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