Loading...
HomeMy Public PortalAbout09-7920 RFQ Finding of Necessity Study/Carras Community Sponsored by: City Manager RESOLUTION NO. 0 9-7920 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, ACCEPTING THE QUOTE FROM CARRAS COMMUNITY INVESTMENT,INC., IN RESPONSE TO REQUEST FOR QUALIFICATIONS ("RFQ") NO. 09-0713 FOR A "FINDING OF NECESSITY STUDY CRA DISTRICT AND COMMUNITY REDEVELOPMENT PLAN"; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AND EXECUTE AN AGREEMENT WITH CARRAS COMMUNITY INVESTMENT, INC., FOR SERVICES CONSISTENT WITH THE RFQ IN AN AMOUNT NOT TO EXCEED FORTY NINE THOUSAND NINE HUNDRED SEVENTY FIVE DOLLARS ($49,975.00), PAYABLE FROM ACCOUNT NO. 37-515312 WHEREAS,the City Commission of the City of Opa-locka("City Commission"),upon the request of the City Manager, is interested in exploring the possibility of establishing a Community Redevelopment Agency ("CRA") within the City boundaries;and WHEREAS,the Florida Legislature enacted the Community Redevelopment Act of 1969, which is a part of Chapter 163, Part III, Florida Statutes, as amended; and WHEREAS,the City Commission finds that the establishment of a CRA,as provided for in Chapter 163, Part III, Florida Statutes, may promote redevelopment within the City; and WHEREAS, pursuant to Section 163.355, Florida Statutes, no municipality shall exercise the community redevelopment authority conferred until after the governing body has adopted a resolution, supported by data and analysis,which makes a legislative finding that the conditions in the area meet the criteria described in Section 163.340(7) or (8); and WHEREAS, on April 22, 2009, the City Commission adopted Resolution 09-7459, authorizing the City Manager to issue a Request for Qualifications (RFQ) for Finding of Necessity Resolution No. 0 9—7 9 2 0 Study and Community Redevelopment Plan; and WHEREAS, RFQ No. 09-0713 requested proposals from qualified firms to prepare a Finding of Necessity Study and Community Redevelopment Plan; and WHEREAS, the RFQ review committee evaluated the proposals submitted to the City in response to RFQ No. 09-0713 and selected Carras Community Investment,Inc.,for preparation of a Finding of Necessity Study and Community Redevelopment Plan for the City; and WHEREAS,the City Manager is recommending that the City Commission accept the quote from Carras Community Investment,Inc. ("Carras"),and further authorize the City Manager to enter into and execute an agreement with Carras for preparation of a Finding of Necessity Study and Community Redevelopment Plan for the City, in a contract form acceptable to the City Attorney. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby accepts the quote submitted by Carras Community Investment,Inc.,in response to RFQ No. 09-0713 for preparation of a Finding of Necessity Study and Community Redevelopment Plan for the City. Section 3. The City Commission of the City of Opa-locka hereby authorizes the City Manager to enter into and execute an agreement with Carras Community Investment, Inc., for preparation of a Finding of Necessity Study and Community Redevelopment Plan for the City,in an amount not to exceed Forty Nine Thousand Nine Hundred and Seventy Five Dollars($49,975.00), payable from Account No. 37-515312, and in a contract form acceptable to the City Attorney. Resolution No. 0 9—7 9 20 Section 4. The City Manager is further authorized to take all necessary and expedient action to effectuate the intent of this Resolution. Section 5. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 2 3 day of SFPTEMRFR , 2009. iis. JO ' P, . KELLEY •.YOR Attest: 7 Approved as to form and legal sufficiency: Deb S." 1 Burnadette NoisiWeeks Ci Clerk City Attorney Moved by: JOHNSON Seconded by: TAYLOR Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Johnson: YES Commissioner Tydus: YES Vice-Mayor Taylor: YES Mayor Kelley: YES OQp.LOCgQ.. pQ I (-1-. ))) � \'AR'O H PS E� Memorandum TO: Mayor Joseph L. Kelley Vice Mayor Myra L. Taylor Commissioner Timothy Holmes Commissioner Dorothy Johnson Commissi i ne Rose Tydus FROM: Bryan K. l lie, Interim City Manager i� DATE: Sept e l ', 2009 RE: R..j on Carras Community Investment, Inc. to prepare a CRA Finding o4 essity Study REQUEST: // A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL FROM CARRAS COMMUNITY INVESTMENT, INC., IN RESPONSE TO RFQ NO. 09-0713 — "FINDING OF NECESSITY STUDY CRA DISTRICT AND COMMUNITY REDEVELOPMENT PLAN"; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AND EXECUTE AN AGREEMENT WITH CARRAS COMMUNITY INVESTMENT, INC., TO PROVIDE A CRA FINDING OF NECESSITY STUDY IN THE AMOUNT OF FORTY NINE THOUSAND NINE HUNDRED SEVENTY FIVE DOLLARS ($49,975), IN A CONTRACT FORM ACCEPTABLE TO THE CITY ATTORNEY. DESCRIPTION: The City requested proposals seeking a qualified professional firm to conduct a finding of necessity study for the establishment of a CRA district, describing the boundaries and prepare a redevelopment plan for adoption in accordance with Chapter 163, Part III, Florida Statutes. The selected firm would be engaged in the preparation of a feasibility study /or analysis and review of areas within the City of Opa-locka which meet the above-mentioned statutory requirements for the establishment of a Community Redevelopment Area as well as the financial viability. Proposals were received July 13, 2009. A review committee was established to evaluate and rate the proposals. Carras Community Investment, Incorporated was determined to be the most qualified proposer. FINANCIAL IMPACT: This is a budgeted item for fiscal year 2009-2010 for an amount of forty nine thousand nine hundred seventy five dollars ($49,975.00). IMPLEMENTATION TIME LINE: The firm will commence study within 30 days after execution of contract. The finding of necessity report must be completed and submitted to the City within four(4)months. RECOMMENDATION(S): Staff recommends the City to enter into an agreement with Carras Community Investment, Inc. ANALYSIS: A Community Redevelopment Area (CRA) refers to a special district designation established by the governing body of a county or municipality for the purpose of improving the living conditions of the area and its surrounding neighborhoods. The purpose of creating a special district is to: 1. Improve poor existing conditions related to infrastructure; 2. Stimulate economic growth and job creation; 3. Allow for more centralized planning and revitalization efforts; 4. Promote commercial and residential development; 5. Provide funding mechanism by which counties and municipalities may undertake community redevelopment activities. The Florida Legislature enacted the Community Redevelopment Act of 1969, which is codified as Chapter 163, Part III, and Sections 163.330 through 163.450, of the Florida Statutes. All powers arising under the Community Redevelopment Act are conferred on counties with Home Rule charters, which counties, in turn, are authorized to delegate powers to municipalities within their boundaries. The authorization for counties to delegate powers to municipalities is contained in Section 163.410, Florida Statutes, under the heading "Exercise of powers in counties with home rule charters". ATTACHMENT(S): 1. Copy of the RFQ No. 09-0713 announcement 2.Rating Summary 3. Resolution No. 09-7459 4. Itemized quotation Finding of Necessity Study/Carras Community Investment PREPARED BY: Octavien A. Spanner **CITY COMMISSION RECEIVED COPIES OF ',PROPOSALS ON 07/14/2009** •t ��^ CITY OF OPA-LOCKA CERTIFICATION OF PROPOSALS RECEIVED REQUEST FOR QUALIFICATIONS(RFQ)NO.09-0713 FINDING OF NECESSITY STUDY AND COMMUNITY RE-DEVELOPMENT PLAN I,Deborah S.Irby,City Clerk of the City of Opa-locka,Florida,do hereby certify that according to the provisions of Sec.2-320.1 of the City's Code of Ordinances,sealed proposals were opened at the Office of the City Clerk, 780 Fisherman Street, 4th floor, Opa-locka, Florida,at 2:05 p.m. this 13`h day of.July,2009. PROPOSALS RECEIVED Name of Company Strategic Development Initiatives, Inc. (SDI) See attached proposal 8422 SW Royal Street Hobe Sound, FL 33455 Contact: Don DeLaney,President Tele: (305) 778-5516/ (772) 545-3344 Fax: (772) 545-3340 Email: dmckinney429 @comcast.net Calvin, Giordano &Associates, Inc. See attached proposal 1800 Eller Drive, Suite 600 Fort Lauderdale, FL 33316 Contact: Shelley Eichner, AICP, Vice President Tele: (954) 921-7781 Fax: (954) 921-8807 Email: eichners @calvin-giordano.com Carras Community Investment, Inc. See attached proposal 330 SW 2nd Street, Suite 214 Fort Lauderdale,FL 33312 Contact: James Carras Tele: (954)415-2022 Email: carras @bellsouth.net PMG Associates, Inc. See attached proposal 1031 Ives Dairy Road Miami, FL 33179 Contact: Kathleen R. Gonot, President Tele: (786) 258-1697 Fax: (786) 954-480-8836 Website: www.pmgassociates.com Basile Baumann Prost &Associates, Inc. See attached proposal 177 Defense Highway, Suite 10 Annapolis, MD 21401 Contact: Ralph Basile, Principal Tele: (410) 266-7800 Fax: (410) 266-7866 Website: www.bbpa.com Swan Development Advisors, Inc. See attached proposal P.O. Box 2097 Lakeland, FL 33806-2097 Contact: Bruce W. Lyon, MBA,President Tele: (863) 616-1615 Fax: (863) 802-9630 Email: blyon @swanadvisors.com I further certify that sealed proposal(s)submitted were properly opened in my presence and also the ollowing: Ai I I t' i CI Y CLERK CITY OF OPA-LOCKA � oQp-L0C i r 4 � O s Q • .V , y X94 i 'O� T Q j . ..Z 2 oFtivv RFQ NO. 09-0713 FINDING OF NECESSITY STUDY CRA DISTRICT AND COMMUNITY REDEVELOPMENT PLAN * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *CITY OF OPA-LOCKA*780 FISHERMAN STREET*OPA-LOCKA*FLORIDA*33054* RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 1 O/-p•LOCh- o� �� CITY OF OPA-LOCKA , "0 c\,,,_,'`' '� FINDING OF NECESSITY STUDY \ o Rn / RFQ NO 09-0713 TABLE OF CONTENTS Subject Page Number Cover 1 Table of Contents 2 Advertisement 3 Part I - Proposal Guidelines 4 Part II - Nature of Services Required 8 Part III - Proposal Requirements 11 Part IV- Evaluation of Proposals 13 Proposer Qualifications 17 Debarment, Suspension Certification 18 Drug-Free Certification 20 RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 2 Q OQP L9c 4N �� `gyp CITY OF OPA-LOCKA of nl \• _ � �`•l �2 Z°°A"°Wi:; Advertisement for Request for Qualifications RFQ NO. 09-0713 FINDING OF NECESSITY STUDY AND COMMUNITY RE-DEVELOPMENT PLAN Request for Qualifications for a FINDING OF NECESSITY STUDY AND COMMUNITY RE- DEVELOPMENT PLAN will be received by the City of Opa-Locka at the Office of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-Locka, Florida 33054, Monday, July 13, 2009. Any proposals received after the designated closing time will be returned unopened. The purpose of this Request for Qualifications is to seek assistance of a qualified professional firm to provide a FINDING OF NECESSITY STUDY AND COMMUNITY RE-DEVELOPMENT PLAN to the City of Opa-Locka. An original and five (5) copies of the proposal shall be submitted in sealed envelopes/packages addressed to Deborah S. Irby, City Clerk, City of Opa-Locka, Florida, and marked "RFQ NO. 09-0713 - FINDING OF NECESSITY STUDY AND COMMUNITY RE- DEVELOPMENT PLAN." Proposers desiring information for use in preparing proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman Street, 4th Floor, Opa- Locka, Florida 33054, Telephone (305) 953-2800 or copies of the RFQ NO 09-0713 requirements may also be obtained by visiting the City's website at www.opalockafl.gov, (click "RFP/BIDS"located on the right hand side of the screen and follow the instructions). The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFQ NO. 09-0713 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. Deborah S. Irby Deborah S. Irby City Clerk Dated: Published: The Miami Herald RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 3 CITY OF OPA-LOCKA RFQ NO. 09-0713 FINDING OF NECESSITY STUDY AND COMMUNITY RE-DEVELOPMENT PLAN PART I PROPOSAL GUIDELINES 1-1. Introduction: The City of Opa-Locka is requesting proposals from qualified firms to provide a FINDING OF NECESSITY STUDY AND COMMUNITY RE-DEVELOPMENT PLAN. 1-2. Proposal Submission and Withdrawal: The City must receive all proposals in a sealed envelope by 2:00 P.M. on Monday July 13, 2009 . The proposals shall be submitted at the following address: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-Locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFQ NO. 09-0713 - FINDING OF NECESSITY STUDY AND COMMUNITY RE- DEVELOPMENT PLAN. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the CITY and will not be returned to the Proposer. The City cautions proposers to assure actual delivery of mailed or hand-delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-Locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 953-2800 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and five (5) copies of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Request for Qualifications. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFP. RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 4 1-5. Inquiries: InteresLJ Proposers may contact the City's Purchasing Officer regarding questions about the proposal by telephone at (305) 953-2868 x1307 or by facsimile at (305) 953-2900. The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFQ, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFQ NO. 09-0713 so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFQ NO. 09-0713 or give information as to the requirements of the RFQ NO. 09-0713 in addition to what is contained in the written RFQ NO. 09-0713 document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The CITY may mail written addenda up to seven (7) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFQ NO.09-0713 opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFQ NO. 09-0713 does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff, the best proposal has been identified, approved by the appropriate level of authority within the City and executed by all parties. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re-advertise for other proposals. 1-8. Contractual Agreement: This RFQ NO. 09-0713 shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami-Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 5 1-10. Public Records: .spon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of all news releases or other publicity pertaining to this RFQ NO. 09-0713 or the service, study or project to which it relates. 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self-insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/$2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4.The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30-day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFQ NO. 09-0713 submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFQ NO. 09-0713 proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 1-15. Code Of Ethics: any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-Locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-Locka. 1-16. Drug-Free Workplace: Preference shall be given to businesses with Drug-Free Work Place (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the Request for Qualifications and bids must be received in writing by the City Clerk's Office at lease ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be effected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made (if applicable) for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 7 PART II NATURE OF SERVICES REQUIRED 2-1 PURPOSE AND SCOPE OF WORK The City of Opa-Locka is seeking to retain a firm or team of professionals to conduct a Finding of Necessity Study to confirm slum or blight conditions, as defined by Section 163 of the Florida Statutes, in selected areas of the City of Opa-Locka. The consultant will thoroughly examine and analyze data and conditions required by Florida Statute governing community redevelopment areas. The study report will recommend the boundaries of any area or areas confirmed as meeting slum or blight criteria and deemed appropriate for designation as CRA and TIF districts. Estimates of TIF revenues to be generated within each recommended CRA/TIF district will also be provided in the report. Upon City Commission authorization, the selected firm will be engaged to assist City staff with the preparation of a Community Redevelopment Area (CRA) Plan as Phase II of the contract. Additional Services for Plan (phase II): Services will include, but may not be limited to land use and transportation master planning, public realm master planning, infrastructure analysis, financial analysis of proposed public investments, recommending completion time frames for key initiatives, structuring public/private partnerships, developing tax increment finance (TIF) projections, identification of alternative (non-TIF) funding sources, developing strategies for affordable housing and residential/commercial foreclosures, economic development and redevelopment research, public infrastructure, proportionate cost/share analysis, public participation, marketing and media relations. Consultants will be expected to have an expertise in assessing the community's vision, needs assessments, community planning, housing, user and capital markets, the area's assets and barriers to private investment, economic analysis and public participation. The City seeks responses that not only have experience in similar studies and plans but also have unique experience in the areas of public/private partnerships, economic development, and understanding and planning for low-wealth, minority communities. Particular emphasis will be placed on firms on who have undertaken affordable housing needs assessments, affordable housing policy recommendations, and leveraging of other public and private financial resources other than T.I.F. In addition, firms that have undertaken analyses of communities with high foreclosures and have subsequently prepared responses and strategies for neighborhood stabilization will be given priority in the selection process. Previous consulting experience in these areas, particularly in Miami-Dade County is a plus. RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 8 2-2 SIMILAR ENGAGE.. INTS The firm must provide a list of the most significant engagements performed in the last five (5) years that are similar to the engagement described in this Request for Qualifications. These engagements should be ranked on the basis of total staff hours. Indicate the scope of work, date, total hours, and the name and telephone number and email address of the principal client contact. We would like five (5) years experience working on public entity clients in Florida preferably City government. 2-3 CITY CONTRACT COORDINATOR The City's Contract Coordinator for these services will be Octavien Spanner, Community Development Director. After the contract is negotiated, all communications and correspondence shall be directed to Octavien Spanner, Community Development Director at , 780 Fisherman Street, 4th Floor, Opa-Locka, FL with copies of the correspondence to Ezekiel Orji, PhD, CPA, Assistant City Manager/Finance Director at 780 Fisherman Street, 4th Floor, Opa-Locka, FL 33054. 2-4 TERM OF CONTRACT The term of the contract is anticipated to be two (2) fiscal years with a one (1) year renewable clause, subject to negotiation of terms with the contractor and the concurrence of the City of Opa-Locka City Commission and availability of annual appropriation. PART III RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 9 PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFQ. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 1/2 "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 1. An original copy (so marked) of the proposal and five (5) copies must be sealed in one package and clearly labeled "RFQ NO. 09-0713 - Request for Qualifications for "FINDING OF NECESSITY STUDY COMMUNITY RE-DEVELOPMENT PLAN" on the outside of the package. 2.. Title Page showing the Request for Qualifications number, subject, the firm's name, the contact person's name, address and telephone number and the date of the proposal. 3...Table of Contents should include a clear and complete identification of the materials submitted by section and page number. 4.. Transmittal Letter summarizing in a brief and concise manner the Proposer's understanding of the work to be performed, the commitment to perform the work within the anticipated time period, a statement why the firm believes itself to be best qualified to perform the engagement, and a statement that the proposal remains in effect for ninety (90) days. An authorized agent of the Proposer must sign the Letter of Transmittal indicating the agent's title or authority. 5. Experience and qualifications of the firm with the name, address, telephone number, licenses and certifications of the principals of the proposing firm, number of years the firm has been in business, and five similar government entities (specify name of entity, contact person, address and phone number), for whom your firm has provided services within the last five years including a brief description of the project, and contract award amount. The City may contact these references. 6 Detailed Proposal with all the required information and signatures as specified, including a work plan, schedule and any additional information relevant to the scope of work. The detailed proposal should follow the order set forth in this Request for Qualifications. 7. Executed copy of Drug Free Workplace Form attached to this Request for Qualifications. 8. Statement acknowledging receipt of each addendum issued by the City. 9. Proposal must be signed by an officer or employee having authority to legally bind the Proposer. RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 10 3-3 TECHNICAL PRO. iSAL The purpose of the technical proposal is to demonstrate the qualifications, competence, and capacity and methodology of the firms seeking to provide the services in conformity with the requirements of this Request for Qualifications. As such the substance of proposals will carry more weight than their form or manner of presentation. The technical proposal should demonstrate the combined qualifications of the firm and of the particular staff to be assigned to this engagement. It should also specify an approach that will meet the Request for Qualifications requirements. The technical proposal should address all of the points outlined in the Request for Qualifications. The proposal should be prepared simply and economically, providing a straightforward, concise description of the Proposer's capabilities to satisfy the requirements of the Request for Qualifications. While additional data may be presented, the following subjects must be included — Licenses, Firm Qualifications and Experience, Staff Qualifications and Experience, Similar Projects with Other Government Entities, Specific Approach, and Proof of Insurance. RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 11 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals submitted. The Purchasing Officer will chair the committee. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFQ NO. 09- 0713 including a detailed explanation of how the services shall be performed. Factors to be considered in the evaluation of responses are listed below. 4-2 EVALUATION CRITERIA The Selection Committee will evaluate all responsive written proposals to determine which proposals best meet the needs of the City. The items listed below shall be submitted with each submittal and should be submitted in the order shown. Each selection should be clearly labeled with pages numbered and separate tabs. Failure by a Proposer to include all listed items may result in the rejection of the submittal. Mandatory Elements • The Firm must assist with the creation of a plan for the Community Re-development Area. • The firm has no conflict of interest with regard to any other work performed by the firm for the City. • The firm adheres to the instructions in this Request for Qualifications on preparing and submitting the proposal. 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 12 The Evaluation Criteria ...ay be changed for the oral presentations evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Finalists will be informed as to the revised criteria, if any, prior to their oral presentation. Additionally, prior to award of an Agreement pursuant to this RFQ, the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of Opa-Locka will select the firm that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The City's decisions will be final. Following the notification of the selected firm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose Proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFQ. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. It is expected that a contract will be negotiated within sixty (60) days of Commission approval. RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 13 1-00,4 NO. 09-0713 FINDING OF NECESSITY STUDY '4"own /r PROPOSER QUALIFICATIONS The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation ( ) Partnership ( ) Individual ( ) 3. If Corporation, state: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: 6. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least five commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-Locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-Locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-Locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 14 CITY OF OPA-LOCKA ,O4/p .oCkO spa CERTIFICATION REGARDING DEBARMENT, SUSPENSION V' DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 15 E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 16 CITY OF OPA-LOCKA o, �o ` n RFQ NO 09-0713 DRUG-FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number(1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) (Title/Position) (Company) who does hereby certify that said Company has implemented a drug-free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature RFQ NO. 09-0713 FINDING OF NECESSITY STUDY 17 N- q) N N 00 N CA a d H U 0 in Vl 00 O O 01 Vl 00 CT V1 Vl V) M 00 (� N O N r-+ M N •--I M N N M N --+ MN ,--4 MN •. N a Qz o a W H � © Q a M p4 • W � W o O O o 0 O O ,� 01 d- 01 .. v, r, 00 ooa, dt .-, a1 >'' Q 0 ri It U 7 Z v ° o Z Q ° O O V, ^ U V� - 01 Cr) •--4 .. Vn a1 .. 00 Cr) .. 00 M r+ 00 4d z 0 H d O O O O Vl M O O O N O Vl O UV1 .--i .. M .. 1--4 .■i •—. •..I in .-i .. V) .. V) .-I .-. Aw4N W4a W4a Z4.4a W4a W4a U > da , a > da > da da > d ..a H H H H H H U > > > > > > WUdZUddIUdd UddWUdd Udd � ° Uaao ° a � ° U � � ° Ua ~ ° UZ ° ° a d rID U U a co cn Sponsored by: City Manager RESOLUTION NO. 0 9-7 4 5 9 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, DIRECTING THE CITY MANAGER TO EXPLORE THE ESTABLISHMENT OF A COMMUNITY REDEVELOPMENT AGENCY (CRA) AND AUTHORIZING THE CITY MANAGER TO INITIATE A "FINDING OF NECESSITY" STUDY, IN ACCORDANCE WITH CHAPTER 163,PART III,FLORIDA STATUTES WHEREAS, the City Commission of the City of Opa-locka ("City Commission"), upon the request of the City Manager, is interested in exploring the possibility of establishing a Community Redevelopment Agency ("CRA") within the City boundaries; and WHEREAS, the Florida Legislature enacted the Community Redevelopment Act of 1969, which is codified as Chapter 163, Part III, Sections 163.330 through 163.450, Florida Statutes, as amended; and WHEREAS, the City Commission finds that the establishment of a CRA, as provided for in Chapter 163, Part III, Florida Statutes, may promote redevelopment within the City; and WHEREAS, pursuant to Chapter 163, Part III, Florida Statutes, a finding of necessity must be prepared in order to initiate the redevelopment process for any proposed redevelopment area; and WHEREAS, the City Commission desires to authorize the City Manager to explore the establishment of a CRA, initiate a finding of necessity study, report to the Commission and to take steps towards establishment of a CRA within the City. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,FLORIDA: Section 1. The recitals to the preamble are hereby incorporated by reference. Giordano and Associates, Inc. to perform planning & zoning consulting services on an as-needed basis. Staff recommends the city to enter into an agreement with Calvin, Giordano & Associates, Inc. to put together the finding of necessity report. Implementation Time Line: The designation, creation and planning of a Community Redevelopment Area is a lengthy process that may take one or two years. The fact finding process may require a period of approximately three (3) months. Legislative History: None Recommendation(s): Staff is recommending the approval of the Resolution declaring intent to establish a Community Redevelopment Area. Analysis: A Community Redevelopment Area (CRA) refers to a special district designation established by the governing body of a county or municipality for the purpose of improving the living conditions of the area and its surrounding neighborhoods. The purpose of creating a special district is to: 1. Improve poor existing conditions related to infrastructure; 2. Stimulate economic growth and job creation; 3. Allow for more centralized planning and revitalization efforts; 4. Promote commercial and residential development; 5. Provide funding mechanism by which counties and municipalities may undertake community redevelopment activities. The Florida Legislature enacted the Community Redevelopment Act of 1969, which is codified as Chapter 163, Part III, and Sections 163.330 through 163.450, of the Florida Statutes. All powers arising under the Community Redevelopment Act are conferred on counties with Home Rule charters, which counties, in turn, are authorized to delegate powers to municipalities within their boundaries. The authorization for counties to delegate powers to municipalities is contained in Section 163.410, Florida Statutes, under the heading "Exercise of powers in counties with home rule charters". During the Neighborhood Strategy Planning Session of February 7, 2009, the City Commission urged the City Manager and staff to carry out due diligence in identifying the characteristics of certain areas within city limits as meeting the criteria of slum or blight for an eventual designation of a Community Redevelopment Area. Pursuant to Part III, Chapter 163, Florida Statutes, a finding of necessity report must be prepared, determining that it is necessary to rehabilitate the area and to establish a community redevelopment agency to manage the redevelopment plan. ATTACHMENT(S): -Information on North Miami Beach Community Redevelopment Agency and the City of South Miami Community Redevelopment Agency. -Proposed Community Redevelopment Area map. PREPARED BY: Octavien Spanner t.11y U.I. INUlli1 lvllaml 13 eau, rlorma -- 1N1V115 Community Kecteveion-rent Agency Page 1 of 2 Home> Business&Development > NMB CRA ,' +C ,,,, 5, X a'.I..4w-a.J Zt 3 s�, 111 i 1 ',Vie' PitiP, .-,. ?-ice + y. ' 10 k1> .tj �` �J�r� V ` t 6' 1 '' . �- - - �y `�„�,., .rr"" _L1- r. _ i --'"<„„„..;::' ''' �� 1,,, I. . 0.,,r1 - , Shy 1 Home I Calendar of Events NMB Community Redevelopment Agency I Living in NM B 0 B II Business& The City of North Miami Beach now has a fully I Development II _ II enc operational Community Redevelopment Agency CRA At A Glance Throughout Florida, CRAs have been highly g y( ) Building Permits NORTH .1,MI Bt-,�-N . successful in Demographics revitalizing business districts and neighborhoods by Stats&Facts ! providing needed financial support for projects and Development News f _ 1 programs aimed at increasing economic activity and NMB CRA 1 .I . l, k1 �_. i' id I'1 I improving the quality of life.CRAs typically address such Opening a Business t k \ t #( it _[ z i° things as commercial and residential property Purchasing ' r improvements, new commercial and residential Public Safety development, street improvements,parks and Assistance/Grants/Loans E. 4'' P P d Planning&urban I playgrounds, parking facilities,business promotion and q Design • more. Inside City Government' The overriding vision for this key center of the City is an identifiable place that encourages the ICity Charter&Code establishment of a mix of commercial and residential uses in appropriate and architecturally pleasing structures.The area will offer businesses to meet a variety of needs and be an Working for NMB " environment that attracts both day and evening activities.It will also offer investment, business, shopping, dining, and residential opportunities for those of all ages,races, Visiting NMB p ethnicities and income levels. ICity Directory The first full year of operation for the North Miami Beach Community Redevelopment Agency Going Green p was completed on September 30,2006.The CRA budget for the first year was$451,000 and FAQ k was devoted primarily to developing plans and cost estimates for capital improvements, property acquisition and development incentives. For an overview of the CRA's activities I Helpful Links " during its first year,view the FY2007Annual Report. Press Releases For Fiscal Year 2007,the CRA's increment revenue was$1.34 million.The CRA also secured I About NMB II two bank loans to fund the Agency's first capital projects. • One loan is for$3 million to help pay for rebuilding About this Site i several streets in the Fulford City Center area of the CRA district.The streets include NE 17, 18,20 and 21 Search Avenues from NE 163 Street to the Snake Creek �" Waterway.These streets intersect with Hanford --`-- . GO Boulevard, Fulford City Center's Main Street. (a)Full Site t CD This Section The other loan is for$5 million to be used to purchase .'{ F properties that become available on the market.The = ! 1l� _- ��`� Search Tips purpose is to help facilitate assembling sites for future development. Sky Plaza Building For Fiscal Year 2008, increment revenue has grown to$1.9 million and will be used to continue streetscape improvements and market and promote the area. The CRA also has established a development incentive program.The CRA recently awarded the first incentive for a project that will have 47,000 sq.ft. of restaurants and retail and 165,000 sq.ft of office.The Sky Plaza Building(pictured above)will be located at the intersection of NE 19 Avenue and NE 163 Street(S.R.826).A description of the CRA , ,.... _ — --- - - i-ny or Norm ivnami tseacn -'toriaa-- NMts Community Kedevelop*rent Agency Page 2 of 2 development incentive program is contained in the FY 2007 Annual Report. The Fiscal Year 2008 Annual Report will be available in April2009. As the program progresses, updates will be posted on this site. For additional information, call Roslyn Weisblum,Assistant City Manager, at 305-354-4441. VCRA Annual Report FY 2007 (1.27 MB pdf) FY 2006-2007 Annual report of the Community Redevelopment Agency VCRA Map (290kb pdf)Showing portions of the City that are in the CRA. VCRA Plan Document (817kb pdf)As adopted in 2005 VCRA Plan Supplement (9.4 MB pdf) Entire document VCRA Plan Supplement. Part One (476kb pdf)Text only VCRA Plan.Supplement,Part Two (2.6mb pdf)Maps only Last updated Thursday,January 29,2009 Printer-friendly Version This is the official site of the City of North Miami Beach,Florida Home I Calendar of Events I Living in NMB I Business&Development I Planning&Urban Design I Inside City Government I City Charter&Code I Working for NMB I Visiting NMB I City Directory I Going Green I FAQ I Helpful Links I Press Releases I About NMB I About this Site Ph«ered by is gov non" ..■ — . .-tom.., ___ -__ _— _ 3outn ivimami uommuntty to°neveiopment agency Page 1 of 1 ;e41,-:,-i.;.0:41,14: 7=-,--d .,,i '1 '&',::,[, -�t mac.` -.(i if on E=u a?:--..m.::.,, •••, SMCRA Redevelopment Agency South Miami Home Page SMCRA Home Page City of Souff'19bfiami SMCRA Board f-' SMCRA Staff Directory Community?tedevelop r ment g From the SMCRA Chair 'X7 Mission and Goals Agendas,Minutes,Budget South Miami Amenities ' ,_:: :i s Opportunities ,`jk,,.--.. - c-'y' Project initiatives P"'-i' ' - .� �_' �r • Resident Testimonials _ y mss- - `r's'� �?'___�.T-� Marisa/WiSanuon 'arkhnp rwonents 5"9bttTlaceSinetscape'Z al:countProfrd ZFie Creation Of The SMCRA Based on a finding of necessity report establishing the need for the comprehensive redevelopment effort in an existing slum and blighted community,the South Miami Community Redevelopment Agency(SMC7.91.)was first formed.InApril1997 the South Mainri City Commission accepted the delegation of powers required to initiate a Community RedvelapmentAgency. In September 1999 the City of South Miami entered into an interface!cooperation agreement with Miami-Dade County to formally establish the South Miami Community Redevelopment Agency. Vision • The goal of the South Miami Community Redevelopment Agency is to improve and eliminate existing slum . and blighted conditions in the SMCRA Community and to improve the quality of Cife of alt existing residents.The on-going intent of the SMCRA Agency is to assist residents in helping themselves. South Miami Community Redevelopment Agency www.cityofsouthmlami.net PH 305-668-7236 FAX 305-663-6345. 6130 Sunset Drive. South Miami,Florida 33143 Co• ri•ht©2004.All ri•hts reserved. 1_.a_.II_______. ,- .� .. . - - - .. ...,,i'0,,,,, 7 . ‘ . iililkiiii .• ;lsp .. cid Ep, t; I O : a i - Tr'1 . Pi I. �' o 5 is U - O a, U O i .d I':. 4, O ,.... : PC1 J. r O t1+ O s•, a T I. i CARRAS COMMUNITY INVESTMENT, INC. DEVELOPMENT FINANCE COUNSEL NEW RIVER TRADING POST 330 SOUTHWEST SECOND STREET SUITE 214 FORT LAUDERDALE, FLORIDA 33312 TELEPHONE: 954 415.2022 James Carras carras@bellsouth.net August 11, 2009 Mr. Octavian Spanner City of Opa-locka 780 Fisherman Street Opa-locka, FL 33054 Dear Mr. Spanner: I am pleased to provide you with a quotation for cost of services to complete a "Finding of Necessity Study" for the proposed Community Redevelopment Agency for the City of Opa-locka. Our fixed price fee is$49,975.00 based on the completion of the following tasks: Project Tasks: Phase 1 -Site Survey Phase 2- Demographic and Economic Analysis Phase 3-Assessment of Existing Improvement and Infrastructure Phase 4- Fiscal Impact Analysis Phase 5-Finding of Necessity Resolution, Presentations and Meetings Sub Task Cost Breakdown: ITEM COST Phase I: Field surveys and Assessment of existing land use, physical conditions including mapping and $13,000 photography Phase II: Demographic and Economic Analysis $8,500 Phase III: Assessment of existing improvements and public infrastructure $8,500 Phase IV: Fiscal Impact Analysis $7,000 Phase V: Preparation of draft Finding of Necessity Resolution and meetings/presentations with City Staff $6,500 and City Commission Subtotal $43,500 Administrative/Indirect Cost (15%) $6,475 TOTAL $49,975 Sincerely, (signature guaranteed; by email) James Carras Principal