RFP 20273,3 Page 1
SOLICITATION TYPE: Request for Proposals
SOLICITATION NUMBER: 20273,3
SOLICITATION TITLE: Master Developer for Redevelopment of the 74 Acre Museum of
Science & Industry (MOSI) Property
PRE-PROPOSAL CONFERENCE: August 7, 2020 @ 10:00 a.m. The Pre-proposal conference will be held
virtually. A link to the virtual meeting will be sent to all invitees
through the electronic bidding system.
SITE TOUR: August 4, 2020 @ 2:00 p.m., 4801 E. Fowler Avenue, Tampa, FL
CLOSING DATE & TIME: December 11, 2020 @ 2:00 p.m., local time (our clock)
BRIEF DESCRIPTION: Hillsborough County is seeking creative and competitive proposals
from experienced and qualified master developers with a proven track
record of delivering successful mixed development urban projects.
The County is open and flexible to a variety of development options
and ownerships. The County’s intent is to enter into a Master
Developer Agreement, which will result in a viable, marketable
redevelopment plan that best meets the County’s vision and the
community’s needs and provides the most favorable development
option(s) for the County.
PRIMARY CONTACT: Sybil Tucker, Chief Procurement Analyst
(813) 301-7085; [email protected]
ASSIGNED ATTORNEY: Orlando Perez, Senior Assistant County Attorney
(813) 307-3141; [email protected]
SITE VISIT CONTACT: Rob Lamke, Chief Operating Officer, MOSI
(813) 263-7165; [email protected]
CONE OF SILENCE: A Cone of Silence is in effect for this procurement; therefore, no
respondent, interested party and/or their principals, officers,
employees, attorneys or agents shall communicate with County
employees, the Hearing Master assigned to hear the applicable
protest appeal and/or members of the Board of County
Commissioners, including their aides and employees regarding this
procurement and/or a related protest. The Cone of Silence does not
prohibit a respondent from communicating with the Procurement
Analyst, the primary contact listed on this page, or the attorney
assigned to this procurement. Violating the Cone of Silence may
disqualify the respondent from consideration for award.
IMPORTANT INFORMATION
RFP 20273,3 Page 2
INTRODUCTION
1.1 HILLSBOROUGH COUNTY (“the County”) is interested in receiving Proposals from
interested, highly qualified master developers for the redevelopment of the County’s 74-
acre Museum of Science & Industry (MOSI) property located at 4801 E. Fowler Avenue,
Tampa, Florida, 33617.
1.2 The purpose of this RFP is to seek creative and competitive proposals from experienced
and qualified master developers with a proven track record of delivering successful mixed
development urban projects. The County is open and flexible to a variety of development
options and ownerships. The County’s intent is to enter into a Master Developer
Agreement which will result in a viable, marketable redevelopment plan that best meets
the County’s vision and the community’s needs and provides the most favorable
development option(s) for the County. Project Information and Context are summarized
in Attachments A and B.
1.3 The Procurement Services Department will receive responses for this solicitation until
2:00 p.m., local time (our clock), on December 11, 2020, uploaded and submitted through
the County's electronic bidding system. No responses will be accepted after this time;
however, the County reserves the right to request, receive, and evaluate supplemental
information after the submittal deadline at its sole discretion and determination.
1.4 In response to this RFP, Respondents must provide their qualifications, experience,
proposed development plan (including phasing, if appropriate) financial capability and
financial plan as described herein.
1.5 There is no contract guaranteed as a result of being scored or ranked through this
solicitation. All developments and agreements stemming from this solicitation must meet
the relevant local, state, and federal requirements. Proposals may need to be modified
during negotiation to meet legal sufficiency.
1.6 The County reserves the right to revise or cancel this RFP at any time.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
RFP 20273,3 Page 3
OVERVIEW
2.1 Hillsborough County and its various public and private community partners propose the
creation of an urban innovation community (the “Uptown Innovation District”) within the
greater University of South Florida area of influence, certain sub-areas of which are
designated as Federal Opportunity Zone areas, in northern Hillsborough County. Located
at the eastern end of the Uptown Innovation District, the County-owned MOSI property
offers a significant opportunity for the success of the District. The property’s close
proximity to the University of South Florida (USF), VA hospital and other large medical
facilities, research parks and transportation routes holds valuable development potential.
2.2 There are a number of stakeholders who have vested interests in the success of the
Uptown Innovation District. The Parties understand they must work together and with
residents, business owners, workers, and visitors guided by a set of Core Values and
Guiding Principles, which will facilitate the process of establishing the Uptown Innovation
District. Such Core Values and Guiding Principles may include, but not be limited to, the
following:
a. Sustainable economic value and funding sources;
b. Environmentally resilient planning, design and construction principles;
c. An open entrepreneurial community;
d. Direct access to educated talent and university resources;
e. Diverse employment environment;
f. Community engagement that is inclusionary and diverse;
g. Mixed use, mixed income development that discourages displacement of
current residents and businesses, and emphasizes affordable low income and
workforce housing options;
h. Lifestyle amenities;
i. Walkable, bike-able, car-optional community; and
j. Transit-effective and transit-friendly.
2.3 The MOSI complex has been operational since 1981. The existing facilities, on a portion
of the site, includes five (5) buildings of various sizes and ages, with a total building area
of 423,000 sq ft. Currently, three (3) buildings are occupied by MOSI, Institute for
Business and Home Safety (IBHS), Head Start and the County for an emergency
warehouse, leaving approximately 364,000 sq ft (including an IMAX Theater) largely
unoccupied and available for either adaptive reuse or demolition.
2.3.1 The Master Developer shall support the ongoing and future operations of MOSI
and IBHS on site. MOSI does not pay rent on the facilities or the grounds. The
County owns the property and buildings. They currently are responsible for the
operations and maintenance costs within their facilities and the County essentially
RFP 20273,3 Page 4
is responsible for any major capital requirements. MOSI also receives revenue
from IBHS for leasing space in a facility and the Renaissance Festival, who operate
an annual festival on the undeveloped portion of the property. The Festival lease
is structured year to year. Operations & Maintenance Agreement is attached
along with lease agreements with IBHS and Renaissance Festival.
2.3.2 The County intends to relocate the Head Start facility and emergency warehouse
operations, which are currently on site.
2.3.3 The County intends to establish future transit on this site and along Fowler
Avenue. Coordination with Planning Commission, MPO and FDOT will be
necessary to ensure the redevelopment does not preclude the ability to support
future transit. Hillsborough County real estate staff is working with CSX
Transportation to secure formal releases of certain abandoned railroad
easements and platted railroad interests affecting the MOSI Property. The form of
releases may include an acknowledgement regarding future use of the properties
in a form substantially similar to the following: Grantee acknowledges that the
Premises were historically used for railroad and industrial purposes. Industrial
and railroad use property may not be compatible with residential or other uses
and prospective and/or subsequent buyers are hereby placed on notice that use
of the subject property for any non-industrial use may require the implementation
of remedial actions to ensure the protection of human health and the
environment. Additionally, any development should preserve the CSX easement
for the possibility of a corridor for urban rail.
2.3.4 More information regarding the property is included in Attachment B.
2.4 The BOCC has a Vision for the property that uses its redevelopment as a catalyst for
change within the larger Innovation District. Ideally, the Project would include:
2.4.1 An innovative and inclusive mixed-use development focused on sustainable
design, healthy living, and leverages smart city technology while incorporating
private, commercial, and retail uses with civic spaces that are thoughtfully
designed.
2.4.2 A development pattern that is dense, integrating mixed uses and driving change
by introducing desired targeted industries and economic drivers to the mix such
as biosciences, life sciences, cyber security and other advanced industries.
2.4.3 A true urban mixed-use project that embraces transit and other forms of
sustainable mobility both within the development but also externally to the
District and the larger region.
RFP 20273,3 Page 5
2.4.4 Any housing should address a mixed income housing component to assist with the
County’s shortage of affordable housing.
2.4.5 The Master Developer shall consider other potential uses such as a film studio,
and seek-out synergies with other institutional drivers in the Innovation District
that have needs for expansion, such as H. Lee Moffitt Cancer Center.
2.5 The County intends to select a Master Developer for the Project. The Master Developer
will be responsible for creating an overall development plan that is consistent with the
County’s Vision for the site and consistent with the City of Tampa’s comprehensive plan.
Contracting with a Master Developer will allow the County to work with one development
partner in the eventual buildout and management of the entire site, while achieving the
stated vision.
2.6 The property is located within the City of Tampa and therefore subject to the City’s
development regulations including comprehensive plan land use designations, zoning and
permitting.
2.7 The selected Respondent must be willing and able to enter into a contract with the County
and must be prepared to commence and complete the work in accordance with the
County’s proposed schedule shown in Attachment C.
RFP PROCESS
3.1 Proposals will be reviewed and ranked by an Evaluation Committee (EC) consisting of staff
and consultants. The EC shall score and rank the proposals in order of the most
responsible and responsive proposals that best meet the needs of the County, considering
the evaluation criteria included herein.
3.2 The County reserves the right to require Respondents to make oral presentations after
receipt of the proposals. In addition, as part of the RFP process, the County may hold a
public meeting during which respondents must present their proposals so that the public
will have the opportunity to review and provide input on the proposals prior to
evaluation/scoring.
3.3 The EC’s scoring and ranking of the proposals shall be referred to the Board of County
Commissioners (“Board”) for final approval.
3.3.1 Final ranking of proposals by the Board shall be made with consideration of the
following factors:
a. Evaluation Committee’s Recommendation;
RFP 20273,3 Page 6
b. The proposed project best serves the County’s public purpose;
c. The proposed project best meets the County’s annual, capital improvement
or other development policies, plans, goals or objectives;
d. The proposed project is economically feasible and the best use of County
resources; and
e. Other factors which ultimately best serve the highest public interest as
determined by the Board of County Commissioners.
3.4 After the Board’s action, County staff will enter into good faith negotiations with the top-
ranked respondent. The negotiated agreement shall be referred to the Board for
consideration.
3.5 If in the sole judgment of the County, a contract cannot be successfully negotiated with
the top-ranked Respondent, negotiations with that respondent will be formally
terminated and negotiations shall begin with the respondent ranked second. If a contract
cannot be successfully negotiated with the Respondent ranked second, negotiations with
that respondent will be formally terminated and negotiations shall begin with the third
ranked Respondent, and so on. The County reserves the right to negotiate any element
of the proposal in the best interest of the County.
3.6 Respondents will not receive any stipends or compensation for their proposals.
INSTRUCTIONS FOR SUBMISSION
4.1 Each Respondent shall upload and submit the completed Proposal and supporting
documents into the County’s electronic bidding system. If assistance is needed to access
the County’s electronic bidding system and become registered as an iSupplier, please
contact Sybil Tucker, 813-301-7085, email: [email protected].
4.2 Respondents shall include an original fully executed, manually signed Respondent
Information/Certification Form (See Exhibit 1).
4.3 The electronic submittal should be no larger than 8 1/2” x 11” (except drawings which
may be up to 24” X 36”) and should include the following and in the same order:
4.3.1 Introduction Letter
4.3.2 Amendment Acknowledgements
4.3.3 Respondent Information Certification (Exhibit 1)
4.3.4 Applicant’s Experience with Projects of Similar Size and Type (Attachment D for
each identified past project)
4.3.5 Responses to specifically address the three (3) criteria are listed below in Section
5.0.
RFP 20273,3 Page 7
RATING SYSTEM FOR REVIEW AND SCORING OF PROPOSALS
5.1 A rating system will be utilized by the Evaluation Committee to score and rank each
proposal. At a minimum, each Proposal must address the following criteria:
Maximum Points
Respondent’s Qualifications and Relevant Experience 35 Points
Approach/Understanding, Development Proposal 35 Points
Financial Capability and Financial Plan 30 Points
DM/DWBE Bonus Points 5 Points
Maximum 105 Points
Each criterion is further described below. Respondents must provide responses and
information sufficient for evaluation under the pertinent rating system described below.
The County reserves the right to request additional information from Respondents
subsequent to the receipt of proposals.
5.2 RESPONDENT’S QUALIFICATION AND RELEVANT EXPERIENCE (35 POINTS MAXIMUM)
5.2.1 Provide brief overview of the master development team (Respondent): Provide
history/ownership/legal structure of the business, including, Certificate of Good
Standing from the Secretary of State, and Tax Clearance Certificate from the
Department of Revenue, or equivalent. If Respondent is a special purpose entity
include the above information for each sponsor, partner, and equity member.
5.2.2 Provide a description of all firms comprising the master development team
(Respondent), including intended design partners, engineers, construction team,
etc., as well as their roles and responsibilities. For all key personnel provide a
resume describing relevant experience and intended role on the project team.
5.2.3 Provide specific information on a minimum of three (3) and a maximum of ten (10)
recent, representative projects. Identify members of the master development
team who have worked on these representative projects and their levels of
responsibility.
a. Representative projects should evidence the Respondent’s long-term
commitment to their projects and demonstrate experience with innovative
and inclusive mixed-use development focused on sustainable design, healthy
living, and leveraging smart city technology. Respondent should have a proven
track record of recruiting firms of significance which will serve as a catalyst for
the project site, as well as the surrounding community. Respondents should
also be able to demonstrate how they have successfully incorporated both
RFP 20273,3 Page 8
private, commercial and retail uses with civic spaces that are thoughtfully
designed.
b. Respondents should use Attachment D Project Experience Form to provide
information regarding their representative projects.
c. Respondents will be evaluated on relevant and recent experience with
developing successful projects that are similar in vision, scope, size, and
challenges as identified in this RFP. Respondents will need to demonstrate
relevant experience in complex public-private ventures and mixed-use
projects with a proven track record of executing and achieving public-sector
and community objectives. In addition to other considerations in the review
of the Proposal the EC shall consider the following in evaluating the
Respondent’s Qualifications and Relevant Experience:
1. Team Organization
2. Key Personnel Experience
3. Experience with similar projects
4. Adaptive reuse of large facilities
5. Engagement and long term coordination with municipal institutions
6. Engagement with community stakeholders
7. Experience in markets similar to Tampa
8. Projects that were catalytic in revitalizing their surrounding communities
and particularly those revitalizing efforts which the Respondent directly
facilitated
9. Projects for which the Respondent attracted users including both private
and public sector tenants
10. Projects for which the Respondent secured public/below market
financing and incentives
11. Projects within or adjacent to a University, particularly those focused on
technology incubation and research
12. The Respondent’s success as demonstrated by references
13. The Respondent’s demonstrated ability to recruit firms of national
stature (i.e. Fortune 500 firms) to participate in projects
5.3 APPROACH/UNDERSTANDING, DEVELOPMENT PROPOSAL (35 POINTS MAXIMUM)
5.3.1 Respondents should submit a written narrative describing how the plan for the
development and how that plan will be executed. Include any innovative
approaches to planning and implementing the Project.
RFP 20273,3 Page 9
5.3.2 Provide a description of the Respondent’s approach to public relations, marketing,
and outreach.
5.3.3 Demonstrate understanding of the Project by providing a high-level conceptual
site plan and schedule that illustrates Respondent’s vision for the development of
the site and how that vision incorporates the County’s priorities for
redevelopment. In addressing the County’s priorities for the site, the conceptual
plan should also include:
a. An analysis of how the plan interacts with and complements the Innovation
District.
b. A preliminary development program, including anticipated square footage
range of uses proposed for the site; number of buildings, location of uses,
number of residential units, if any; anticipated parking demand; potential
transit option.
c. Development Schedule, including phasing and general timeline for full build-
out of the Project.
5.3.4 Proposals will be evaluated on:
a. Understanding of the project site and context within the larger Innovation
District as demonstrated by its approach.
b. Approach to fulfilling the County’s goals and objectives and priorities.
c. Ability to develop a viable, marketable development plan.
d. Establishment of an accelerated yet reasonable development phasing
schedule
5.4 FINANCIAL CAPABILITY & FINANCIAL PLAN (30 POINTS MAXIMUM)
5.4.1 Provide financial references (name, title, entity, telephone number, email and
contractual relationship) for at least three (3) successful past developments that
can be contacted with respect to current and past project experience.
5.4.2 Provide banking references, including letters of good standing from previous
lenders and letters of intent/interest from potential lenders.
5.4.3 Funding Source Actions: Disclose whether any funding sources or financial
institutions have threatened to take or have taken adverse action against the
Respondent, (including sponsors and affiliates), such as loan acceleration,
RFP 20273,3 Page 10
foreclosure, terminating or restricting the use of funds, anytime during the past
five (5) years. If so, please provide details and status of the issue.
5.4.4 A qualification statement that includes a mandatory disclosure by the Respondent
(including sponsors and affiliates) for the past five (5) years any of the following
conduct:
a. Bankruptcy filings;
b. Liquidated damages;
c. Fines, assessments or penalties;
d. Judgments or awards in contract disputes;
e. Contract defaults and/or contract terminations;
f. License revocations, suspensions and/or other disciplinary actions;
g. Prior debarments or suspension by a governmental entity;
h. Alleged violations of any federal, state or local civil law;
i. Alleged violations of any federal, state or local criminal law;
j. Criminal indictments or investigations;
k. Legal claims filed by or against the private entity; and
l. Claims on payment and performance bonds.
5.4.5 Respondents shall provide detailed information about their ability to financially
fulfill the obligations of the Project. Respondents should provide the following
information:
a. Information about the Respondent’s overall financial position, past history of
raising capital and resources available to complete the Project.
b. Most recent audited annual financial statement of the lead master
development firm on the Respondent’s team. Teams led by a joint venture
must include financial statements from all partners.
c. Composition of real estate portfolio by type as of December 31, 2019 including
occupancy rates, if applicable.
d. Impacts of COVID-19 on your portfolio.
e. Examples of previously executed deal structures and financing agreements for
similar public/private development projects.
f. Experience utilizing tax advantaged financing methods for similar
public/private development projects.
5.4.6 Provide a list of projects that the Respondent currently has under planning and
development including status, development schedule, and financial commitments
required of the Respondent.
RFP 20273,3 Page 11
5.4.7 Respondents shall specify in their business plan their proposed deal structure and
financial terms for the Project, which correlates to the conceptual site plan. All
responses should include detailed proposals for Master Developer and County
roles, financial offer, source and timing of funds, and breakup terms. At a
minimum, the financial and deal structure proposal should address the subtopics
listed below:
a. Respondent’s financial offer for the site, including a narrative indicating the
basis of payments.
b. Timeline for property acquisition, deal closing and anticipated phasing, if any.
c. Proposed ownership / tenancy / management structure for each proposed
phase/component and whether the Respondent intends a long-term
ownership position in the project or sell the developed parcel/project to third
parties.
d. Marketing/outreach strategy to engage the proposed tenant mix.
e. Anticipated public infrastructure investments known at this time.
f. A detailed description of equity and debt amounts and sources for financing
this project.
5.4.8 The EC shall consider the following in evaluating the Respondent’s Financial
Qualifications:
a. The Respondent’s proven track record of sound financial health.
b. Respondent’s previous ability to financially meet the obligations of similar
projects
c. Respondent demonstrated ability and capacity to secure future financing.
d. Respondent’s experience with public/private developments including the use
of alternative financing structures.
e. Respondent’s ability to minimize risk to the project and the County through
the absence of material negative disclosures.
f. The Respondent’s ability to develop a reasonable business plan focused on the
Project that provides capital financing for development, funding long-term
operations and maintenance, protecting the County’s investment and
providing a reasonable return to the private parties.
g. Fees and costs of the Master Developer to be paid by the County, if any.
h. Direct economic return to the County on present value basis.
i. Ability of the proposed financial plan to achieve the goals described in this RFP.
RFP 20273,3 Page 12
5.5 DISADVANTAGED MINORITY/DISADVANTAGED WOMEN BUSINESS ENTERPRISE
(DM/DWBE) PARTICIPATION (5 POINTS MAXIMUM)
5.5.1 Proposers who have 10% or more DWBE/MBE participation can apply for bonus
points. Qualified firms may receive five (5) percent of the maximum allowable
points for DM/DWBE participation. The term “DM/DWBE” shall mean a business
that is certified or registered as a bona fide DM/DWBE with Hillsborough County
or has been granted Reciprocal Certification by Hillsborough County. Provisional
Reciprocal Certification shall be granted for one six-month period to DM/DWBE
firms which are principally domiciled in the State of Florida and certified by other
jurisdictions within the State. It will be the responsibility of the Proposer to furnish
all the necessary information and documentation to the County as listed below in
order to receive bonus points.
a) The request for bonus points shall be made on the Proposer’s letterhead and
must include the following:
i) The RFP number and project name; and
ii) The name of the firm(s) to be utilized; and
iii) The percentage of fees that will be subcontracted to that firm which
must be 10% or more; and
iv) A commitment from the proposing firm stating that 10% or more of its
ultimate fees will be subcontracted to that DM/DWBE.
b) The following items should be attached to the above letter:
i) A letter of intent from the DM/DWBE on its letterhead stating its intent
to perform the services and the scope of work signed by its Chief
Operating Officer. This letter must reference the project.
ii) A copy of the DM/DWBE current certification current registration.
Note: Failure to comply with any of these requirements may result in denial of
the requested bonus points.
Special Note: If the Successful Proposer has received bonus points, that firm will
be required to submit to the DM/DWBE Programs Section of the Economic
Development Department a copy of the executed subcontract agreement with
each DM/DWBE listed in the letter of commitment. Annual reports detailing the
amount of money paid to each DM/DWBE must also be submitted. Failure to
provide this information may result in the denial of future bonus points.
RFP 20273,3 Page 13
RISK
6.1 Respondents responding to this Request for Proposals do so at their sole expense and
risk. Subsequent to the issuance of this Request for Proposals, the County reserves the
right to: (1) make changes to the RFP; (2) cancel this RFP; (3) request clarifications after
receipt of proposals; (4) require oral presentations by Respondents; (5) seek public input;
(6) request Respondents to provide Best and Final Offers; (7) waive any informality or
irregularity; (8) negotiate modifications to proposals; (9) reject any and all proposals;
and/or (10) proceed with alternative project delivery methods if so desired by the County.
6.2 No Respondent is guaranteed the award of an Agreement or any work as a result of being
selected or short-listed for this project.
CLARIFICATIONS AND ADDITIONAL INFORMATION
7.1 The County reserves the right to request clarifications or additional information from any
Respondent. Specific questions may be addressed to each of the Respondents and the
EC may consider any further elaboration by the Respondents of any information
previously submitted.
EVALUATION COMMITTEE'S RECOMMENDATION
8.1 Notification of the Evaluation Committee's ranking of the proposals and the Board’s
subsequent action will be posted on the bid website as well as on the County’s web site.
Respondents are informed that this solicitation shall be subject to the provisions of the
County’s protest ordinance (Hillsborough County Ordinance No. 13-24). See Section 19
below for further information.
PARTNERSHIPS/CORPORATIONS/AGENTS
9.1 When a Respondent is a partnership or joint venture, the Proposal shall be signed in the
name of the partnership or joint venture and by all persons or entities required to do so
under the terms of their partnership or joint venture agreement. Any existing written
underlying partnership or joint venture agreements shall be included as part of the
proposal. If a Respondent has not yet formed the partnership or joint venture, the
Proposal must be signed by each of the principals who will be a part of the partnership or
joint venture.
9.2 When a corporation is a Respondent, the authorized corporate officer signing the
Proposal shall set out the corporate name in full beneath which said officer shall sign
RFP 20273,3 Page 14
his/her name and provide title of his/her office. The Proposal shall also bear the seal of
the corporation, if available.
9.3 Anyone signing the Proposal as officer or other agent must file with it legal evidence of
the authority to do so. Respondents who are or include corporations or limited
partnerships shall furnish a duly executed certificate of status from the Florida
Department of State.
9.4 The person(s) signing each Proposal shall certify under oath on the attached Certification
form that the information contained in the Proposal is true and accurate. Each
Respondent understands, by submitting a Proposal that the County will rely in part on
such certification in scoring and ranking the Respondents.
9.5 Failure to submit the above documents with the proposal or within 24 hours of request
made by the County may be the basis for rejection of the Proposal. Such documents must
be effective as of the date of the proposal.
CONFLICT OF INTEREST
10.1 No Respondents shall be eligible for selection on any project and no work shall be
assigned to a Respondent which conflicts with or is duplicative of any work by the
Respondent or any affiliated business entity, including, but not limited to, partnerships,
joint ventures, and subsidiaries of the same parent corporation or firm.
CHANGES IN RESPONDENT ENTITY/TEAM
11.1 The Respondent is responsible to promptly notify the County as to any change in the
information in its submitted proposal. Failure to inform the County within 24 hours of
occurrence of a change may result in removal of the Respondent from consideration for
the Project.
11.2 Any changes to a Respondent entity after it has submitted its proposal may result in
removal of the Respondent from consideration for the Project. Any additions, deletions,
or substitutions in a Respondent’s team after it has submitted its proposal require a
showing of good cause and must be clearly identified by the Respondent; and the reasons
for the changes must be provided.
11.3 Decreases in scoring may result from the reconsideration of changes in the project team.
No increases in scoring will result from the reconsideration of changes in the project team.
RFP 20273,3 Page 15
ASSIGNMENT OR TRANSFER
12.1 The selected Respondent shall be prohibited from assigning, transferring, conveying,
subletting or otherwise disposing of its responsibilities under the Agreement, or its rights,
title or interest therein or its power to execute such Agreement to any person, company,
corporation or partnership without prior written notice and consent and approval of
Hillsborough County. Hillsborough County has sole discretion whether or not to consent
to any contemplated assignment.
LATE SUBMITTALS
13.1 It is the Respondent’s responsibility to ensure its Proposal is received by the COUNTY on
or before the time and date specified above. Under no circumstances will qualification
proposals received after the delivery time specified be considered; they will be returned
to the Respondent unopened.
PUBLIC RECORDS ACT
14.1 Pursuant to Florida Statutes, sealed responses to this RFP are exempt from the public
inspection requirements of the Public Records Act until such time as the announcement
of a decision based on the qualification proposals or within 30 days after proposal opening
date, whichever is earlier.
NOTICE OF PUBLIC MEETINGS
15.1 Notice of any public meetings pertaining to this solicitation shall be posted on the
Hillsborough County Procurement Services webpage
https://www.hillsboroughcounty.org/en/businesses/doing-business-with-
hillsborough/vendors/meeting-notices.
PUBLIC ENTITY CRIMES STATEMENT
16.1 A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid, offer, or proposal on a contract
to provide any goods or services to a public entity for the construction or repair of a public
building or public work, may not submit bids on leases of real property to a public entity,
may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity in excess of the threshold amount
provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list.
RFP 20273,3 Page 16
16.2 Additionally, pursuant to County policy, a conviction of a public entity crime may cause
the rejection of a bid, offer, or proposal. The County may make inquiries regarding alleged
convictions of public entity crimes. The unreasonable failure of a bidder, offer, or
respondent to promptly supply information in connection with an inquiry may be grounds
for rejection of a Proposal, offer, or proposal.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
RFP 20273,3 Page 17
REQUESTS FOR INFORMATION/CLARIFICATION
17.1 No interpretation of the meaning of the Specifications contained in this RFP Document
will be made to any Respondent orally. Every request for such interpretation must be in
writing, addressed to the Director of Procurement Services. To be given consideration,
such requests must be received at least ten (10) Days prior to the Proposal Close Date.
Any and all such interpretations and any supplemental instructions will be in the form of
a written Amendment which, if issued, will be communicated to all Respondents who
have acknowledged participation within the electronic bidding system and opened the
respective solicitation at least five (5) Business Days prior to the Proposal Close Date.
Failure of a Respondent to receive any such Amendment or interpretation shall not relieve
said Respondent from an obligation under its Proposal as submitted. All Amendment(s)
so issued shall become part of the Contract Documents.
17.2 Any Respondent requesting additional information and/or clarification relating to this
project shall direct such requests to:
Sybil Tucker, Chief Procurement Analyst
Procurement Services Department
P O Box 1110 (601 E. Kennedy Blvd., 25th Floor)
Tampa, FL 33602
Telephone: (813) 301-7085
Fax: (813) 272-6290
Email: [email protected]
RESPONDENTS’S COMPLIANCE WITH COUNTY’S PROCUREMENT POLICY AND PROCEDURES
AND HILLSBOROUGH COUNTY ORDINANCES
18.1 Respondent is advised that by submitting a Proposal, Respondent hereby agrees to
comply with the County’s Procurement Policy and Procedures, including, but not limited
to, the County’s policy and procedures regarding Bid Protests and Hillsborough County
Ordinance No. 13-24. The County’s Procurement Policy and Procedures can be found on
the County’s website at: http://www.hillsboroughcounty.org/procurementmanual
18.2 CONE OF SILENCE: Pursuant to Hillsborough County Ordinance No. 13-24, there shall be
a Cone of Silence for all procurement solicitations issued by the County in order to
safeguard the integrity of the County’s procurement and protest process. The Cone of
Silence shall go into effect on the date a procurement solicitation is issued by the County
and shall end on the date the contract is awarded by the County or the date the
procurement solicitation is canceled by the County.
RFP 20273,3 Page 18
Unless otherwise provided for in Hillsborough County Ordinance No. 13-24, during the
time period the Cone of Silence is in effect, no Respondent, interested party and/or their
principals, officers, employees, attorneys or agents shall communicate with County
employees, the Hearing Master assigned to hear the applicable protest appeal and/or
members of the Board of County Commissioners, including their aides and employees
regarding a procurement solicitation and/or its related protest. The Cone of Silence does
not prohibit a Respondent from communicating with the Director of the County
Department issuing the procurement solicitation, County staff listed as contacts in the
procurement solicitation, or the attorney in the County Attorney’s office that is directly
responsible for the applicable procurement solicitation (this information can be obtained
by contacting the County staff person listed as the contact in the applicable procurement
solicitation). A violation of the Cone of Silence will result in the disqualification of the
Respondent from consideration in the award of the procurement solicitation unless it is
determined that the violation is unintentional and/or not material.
ALL PROPOSALS ARE IN THE PUBLIC DOMAIN
19.1 In accordance with Chapter 119, Florida Statutes, and, except as may be provided by other
applicable State and Federal laws, all Respondents should be aware that this Request for
Proposals and all Proposals submitted in response are in the public domain and are
available for public inspection. Respondents are requested, however, to identify
specifically any information contained in their Proposals which they consider confidential
and/or proprietary, inclusive of trade secrets as defined in s. 812.081, Florida Statutes,
and which they believe to be exempt from disclosure, citing specifically the applicable
exempting law and including narrative explaining the applicable legal exemption as it
relates specifically to Respondent’s confidential and/or proprietary information.
19.2 All Proposals received in response to this Request for Proposals will become the property
of the County and will not be returned. In the event of an award, all documentation
produced as part of the Contract will become the exclusive property of the County.
19.3 All materials that qualify for exemption from Chapter 119, Florida Statutes or other
applicable law must be submitted in a separate envelope, clearly identified as "EXEMPT
FROM PUBLIC DISCLOSURE" with Respondent’s name and the RFP Number marked on the
outside.
19.4 The County will not accept Proposals when the entire Proposal is labeled as exempt from
public disclosure.
RFP 20273,3 Page 19
LEGALLY REQUIRED STATEMENT AND PROVISIONS REGARDING ACCESS TO RECORDS FOR
SERVICE CONTRACTS
20.1 The Parties acknowledge and agree that the statement and provisions below are required
by Florida Statute to be included in any future Agreement. The inclusion of this statement
and provisions below shall not be construed to imply that the Respondent/Service
Provider has been delegated any governmental decision making authority, governmental
responsibility or governmental function or that the Respondent/Service Provider is acting
on behalf of the County as provided under Section 119.011(2), Florida Statutes, or that
the statement or provisions are otherwise applicable to the Respondent/Service Provider.
20.2 Respondent/Service Provider may contact the County's Custodian of Public Records with
questions regarding the application of the Public Records Law; however, the
Respondent/Service Provider is advised to seek independent legal counsel as to its legal
obligations. The County cannot provide the Respondent/Service Provider advice
regarding its legal rights or obligations.
IF THE RESPONDENT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE RESPONDENT'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT:
Scott Stromer, Director of Procurement
Procurement Services Department
601 E. Kennedy Blvd., 25th Floor, Tampa, Florida 33602
PH: 813-272-5790
If under this Contract, the Respondent is providing services and is acting on behalf of the
County as provided under Section 119.011(2), Florida Statutes, the Respondent will
comply with public records law, and agrees to:
a. Keep and maintain public records required by the County to perform the services.
b. Upon request from the County's custodian of public records, provide the County with
a copy of the requested records or allow the records to be inspected or copied within
a reasonable time at a cost that does not exceed the cost provided in Chapter 119
Florida Statutes or as otherwise provided by law.
RFP 20273,3 Page 20
c. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the
duration of the contract term and following completion of the Contract if the
Respondent does not transfer the records to the County.
d. Upon completion of the Contract, transfer at no cost to the County, all public records
in possession of the Respondent or keep and maintain public records required by the
County to perform the service. If the Respondent transfers all public records to the
County upon completion of the Contract, the Respondent shall destroy any duplicate
public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Respondent keeps and maintains public records upon
completion of the Contract, the Respondent shall meet all applicable requirements
for retaining public records. All records stored electronically must be provided to the
County, upon request from the County's custodian of public records, in a format that
is compatible with the information technology systems of the County. Failure of the
Respondent to comply with Chapter 119, Florida Statutes, and/or the provisions set
forth above, where applicable, shall be grounds for immediate unilateral termination
of this Contract by the County.
RESPONDENT MUST HAVE LEGALLY AUTHORIZED WORKFORCE
21.1 Respondent is advised that the County has entered into an agreement (the IMAGE
Agreement) with U.S. Immigration and Customs Enforcement (ICE) wherein the County
will, in part, seek to promote the principles of ethical business conduct, prevent knowingly
hiring unauthorized workers through self-governance, and encourage voluntary reporting
of the discovery of unauthorized workers to ICE. Accordingly, by submitting its Offer,
Respondent represents and warrants:
a. That Respondent is in compliance with all applicable Federal, State and local laws,
including, but not limited to, the laws related to the requirement of an employer to
verify an employee's eligibility to work in the United States,
b. That all of Respondent's employees are legally eligible to work in the United States,
and
c. That the Respondent has actively and affirmatively verified such eligibility utilizing the
Federal Government's Employment Eligibility Verification Form (the Form I-9).
RFP 20273,3 Page 21
21.2 A mere allegation of Respondent's intent to use and/or current use of unauthorized
workers may not be a basis to delay the County's award of a Contract to the Respondent
unless such an allegation has been determined to be factual by ICE prior to the date the
Contract is scheduled to be awarded by the County.
21.3 Legitimate claims of the Respondent's use of unauthorized workers must be reported to
both of the following agencies: The County's Compliance Services hotline at (813) 272-
6554; and ICE (Immigration and Customs Enforcement) at 1-866-DHS-2-ICE (1-866-347-
2423).
21.4 In the event it is discovered that the Respondent's employees are not legally eligible to
work in the United States, then the County may, in its sole discretion, demand that the
Respondent cure this deficiency within a specified time frame, and/or immediately
terminate the Contract without any cost or penalty to the County, and/or debar the
Respondent from proposing on all County contracts for a period of up to 24 months,
and/or take any and all legal action deemed necessary and appropriate.
21.5 Respondent is required to incorporate the following IMAGE Best Practices into its
business and, when practicable, incorporate verification requirements into its
agreements with Subconsultants:
a. Use the Department of Homeland Security employment eligibility verification
program (E-Verify) to verify the employment eligibility of all new hires.
b. Use the Social Security Number Verification Service and make a good faith effort to
correct and verify the names and Social Security numbers of the current workforce.
Establish a written hiring and employment eligibility verification policy.
c. Establish an internal compliance and training program related to the hiring and
employment verification process, to include, but not be limited to, completion of
Form I-9, how to detect fraudulent use of documents in the verification process, and
how to use E-Verify and the Social Security Number Verification Service.
d. Require the Form I-9 and E-Verify process to be conducted only by individuals who
have received appropriate training and include a secondary review as part of each
employee's verification to minimize the potential for a single individual to subvert the
process.
e. Arrange for annual Form I-9 audits by an external auditing firm or a trained employee
not otherwise involved in the Form I-9 process.
RFP 20273,3 Page 22
f. Establish a procedure to report to ICE credible information of suspected criminal
misconduct in the employment eligibility verification process.
g. Establish a program to assess subconsultants' compliance with employment eligibility
verification requirements. Encourage Respondents to incorporate the IMAGE Best
Practices contained in this paragraph
h. Establish a protocol for responding to letters received from Federal and State
government agencies indicating that there is a discrepancy between the agency's
information and the information provided by the employer or employee; for example,
"no match" letters received from the Social Security Administration.
i. Establish a tip line mechanism (inbox, e-mail, etc.) for employees to report activity
relating to the employment of unauthorized workers, and a protocol for responding
to employee tips.
j. Establish and maintain appropriate policies, practices, and safeguards against use of
the verification process for unlawful discrimination, and to ensure that U.S. citizens
and authorized workers do not face discrimination with respect to hiring, firing,
recruitment, or referral for a fee because of citizenship status or national origin.
k. Maintain copies of any documents accepted as proof of identity and/or employment
authorization for all new hires.
HILLSBOROUGH COUNTY BUSINESS TAX
22.1 All Offerors are required to comply with Hillsborough County Code of Ordinances and
Laws, Part A, Chapter 46, Article III, as may be amended in the future. Failure of an
Offeror to comply with such regulation shall not be a basis to protest the County's award
of the Contract; instead, any reported failure of an Offeror to comply with these
regulations will be referred to the Hillsborough County Tax Collector.
AFFIRMATIONS
23.1 By submitting a proposal, Respondent represents the following:
a. I represent that I am at least eighteen (18) years of age.
b. I represent that the printing of my name and the submittal of a Proposal is intended
to authenticate this writing and to have the same force and effect as my manual
signature.
RFP 20273,3 Page 23
c. I represent that I am either authorized to bind the Respondent, or that I am submitting
the Bid on behalf of and at the direction of the Respondent's representative
authorized to contractually bind the Respondent.
d. I represent that the Respondent and/or its applicable representative(s) has reviewed
the information contained in this Bid and that the information submitted is accurate.
e. At this present time, we understand all requirements and state that as a serious
Respondent we will comply with all the stipulations included in this Solicitation
Document. The above-named Respondent affirms and declares:
1. That the Respondent is of lawful age and that no other person, firm, or corporation
has any interest in this Bid or in the Contract proposed to be entered into.
2. That this Bid is made without any understanding, agreement, or connection with
any other person, firm or corporation making a Bid for the same purpose, and is,
in all respects, fair and without collusion or fraud.
3. That the Respondent is not in arrears to Hillsborough County upon debt or
contract and is not a defaulter, as surety or otherwise, upon any obligation to
Hillsborough County.
4. That no officer or employee or person whose salary is payable, in whole or in part,
from the County Treasury is, shall be or become interested, directly or indirectly,
surety or otherwise in this Bid; in the performance of this Contract; in the supplies,
materials, equipment, and Services and/or Work to which they relate; or in any
portion of the profits thereof.
5. That the Respondent has carefully examined the site where the Services and/or
Work are to be performed and that, from the Respondent's own investigations,
the Respondent is satisfied with the nature and location of the Project and/or
Work to be performed; the character, quality and quantity of materials; the kind
and extent of the equipment and other facilities needed for the performance of
the Services and/or Work; the general and local conditions, all difficulties to be
encountered; and all other items which may in any way affect the performance of
the Services and/or Work.
6. That the Respondent has not altered the original Solicitation Document in any way
and further understands that any such alteration of the original Solicitation
Document may result in rejection of the Respondent's Bid.
RFP 20273,3 Page 24
7. Respondent acknowledges and understands that Section 287.135, Florida
Statutes, prohibits agencies and governmental entities from contracting with a
company for goods and/or services that are One Million Dollars ($1,000,000) or
more, if such company is:
(i) engaged in business operations in Cuba or Syria,
(ii) on the Scrutinized Companies that Boycott Israel List (created pursuant to
Florida Statutes, Section 215.4725),
(iii) on the Scrutinized Companies with Activities in Sudan List (created pursuant
to Florida Statutes, Section 215.473), or
(iv) on the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List (created pursuant to Florida Statutes, Section 215.473).
8. Respondent acknowledges and understands that pursuant to Florida Statutes,
Section 287.135, the submission of a false certification may subject Respondent
to civil penalties, attorneys’ fees, and/or costs.
EQUAL EMPLOYMENT OPPORTUNITY; NON-DISCRIMINATION
24.1 Equal Employment Opportunity; Non-Discrimination
(a) Hillsborough County
(i) Hillsborough County Human Rights Ordinance, Hillsborough County Code
of Ordinances and Laws, Part A, Chapter 30, Article II, as amended,
prohibits discrimination on the basis of race, color, sex, age, religion,
national origin, disability, marital status, sexual orientation, or gender
identity or expression, in apprenticeships, training programs, employment,
public accommodations, real estate transactions and practices, County
contracting and procurement activities, and credit extension practices..
(ii) Hillsborough County Home Rule Charter, Article IX, Section 9.11, as
amended, provides that the County shall not deprive any person of any
right because of race, sex, age, national origin, religion, disability or
political affiliation. Printed in Hillsborough County Code of Ordinances and
Laws, Part A.
(b) State of Florida
(i) Florida Constitution, Preamble and Article I, section 2 protect citizens from
being deprived of inalienable rights because of race, religion, national
origin, or physical disability.
RFP 20273,3 Page 25
(ii) Florida Statutes section 112.042, requires nondiscrimination in
employment by counties and municipalities, on the basis of race, color,
national origin, sex, handicap, or religion.
(iii) Florida Statutes section 112.043, prohibits age discrimination in
employment.
(iv) Florida Statutes section 413.08, provides for rights of an individual with a
disability and prohibits discrimination against persons with disabilities in
employment and housing accommodations.
(v) Florida Statutes section 448.07, prohibits wage rate discrimination on the
basis of sex.
(vi) Florida Civil Rights Act of 1992, Florida Statutes sections 760.01 -
760.11, as amended.
(vii) Florida Statutes section 509.092, prohibits refusing access to public lodging
on the basis of race, creed, color, sex, physical disability, or national origin
(viii) Florida Statutes section 725.07, prohibits discrimination on the basis of
sex, marital status or race in loaning money, granting credit or providing
equal pay for services performed.
(ix) Florida Fair Housing Act, Florida Statutes sections 760.20 - 760.37.
(x) Florida Statutes section 760.40, provides for the confidentiality of genetic
testing and requires informed consent prior to such testing.
(xi) Florida Statutes section 760.50, prohibits discrimination on the basis of
AIDS, AIDS- related complex, and HIV.
(xii) Florida Statutes section 760.51, provides for remedies and civil penalties
for violations of civil rights.
(xiii) xiii) Florida Statutes section 760.60, prohibits discriminatory practices of
certain clubs.
(xiv) Florida Statutes section 760.80, provides for minority representation on
boards, commissions, council, and committees.
RFP 20273,3 Page 26
(c) Federal
(i) Section I of the Fourteenth Amendment to the United States Constitution,
U.S. Const. amend. XIV, section 1.
(ii) Title VI of the Civil Rights Act of 1964, 42 U.S.C. 2000d et seq.
(iii) Title VII of the Civil Rights Act of 1964, 42 U.S.C. 2000e et seq., as amended
by the Equal Employment Opportunity Acts of 1972 and 1975, the Civil
Rights Act of 1991, P.L. 102-166, 105 Stat.1071, and the Lilly Ledbetter Fair
Pay Act of 2009, P.L. 111-2, 123 Stat. 5.
(iv) Civil Rights Acts of 1866 and the Enforcement Act of 1870, 14 Stat. 27 and
16 Stat. 140, 42 U.S.C. section 1981.
(v) Title VIII of the Civil Rights Act of 1968, Fair Housing Act, P.L. 90-284, 82
Stat. 73, 42 U.S.C. 3601 et seq.
(vi) Civil Rights Restoration Act of 1987, P.L. 100-259, 102 Stat. 28.
(vii) vii) Civil Rights Act of 1991, P.L. 102-166, 105 Stat. 1071.
(viii) (viii) Civil Rights Act of 1968, Fair Housing Act, P.L. 90-284, 82 Stat. 73,42
U.S.C. 3601 et seq.
(ix) Equal Opportunity Regulations, 41 CFR section 60-1.4, as amended.
(x) Standards for a Merit System of Personnel Administration, 5 CFR section
900.601 et seq.
(xi) Executive Order 11246, Equal Employment Opportunity, and its
implementing regulations, including 41 CFR section 60.
(xii) Rehabilitation Act of 1973, P.L. 93-112, 87 Stat. 355, as amended.
(xiii) Executive Order 12250, Leadership and Coordination of Nondiscrimination
Laws.
(xiv) Age Discrimination in Employment Act of 1967, 29 U.S.C. section 621 et
seq., P.L. 90-202, as amended.
RFP 20273,3 Page 27
(xv) Age Discrimination Act of 1975, 42 U.S.C. section 6101 et seq., P.L. 94-135,
89 Stat. 728, as amended.
(xvi) Older Americans Amendments of 1975, 42 U.S.C. section 3001 et seq., P.L.
94-135,89 Stat 713.
(xvii) Americans with Disabilities Act of 1990, 42 U.S.C. section 12101 et seq., as
amended by the ADA Amendments Act of 2008, P.L. 110-325, 122 Stat.
3554.
(xviii) Vietnam Era Veterans' Readjustment Assistance Act of 1974, 38 U.S.C.
section 4212, as amended.
(xix) Section 14001 of Consolidated Omnibus Budget Reconciliation Act of 1985,
as amended.
(xx) State and Local Assistance Act of 1972, as amended.
(xxi) Office of Management and Budget Circular A-102, Grants and Cooperative
Agreements with State and Local Governments, as amended.
(xxii) Nondiscrimination on the Basis of Sex in Education Programs or Activities
Receiving Federal Financial Assistance, 40 C.F.R. sections 5.100-5.605.
(xxiii) Executive Order 13673, Fair Pay and Safe Workplaces.
(d) If applicable, and required by 41 CFR 60-1.4 or other federal law or regulation,
during the performance of this contract, the Contractor agrees as follows:
(i) The Contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, sexual orientation,
gender identity, or national origin. The Contractor will take affirmative
action to ensure that applicants are employed, and that employees are
treated during employment without regard to their race, color, religion,
sex, sexual orientation, gender identity, or national origin. Such action
shall include, but not be limited to, the following: employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection
for training, including apprenticeship. The Contractor agrees to post in
conspicuous places, available to employees and applicants for
employment, notices to be provided setting forth the provisions of this
nondiscrimination clause.
RFP 20273,3 Page 28
(ii) The Contractor will in all solicitations or advertisements for employees
placed by or on behalf of the Contractor, state that all qualified applicants
will receive consideration for employment without regard to race, color,
religion, sex, sexual orientation, gender identity, or national origin.
(iii) The contractor will not discharge or in any other manner discriminate
against any employee or applicant for employment because such
employee or applicant has inquired about, discussed, or disclosed the
compensation of the employee or applicant or another employee or
applicant. This provision shall not apply to instances in which an employee
who has access to the compensation information of other employees or
applicants as a part of such employee's essential job functions discloses
the compensation of such other employees or applicants to individuals
who do not otherwise have access to such information, unless such
disclosure is in response to a formal complaint or charge, in furtherance of
an investigation, proceeding, hearing, or action, including an investigation
conducted by the employer, or is consistent with the contractor's legal
duty to furnish information.
(iv) The Contractor will send to each labor union or representative of workers
with which it has a collective bargaining agreement or other contract or
understanding, a notice to be provided by the agency contracting officer
advising the labor union or workers' representative of the Contractor's
commitments under Section 202 of Executive Order 11246 of September
24, 1965, and this Section, and shall post copies of the notice in
conspicuous places available to employees and applicants for
employment.
(v) The Contractor will comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of
the Secretary of Labor.
(vi) The Contractor will furnish all information and reports required by
Executive Order 11246 of September 24, 1965, and by rules, regulations,
and orders of the Secretary of Labor, or pursuant thereto, and will permit
access to his books, records, and accounts by the administering agency and
the Secretary of Labor for purposes of investigation to ascertain
compliance with such rules, regulations, and orders.
RFP 20273,3 Page 29
(vii) In the event of the Contractor's noncompliance with the nondiscrimination
clauses of this Contract or with any of the said rules, regulations, or orders,
this Contract may be canceled, terminated, or suspended in whole or in
part and the Contractor may be declared ineligible for further Government
contracts or federally assisted construction contracts in accordance with
procedures authorized in Executive Order 11246 of September 24, 1965,
and such other sanctions may be imposed and remedies invoked as
provided in Executive Order 11246 of September 24, 1965, or by rule,
regulation, or order of the Secretary of Labor, or as otherwise provided by
law.
(viii) The Contractor will include the provisions of paragraphs (i) through (viii) in
every subcontract or purchase order unless exempted by rules,
regulations, or orders of the Secretary of Labor issued pursuant to section
204 of Executive Order 11246 of September 24, 1965, so that such
provisions will be binding upon each Subcontractor or vendor. The
Contractor will take such action with respect to any subcontract or
purchase order as may be directed by the Secretary of Labor as a means of
enforcing such provisions, including sanctions for noncompliance:
Provided, however, that in the event the Contractor becomes involved in,
or is threatened with, litigation with a Subcontractor or vendor as a result
of such direction, the Contractor may request the United States to enter
into such litigation to protect the interests of the United States.
IMPORTANT NOTE: The above are not intended to be a complete list of all applicable
local, state, or federal statutes, orders, rules or regulations, as they may be amended from
time to time, or added to (newly promulgated) from time to time, during the term of this
contract.
RFP 20273,3 Page 30
ATTACHMENTS AND EXHIBIT(S)
The following Attachments and Exhibit(s) are included as a part of this RFP:
ATTACHMENT A: PROJECT CONTEXT; COUNTY GOALS & OBJECTIVES
Attachment A 1-1: Uptown Innovation District
Attachment A 1-2: Memorandum of Understanding between County and
Innovation District Partners
Attachment A 1-3: MOSI Redevelopment Marketing Brochure
Attachment A 2-1: MOSI Summary of Legal & Financial Alternatives
Attachment A 2-2: MOSI Site Financial Analysis Summary
Attachment A 2-3: MOSI Reimagined at the Uptown Innovation District
ATTACHMENT B: SUMMARY PROPERTY INFORMATION
Attachment B-1: Title Survey & Instruments
Attachment B-2: Property Appraisal
Attachment B-3: Environmental
Attachment B-4: Property Survey including Wetland Survey
Attachment B-5: Geotechnical Reports
Attachment B-6 Existing Site Plan & Building Information
Attachment B-7 MOSI Operations & Maintenance Agreement
Attachment B-8 IBHS Lease
Attachment B-9 Renaissance Festival Lease
Attachment B-10: Local Demographics
Attachment B-11: Comprehensive Plan & Zoning
ATTACHMENT C: COUNTY’S PROPOSED SCHEDULE
ATTACHMENT D: PROJECT EXPERIENCE FORM (One for Each Representative Project)
EXHIBIT 1: RESPONDENT INFORMATION CERTIFICATION
NOTE: ATTACHMENTS A AND B HAVE BEEN UPLOADED TO THE PROCUREMENT SERVICES FTP
SITE AND CAN BE ACCESSED AT THIS LINK:
ftp://ftp-
public.hillsboroughcounty.org/procurement/20273%20Master%20Developer%20for%20Redev
elopment%20of%20Museum%20of%20Science%20and%20Industry%20(MOSI)%20Property/