitation, federal and state income tax, Social Security tax, unemployment
insurance taxes, and any other taxes or business license fees as required. If any taxing
authority should deem Contractor or Contractor employees an employee of the City, or should
otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility
under this Agreement, Contractor will indemnify the City for any tax liability, interest, and
penalties imposed upon the City.
b. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes
and will furnish an exemption certificate upon request.
TERMS AND CONDITIONS
Development of S Washington Ave Site 10 RFP/Q #53-20
S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due
to the City during the performance of services under the Agreement. Payments to Contractor may
be offset by any delinquent amounts due the City or fees and charges owed to the City.
S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral
presentations, meetings where vendors answer questions, other submissions, correspondence,
and all records made thereof, as well as negotiations or meetings where negotiation strategies are
discussed, conducted pursuant to this RFP/Q, shall be handled in compliance with Chapters 119
and 286, Florida Statutes.
Proposals or replies received by the City pursuant to this RFP/Q are exempt from public disclosure
until such time that the City provides notice of an intended decision or until 30 days after opening
the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this RFP/Q
and provides notice of its intent to reissue the RFP/Q, then the rejected proposals or replies remain
exempt from public disclosure until such time that the City provides notice of an intended decision
concerning the reissued RFP/Q or until the City withdraws the reissued RFP/Q. A proposal or reply
shall not be exempt from public disclosure longer than 12 months after the initial City notice
rejecting all proposals or replies.
Oral presentations, meetings where vendors answer questions, or meetings convened by City staff
to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in
compliance with Chapter 286 Florida Statutes. A complete recording shall be made of such closed
meeting. The recording of, and any records presented at, the exempt meeting shall be available to
the public when the City provides notice of an intended decision or until 30 days after opening
proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant
to this RFP/Q and provides notice of its intent to reissue the RFP/Q, then the recording and any
records presented at the exempt meeting remain exempt from public disclosure until such time that
the City provides notice of an intended decision concerning the reissued RFP/Q or until the City
withdraws the reissued RFP/Q. A recording and any records presented at an exempt meeting shall
not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all
proposals or replies.
In addition to all other contract requirements as provided by law, the contractor executing
this agreement agrees to comply with public records law.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER
119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS, Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com,
600 Cleveland Street, Suite 600, Clearwater, FL 33755.
The contractor’s agreement to comply with public records law applies specifically to:
a) Keep and maintain public records required by the City of Clearwater (hereinafter “public
agency”) to perform the service being provided by the contractor hereunder.
b) Upon request from the public agency’s custodian of public records, provide the public agency
with a copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida
Statutes, as may be amended from time to time, or as otherwise provided by law.
c) Ensure that the public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
contract term and following completion of the contract if the contractor does not transfer the
records to the public agency.
TERMS AND CONDITIONS
Development of S Washington Ave Site 11 RFP/Q #53-20
d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in
possession of the contractor or keep and maintain public records required by the public agency
to perform the service. If the contractor transfers all public records to the public agency upon
completion of the contract, the contractor shall destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. If the
contractor keeps and maintains public records upon completion of the contract, the contractor
shall meet all applicable requirements for retaining public records. All records stored
electronically must be provided to the public agency, upon request from the public agency’s
custodian of public records, in a format that is compatible with the information technology
systems of the public agency.
e) A request to inspect or copy public records relating to a public agency’s contract for services
must be made directly to the public agency. If the public agency does not possess the
requested records, the public agency shall immediately notify the contractor of the request and
the contractor must provide the records to the public agency or allow the records to be
inspected or copied within a reasonable time.
f) The contractor hereby acknowledges and agrees that if the contractor does not comply with
the public agency’s request for records, the public agency shall enforce the contract provisions
in accordance with the contract.
g) A contractor who fails to provide the public records to the public agency within a reasonable
time may be subject to penalties under Section 119.10, Florida Statutes.
h) If a civil action is filed against a contractor to compel production of public records relating to a
public agency’s contract for services, the court shall assess and award against the contractor
the reasonable costs of enforcement, including reasonable attorney fees, if:
1. The court determines that the contractor unlawfully refused to comply with the public
records request within a reasonable time; and
2. At least eight (8) business days before filing the action, the plaintiff provided written
notice of the public records request, including a statement that the contractor has not
complied with the request, to the public agency and to the contractor.
i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public
records and to the contractor at the contractor’s address listed on its contract with the public
agency or to the contractor’s registered agent. Such notices must be sent by common carrier
delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or
shipping paid by the sender and with evidence of delivery, which may be in an electronic format.
A contractor who complies with a public records request within 8 business days after the notice is
sent is not liable for the reasonable costs of enforcement.
S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five
(5) years after completion of the Agreement. The City or its authorized agent reserves the right to
inspect any records related to the performance of work specified herein. In addition, the City may
inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the
Agreement. Contractor will permit such inspections and audits during normal business hours and
upon reasonable notice by the City. The audit of records may occur at Contractor’s place of
business or at City offices, as determined by the City.
S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested
background checks of Contractor personnel who would perform services under the Agreement or
who will have access to the City’s information, data, or facilities in accordance with the City’s current
TERMS AND CONDITIONS
Development of S Washington Ave Site 12 RFP/Q #53-20
background check policies. Any officer, employee, or agent that fails the background check must
be replaced immediately for any reasonable cause not prohibited by law.
S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will
have final authority, based on security reasons: (i) to determine when security clearance of
Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and
including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or
entity may provide services under this Agreement. If the City objects to any Contractor personnel
for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City,
remove any such individual from performance of services under this Agreement.
S.17 DEFAULT.
a. A party will be in default if that party:
(i) Is or becomes insolvent or is a party to any voluntary bankruptcy or receivership
proceeding, makes an assignment for a creditor, or there is any similar action that affects
Contractor’s capability to perform under the Agreement;
(ii) Is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar
days;
(iii) Conducts business in an unethical manner or in an illegal manner; or
(iv) Fails to carry out any term, promise, or condition of the Agreement.
b. Contractor will be in default of this Agreement if Contractor is debarred from participating in
City procurements and solicitations in accordance with Section 27 of the City’s Purchasing and
Procedures Manual.
c. Notice and Opportunity to Cure. In the event a party is in default then the other party may,
at its option and at any time, provide written notice to the defaulting party of the default. The
defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty
(30) day cure period may be extended by mutual agreement of the parties, but no cure period
may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably
calculated to provide notice of the nature and extent of such default. Failure of the non-
defaulting party to provide notice of the default does not waive any rights under the Agreement.
d. Anticipatory Repudiation. Whenever the City in good faith has reason to question
Contractor’s intent or ability to perform, the City may demand that Contractor give a written
assurance of its intent and ability to perform. In the event that the demand is made and no
written assurance is given within five (5) calendar days, the City may treat this failure as an
anticipatory repudiation of the Agreement.
S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy
will not preclude the use of other remedies. In the event of default:
a. The non-defaulting party may terminate the Agreement, and the termination will be effective
immediately or at such other date as specified by the terminating party.
b. The City may purchase the services required under the Agreement from the open market,
complete required work itself, or have it completed at the expense of Contractor. If the cost of
obtaining substitute services exceeds the contract price, the City may recover the excess cost
by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance
due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv)
collection against liquidated damages (if applicable); or (v) a combination of the
aforementioned remedies or other remedies as provided by law. Costs includes any and all,
fees, and expenses incurred in obtaining substitute services and expended in obtaining
reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and
costs.
TERMS AND CONDITIONS
Development of S Washington Ave Site 13 RFP/Q #53-20
c. The non-defaulting party will have all other rights granted under this Agreement and all rights
at law or in equity that may be available to it.
d. Neither party will be liable for incidental, special, or consequential damages.
S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the
parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to
cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or
obligated to cease performance by other provisions in this Agreement.
S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in
part or in whole upon thirty (30) calendar days’ written notice.
S.21 CONFLICT OF INTEREST F.S. Section 112. Pursuant to F.S. Section 112, the City may cancel
this Agreement after its execution, without penalty or further obligation, if any person significantly
involved in initiating, securing, drafting, or creating the Agreement for the City becomes an
employee or agent of Contractor.
S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY
CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds
by its governing body to satisfy its obligations. If the City reasonably determines that it does not
have funds to meet its obligations under this Agreement, the City will have the right to terminate
the Agreement without penalty on the last day of the fiscal period for which funds were legally
available. In the event of such termination, the City agrees to provide written notice of its intent to
terminate thirty (30) calendar days prior to the stated termination date.
S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement,
Contractor will be entitled only to payment for those services performed up to the date of
termination, and any authorized expenses already incurred up to such date of termination. The
City will make final payment within thirty (30) calendar days after the City has both completed its
appraisal of the materials and services provided and received Contractor’s properly prepared final
invoice.
S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless
approved in writing and signed by the waiving party. Failure or delay to exercise any rights or
remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services
hereunder, will not release the other party of any of the warranties or other obligations of the
Agreement and will not be deemed a waiver of any such rights or remedies.
S.25 INDEMNIFICATION/LIABILITY.
a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the
City, its officers, agents, and employees, harmless from and against any and all liabilities,
demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs,
attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to,
arising out of, or resulting from: (i) the services provided by Contractor personnel under this
Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor
personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the
obligations established by this Agreement.
b. Contractor will update the City during the course of the litigation to timely notify the City of any
issues that may involve the independent negligence of the City that is not covered by this
indemnification.
c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor
or any third party harmless for claims based on this Agreement or use of Contractor-provided
supplies or services.
S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements
of the Agreement. Additionally, Contractor warrants that all services will be performed in a good,
workman-like and professional manner. The City’s acceptance of service or materials provided by
Contractor will not relieve Contractor from its obligations under this warranty. If any materials or
TERMS AND CONDITIONS
Development of S Washington Ave Site 14 RFP/Q #53-20
services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at
no additional charge to the City, will provide materials or redo such services until in accordance
with this Agreement and to the City’s reasonable satisfaction.
Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current
manufacture and not discontinued, will be free of defects in materials and workmanship, will be
provided in accordance with manufacturer's standard warranty for at least one (1) year unless
otherwise specified, and will perform in accordance with manufacturer's published specifications.
S.27 THE CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to
prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City
property, and will at the City’s request and expense, furnish to the City reasonable assistance and
cooperation, including assistance in the prosecution or defense of suit and the execution of
instruments of assignment in favor of the City in obtaining recovery.
S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver
any specific amount of materials or services or any materials or services at all under this Agreement
and acknowledges and agrees that the materials or services will be requested by the City on an as
needed basis at the sole discretion of the City. Any document referencing quantities or
performance frequencies represent the City's best estimate of current requirements, but will not
bind the City to purchase, accept, or pay for materials or services which exceed its actual needs.
S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City
pursuant to this Agreement (whether electronically or manually generated) including without
limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared
in the performance of this Agreement, are the property of the City and will not be used or released
by Contractor or any other person except with prior written permission by the City.
S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or
publicity without obtaining the prior written consent of the City.
S.31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public
officer or employee within the last two (2) years shall not represent another organization before the
City on any matter for which the officer or employee was directly concerned and personally
participated in during their service or employment or over which they had a substantial or material
administrative discretion.
S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination
freight prepaid and allowed unless otherwise agreed.
S.33 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or
equipment incidental to providing these services and such loss, injury, or destruction will not release
Contractor from any obligation hereunder.
S.34 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real
property or damage or loss of City personal property when such property is the responsibility of or
in the custody of Contractor or its employees.
S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use,
the materials and services being provided and that the City may use same without suit, trouble or
hindrance from Contractor or third parties.
S.36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will
without limitation, at its expense defend the City against all claims asserted by any person that
anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual
property right and must, without limitation, pay the costs, damages and attorneys' fees awarded
against the City in any such action, or pay any settlement of such action or claim. Each party agrees
to notify the other promptly of any matters to which this provision may apply and to cooperate with
each other in connection with such defense or settlement. If a preliminary or final judgment is
obtained against the City’s use or operation of the items provided by Contractor hereunder or any
part thereof by reason of any alleged infringement, Contractor will, at its expense and without
TERMS AND CONDITIONS
Development of S Washington Ave Site 15 RFP/Q #53-20
limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the
right to continue to use the item; (c) substitute for the infringing item other item(s) having at least
equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable
usage, from the time of installation acceptance through cessation of use, which amount will be
calculated on a useful life not less than five (5) years, plus any additional costs the City may incur
to acquire substitute supplies or services.
S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Procurement Division
and/or an authorized representative from the using department. All questions regarding the
contract will be referred to the Procurement Division for resolution. Supplements may be written to
the contract for the addition or deletion of services.
S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by
unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the
public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose
performance is so affected will within five (5) calendar days of the unforeseeable circumstance
notify the other party of all pertinent facts and identify the force majeure event. The party whose
performance is so affected must also take all reasonable steps, promptly and diligently, to prevent
such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or
performance date will be extended for a period equal to the time lost by reason of delay, plus such
additional time as may be reasonably necessary to overcome the effect of the delay, provided
however, under no circumstances will delays caused by a force majeure extend beyond one
hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task
unless agreed upon by the parties.
S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing
agreements with other Florida government agencies, including the Tampa Bay Area Purchasing
Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use
by other municipalities, school districts and government agencies with the approval of Contractor.
Any such usage by other entities must be in accordance with the statutes, codes, ordinances,
charter and/or procurement rules and regulations of the respective government agency.
Orders placed by other agencies and payment thereof will be the sole responsibility of that agency.
The City is not responsible for any disputes arising out of transactions made by others.
S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price
increases will be accepted without proper request by Contractor and response by the City’s
Procurement Division.
S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at
their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or
registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided
by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or
registered mail, receipt will be deemed effective three (3) calendar days after being deposited in
the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective
two (2) calendar days after the sending thereof.
S.42 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The
exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this
Agreement will be Pinellas County, Florida.
S.43 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto,
supersede all prior oral or written agreements, if any, between the parties and constitutes the entire
agreement between the parties with respect to the work to be performed.
S.44 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a
part of this Agreement as if fully stated in it.
S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such
provision will be severed from this Agreement, which will otherwise remain in full force and effect.
The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may
TERMS AND CONDITIONS
Development of S Washington Ave Site 16 RFP/Q #53-20
be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or
unenforceability.
S.46 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of
this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth
rights and obligations that extend beyond completion, termination, or other expiration of this
Agreement, will survive and remain in full force and effect. Except as specifically provided in this
Agreement, completion, termination, or other expiration of this Agreement will not release any party
from any liability or obligation arising prior to the date of termination.
DETAILED SPECIFICATIONS
Development of S Washington Ave Site 17 RFP/Q #53-20
1. INTRODUCTION. The City of Clearwater (City) is located on the West Coast of Florida in the
Tampa Bay region. It is the third largest city in the region with an estimated population of 116,585
residents. The City of Clearwater is also a major tourist destination – Clearwater Beach has been
rated #1 U.S. Beach by TripAdvisor, “Florida’s Best Beach Town 2013” by USA Today, and was
on the “Top Ten List of Best Beaches from Maine to Hawaii”. The City of Clearwater is home to
the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball, as well
as hosting several sports tournaments through the year that attract visitors from across the country.
Clearwater is home for Winter the Dolphin and the Clearwater Marine Aquarium. Winter’s story
made it all the way to Hollywood in the motion pictures “Dolphin Tale” and “Dolphin Tale 2”, both
filmed here in Clearwater.
2. PURPOSE. The purpose of this Request for Proposals/Qualifications (RFP/Q) is to select a
qualified Development Team (Developer) to develop a prime 3.48+/- acre site located on the S.
Washington Avenue Site in Downtown Clearwater’s Prospect Lake Character District. The
Community Redevelopment Agency (CRA) of the City of Clearwater, Florida invites qualified
applicants to submit proposals and qualifications for an apartment or mixed-use urban infill
development with a predominant residential component for the Site.
The CRA redevelopment strategy for Downtown Clearwater emphasizes the creation of a
significant residential concentration in and around the Downtown Core to create the support for a
day-into-evening retail, office, recreational, and entertainment environment. There is a desire to
provide market rate and workforce rental units to meet the unmet housing demand for high tech
office employees in the Downtown Core, employees in the medical field at Morton Plant Hospital
and the hospitality industry on Clearwater Beach. The CRA envisions this parcel as a major
opportunity to facilitate this strategy.
3. SITE BACKGROUND, LOCATION, and OWNERSHIP. Clearwater is situated on the west coast
of Central Florida in the Tampa Bay area and is the county seat for Pinellas County Government.
The Site is conveniently located near the City’s Downtown Core and minutes away from the world-
renowned Clearwater Beach. Site pictures provided in Exhibit A – Photos.
The City targeted this prime development site, a former Clearwater Salvage Yard, for
redevelopment in October 2003. The Site was acquired through a property exchange between the
City of Clearwater and Clearwater Mall LLC. The CRA acquired a loan and purchased one (1)
adjacent property, 306 S Washington Avenue, to consolidate the block as a potential
redevelopment site. The goal was to create momentum for residential development in the
downtown.
The City completed the environmental remediation of the site in 2009. Phase I and Phase II were
conducted and completed in 2003 and 2004. Phase III was conducted in 2005 and contamination
was found as a result from discharges that consisted of volatile organic compounds, total
recoverable petroleum hydrocarbons, and metals in the soils. No groundwater contamination was
encountered during site assessment activities. In September 2005, a Brownfields Site
Rehabilitation Agreement was executed by the Florida Department of Environmental Protection
(FDEP) and the Clearwater City Council to address the contamination. Demolition was conducted
in March 2006 and buildings on the Site were removed and further environmental testing was
conducted. In July 2009, the FDEP delivered a Site Rehabilitation Completion Order (SRCO) which
stated the site had been cleared of contaminants completing the site rehabilitation requirements.
The SRCO was issued 11 years ago and the City has no records of any petitions for an
Administrative Hearing, nor a record of any party seeking judicial review. The Site is now ready for
development.
There have been several developments in this character district:
• The construction of Fire Station 45 on Court Street
DETAILED SPECIFICATIONS
Development of S Washington Ave Site 18 RFP/Q #53-20
• The construction of the Marriott Residence Inn on Court Street
• The construction of the Tampa Bay Times office building on Cleveland Street
• The construction of the regional drainage facility and passive park, Prospect Lake Park
• The completion of The Nolen – a mixed use development with 257 apartment units,
24,000sf of commercial space and 300 parking spaces. The Nolen was acquired by NM
Residential in July 2018 for $44.5 million and is over 90% leased.
• The renovation of 1100 APEX – a mixed use development with 134 apartment units,
4,348sf of commercial space and 202 parking spaces that opened for occupancy in March
2020.
• The CRA acquired a 60+ space surface parking lot at the intersection of Cleveland Street
and S Martin Luther King, Jr Avenue to provide parking for retail customers visiting nearby
businesses.
• The completion of The Madison, an 80-unit age and income restricted development,
completed in Fall 2019 at 400 S Martin Luther King, Jr Avenue.
In the next 12 months the City and the CRA will undertake the following activities that will benefit
the Site:
• Continue construction of restaurants on the first floor of The Nolen and APEX 1100 as a
part of the CRA’s Food and Drink grant program.
• Begin redevelopment of the warehouse located at 115 S. Martin Luther King Jr. Avenue
into a dining, retail and recreational establishment.
• Begin construction on Imagine Clearwater in Coachman Park – a $55 million-dollar
transformation of the Downtown Clearwater waterfront into additional greenspace, marina
facilities, playgrounds and entertainment venues. Visit www.imagineclearwater.com for
details.
Through this RFP/Q, the CRA is seeking to redevelop the entire 3.48+/- acres. The CRA is
conducting its diligence and anticipates closing in Fall/Winter 2020.
4. PROJECT SCOPE AND OBJECTIVES. The subject property is located in the Prospect Lake
Character District (District) of Downtown Clearwater. The Site has frontage on S. Martin Luther
King Jr. Avenue, Gould Street, and S. Washington Avenue. The Downtown Redevelopment Plan
(Plan) envisions this District as a residential area with ancillary commercial uses, with more
intensive commercial and office development directed to the major streets.
The CRA’s redevelopment strategy for Downtown Clearwater emphasizes the creation of a
significant residential concentration in and around the Downtown Core to create the support for a
day-into-evening retail, office, recreational, and entertainment environment. There is a desire to
provide market rate and workforce rental units to meet the unmet housing demand for high tech
office employees in the Downtown Core, employees in the medical field at Morton Plant Hospital
and the hospitality industry on Clearwater Beach. The CRA envisions the Site as a major
opportunity to facilitate this strategy and would like to see construction begin within the next 12
months.
The City adopted a new zoning code in 2018. The Site is zoned (D) Downtown. The City has a
Flexible Development Code to encourage design, mixed-use and massing creativity on infill
projects. The Downtown Plan allows residential density up to 50 dwelling units per acre and a Floor
Area Ratio (FAR) of 1.5 for commercial development. The Downtown Redevelopment Plan
currently allows heights up to 75 feet.
Through the Public Amenities Incentive Pool, a development proposal may attain additional density
and/or FAR based on certain amenities provided by the developer, including but not limited to,
significant public space, streetscape improvements, on-site public art, the inclusion of affordable
DETAILED SPECIFICATIONS
Development of S Washington Ave Site 19 RFP/Q #53-20
housing within the development, and mixed-use projects that further the Plan’s major
redevelopment goals and character district vision.
The amount of development potential made available to the Site project will be based on the type
and scale of amenity provided and not a specific formula. The allocation of additional
density/intensity is made in conjunction with a site plan application reviewed and approved by the
Clearwater Community Development Board at a public hearing.
Any proposed project must comply with the Downtown Design Guidelines, which require quality
architectural and site design, an urban development pattern and the use of quality materials that
enhance the quality of the Downtown Clearwater built environment.
Development proposals should reflect the growth in this character district as a walkable, urban
environment. The Site has frontage on three (3) streets and the proposal should identify the primary
entrance, but still pay careful attention to the relationship between the building and the street on all
sides. No specific architectural style is required, however high-quality building materials and access
to outdoor amenity space (balconies, rooftop terrace etc.) is highly desired. The CRA prefers
structured parking that will be available to the public as part of this project to support retail uses on
the adjacent properties.
5. SITE PURCHASE PRICE. Price is to be negotiated, based upon the overall development proposal
and the ability of the proposal to fulfill the goals of the 2018 Clearwater Downtown Redevelopment
Plan. CRA prefers a purchase of the Site, however, will consider a land lease. Per Florida State
Statute 163.380, CRA will consider fair value in its disposition of the Site. The CRA is willing to re-
invest the sale proceeds from the land into the proposed project to support CRA goals of public
parking, quality architecture and workforce housing.
6. DEVELOPMENT NEGOTIATIONS and INCENTIVES. The selected Developer shall enter into a
binding Development Agreement with the CRA, which shall outline the contract start date, bonding
and/or insurance requirements, purchase and disposition of the subject Site, the underlying project
development design parameters agreed to by the CRA and city, any incentives agreed upon, and
the terms and conditions.
Due to the importance of this particular downtown infill development Site, it is the intention of the
CRA to consider certain development “incentives” to assist in making the project feasible which
might include, but not be limited to, the payment of certain impact fees, workforce housing
incentives, the cost of construction for parking etc. If the Developer wishes to request incentives,
they must outline their request as part of the proposal.
Stormwater Retention Buy-in District
In cooperation with the Southwest Florida Water Management District (SWFWMD), the Site falls
within the boundary of the Prospect Lake District contributing area and is eligible to develop, by
permitting, into the buy-in district to obtain storm water facilities on-site. The property does not
require storm water facilities on-site as long as the Developer pays into the Prospect Lake District.
Any upgrades needed on existing City utilities; potable, sanitary sewer, etc. will be the responsibility
of the Developer.
Traffic concerns will be dependent on what the Developer wants to place on the Site.
Clearwater Gas System Incentive
Natural gas is available at this Site and certain incentives may apply, administered by Clearwater
Gas System.
DETAILED SPECIFICATIONS
Development of S Washington Ave Site 20 RFP/Q #53-20
7. QUALIFICATIONS and SELECTION PROCESS. A review team will evaluate all submissions
according to the evaluation criteria delineated below and identify Developers that will be invited to
submit more detailed proposals, make oral presentations, or both. The review team will rely upon
the response to this RFP/Q in selection of finalists and the preferred Developer. Therefore,
respondents should emphasize information particularly pertinent to the project and the evaluation
criteria and submit all information they wish the screening committee to consider.
The review team, made up of representatives from the CRA, Economic Development & Housing,
Planning & Development, Engineering, and Finance Departments, will recommend a Preferred
Developer to the CRA, who will make the final selection. The recommended Preferred Developer
may be required to make a formal presentation to the CRA, if requested, as part of the selection
process.
The CRA will then enter into exclusive negotiations with the Preferred Developer for a Development
Agreement, Purchase Agreement and any other appropriate CRA transactions.
The selected Developer will be solely responsible for project design, development application
submission and approval, securing required permits, construction of the project and ongoing project
maintenance and operation.
8. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain
(and cause any subcontractors, representatives or agents to acquire and maintain) during the term with
the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall
be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right
to review the Contractor’s deductible or self-insured retention and to require that it be reduced or
eliminated.
Specifically the Vendor must carry the following minimum types and amounts of insurance on an
occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then
coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the
termination or expiration of this Agreement:
a. Commercial General Liability Insurance coverage, including but not limited to, premises
operations, products/completed operations, products liability, contractual liability, advertising injury,
personal injury, death, and property damage in the minimum amount of $1,000,000 (one million
dollars) per occurrence and $2,000,000 (two million dollars) general aggregate.
b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or
borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars)
combined single limit.
c. Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the
type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million
dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of
coverage shall be no later than the inception date of claims made coverage, unless the prior policy
was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year
either by a supplemental extended reporting period (SERP) of as great a duration as available, and
with no less coverage and with reinstated aggregate limits, or by requiring that any new policy
provide a retroactive date no later than the inception date of claims made coverage.
d. Employer’s Liability coverage of $100,000 each employee, each accident, and $100,000 each
employee/$500,000 policy limit for disease, and which meets all state and federal laws. Coverage
must be applicable to employees, agents, representatives, and subcontractors, if any.
e. Property Insurance coverage if the Developer is using its own property or the property of the City
in connection with the performance of its obligations under this Agreement, then Property Insurance
DETAILED SPECIFICATIONS
Development of S Washington Ave Site 21 RFP/Q #53-20
on an “All Risks” basis with replacement cost coverage for property and equipment in the care,
custody and control of others is required.
f. Builder’s Risk covering all risks of loss in the complete and full value of the project with no
coinsurance penalty provisions. This insurance shall insure the interests of the City, the Developer,
and all subcontractors, if any, in the work and shall insure against special form causes of loss (all
risk perils), including collapse during construction, for replacement cost (including fees and charges
of engineers, architects, attorneys and other professionals). The Developer shall obtain and
maintain similar property insurance on equipment, materials, supplies and other property and
portions of the work stored on or off site or in transit. Builder’s Risk Insurance shall be endorsed to
permit occupancy until such time as the facilities are completed and accepted by the City and written
notice of the fact has been issued by the City.
g. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’
Compensation Insurance coverage in accordance with the laws of the State of Florida, and
Employer’s Liability Insurance in the minimum amount of $500,000 (five hundred thousand
dollars) each employee each accident, $500,000 (five hundred thousand dollars) each employee by
disease, and $500,000 (five hundred thousand dollars) disease policy limit. Coverage should
include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act
coverage where applicable. Coverage must be applicable to employees, contractors,
subcontractors, and volunteers, if any.
The above insurance limits may be achieved by a combination of primary and umbrella/excess
liability policies.
Other Insurance Provisions.
a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the
insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will
furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by
the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and
naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the
Commercial Automobile Liability Insurance. In addition, when requested in writing from the City,
Vendor will provide the City with certified copies of all applicable policies. The address where such
certificates and certified policies shall be sent or delivered is as follows:
City of Clearwater
Attn: Procurement Division, RFP/Q #53-20
P.O. Box 4748
Clearwater, FL 33758-4748
b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination,
material change or reduction in coverage.
c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s
negligence.
d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and
all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s
design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor
for any legal fees or costs as a result of Vendor providing its defense as contemplated herein.
The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to
the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of
Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the
insurance coverage specified.
RESPONSE ELEMENTS
Development of S Washington Ave Site 22 RFP/Q #53-20
1. PROPOSAL SUBMISSION. It is recommended that responses are submitted electronically
through our bids website at https://www.myclearwater.com/business/rfp.
For responses mailed and/or hand-delivered, firm must submit one (1) signed original (identified as
ORIGINAL) response, four (4) copies of the response and one (1) copy in an electronic format, on
a disc or thumb drive, in a sealed container using the label provided at the end of this solicitation.
NOTE: If submitting proposals electronically, copies are not required.
2. PROPOSAL FORMAT (the following should be included and referenced with index tabs)
NOTE: Every proposal received by the City will be considered a public record pursuant to
Chapter 119, Florida Statutes. Any response marked confidential may be deemed non-
responsive to this RFP/Q.
Table of Contents: Identify contents by tab and page number
TAB 1 – Narrative and Vision Statement – Letter of Transmittal. A letter of transmittal should
be submitted that iterates the respondents’ vision for the project and site, including how the
envisioned project will relate to the surrounding area and its benefits to the CRA.
TAB 2 – Developer Experience and Qualifications. Provide the following information:
1. Developer information
a. Legal name and principal office address
b. Telephone number and e-mail address(es)
c. Name of agent representing firm and able to negotiate with the CRA
2. Project team
a. Names and qualifications of all team members, legal counsel, architect, financial
institution, contractor (if known)
b. A statement of the relationship between the developer and any parent company or
subsidiaries that might be involved in the development
3. Experience/Qualifications
a. List of prior development experience including a short summary of relevant project(s),
to include a listing of total projects/units developed within the last five (5) years
TAB 3 – Legal and Financial Feasibility - Developer and Project. Provide the following financial
information:
1. Financial institution reference contact(s)’ names and contact information
2. Preliminary financial plan to include:
a. Construction Budget detailing total project cost and proposed source(s) of funding
b. Demonstration of developer’s financial capacity to develop the Site
3. A brief description of the various land uses being proposed, including price points of
proposed lease rates for residential and/or retail/office
4. Any incentives desired to improve project feasibility
TAB 4 – Development Concept – Ability to Meet Redevelopment Objectives. Present in both
narrative and visual form the extent of the development proposal for the Site. Drawings may
be “conceptual” in format but should be detailed enough to reflect the scope of the proposed
development. Narrative elements to be addressed include:
a. Height
b. Scale
c. Density and Intensity
d. Any request for units/sq. ft. from the Public Amenities Pool
e. Square footage of specific land uses
f. Proposed architectural style and material types
g. Site and building orientation
RESPONSE ELEMENTS
Development of S Washington Ave Site 23 RFP/Q #53-20
h. Access points and curb cuts
i. Breakdown of proposed parking spaces to be allocated for each use
j. Highlight of creative and innovative design solutions
TAB 5 – Proposed Timeline for Construction. Provide the proposed development
schedule/calendar, to include timeline for:
a. Design
b. Review and Permitting
c. Construction
TAB 6 - Other Forms. The following forms should be completed and signed:
a. Exceptions/Additional Materials/Addenda form
b. Vendor Information form
c. Vendor Certification of Proposal form
d. Scrutinized Companies form(s) as required
e. W-9 Form. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf)
EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA
Development of S Washington Ave Site 24 RFP/Q #53-20
Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation
document. Exceptions that surface elsewhere and that do not also appear under this section shall be
considered invalid and void and of no contractual significance.
Exceptions (mark one):
**Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a
Proposal non-responsive.
No exceptions
Exceptions taken (describe--attach additional pages if needed)
Additional Materials submitted (mark one):
No additional materials have been included with this proposal
Additional Materials attached (describe--attach additional pages if needed)
Acknowledgement of addenda issued for this solicitation:
Prior to submitting a response to this solicitation, it is the vendor’s responsibility to confirm if any addenda
have been issued.
Addenda Number Initial to acknowledge receipt
Vendor Name Date:
VENDOR INFORMATION
Development of S Washington Ave Site 25 RFP/Q #53-20
Company Legal/Corporate Name:
Doing Business As (if different than above):
Address:
City: State: Zip: -
Phone: Fax:
E-Mail Address: Website:
DUNS #
Remit to Address (if different than above): Order from Address (if different from above):
Address: Address:
City: State: Zip: City: State: Zip:
Contact for Questions about this proposal:
Name: Fax:
Phone: E-Mail Address:
Day-to-Day Project Contact (if awarded):
Name: Fax:
Phone: E-Mail Address:
Certified Small Business
Certifying Agency:
Certified Minority, Woman or Disadvantaged Business Enterprise
Certifying Agency:
VENDOR CERTIFICATION OF PROPOSAL
Development of S Washington Ave Site 26 RFP/Q #53-20
By signing and submitting this Proposal, the Vendor certifies that:
a) It is under no legal prohibition to contract with the City of Clearwater.
b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as
well as its attachments, and any referenced documents.
c) It has no known, undisclosed conflicts of interest.
d) The prices offered were independently developed without consultation or collusion with any of the other
respondents or potential respondents or any other anti-competitive practices.
e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or
consultant who has or may have had a role in the procurement process for the services and or goods/materials
covered by this contract.
f) It understands the City of Clearwater may copy all parts of this response, including without limitation any
documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer,
or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable
law, subpoena, or other judicial process.
g) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”)
will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations
that relate to their employees.
h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and
not debarred by any Federal or public agency.
i) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and
Rules if awarded by the City.
j) It is current in all obligations due to the City.
k) It will accept such terms and conditions in a resulting contract if awarded by the City.
l) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit
binding offers for the goods or services as specified herein.
ACCEPTED AND AGREED TO:
Company Name:
Signature:
Printed Name:
Title:
Date:
SCRUTINIZED COMPANIES FORMS
Development of S Washington Ave Site 27 RFP/Q #53-20
SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH
CUBA AND SYRIA CERTIFICATION FORM
IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND
SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY
DEEM YOUR SUBMITTAL NONRESPONSIVE.
The affiant, by virtue of the signature below, certifies that:
1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the
requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with
Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,
or engaging in business operations in Cuba and Syria; and
2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in
this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the
Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations
in Cuba and Syria; and
3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in
commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining,
owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services,
personal property, real property, military equipment, or any other apparatus of business or commerce; and
4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary,
affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar
days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the
Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations
in Cuba and Syria.
__________________________________________
Authorized Signature
__________________________________________
Printed Name
__________________________________________
Title
__________________________________________
Name of Entity/Corporation
STATE OF _____________________
COUNTY OF ___________________
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online
notarization on, this _____ day of _________________, 20____, by _____________________________
(name of person whose signature is being notarized) as the ________________________ (title) of
______________________________________(name of corporation/entity), personally known ______, or
produced _________________________ (type of identification) as identification, and who did/did not take
an oath.
__________________________________________
Notary Public
__________________________________________
Printed Name
My Commission Expires: __________________
NOTARY SEAL ABOVE
SCRUTINIZED COMPANIES FORMS
Development of S Washington Ave Site 28 RFP/Q #53-20
SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL.
FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL
NONRESPONSIVE.
The affiant, by virtue of the signature below, certifies that:
1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements
of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott
Israel List, or engaged in a boycott of Israel; and
2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this
solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a
boycott of Israel; and
3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking
other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or
in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is
participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott
of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as
evidence that a company is participating in a boycott of Israel; and
4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate,
or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days
after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged
in a boycott of Israel.
______________________________________
Authorized Signature
______________________________________
Printed Name
______________________________________
Title
______________________________________
Name of Entity/Corporation
STATE OF _____________________
COUNTY OF ___________________
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online
notarization on, this _____ day of _________________, 20____, by _____________________________
(name of person whose signature is being notarized) as the ________________________ (title) of
______________________________________(name of corporation/entity), personally known ______, or
produced _________________________ (type of identification) as identification, and who did/did not take
an oath.
__________________________________________
Notary Public
__________________________________________
Printed Name
My Commission Expires: __________________
NOTARY SEAL ABOVE
MAILING LABEL
CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER
Development of S Washington Ave Site 29 RFP/Q #53-20
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------
SEALED PROPOSAL
Submitted by:
Company Name:
Address:
City, State, Zip:
RFP/Q #53-20, Development of So. Washington Ave Site
Due Date: September 15, 2020, at 10:00 A.M.
City of Clearwater
Attn: Procurement Division
PO Box 4748
Clearwater FL 33758-4748
--------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------
---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------
SEALED PROPOSAL
Submitted by:
Company Name:
Address:
City, State, Zip:
RFP/Q #53-20, Development of So. Washington Ave Site
Due Date: September 15, 2020, at 10:00 A.M.
City of Clearwater
Attn: Procurement Division
100 S Myrtle Ave 3rd Fl
Clearwater FL 33756-5520
---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------
RFP/Q #53-20, So. Washington Ave Site
Exhibit A(1) – Photos of subject area
1
RFP/Q #53-20, So. Washington Ave Site
Exhibit A(1) – Photos of subject area
2
Tab 2.3 Southport - David Page Affiliate Florida-Georgia Project Completions January 1, 2015 to November 30, 2020
Project Development Cost Completion Date City, State # of Units Project Type LIHTC/Conventional
1 Clearwater Apts 12,168,048 Dec-14 Clearwater, FL 90 Rehab LIHTC
2 Caravel Apts 13,653,769 Mar-15 Lauderdale Lakes, FL 110 Rehab LIHTC
3 Crossings @ Indian Run 57,379,648 Jul-15 Stuart, FL 344 Rehab Conventional
4 Parkside Commons Apts 9,783,392 Jan-16 Pinellas Park, FL 60 New Const LIHTC
5 400 Apts 12,568,842 Nov-15 Gainsville, FL 101 Rehab LIHTC
6 Jackson Heights Apts 15,124,251 Dec-15 Tampa, FL 111 Rehab LIHTC
7 Georgia Arms Apts 14,358,056 Dec-15 Sanford, FL 90 Rehab LIHTC
8 Spring Manor Apts 24,185,253 Apr-16 Ocala, FL 160 Rehab LIHTC
9 Harbour Court Apts 8,441,161 Feb-16 Haines, FL 64 Rehab LIHTC
10 Stevens Duval Apts 9,183,180 Jan-16 Jacksonville, FL 52 Rehab LIHTC
11 Brookside Village Apts 8,341,175 Dec-15 Fort Myers, FL 50 Rehab LIHTC
12 Pinewood Apts 8,735,073 Aug-16 Athens, GA 90 Rehab LIHTC
13 Orangewood Apts 8,877,831 Mar-16 Fort Pierce, FL 60 Rehab LIHTC
14 Garden Trail Apts 12,865,880 Mar-17 Clearwater, FL 76 New Const LIHTC
15 Hickory Knoll 12,855,419 Oct-17 Ocala, FL 96 Rehab LIHTC
16 Cumberland Oaks Apts 20,974,700 Feb-17 St Marys, GA 154 Rehab LIHTC
17 Majestic Oaks Apts 22,034,768 Jul-17 Gainesville, FL 172 Rehab LIHTC
18 Wedgewood Apts 12,163,992 Apr-17 West Palm Beach, FL 80 Rehab LIHTC
19 Columbus Court Apts 25,419,365 Aug-17 Tampa, FL 160 Rehab LIHTC
20 Hampton Villa Apts 8,199,860 Sep-17 Jacksonville, FL 60 Rehab LIHTC
21 Seminole Gardens Apts 15,143,814 Dec-17 Sanford, FL 108 Rehab LIHTC
22 Brookestone 19,269,912 Dec-18 Tallahassee, FL 108 New Const LIHTC
23 Timberwood 26,633,081 Aug-17 Jacksonville, FL 224 Rehab LIHTC
24 Calusa Estates 20,756,449 Dec-18 Belle Glade, FL 114 New Const LIHTC
25 Brookfield Mews 11,147,868 Nov-17 Tifton, GA 120 Rehab LIHTC
26 Cedar Park 11,521,684 Sep-18 Lake City, FL 72 Rehab LIHTC
27 Chipola Apartments 5,131,039 Jan-19 Marianna, FL 48 Rehab LIHTC
28 Oakwood Villa 31,983,335 Feb-19 Jacksonville, FL 200 Rehab LIHTC
29 Lummus Park Manor 9,122,875 Jan-19 Miami, FL 51 Rehab LIHTC
30 Ridgewood 4,375,673 Dec-18 Winter Haven, FL 33 Rehab LIHTC
31 Laburnum Gardens 15,206,532 May-19 Valrico, FL 81 New Const LIHTC
32 Jacksonville Townhouse 33,097,574 Oct-19 Jacksonville, FL 250 Rehab LIHTC
33 Woodlawn Trail 13,822,930 Oct-19 Clearwater, FL 80 New Const LIHTC
34 Lake Mangonia 26,155,804 Nov-19 West Palm Beach, FL 150 Rehab LIHTC
35 Delphin Downs 13,182,465 Aug-20 Pensacola, FL 72 New Const LIHTC
36 Harold House 11,679,403 Aug-20 Jacksonville, FL 80 Rehab LIHTC
37 Palmetto Pointe 14,564,592 Nov-20 Pinellas Park, FL 82 New Const LIHTC
38 Daytona Gardens 30,719,347 Jan-21 Daytona, FL 230 Rehab LIHTC
39 Pembroke Tower 18,786,037 Dec-20 Pembroke Pines, FL 100 Rehab LIHTC
40 Parrish Oaks 20,490,096 Dec-20 Parrish, FL 120 New Const LIHTC
41 Mallard Landing 29,124,229 Nov-20 West Palm Beach, FL 163 Rehab LIHTC
42 Lake Wales Gardens 13,840,922 Feb-21 Lake Wales, FL 96 Rehab LIHTC
Total 713,069,324 4762
Page 1 of 1
Tab 4.1.a. Present Narrative and Visual Form of Development Objective
This 3.38-acre urban infill development is bound by South Martin Luther King Jr. Blvd,
Gould Street and South Washington Avenue in Downtown Clearwater’s Prospect Lake Character
District. With a density of 50 units per acre, it will consist of 171 residential units, 78 surface
parking spaces for residents and a 197-space parking garage for public use. Included in the surface
parking lot is a ride share waiting area.
The goal of the development it to create an attractive community that provides a modern,
attractive amenity-filled living environment for its residents. The project was challenged by a
significant grade change across the site, so stepping the project with the contours added
complexity, but also created a visually interesting series of building segments. The 50-foot tall,
4-story residential structures placed on the southern end of the project site to provide a strong
street presence. The 3-story parking garage was placed partially over the surface parking to make
efficient use of the land. Locating the parking on the northern end of the site provides a buffer to
the adjacent commercial property. The garage is wrapped by units and amenities, hiding it from
street view.
The project is provided with two separate outdoor open spaces. The active pool zone was placed to
take advantage of the western sun exposure. The more passive interior courtyard is surrounded by
units to create a more private, quieter amenity. Each of these open spaces help to maximize views
from the living spaces to the outdoors.
The exterior of the building is designed in a contemporary style using red brick and cementitious
siding (“Hardie Siding”) painted in warm earth tones. A flat roof is utilized to locate the air
conditioning compressors, clearing the ground from visual clutter and unwanted noise. The
building face has been pushed back from the sidewalks allowing for more green space, more
privacy for residents and a more pleasant pedestrian experience.
The overall development objective is presented in visual form by the “bird’s eye view” shown as
shown in the next document.
Tabs 4.a. to Tab 4.g.
Tab 4.a. Height
The seven Project apartment buildings vary between 4-story 50 ft. height on the southern end of
the site the 3-story 40 ft height on some buildings moving north on the site.
The 197-stall parking garage is a 3-story structure with a height of 36 ft.
Tab 4.b. Scale
Plan scale: 1/32 inch = 1 ft.
Tab 4.c. Density & Intensity
The Developer and Architect have maximized the density and the parking uses for the 3.358
acres of land with 171 apartments units and 275 parking stalls while with maximized and intense
land uses still maintaining a community atmosphere with active and quiet outdoor activity areas to
meet the community needs.
Tab 4.d. Request for units from the density pool
The land is 3.358 acres with allowed density of 50 units per acre. 3.3582 X 50 = 168.
Three (3) units are requested from the Density Pool.
Tab 4.e. Sq. Ft. of specific land uses
Garage: 88,239 gsf
Residential / Breezeways / Amenities: 148,209 gsf
Breezeways: 54,258 gsf
Amenities: 7,225 gsf
A/C area: 155,434 sf
Tab 4.f. Proposed Architectural Style
The exterior of the building is designed in a contemporary style using red brick and cementitious
siding (“Hardie Siding”) painted in warm earth tones. A flat roof is utilized to locate the air conditioning compressors, clearing the ground from visual clutter and unwanted noise. The building face has been pushed back from the sidewalks allowing for more green space, more privacy for residents and a more pleasant pedestrian experience.
Tab 4.g. Site and building orientation
The project buildings are oriented to provide views from the Project apartments while maintain a pleasing view of the from the busy public S. Martin Luther King Ave. on the West Boundary of the Project without sacrificing privacy of the apartments. The project is provided with two separate outdoor open spaces. The active pool zone was placed to
take advantage of the western sun exposure. The more passive interior courtyard is surrounded by units to create a more private, quieter amenity. Each of these open spaces help to maximize views from the living spaces to the outdoors.
Tabs 4.h. to Tab 4.j.
Tab 4.h. Access Points and curb cuts
Two access points and curb cuts:
1. The NW Corner of the site will have a 30 ft. direct secondary access to the site with a curb
cut to S. Martin Luther King Ave.
2. The NE Corner of the site will have the main entrance to the to the site with a 50 ft. curb
cut to S. Washington Ave.
Tab 4.i. Breakdown of proposed parking spaces to be allocated for each use
Project Parking Uses and Rates per Month Rate Per Mo. Garage Stalls 197 2022 Surface Covered Stalls 78
Total Parking 275 Tenant Garage 197 $110 Tenant Covered Surf. 35 $95 Public/Staff Cov. Surf. 40 $95 Uber/Lyft stalls 3 $0
Total Parking 275
Project Parking Uses and Rates per
Month
Garage Stalls 197
Surface Covered Stalls 78
Total Parking 275
Tenant Garage 197
Tenant Covered Surf. 35
Public/Staff Cov. Surf. 40
Uber/Lyft stalls 3
Total Parking 275
Tab 4.j. Highlight creative and innovative design solutions
By using the sites awkward topography that has the site SEC elevation 15 ft. higher than the site’s
NWC, the resulting solution was a series of terraced building elevations that stepped down as the
buildings are located father north on the site and by using covered walkways connecting the
elevators and the buildings’ accesses, the result is a considerable savings not having to build
interior corridors in each building and worked to be able to have apartments and amenity
buildings constructed on three sides of the parking garage elimination the cost of an expensive
exterior on those three sides of the garage.