Loading...
HomeMy Public PortalAbout10-8086 Carras Community Investment Inc Sponsored by: City Manager RESOLUTION NO. 10-8086 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA APPROVING THE CONTRACT NEGOTIATED BY THE CITY MANAGER WITH CARRAS COMMUNITY INVESTMENT, INC., FOR THE INITIATION AND PREPARATION OF A REDEVELOPMENT PLAN; APPROVING CONSULTING SERVICES TO DEVELOP A MASTER PLAN FOR THE GEOGRAPHIC LOCATIONS WITHIN THE CITY BOUNDARIES WHERE COMMUNITY DEVELOPMENT WILL TAKE PLACE; PROVIDING FOR RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City Commission of the City of Opa-locka desires to have a Community Redevelopment Agency and believes it would be beneficial to have a Consultant prepare, develop, direct, and initiate a Master Plan for the geographic locations within the City boundaries where community development will take place as part of the City of Opa-locka's redevelopment; and WHEREAS, Resolution No. 10-8054 adopted on April 28, 2010, authorized the City Manager to negotiate a contract with Carras Community Investment, subject to City Commission approval; and WHEREAS, the City Commission of the City of Opa-locka desires to approve a contract with Carras Community Investment, Inc. to accomplish the goals set forth above; and WHEREAS, the negotiated fee for the contract agreement is Ninety Five Thousand Dollars ($95,000.00), payable from Account Number 37-515312. NOW, THEREFORE, BE IT DULY 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 authorizes and directs the City Manager to enter into and execute the negotiated contract agreement with Carras Community Investment, Inc., in substantially the form attached hereto, for the initiation and preparation of a redevelopment plan, and for consulting services to develop a Master Plan for the geographic locations within the city boundaries where community development will take place. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED THIS 23 day of him,2010. i7 LLEY MAY I►R Attest to• ,.. ,) Deborah S. Irby City Clerk Approved as to form and legal sufficiency: I I IAN 1 i V W&s: 811 S. Geller Cit Attorney a 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 1492640 vl O� n • Memorandum TO: Mayor Joseph L. Kelley Vice Mayor Myra L. Taylor Commissioner Timothy Holmes Commissioner Dorothy Johnson Commissioner/ Rose Tydus FROM: � . e�� , it anager DATE: June 10, 2010 RE: Resolution for approval of the contract negotiated by the City Manager with Carras Community Investment,Inc for the initiation and preparation of the Community Redevelopment Plan. Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA , FLORIDA, APPROVING THE CONTRACT NEGOTIATED BY THE CITY MANAGER WITH CARRAS COMMUNITY INVESTMENT, INC., FOR THE INITIATION AND PREPARATION OF A REDEVELOPMENT PLAN; FURTHER APPROVING CONSULTING SERVICES TO DEVELOP A MASTER PLAN FOR THE GEOGRAPHIC LOCATION WITHIN THE CITY BOUNDARIES WHERE COMMUNITY DEVELOPMENT WILL TAKE PLACE. Description: The City Commission of the City of Opa-locka desires to have a Community Redevelopment Agency and believes it would be beneficial to have a Consultant prepare, develop, direct, and initiate a Master Plan for the City of Opa-locka's redevelopment. Financial Impact: The financial impact for this contract agreement is a fee of$95,000.00 from Account Number 37-515312 Implementation Time Line: Payment will be made according to the schedule of deliverables listed in the contract. Legislative History: Resolution Number#09-7459, 10-8043, and 10-8054. Recommendation(s): Staff recommends approval to authorize the CRA Plan. Analysis: The approval of this resolution will authorize the Carras Community Investment, Inc to prepare, develop, direct and initiate a Community Redevelopment Plan. ATTACHMENT(S): Resolution Number#09-7459, 10-8054; 10-8043 and RFQ NO 09-0713. PREPARED BY: Gerald Lee o4 v PP L O\ _ti- G •F' `fi r ? :p AORPSE� THIS AGREEMENT DATED DAY OF JUNE 2010 is entered into between the City of Opa-locka, a Florida Municipal corporation, hereinafter"City", and Carras Community Investment, Inc., a Florida corporation, hereinafter, "Consultant", for the Preparation of a CRA Master Plan ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 City is in need of Independent Contractor to prepare a Community Redevelopment Area Plan for the City of Opa-locka. 1.2 Consultant provided community and economic development planning and funding consulting services to over 200 public, private and community-based clients across the country. 1.3 City issued a Request for Qualifications, RFQ No. 09-0713, for qualified firms to prepare a Finding of Necessity Study and Community Redevelopment Plan for the City of Opa-locka. 1.4 City adopted Resolution No. 10-8043 on April 14, 2010,accepting the "Finding of Necessity" Report. ARTICLE 2 SCOPE OF WORK The Consultant shall perform all of the work and furnish all of the materials, tools, supplies, and labor necessary to perform all of the work described in the RFQ No. 09-0713 - Finding of Necessity Study CRA District and Community Redevelopment Plan, a copy of which is attached hereto and specifically made a part of this Agreement as Exhibit "A" and in the Response to Request for Qualifications ("Proposal") from CONSULTANT, dated July 13, 2009, a copy of which is attached hereto and specifically made a part of this Agreement as Exhibit"B." 2.2 Responsibilities - CONSULTANT CONSULTANT shall prepare a CRA Master Plan in accordance with the requirements of State Law, including: Introduction; Legal description and boundaries; Statutory requirements; Neighborhood character; Land use, zoning; - Transportation system,particularly focused design alternatives; Need for redevelopment, development environment, including special linkage relationships; Conceptual redevelopment plan, including anticipated redevelopment, open space, dwelling units, other uses, and specific attention to City-identified properties, and identified market potential; - Implementation measures and recommendations; Neighborhood impact of the redevelopment plan, relocation accommodations; Capital Improvements, "order of magnitude" cost estimates; - Cost and timing of redevelopment; Funding sources, financial strategies, including Tax Increment Finance (TIF) projections; - Development controls; and - Public participation. The tasks listed correlate to the documentation that will be assembled: I. Process of Discovery • Information and data gathering • Review of existing plans/studies and development regulations • Site investigation and review of existing conditions • Real estate market analysis 2.Vision and Design Workshop • Public vision and design workshop(s) • Workshop outcomes review • Preliminary concept plan and recommendations 3. Plan Refinement/Preliminary Draft Report • Concept master plan refinement • Prepare Preliminary Draft Report: • Introduction • Opportunities and constraints • Market and Economic Analysis • Concept Master Plan • Community Amenity Element(overall open space network) • Transportation Element (streets/corridors, parking,transit, biking,walking,gateways) • Neighborhoods Element- Brief neighborhood needs and recommendations summary • Priority focus areas / demonstration infill project opportunities • Affordable and workforce housing strategies • Capital projects summary with budget estimates for priority areas (5-year) • Implementation Strategies and Schedule • Financing&Funding Strategies and Sources • Appendix A: Public Process &Input Summary • Appendix B: Inventory • Appendix C: CRA Revenue Projections • Appendix D: Legal Description • Appendix E: Statutory Requirements and Action • Appendix F: Project Finance Options 4. Interface and Presentations to City and County Commissions Present the final CRA Master Plan to City staff,the City Commission and other appropriate parties in a form consistent with Florida Law and all other requirements of this Agreement. 2.3 Deliverables - CONSULTANT CONSULTANT will deliver the following: 1. Detailed and specific Work Plan 2. Draft report of information and data gathering and existing plans/studies and development regulations, site investigation and review of existing conditions, and real estate market analysis. 3. Conduct Vision and Design Workshop 4. Draft Preliminary Report 5. Draft Final Report 6. Final written Report ARTICLE 3 TIME FOR COMPLETION 3.1 The CONTRACTOR shall commence work to be performed under this Agreement beginning July 1, 2010, and shall complete performance no later than April 30, 2011. ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONSULTANT for the faithful performance of this Agreement, for work to be completed In accordance with the "Proposal" submitted by CONSULTANT in response to RFQ NO. 09-0713. Prices for work completed by the CONSULTANT shall be as reflected in the Proposal submitted by CONSULTANT, a copy of which is attached hereto and made a part hereof as Exhibit "B, with no change in the price shown. Payments to CONSULTANT shall be made in accordance with the payment schedule set forth herein: Payment One: $15,000 - Deliverable 1. Payment Two: $15,000 - Deliverable 2. Payment Three: $15,000 - Deliverable 3. Payment Four: $20,000 - Deliverable 4. Payment Five: $20,000 - Deliverable 5. Payment Six: $10,000 - Deliverable 6. A total contract price for the services hereto is referred to as Contract Sum and shall not exceed Ninety-five Thousand Dollars ($95,000.00). ARTICLE 5 CONSULTANT'S LIABILITY INSURANCE 5.1 The CONTRACTOR shall not commence work under this contract until It has obtained all insurance required under this Article and such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor, If applicable, to commence work on a sub-contract until all similar such insurance required of the subcontractor has been obtained and approved. 5.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commencement of the work. These Certificates shall contain a provision that coverages afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 5.3 Financial Ratings must be no less than "A" in the latest edition of"Bests Key Rating Guide", published by A.M. Best Guide. 5.4 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY, In the event the insurance certificate provided indicates that the Insurance shall terminate and lapse during the period of this contract, then in that event, the CONTRACTOR shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension thereunder is in effect. The CONTRACTOR shall not continue to work pursuant to this contract unless all required insurance remains In full force and effect. 5.5 Comprehensive General Liability insurance to cover liability bodily injury and property damage. Exposures to be covered are: premises, operations, products/completed operations, and certain contracts, Coverage must be written on an occurrence basis,with the following limits of liability: (a) General Liability Insurance - $1,000,000 per occurrence, $2,000,000 Aggregate: (b) Workers' Compensation Insurance — as required by law; (c) Employer's Liability Insurance - $1,000,000 per occurrence; (d) Automobile Liability Insurance - $1,000,000 per occurrence, $2,000,000 Aggregate. 5.6 The CONTRACTOR shall hold the CITY, Its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the CITY as an additional insured under their policy. 5.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. ARTICLE 6 PROTECTION OF PROPERTY 6.1 At all times during the performance of this Contract, the CONSULTANT shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever, if applicable. ARTICLE 7 CONSULTANT'S INDEMNIFICATION 7.1 The CONSULTANT agrees to release and indemnify CITY from and against any and all liability and responsibility in connection with negligent acts of CONSULTANT, The CONSULTANT further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters, with the exception of payment related to work performed. 7.2 If a court of competent jurisdiction holds the City liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 8 INDEPENDENT CONTRACTOR 8.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONSULTANT is an independent contractor under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws The CONSULTANT shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONSULTANT's activities and responsibilities hereunder provided, This Agreement shall not be construed as creating any joint employment relationship between the CONSULTANT and the CITY and the CITY will not be liable for any obligation incurred by CONSULTANT, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 9 CONTRACT BOND 9.1 No bond shall be required for this Agreement. ARTICLE 10 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 10.1 CITY or CONSULTANT may request changes that would increase decrease or otherwise modify the Scope of Work to be provided under this Agreement as described In Article 2 of this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work, Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 10.2 In no event will the CONSULTANT be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE II TERM AND TERMINATION 11.1 This Agreement may be terminated at any time by the CITY for cause or convenience, upon five (5) days written notice by the CITY to CONSULTANT. In the event that CITY terminates this agreement, an equitable adjustment for a prorated portion of the Contract Sum set forth in Article 4 herein will be made to CONSULTANT for completed services. 11.2 This Agreement shall take effect as of the date of execution as shown heroin below and continue for a period of one (1) year, with two (2) options to renew the Agreement for a period of one (1) year. ARTICLE 12 CONTRACT DOCUMENTS 12.1 CONSULTANT and CITY hereby agree that the following Specification and Contract Documents, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: This Agreement; RFQ No. 09-0713 — Finding of Necessity Study CRA District and Community Redevelopment Plan, as set forth in and made a part of this Agreement as Exhibit "A"; Response to Request for Qualifications ("Proposal") from CONSULTANT, as set forth and made a part of this Agreement as Exhibit "B"; City Commission award (Resolution No. 09-0713); and any other exhibits thereto. ARTICLE 13 MISCELLANEOUS 13.1 Legal Representation. It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 13.2 Assignments. This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by CONSULTANT without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONSULTANT shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 13.3 Records. CONSULTANT shall keep books and records and require any and all subcontractor to keep books and records as may be necessary In order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records will be available at all reasonable limes for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement. 13.4 Ownership of Documents, Reports, surveys, plans, studies and other data provided by CITY to CONSULTANT in connection with this Agreement are and shall remain the property of City. 13.5 No Contingent Fees. CONSULTANT warrants that it has not employed or retained any company or person, other than a bona tide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona tide employee working solely for CONSULTANT, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at Its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 13.6 Notice. Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONSULTANT and the CITY designate the following as the respective places for giving of notice: CITY: Clarence Patterson 780 Fisherman Avenue, 4th Floor Opa-locka, Florida 33054 Copy To: Joseph S. Geller, Esq. 780 Fisherman Avenue, 4th Floor Opa-locka, Florida 33054 CONSULTANT: James Carras, Principal Carras Community Investment, Inc. 330 Southwest Second Street, Suite 214 Fort Lauderdale, Florida 33312 13.7 Binding Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 13.8 Exhibits. Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 13.9 Headings. Readings herein are for convenience of reference only and shall not be considered on any Interpretation of this Agreement. 13.10 Severability. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held Invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which It shall have been held Invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 13.11 Governing Law. This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami-Dade County, Florida. 13.12 Disputes. Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami- Dade County. 13.13 Attorneys' Fees. To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 13.14 Extent of Agreement. This Agreement together with Contract Documents, attached as an Exhibits hereto, as amended herein above represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements, either written or oral. 13.15 Waiver. Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right therein contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. THIS SPACE IS LEFT INTENTIONALLY BLANK IN WITNESS OF THE FOREGOING,the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA ATTEST BY: APPROVED AS TO FORM: CONSULTANT WITNESSES: Authorized Representative of Carras Community Investment, Inc. ATTEST: ATTEST: STATE OF FLORIDA ) ) SS: COUNTY OF MIAMI-DADE ) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of , a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of , for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this day of , 2009. My Commission Expires: 1494130 vl 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. Resolution No. 0 9-7 4 5 9 Section 2. The City Commission of the City of Opa-locka hereby declares its intent to establish a Community Redevelopment Agency("CRA")within the City of Opa-locka. Section 3. The City Commission of the City of Opa-locka hereby authorizes 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 Community Redevelopment Agency("CRA") within the City. Section 4. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 2 9 day of APR Tr. , 2009. JOSEPH L. KE L'Y MAYO ' Attest: Approved as • form and legal sufficiency: eborah S. i by-- Burnadette Norris-Wks City Clerk City Attorney Moved by: KELLEY Seconded by: JOHNSON Commission Vote: 4-0 Commissioner Holmes: NOT PRESENT Commissioner Johnson: YES Commissioner Tydus: YES Vice-Mayor Taylor: YES Mayor Kelley: YES Sponsored by: Commissioner Johnson Resolution No. 10-8054 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, FINDING THE NEED FOR A COMMUNITY REDEVELOPMENT AGENCY; DIRECTING THE INITIATION AND PREPARATION OF A REDEVELOPMENT PLAN; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE A CONTRACT WITH CARRAS COMMUNITY INVESTMENT FOR CONSULTING SERVICES TO DEVELOP A MASTER PLAN FOR THE GEOGRAPHIC LOCATION WITHIN THE CITY BOUNDARIES WHERE COMMUNITY REDEVELOPMENT WILL TAKE PLACE SUBJECT TO CITY COMMISSION APPROVAL; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Opa-locka desires to have a Community Redevelopment Agency; and WHEREAS, the City Commission of the City of Opa-locka believes that Redevelopment will take place and it would be beneficial to have a Consultant develop a Master Plan to prepare, direct and initiate plans for a Community Redevelopment Agency: NOW, THEREFORE, BE IT DULY 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 authorizes the City Manager to negotiate a contract with Carras Community Investment for Consulting Services to develop a Master Plan for a Community Redevelopment Agency for the geographic location within the City boundaries where community redevelopment will take place. The City Commission shall review and approve the proposed contract to develop the Master Plan, and shall determine the terms and conditions of the services to be provided. Resolution No. 10-8054 Section 3. This resolution shall take effect immediately upon adoption NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: PASSED AND ADOPTED this 28th day of April,2010. S PH L. KELLEY GMAYOR Approved as t 1 form and legal sufficiency: n Attest .: 1 10 •eborah S. - — Jos r)t, S. C Tler City Clerk Interi Cit Attorney Moved by: JOHNSON Seconded by: KELLEY Commission Vote: 4-0 Commissioner Holmes: YES Commissioner Johnson: YES Commissioner Tydus: NOT PRESENT Vice-Mayor Taylor: YES Mayor Kelley: YES Sponsored by: Commissioner Johnson Resolution No. 10-8043 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA,ACCEPTING THE "FINDING OF NECESSITY" REPORT FROM CARRAS COMMUNITY INVESTMENT, INC. FOR THE COMMUNITY REDEVELOPMENT AREA IN THE CITY OF OPA-LOCKA; DECLARING THAT CERTAIN AREAS OF THE CITY OF OPA-LOCKA, FLORIDA AS SLUM OR BLIGHTED AREAS AS DEFINED IN SECTION 163.340, FLORIDA STATUTES; DECLARING THE REHABILITATION AND REDEVELOPMENT OF THESE AREAS AS NECESSARY FOR THE PUBLIC HEALTH, SAFETY AND WELFARE OF THE RESIDENTS OF THE CITY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Opa-locka desires to accept the "Finding of Necessity" Report prepared by Carras Community Investment, Inc.; and WHEREAS, the "Finding of Necessity" Report finds that certain areas of the City of Opa- locka would be declared as slum or blighted areas, necessary for rehabilitation and redevelopment for the public health, safety and welfare of the residents of 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 herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby accepts the "Finding of Necessity" Report from Carras Community Investment, Inc. for the Community Redevelopment area in the City Of Opa-locka; declaring that certain areas of the City Of Opa-locka, Florida as slum or blighted areas as defined in section 163.340, Florida Statutes. Section 3. This resolution shall take effect immediately upon adoption. Resolution No. 10-8043 PASSED AND ADOPTED this 14th day of April,2010. JO''" 'I1L KELLEY MAYOR Approved as o form and legal sufficiency: Attest to / 4i/i / ir orah S. by .s'ep .'Geller City Clerk //Interi i 1 City Attorney f Moved by: JOHNSON Seconded by: HOLMES Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Johnson: YES Commissioner Tydus: YES Vice-Mayor Taylor: YES Mayor Kelley: YES CITY OF OPA-LOCKA OQA-I-ookq 0 o • V:41r-Tfilicor • Z O 9l Rp0RAIQ 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 OQp LOc/(O a s9 CITY OF OPA-LOCKA i' FINDING OF NECESSITY STUDY (, 92 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 r-Loc,t4 ,��/; _ CITY OF OPA-LOCKA U 'T D 2 �y '�OR�'Ogpt`" A 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: Interested 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: Upon 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 6 `1-15. Code Of Ethics: If 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 ENGAGEMENTS 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 '/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 PROPOSAL 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 may 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 7/ 4:� RFQ NO. 09-0713 °z o FINDING OF NECESSITY STUDY 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 OCha ,° _ 9,CERTIFICATION REGARDING DEBARMENT, SUSPENSION •it.-‘z +_,r; PROPOSED DEBARMENT AND OTHER MATTERS OF c 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 Pa_.LO �, �' ', CITY OF OPA-LOCKA t� ri'L` 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 c) x x H n x n (-) (-) r, n r o z r c:) , r o r x O r Or x o y y > c) y > c) -- yan > ac) c,, a > (-) zy � c-) rii y a m r � � a m a m ac) r y C r y C r y C r y C r C r y C n m � Z �' ttZ �' � Z � mZ � � Z mmZ � C O L1 O Cll O O O J Ui O O w O O a 0 Z Tj t) 5 00 k w 00 to w 00 Ui vi `p Ui v, 8 8 w `p 7, c� d iii 4z H t1 gi ,:t ,.O � H `° ~O -P `0 00 to 00 O "' O ~O "' ~O 4 `° ~O "' 'O ,c) tri u) H w O ril '-C yn � o Cn H CY r �LrHi, N N w .—, N w N w N N w N W •--, H Z v O N —1 00 w 01 c.n vi 1/4.0 00 Ui O O 00 vi Ui O H a r 00 01 O0 01 N VO 00 00 /Cp L OCk 0 4. /a 9, F 1O, •1 cr 1•T l Memorandum TO: Mayor Joseph L. Kelley Vice Mayor Myra L. Taylor Commissioner Timothy Holmes Commissioner Dorothy Johnson Commissioner Rose Tydus FROM: Bryan K. Finnie, I e;' City Manager DATE: April 22, 2009 RE: Resoluti• declaring intent to establish a Community Redevelopment Area Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, DECLARING INTENT TO ESTABLISH A COMMUNITY REDEVELOPMENT AREA PURSUANT TO CHAPTER 163, FLORIDA STATUTES; FURTHER DIRECTING THE CITY MANAGER TO INITIATE A FINDING OF NECESSITY STUDY, DESCRIBING THE BOUNDARIES OF THE AREA AND PREPARE A PLAN FOR REDEVELOPMENT FOR ADOPTION IN ACCORDANCE WITH SECTIONS 163.360 THROUGH 163.365, FLORIDA STATUTES; PROVIDING FOR SEVERABILITY AND EFFECTIVE DATE. Description: Pursuant to Part III, Chapter 163, Florida Statutes, a finding of necessity study must be prepared in order to initiate the process for the creation of a Community Redevelopment Area. The adoption of this resolution will enable the City Manager to commence the finding of necessity report, determine the boundaries and prepare a redevelopment plan for City Commission approval. Financial Impact: Yes. This expenditure falls under Community Development budget line item 515312. Funds has not been allocated for FY 2008-2009. The total cost for preparing the report will be between $25,000 to $30,000. The preparation of the "Finding of Necessity" report will require the City to retain the services of an independent consulting firm. Recently, the City has retained the services of Calvin, 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 ..,.my ui 1vUiLi1 iviiami De' ', rioriaa-- IN NM Lommunity Keclev, ?ment Agency Page 1 of 2 Home > Business(&Development> NMB CRA {: s . _ „‘11-.r 4 A ,. ort Miami Beachh, j for iia:_,,, ,•,:e4.," -r,:•-.4,-,Torik'-''''-:;!_.-,_.: -,e,....:\24 .411142us, _ ..t ; , —3„.,*1 vim/ (k1 i i y }h �! n .i:t -7 r i! ', i•� i rK./ r; ' }' " \,,,,,- ,.. _'_ _ -.,- - - tit ore Beautifull . I Home I Calendar of Events 1 NMB Community Redevelopment Agency ILiving in NMB ' 1 Business& (t The City of North Miami Beach now has a fully i Development / operational Community Redevelopment Agency(CRA). At A Glance Throughout Florida, CRAs have been highly successful in Building Permits r\ORn H MInr.: Ht_At-H ♦ 9 Y revitalizing business districts and neighborhoods by Demographics Pl �n �t T providing needed financial support for projects and Stars&Facts 'J aimed at increasing economic activity and Development News ,._ programs 9 NMB CRA 1` `` 1 ''r i`.j f`I 1 improving the quality of life.CRAs typically address such Opening a Business t it f` things as commercial and residential property Purchasing (� ? improvements,new commercial and residential Public Safety � } ` development, street improvements,parks and Assistance/Grants/Loans �r ° playgrounds, parking facilities,business promotion and 1 Planning&Urban d more. 1 Design 1 IInside City Government The overriding vision for this key center of the City is an identifiable place that encourages the I City 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 I Working for NMB 1 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, I visiting NMB ethnicities and income levels. City Directory The first full year of operation for the North Miami Beach Community Redevelopment Agency Going Green 1 was completed on September 30,2006.The CRA budget for the first year was$451,000 and IFAO k was devoted primarily to developing plans and cost estimates for capital improvements, IP property acquisition and development incentives. For an overview of the CRA's activities IHelpful Links 1 during its first year,view the FY2007Annual Report. 1 Press Releases I For Fiscal Year 2007,the CRA's increment revenue was$1.34 million.The CRA also secured IAbout NMB 1 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 1 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. = (67)Full Site r This Section The other loan is for$5 million to be used to purchase 1 -' properties that become available on the market.The # - - }!V !1_s " Search Tips purpose is to help facilitate assembling sites for future development. spy 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 Lily or Norm iviiami tiea _Norma-- NMli Community Redeye' ment 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 liPCRA 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 I CRA Plan Supplement, Part One (476kb pdf)Text only ,{� L'�CRA 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 Lotvered by gov .....„ .,._ • Ouutn iviiami uommunit' •eaeveiopment agency Page 1 of 1 F.' wo o f .' . 1 .-_a 1� SMCRA RedoveIop .eflt eftcy South Miami Home Page n SMCRA Home Page City of South Miami SMCRA Board '7 SMCRA Staff Directory Community Qe6eve(optnent r��� From the SMCRA Chair Community Agency Mission and Goals Agendas,Minutes,Budget South Miami Amenities " --+. "- - r7 r Opportunities �. r Project initiatives ?r 2R.�.� .Tisa?.L. ,r Resident Testimonials ••, i N I . . a _ i a Mar �, yam. 4 ..... - X.-,r 5 tsa�a=- Marshaff Witham=ParkImprovowas S9th1,trueStrctnapeEnhancematProject The Creation Of 2lre S9bfC1? Based on a finding of necessity report esta6tshing the need for the comprehensive redevelopment effort in an existing slum and blighted community,the South Miami Community Redevelopment Agency(SMCRA)was first formed In Apri11997 the South Maimi City Commission accepted the delegation of powers required to initiate a Community RedvelopmentAgency. In September 1999 the City of South Miami entered into an interlocal 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 life of all existing residents.The on-going intent of the SMCRA Agency is to assist residents in helping themselves. South Miami Community Redevelopment Agency www.cityofsouthmiami.net PH 305-668-7236 FAX 305-663.6345. 6130 Sunset Drive. South Miami,Florida 33143 Co• ri•ht®2004.All ri•hts reserved. khSh■ III& imsp. " '!'r"`mm cd CD i.. I: 5 I . O ;. Ti T c4 T — !i' U ,. O , ., U O , I ■ i al ,r_73 4 .I i O bJ O a - a ,- L .. , _.........._____...........,......________ , . 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 and City Commission $6,500 Subtotal $43,500 Administrative/Indirect Cost (15%) $6,475 TOTAL $49,975 Sincerely, (signature guaranteed; by email) James Carras Principal