HomeMy WebLinkAboutItem #05 Award of RFP #07-003 Legislative Consulting ServicesAbe Center of G00d Giy B
O
AGENDA ITEM COVER SHEET
Meeting Date:
Item #
July 17, 2007
5
Reviewed By:
Contact Name: Joyce Tolbert Department Director:
Contact Number: 1516 City Manager:
Subject: Award of RFP #07-003 Legislative Consulting Services
Background Summary:
Proposals were solicited from qualified firms with municipal experience to submit a proposal to provide professional
consulting services for representing the City in legislative matters at the State and, as needed, at the federal level. Implicit
responsibilities will be to advise the City of the impacts of proposed regulatory and legislative changes and to identify areas where
State and/or Federal funding is available.
Issue:
Award of Legislative Consulting Services contract to the top -ranked firm recommended by the Selection Committee. The RFP
Selection Committee, consisting of four (4) members, evaluated the proposals: Mayor Vandergrift; Rob Frank, City Manager;
Jamie Croteau, Assistant City Manager; and Wanda Horton, Finance Director.
Recommendations
Staff recommends that the City Commission award the contract for RFP #07-003 Legislative Consulting Services to
GrayRobinson, P.A. in the amount of $42,000.00 annually plus expenses; and authorize the Mayor, City Clerk, and Staff to
execute all necessary contract documents. The contract term is for one (1) year with two (2) one (1) year automatic renewal
options.
Attachments:
1.
RFP #07-003
2.
Akerman Proposal
3.
Capitol Proposal
4.
GrayRobinson Proposal
5.
Louis Rotundo Proposal
6.
RFP Checklist/Shortlist
Financial Impact:
$42,000 annually plus expenses
Type of Item: (please mark with an x')
Public Hearing
For Clerk's Dept Use:
Ordinance First Reading
Consent Agenda
Ordinance Second Reading
Public Hearing
Resolution
Regular Agenda
X Commission Approval
Discussion & Direction
Original Document/Contract Attached for Execution by City Clerk
X Original Document/Contract Held by Department for Execution
Reviewed by City Attorney N/A
Reviewed by Finance Dept. N/A
Reviewed by ( ) N/A
2
Mayor �e Letiter of Good Lri Commissioners
S. Scott Vandergrift Gary Hood, District 1
Scott Anderson, District 2
City Manager,; Rusty Johnson, District 3
Robert Frank Joel Keller, District 4
STAFF REPORT
TO: The Honorable Mayor and City Commissioners
FROM: Joyce Tolbert, Purchasing Agent
DATE: June 28, 2007
RE: Award of RFP #07-003 Legislative Consulting Services
ISSUE
Award of Legislative Consulting Services contract to the top -ranked firm recommended by the Selection Committee.
BACKGROUND/DISCUSSION
Proposals were solicited from qualified firms with municipal experience to submit a proposal to provide professional
consulting services for representing the City in legislative matters at the State and, as needed, at the federal level. Implicit
responsibilities will be to advise the City of the impacts of proposed regulatory and legislative changes and to identify areas
where State and/or Federal funding is available.
The Finance Department reviewed the four (4) proposal packages and all were considered responsive. Complete copies of all
proposals are available in the Finance Department for review. The RFP Selection Committee, consisting of four (4) members,
evaluated the proposals: Mayor Vandergrift; Rob Frank, City Manager; Jamie Croteau, Assistant City Manager; and Wanda
Horton, Finance Director.
The public RFP Selection Committee meeting was held on June 26, 2007 to evaluate the four (4) responses and shortlist. The
Selection Committee evaluated and ranked the top two firms based on specific evaluation criteria. The Selection Committee
recommends contracting with the top -ranked firm. The Respondents and their rankings are as follows:
1. GrayRobinson, P.A.
2. Akerman Senterfitt
Responses were also received from: Capitol Strategies Consulting and Louis Rotundo and Associates.
Mayor
S. Scott Vandergrift
City Manager
Robert Frank
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel F. Keller, District 4
CITY OF OCOEE
REQUEST FOR PROPOSALS
RF P #07-003
LEGISLATIVE CONSULTING SERVICES
City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761
phone: (407) 905-3100 • fax: (407) 656-3501 • www.ci.ocoee.fl.us
3
4 thru 7
8 thru 14
15
15
16 thru 20
21
22
*Submit with Proposal
End Table of Contents
RFP DOCUMENTS
Legal Advertisement
Introduction/Proposal Instructions
General Terms & Conditions
*Summary of Litigation
*Addenda Acknowledgment
SCOPE OF SERVICES/PROPOSAL FORM
Scope of Work/Proposal Format
*Proposal Form
*Company Information/Signature Sheet
RFP #07-003 Legislative Consulting 2
LEGAL ADVERTISEMENT
Ocoee City Commission
The City of Ocoee (City) invites all interested, qualified Firms with municipal experience to
submit a proposal to provide professional consulting services for representing the City in
legislative matters at the State and, as needed, at the Federal level. Implicit responsibilities of
the successful Respondent will be to advise the City of the impacts of proposed regulatory and
legislative changes and to identify areas where State and/or Federal funding is available.
Sealed proposals will be accepted for REQUEST FOR PROPOSALS (RFP) #07-003, LEGISLATIVE
CONSULTING SERVICES, no later than 2:00 P.M., local time, on May 17, 2007. Proposals received
after that time will not be accepted or considered, and will be returned unopened. No exceptions will be
made. The City reserves the right to reject any and all proposals and waive informalities.
Each Respondent shall submit one (1) original and nine (9) copies of the required proposal
documents, in a sealed envelope plainly marked on the outside with the appropriate RFP number and
closing date and time. Proposals will be received at the City of Ocoee, Attn: Purchasing Agent, 150 N.
Lakeshore Drive, Ocoee, Florida 34761-2258. Proposals will be publicly opened and read aloud in the
City Hall Conference Room on the above -appointed date at 2:01 PM, local time, or as soon thereafter
as possible.
Interested Firms may secure a copy of the documents through Demandstar by accessing the City's
website at www.ci.ocoee.fl.us under Finance/Purchasing, or copies are available from the Purchasing
Agent for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made
payable to the City of Ocoee. Copies via e-mail are not available and partial sets of RFP documents will
not be issued.
To ensure fair consideration for all Respondents, companies interested in providing the required services
may be disqualified if they have contacts with the Mayor, City Commissioners, or any City staff, other than
the Purchasing Agent concerning the RFP during the submission or selection process.
Award of Contract: The City of Ocoee reserves the right to waive technicalities or irregularities, reject
any or all proposals, and/or accept that proposal that is in the best interest of the City, price,
qualifications and other factors taken into consideration. The City reserves the right to award the
Contract to the Respondent, which, in the sole discretion of the City, is the most responsive and
responsible Respondent; price, qualifications and other factors considered.
Pursuant to Section 287.133(2)(a), Florida Statutes, interested individuals or firms who have been
placed on the convicted vendor list following a conviction for public entity crimes may not submit a
Proposal on a contract to provide services for a public entity, may not be awarded a consultant contract
and may not transact business with a public entity for services, the value of which exceeds
CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.
No fax or electronic submissions will be accepted.
City Clerk April 15, 2007
RFP #07-003 Legislative Consulting 3
CITY OF OCOEE
REQUEST FOR PROPOSALS (RFP) #07-003
LEGISLATIVE CONSULTING SERVICES
Proposal Instructions:
A. Sealed proposals for RFP #07-003 will be received by the City of Ocoee, hereinafter
called "The City", by any person, firm, corporation or agency submitting a RFP for
the services proposed, hereinafter called "Respondent". Each Respondent shall
furnish the information required on the proposal form supplied and each
accompanying sheet thereof on which an entry is made. Proposals submitted on
any other format shall be disqualified. Please check your prices before submission
of proposal as no changes will be allowed after proposal closing date. Proposals
must be typewritten or handwritten using ink. Do not use pencil. No erasures
permitted. Mistakes may be crossed out and the correction typed adjacent and must
be initialed and dated by person signing the proposal. Proposal documents must be
signed by a legally responsible representative, officer, or employee and should be
properly witnessed and attested. All proposals should also include the name and
business address of any person, firm or corporation interested in the proposal either
as a principal, member of a firm or general partner. If the respondent is a
corporation, the proposal should include the name and business address of each
officer, director, and holder of 10% or more of the stock of such corporation.
B. Any questions or concerns regarding this RFP should be addressed in writing to the
Finance/Purchasing Department, City of Ocoee, FL, Attention: Joyce Tolbert,
Purchasing Agent (407) 905-3100, extension 1516 and fax (407) 656-3501 or email
jtolbert(c�ci.ocoee.fl.us, and shall be received not later than May 4, 2007 at 5:00
p.m. Any clarifications/changes will be through written addenda only, issued by the
Purchasing Agent. Respondents should not contact City staff, with the exception of
the Purchasing Agent, or other City consultants for information regarding this RFP
before the bid award date. Any contact with any other member of the City Staff, City
Commission, or its Agents during the bid, award, and protest period may be grounds
for disqualification.
C. Proposals must be received as one (1) original and nine (9) copies by the Finance
Department not later than 2:00 P.M., local time, on May 17, 2007. Proposals
received by the Finance/Purchasing Department after the time and date specified
will not be considered, but will be returned unopened. "Postage Due" items will not
be accepted. Proposals or any information transmitted by fax or e-mail will not be
accepted. Proposals shall be delivered in a sealed envelope, clearly marked with
the RFP number, title, and closing date and time to:
City of Ocoee Finance Department
Attention: Purchasing Agent
150 N Lakeshore Drive
Ocoee, FL 34761-2258
RFP #07-003 Legislative Consulting 4
D. Pre -Proposal Conference: None Scheduled.
E. Proposals will be reviewed by a selection committee appointed by the City Manager
and will be ranked in accordance with the established evaluation criteria. Date, time,
and location of any scheduled selection committee meeting(s) for this RFP will be
noticed publicly and on Demandstar. The selection committee shall recommend
ranking of the proposals and recommendation for selection to the City Commission for
approval. Please be aware that all City Commission meetings are duly noticed public
meetings and all documents submitted to the City as a part of a bid constitute public
records under Florida law.
F. All Respondents shall thoroughly examine and become familiar with this RFP package
and carefully note the items specifically called for in this RFP which must be
submitted.
G. Submission of a proposal shall constitute an acknowledgment that the
Respondent has complied with the instructions of this RFP. The failure or
neglect of a Respondent to receive or examine a document shall in no way relieve it
from any obligations under its proposal or the contract. No claim for additional
compensation will be allowed which is based upon a lack of knowledge or
understanding of any of the Contract Documents or the scope of services. Proposals
shall be in compliance with the contract documents/scope of services. All costs to
prepare and submit proposals shall be the responsibility of the Respondent and
no reimbursement of any kind shall be reimbursed by the City.
H. Any response by the City to a request for information or correction will be made in the
form of a written addendum which will be mailed, e-mailed or faxed by Demandstar to
all parties to whom the RFP package have been issued. It shall be the responsibility
of each Respondent to obtain a copy of all issued Addenda. The City reserves the
right to issue Addenda, concerning date and time of proposal closing, at any time up
to the date and time set for proposal closing. In this case, proposals that have been
received by the City prior to such an addendum being issued, will be returned to the
respondent, if requested, unopened. In case any respondent fails to acknowledge
receipt of any such Addendum in the space provided in the RFP documents, its
bid will nevertheless be construed as though the Addendum had been received
and acknowledged. Submission of a proposal will constitute acknowledgment
of the receipt of the RFP Documents and all Addenda. Only interpretations or
corrections provided by written Addenda shall be binding on the City. Respondents
are cautioned that any other source by which a respondent receives information
concerning, explaining, or interpreting the RFP Documents shall not bind the City.
Any of the following causes may be considered as sufficient for the disqualification
and rejection of a proposal:
a) Submission of more than one (1) proposal for the same work by an individual, firm,
partnership or corporation under the same or different name. For purposes of this
subparagraph, firms, partnerships or corporations under common control may be
considered to be the same entity;
RFP #07-003 Legislative Consulting 5
b) Evidence of collusion between or among the Respondents;
c) Being in arrears on any existing contracts with the City, or litigation with the City or
having defaulted on a previous contract with the City;
d) Poor, defective or otherwise unsatisfactory performance of work for the City or any
other party on prior projects which, in the City's judgment and sole discretion, raises
doubts as to the Respondent's ability to properly perform the services; or
e) Any other cause which, in the City's judgment and sole discretion, is sufficient to
justify disqualification of Respondent or the rejection of its proposal.
J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). 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 proposal on an award to provide any goods or services to a public
entity, may not submit a proposal on an award with a public entity for the construction or
repair of a public building or public work, may not submit proposals on leases of real
property to a public entity, may not be awarded or perform work as a Contractor,
Supplier, Subcontractor, or Consultant under an award with any public entity, and may
not transact business with any public entity in excess of the threshold amount provided
in section 287.017 for Category Two ($25,000.00 and greater) for a period of 36 months
from the date of being placed on the convicted vendor list. [See Florida State Statute
287.133 (2) (a).
K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida
Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and
other applicable State and Federal Laws, all Respondents should be aware that the
proposal and the responses thereto are in the public domain and are available for public
inspection. Respondents are requested, however, to identify specifically any information
contained in their proposal which they consider confidential and/or proprietary and
which they believe to be exempt from disclosure, citing specifically the applicable
exempting law. All proposals received in response to this request of proposal become
the property of the City of Ocoee 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 City.
No proposal may be withdrawn and all proposed prices shall remain firm for a
period of ninety (90) days after the time and date scheduled for the proposal
deadline. A request for withdrawal or modification of a proposal may be
submitted to the Purchasing Agent, in writing, at any time prior to the deadline for
submitting bids. After expiration of the deadline for receiving bids, no bid may be
withdrawn or modified.
The City reserves the right to accept or reject any or all proposals, to waive
informalities or irregularities, to request clarification of information submitted in
any proposal, or to re -advertise for new proposals. The City may accept any item
or group of items of any proposal, unless the respondent qualifies his/her
proposal by specific limitations. The City may accept one or more proposals if in
the City's best interest.
RFP #07-003 Legislative Consulting 6
Award, if made, will be to the most responsible and responsive respondent
whose proposal, in the City's opinion, will be most advantageous to the City,
price and other factors considered. The City reserves the right, to aid it in
determining which proposal is responsible, to require a respondent to submit
such evidence of respondent's qualifications as the City may deem necessary,
and may consider any evidence available to the City of the financial, technical,
and other qualifications and abilities of a respondent, including past performance
(experience) with the City and others. The City Commission shall be the final
authority in the award of any and all proposals.
(remainder of page left blank intentionally)
RFP #07-003 Legislative Consulting 7
RFP #07-003 GENERAL TERMS & CONDITIONS:
1. BID SECURITY:
None Required.
2. PERFORMANCE AND PAYMENT BONDS:
None Required.
3. PATENT INDEMNITY:
Except as otherwise provided, the successful respondent agrees to indemnify the City
and its officers, agents, and employees against liability, including costs and expenses
for infringement upon any letters patent of the United States arising out of the
performance of this Contract.
Further, the Respondent shall fully indemnify, defend, and hold harmless the City and
its officers, agents, and employees from any suits, actions, damages, and costs of every
name and description, including attorneys' fees, arising from or relating to violation or
infringement of a trademark, copyright, patent, trade secret, unpatented invention, or
intellectual property right. If the bidder uses any design, device, or materials covered by
letters, patent, or copyright, it is mutually agreed and understood without exception that
the bid price shall include all royalties or cost arising from the use of such design,
device, or materials.
4. PRICING:
Pricing should be provided as indicated on the Scope of Work/Price Proposal Form
attached, to include any alternate proposals. Please note that alternate proposals will
not be accepted unless specifically called for on the Scope of Services/Price Proposal
Form. Cost of preparation of a response to this proposal is solely that of the
Respondent and the City assumes no responsibility for such costs incurred by the
Respondent.
By submission of this proposal, the Respondent certifies, and in the case of a joint
proposal, each party thereto certifies as to its own organization, that in connection with
this procurement:
a) The prices in this RFP have been arrived at independently, without consultation,
communication, or agreement for the purpose of restricting competition, as to any
matter relating to such prices with any other Respondents or with any competitor;
b) Unless otherwise required by law, the prices which have been provided in this RFP
have not been knowingly disclosed by the Respondent and will not knowingly be
RFP #07-003 Legislative Consulting 8
disclosed by the Respondent prior to opening, directly or indirectly to any other
Respondent or to any competitor;
c) No attempt has been made or will be made by the Respondent to induce any other
person or firm to submit or not to submit a proposal for the purpose of restricting
competition. Every contract, combination or conspiracy in restraint of trade or
commerce in this State is unlawful (Florida Statutes, Section 542.18 and all
applicable federal regulations);
5. PROTESTS:
The City's Finance/Purchasing Department will consider Protests seeking contract
award, damages, and/or any other relief. Any Respondent seeking to file a Bid Protest
SHALL use the following procedures:
1. A Respondent SHALL file a written Protest under this Article, or be barred any
relief.
2. A Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b)
the content of the Protest shall fully state the factual and legal grounds for the protest
and the legal basis for the relief requested; and (c) The Protest shall be filed with the
Purchasing Agent not later than three (3) calendar days after the posting of the notice of
intent to award or recommendation of award by staff.
3. After a Protest has been properly filed with the City, the City, by and through its
Finance/Purchasing Department shall make a determination on the merits of the protest
not later than five (5) business days after receipt of the protest. If the City denies the
protest, the City may proceed with the award of the Contract unless enjoined by order of
a Court of competent jurisdiction.
4. A Protest shall be limited to the following grounds: (a) issues arising from the
procurement provisions of the Project Manual and/or the Proposal Package or Contract
Documents; and/or (b) applicable federal, state or local law.
6. DRUG -FREE WORKPLACE:
If applicable, provide a statement concerning the respondent's status as a Drug -Free
Work Place or evidence of an implemented drug -free workplace program.
7. CONTRACT:
a) The successful Respondent, hereinafter referred to as Consultant will be required to
enter into a contract with the City. The contract term is for one (1) year with two (2)
one (1) year renewal options.
b) The City may in its sole discretion award any additional services, whether in the
existing areas, or in any addition to the existing areas, or any additional area, to any
third party, or such services may be performed by the City's employees. Consultant will
RFP #07-003 Legislative Consulting 9
be expected to cooperate with any or all other Consultants who may be performing
services for the City.
8. CERTIFICATION OF NON -SEGREGATED FACILITIES
The respondent certifies that it does not and will not maintain or provide for the
Respondent's employees any segregated facilities at any of the Respondent's
establishments and that the Respondent does not permit the Respondent's employees
to perform their services at any location, under the Respondent's control, where
segregated facilities are maintained. The Respondent agrees that a breach of this
certification will be a violation of the Equal Opportunity clause in any contract resulting
from acceptance of this Proposal. As used in this certification, the term "segregated
facilities" means any waiting room, work areas, time clocks, locker rooms and other
storage and dressing areas, parking lots, drinking facilities provided for employees
which are segregated on the basis of race, color, religion, national origin, habit, local
custom, or otherwise. The Respondent agrees that (except where the Respondent has
obtained identical certification from proposed contractors for specific time periods) the
Respondent will obtain identical certifications from proposed subcontractors prior to the
award of such contracts exceeding $10,000 which are not exempt from the provisions of
the Equal Opportunity clause, and that the Respondent will retain such certifications in
the Respondent files.
The non-discriminatory guidelines as promulgated in Section 202, Executive Order
11246, and as amended by Executive Order 11375 and as amended, relative to Equal
Opportunity for all persons and implementations of rules and regulations prescribed by
the U.S. Secretary of labor, are incorporated herein.
9. STATEMENT OF AFFIRMATION AND INTENT:
The Respondent declares that the only persons or parties interested in their proposal
are those named herein, that this proposal is, in all respects, fair and without fraud and
that it is made without collusion with any other vendor or official of the City of Ocoee.
Neither the Affiant nor the above named entity has directly or indirectly entered into any
agreement, participated in any collusion, or otherwise taken any action in restraint of
free competitive pricing in connection with the entity's submittal for the above project.
This statement restricts the discussion of pricing data until the completion of
negotiations and execution of the Agreement for this project.
The Respondent certifies that no City Commissioner, other City Official or City
employee directly or indirectly owns assets or capital stock of the Responding entity, nor
will directly or indirectly benefit by the profits or emoluments of this proposal. (For
purposes of this paragraph, indirect ownership or benefit does not include ownership or
benefit by a spouse or minor child.)
The Respondent certifies that no member of the entity's ownership or management is
presently applying for an employee position or actively seeking an elected position with
the City. In the event that a conflict of interest is identified in the provision of services,
the Respondent agrees to immediately notify the City in writing.
RFP #07-003 Legislative Consulting 10
The Respondent further declares that a careful examination of the scope of services,
instructions, and terms and conditions of this RFP has occurred, and that the proposal
is made according to the provisions of the RFP documents, and will meet or exceed the
scope of services, requirements, and standards contained in the RFP documents.
Respondent agrees to abide by all conditions of the negotiation process. In
conducting negotiations with the City, Respondent offers and agrees that if this
negotiation is accepted, the Respondent will convey, sell, assign, or transfer to the City
all rights, title, and interest in and to all causes of action it may now or hereafter acquire
under the Anti-trust laws of the United States and the State of Florida for price fixing
relating to the particular commodities or services purchased or acquired by the City. At
the City's discretion, such assignment shall be made and become effective at the time
the City tenders final payment to the Respondent. The proposal constitutes a firm and
binding offer by the Respondent to perform the services as stated.
10. PUBLIC ENTITY CRIME STATEMENT:
All Invitations to Bid as defined by Section 287.012(11), Florida Statutes, requests for
proposals as defined by Section 287.012(16), Florida Statutes, and any contract
document described by Section 287.058, Florida Statutes, shall contain a statement
informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida
Statutes, which reads as follows:
"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 on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of public building or public work, may not submit
proposals 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, and may not transact business with any public entity in excess of the
threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list."
All bidders that submit a Bid or Request for Proposal to the City of Ocoee are
guaranteeing that they have read the previous statement and by signing the bid
documents are qualified to submit a bid under Section 287.133, (2)(a), Florida
Statutes.
11. STANDARD INSURANCE TERMS & CONDITIONS:
The Contractor shall not commence any work in connection with an Agreement until all of the
following types of insurance have been obtained and such insurance has been approved by the
City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until
all similar insurance required of the subcontractor has been so obtained and approved. Policies
other than Workers' Compensation shall be issued only by companies authorized by subsisting
certificates of authority issued to the companies by the Department of Insurance of Florida
which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better
according to the A.M. Best Company. Policies for Workers' Compensation may be issued by
companies authorized as a group self -insurer by F.S. 440.57, Florida Statutes.
RFP #07-003 Legislative Consulting 11
a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums
of money which may represent a deductible in any insurance policy. The payment of such
deductible shall be the sole responsibility of the General Contractor and/or subcontractor
providing such insurance.
b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this
Agreement, Worker's Compensation Insurance with Employer's Liability Limits of
$500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of
this project and, in the event any work is sublet, the Contractor shall require the
subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's
employees unless such employees are covered by the protection afforded by the Contractor.
Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any
class of employees engaged in hazardous work under this contract for the City is not
protected under the Workers' Compensation statute, the Contractor shall provide, and cause
each subcontractor to provide adequate insurance, satisfactory to the City, for the protection
of the Contractor's employees not otherwise protected.
■ Include Waiver of Subrogation in favor of the City of Ocoee
c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain
during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy
should name the City of Ocoee as an additional insured, and shall protect the Contractor and
the City from claims for damage for personal injury, including accidental death, as well as
claims for property damages which may arise from operations under this Agreement whether
such operations be by the Contractor or by anyone directly or indirectly employed by the
Contractor, and the amounts of such insurance shall be the minimum limits as follows:
1) Automobile Bodily Injury Liability & Property Damage Liability
■ $1,000,000 Combined single limit per occurrence (each person, each accident)
■ All covered automobile will be covered via symbol 1
■ Liability coverage will include hired & non -owned automobile liability
■ Include Waiver of Subrogation in favor of The City of Ocoee
2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of
Ocoee as an additional insured and should indicate that the insurance of the Contractor is
primary and non-contributory.
■ $2,000,000 GENERAL AGGREGATE
■ $2,000,000 PRODUCTS -COMPLETED OPERATIONS AGGREGATE
■ $1,000,000 PER OCCURRENCE
■ $1,000,000 PERSONAL & ADVERTISING INJURY
• Include Waiver of Subrogation in favor of the City of Ocoee
3) Subcontractor's Comprehensive General Liability Automobile Liability and Worker's
Compensation Insurance: The Contractor shall require each subcontractor to procure and
maintain during the life of this subcontract, insurance of the type specified above or insure
the activities of these subcontractors in the Contractor's policy, as specified above.
4) Owner's Protective Liability Insurance: As applicable for construction projects, providing
coverage for the named insured's liability that arises out of operations performed for the
named insured by independent contractors and are directly imposed because of the named
insured's general supervision of the independent contractor. The Contractor shall procure
and furnish an Owner's Protective Liability Insurance Policy with the following limits:
$1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as
the Named Insured.
RFP #07-003 Legislative Consulting 12
5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also
include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC
LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL
BE NAMED AS ADDITIONAL INSURED.
■ $1,000,000 PER OCCURRENCE
■ $2,000,000 AGGREGATE
6) Commercial Umbrella:
■ $1,000,000 PER OCCURRENCE
■ $2,000,000 Aggregate
■ Including Employer's Liability and Contractual Liability
7) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the
City of Ocoee as an additional insured will be furnished by the Contractor upon notice of
award. These shall be completed by the authorized Resident Agent and returned to the
Office of the Purchasing Agent. This certificate shall be dated and show:
8) The name of the Insured contractor, the specific job by name and job number, the name of
the insurer, the number of the policy, its effective date, its termination date.
9) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any
material changes in provisions or cancellation of the policy, except ten (10) days written
notice of cancellation for non-payment of premium.
(remainder of page left blank intentionally)
RFP #07-003 Legislative Consulting 13
on ro a O1T.14°4°onrYY'
ACORD_ CERTIFICATE OF LIABILITY INSURANCE a�.i 11 0+ 04
DouDEA THIS CERTIFICATE if ISSUED AX A MATTER OF INFORMATION
=ONLY AND CONPERX NO RIGHTS UPON THE CERTIFICATE
ER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED myTHE POUCIES BELOW.
WSURERS AFFORDING COVERAGE NAIC s
INSURER . S t "A i A• s: B.tnr
F.WMXWR
aCQL}tractor's NMG FORC:ese D' _._...__
COVERAGES
INDICATED ATEMAY BE ISSUED OR OWG
TO WNICl1 THe CERTIFICATE MAY 9E ISSUED M
Tiff POLICIES OF INSURANCE UST® BELOW HAVE SEEN eaNrEn TO THE INSUREO NAMED ABODE FOR THE WHICH THIS
WIN RESPECT
ANY RtOUIREMBHT. TERN OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT
WAY P&IAIK THE INSlMl NCE AFFORDED BY THE POLICIES DESCRIBED /BEN ff SU6IECTTO ALL THE TERMS. IDI CLU4IONS AND CONDITIONS OF SUCH
POLICIES. AOOREOATE UNITS SHOWN MAY HAVE BM I=)= BY PAID CLAM.
LTR
TYPE OFIIWAINICE
aERERAL LIABILITY
POLICY"L%MER
Bit
LONTS
EACH OCCURRENCE a 1, 000, 090
►REAAEESIEAAAar l a 50, 000
X IX COMMERCUL GENERAL UASKM (
® OCCUR
i
r�IEDEwtAlyauF.naa $5, 000
CLAM MADE
I
I
PERSONAL a Any NAMV S1,000.000
GENERAL AOeREtiATE 4 2, 000. 090
►RODUCTS • COMPIOP AGG . 112o000,000
Ms
OENi AGGREGATE LAST APPlgiEi'
POUCYIX T tOGP
AUTOMOBILE LIABILITYc
ANE LUAT 41, 000, 000
I6A scddAscodM NlGL
X ANY AUTO I
ALL OWNED AUTOS
(
BOQAYNJURY a
(►If pxfaA)
SCHEDULED AUTOS
X WIRED AUTOS
Ipw-doBODILY MIRY 4
I X I NON-M"E D AUTOS
PROPERTY DAMAGE
I
AUTO ONLY. EAACCIDENT S
ILA ACC '. 4
DARAGB LIABILITY
i
G ANY AUTO
ATHAN
THER THAN
UTO ONLY: AGO 4
iI
EACH OCCURRENCE S1,000,000
I AGGREGATE S 2, 000, 000
EccessnASRELUN.IAmIm
k
X ,X OCCUR ,CLAIM3MADE
�
}
(j
I
s
DEDUCTIBLE
E
4
RETE(tm s
WORXM COMPENSATION
eMPLorNur L1NEnY
X I
EL. EACH ACCIDENT s500, 000
uTrvE
E.L. DISEASE. EA RMPLOYEE s 500, 000
oOA
j
EL.�SE EA.POLICYUMIr s5001090
e�w°�'eBPROL�Nswlo.
OTHER
�
I
Any 1 LOc 100,000
Builders Risk
An 1 Oac 1,000,000
ADDED BY lnoor+tEIEHTf
tPlCML NMYIIIONs.Y�
DlSCRMHON
OF O►ERAT INS I LOCATIONSvwcLEs/
ERCLUSIONS
fixate
The insurance evidenced by this certificate tuea+----------
holders as an additional insured on the General
Liability
ty 4 Gea =i allla
Linbility
Liability. Worker@' Compensation, ymploy
shall contain a Waiver of Subrogation in favor of the certificate holder.
The certificate holder is added as a [mEld inaxid fix 11111
City of Ocoee
150 R. Lakeshore Drive
Ocoee M 34761-22SO
OCOaa01 s"MELDANY GFTOW ABOVE DESCRIBED wuanftCANCKLUMsoon THE nmATwn
OAT%THEREOF. THE= Me INSURER WILL ENDEAVOR TO MAIL 10 DAYS WMrM
NOTICE To
THE CERT,,CATE mXoLR mMID TO TO LEFT, BUT FAAAMYO Do SO SHALL
REFORMS NO O"AT10N OR LU.BIM OF ANY RRIo UFON TTe INSURER. ITS AGENTS OR
SA pt t
RFP #07-003 Legislative Consulting 14
12. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the Respondent in the past five (5) years which is related to the services that
the Respondent provides in the regular course of business. The summary shall state
the nature of the litigation, claim, or contact dispute, a brief description of the case, the
outcome or projected outcome, and the monetary amounts involved. If none, please so
state.
(Attach additional sheets if necessary)
13. ACKNOWLEDGMENT OF ADDENDA:
Respondent acknowledges receipt of the following addenda:
No.
Dated
No.
Dated
No.
Dated
(remainder of page left blank intentionally)
RFP #07-003 Legislative Consulting 15
CITY OF OCOEE
REQUEST FOR PROPOSALS (RFP) #07-003
LEGISLATIVE CONSULTING SERVICES
SCOPE OF WORK
A. Purpose
The City of Ocoee invites all interested, qualified Firms with municipal experience to submit a
proposal to provide professional consulting services for representing the City of Ocoee in
legislative matters at the State and, as needed, at the Federal level. Implicit responsibilities of
the successful Respondent will be to advise the City of the impacts of proposed regulatory and
legislative changes and to identify areas where State or Federal funding is available. The
Contract will be for one (1) year with two (2) one (1) year renewal options.
B. Scope of Work
The successful firm will have municipal experience in providing legislative and lobbying
services at the State and Federal level to assist the City of Ocoee in developing a legislative
agenda and securing funding. This agenda will include areas of general municipal government,
including but no limited to: telecommunications, sanitation waste disposal, parks and
recreation services, economic development, streets and transportation, sanitary sewer,
stormwater, infrastructure, finance and taxation, police and fire services, homeland security,
grants, growth management, planning, legislative issues that restrict the powers of local
government such as eminent domain and annexation, and other issues affecting municipalities
as more fully described in the RFP.
The successful firm must agree to be available at all times upon reasonable request to meet
with City Commission, City staff and others as specified in order to perform the responsibilities
assigned; and to attend meetings, represent the interest of the City, and act as liaison between
the City and all branches, departments, and agencies of the State and Federal government. It
is expected that the successful firm will review and understand the agendas of the House and
Senate leaders at the State and Federal level in order to assist the City to strategically seek
funds.
The successful firm will work collaboratively with the City to develop the City's State and
Federal program and represent the City's interests in Tallahassee, Florida and Washington,
D.C.
The successful firm will handle a range of activities including, but not limited to:
1. Work closely with the City to develop a detailed legislative strategic plan, to be referred
to as the City of Ocoee State and Federal Legislative Program.
2. A minimum of two (2) meetings will be required in the City of Ocoee to assist in the
development of the City's State and Federal Legislative Program. Status updates may
be presented to the City Commission on a semi-annual basis and as -needed or
required throughout the term of the Contract.
3. Identify State and Federal grant opportunities; draft funding/grant applications in
collaboration with the City, which addresses specific funding needs of the City; monitor
RFP #07-003 Legislative Consulting 16
and facilitate the progress of funding/grant applications through appropriate state and
federal agencies on behalf of the City, when requested.
4. Assist the City in the preparation of appropriations requests and required sub -committee
forms.
5. Identify and aggressively act to obtain funding for the City of Ocoee legislative projects.
6. Review on a continuing basis all existing and proposed State and Federal legislation
policies and programs. Identify those issues that may affect the City or its citizens, and
regularly inform the City on these matters. Provide legal and legislative expertise and
consulting services.
7. Review the legislative policy statements adopted by the Florida League of Cities, Florida
Associates of Counties, National League of Cities and other local government and
lobbying groups for the purpose of identifying issues which may either positively or
negatively affect the City.
8. Identify other state and federal Legislation of interest to the City, monitor action on these
initiatives, and advocate the City's interest when appropriate and directed to by the City.
9. Monitor State and Federal legislative committee meetings, agency hearing and
meetings prior to and during the regular and special legislative session(s) at which
specific issues with the City's adopted Legislative Program are considered, as well as
other issues that may arise that affect the City.
10. Work with the City Commission, City Manager and designated staff to develop special
or general legislation in keeping with, or the City adopted Legislative Program.
11. Develop and evaluate strategy for the support, opposition, or amendment of pending
legislation.
12. Testify and lobby before State and Federal legislative and appropriations committees as
necessary on behalf of the City, during the annual legislative session, extended, or
special session(s) and at legislative committee meetings if directed by the City.
13.Appear and testify before agency hearings, rule making proceedings and other
administrative agency or legislative meetings, as required, to promote, oppose, and
seek passage of legislation affecting the City or its citizens, and specific legislation
contained in the City's Legislative Program.
14. Coordinate appointments or meetings between the City Commission and/or City Staff,
other designated individuals, and Congressional leaders.
15.Assist the City in drafting any needed letters to State and Federal Congressional
leaders regarding issues of interest and concern to the City of Ocoee.
16. Provide written monthly updates and quarterly status reports on the firm's achievements
as they relate to the goals and objectives set forth in the City's Legislative Program.
17.Other required reports may include, but not necessarily be limited to, personal briefings
and information bulletins pertinent to any legislation, rules, or regulations and other
State or Federal policies or programs that affect the City and its citizens either directly
or indirectly.
18. While the Legislature is in Session, a written summary report shall be submitted at the
end of each week detailing legislative action taken during the week, status of legislative
issues, anticipated action for the upcoming week, and suggestion action that City staff
or elected officials may implement.
19.A written report that summarizes the status of the City's Legislative Program shall be
provided within one (1) week of the closing of the session and a more detailed final
written report on specific legislation and new requirements affecting the City shall be
provided within a reasonable time period, not to exceed thirty (30) days from the close
of session.
RFP #07-003 Legislative Consulting 17
20. When the Legislature is not in Session, the successful firm shall provide periodic reports
(at least monthly) on issues of interest or concern to the City. Such information may
include, but necessarily limited to: action taken at interim committee meetings, rule
making hearings, status of studies underway, and advance notice of legislation being
proposed. Legislative sessions include but are not limited to scheduled, extended, or
special legislative sessions or meetings and State or Federal administrative and agency
hearings, meetings, or rule meeting proceedings.
21.In addition to representing the City as a whole through legislative sessions the
respondent shall also work on local issues, if requested by the City.
C. Submittals
The City of Ocoee requires comprehensive responses to every section within this RFP. To
facilitate the review of the responses, Firms shall follow the described proposal format. The
intent of the proposal format requirements is to expedite review and evaluation. It is not the
intent to constrain Firms with regard to content, but to assure that the specific requirements set
forth in this RFP are addressed in a uniform manner amenable to review and evaluation.
Submissions shall be limited to a total of fifty (50) 8.5"x I V pages (excluding front and back
covers, dividers, and all forms included in this RFP), single -sided, portrait orientation, 12-point
font. The person signing the RFP on behalf of the Respondent shall have the legal authority to
bind the Respondent to the submitted Proposal.
In order to simplify the review process and obtain the maximum degree of comparison, the
Respondent must use the following format in responding to the RFP.
TAB A Qualifications and experience
1.
Briefly introduce your firm, providing a summary of the administration,
organization and staffing of your firm, including multiple offices, is applicable.
Provide an organizational chart indicating the positions and names of the core
management team which will undertake this engagement.
2.
Identify the project manager and each individual who will work as part of this
engagement. Include resumes for each person to be assigned. Include any
professional designations and affiliations, certifications and licenses, etc.
Include current Lobbyist Registration Form with the Florida Lobbyist
Office.
3.
Describe the experience of the firm in the last thirty-six (36) months in
performing consulting services in similar size and scope.
4.
The same information must be provided for any associate firm or sub -
consultant.
5.
Describe five (5) instances in which your firm was successful in obtaining
funding for a municipality similar in size to the City of Ocoee in the following
areas: transportation, economic development, affordable housing,
environmental mitigation, homeland security, and infrastructure
improvements.
6.
Specify the firm's particular area of expertise and how those strengths will
benefit the City of Ocoee.
RFP #07-003 Legislative Consulting 18
7. Specify what unique characteristics set the firm apart from others who
perform the same or similar functions.
TAB B Rates and expenses
1. Provide a detailed fee schedule. Express your administrative fee in a lump
sum not -to -exceed maximum amount and separate price for travel and
related expenses (if applicable). Include the attached Proposal Form.
2. Firm shall incur no travel or related expenses chargeable to the City without
prior approval by an authorized City representative.
3. Consultants may submit proposals based on a lump sum basis payable
monthly over the course of the year or on an hourly fee basis. All proposals
must include a maximum not -to -exceed amount. Expenses not specifically
listed will not be considered.
4. The actual contract amount will be negotiated after the consultant had been
selected and the scope of work finalized.
TAB C Methodology including technical approach and understanding of the scope
of the project.
1. Proposals must include a narrative description of the Firms' plan for
accomplishing the work and services to be provided to the City.
2. Proposals must indicate a clear understanding of the scope of work, including
a detailed project plan for this engagement outlying major tasks and
responsibilities, time frames, and staff assigned for each category of the
scope of work identified above.
3. Proposals shall identify progress reports that will be made available during
the process and key decision points.
4. Proposals shall clearly distinguish the Firms' duties and responsibilities and
those of the City. Absence of this distinction shall mean the Firm is assuming
full responsibility for all tasks.
TAB D References
1. Provide references for similarly successful projects from five (5) current
governmental agencies, including the name of the agency, contact name,
telephone, fax, and email address.
TAB E Required Forms
Include any other forms included in this RFP that are required to be submitted
with your proposal; such as: Company Information/Signature Sheet, Summary of
Litigation, acknowledgment of any Addenda issued. Also include a statement of
willingness to sign the City's Standard Form of Agreement.
RFP #07-003 Legislative Consulting 19
Selection Process
The criteria for making an award recommendation are as follows:
■ Qualifications and Experience 30 Points
■ Rates and Expenses 30 Points
■ Methodology including technical approach and understanding of the scope of
the project 25 Points
■ References 15 Points
The short listed firms may be invited for interviews and/or formal presentations prior to final
selection. The City Commission shall select the highest -ranked qualified firm or will document
the reason for not selecting the highest -ranked firm. The City reserves the right to accept or
reject any or all proposals, to waive informalities or irregularities, to request clarification of
information submitted in any proposal, or to re -advertise for new proposals. The City may
accept any item or group of items of any proposal.
The City will make an Award, in its absolute and sole discretion to the most responsible and
responsive Respondent whose proposal, in the City's opinion, will be most advantageous to
the City, price and other factors considered. The City reserves the right, to aid it in determining
which proposal is responsible, to require a Respondent to submit such evidence of
qualifications as the City may deem necessary, and may consider any evidence available to
the City of the financial, technical, and other qualifications and abilities of a Respondent,
including past performance (experience) with the City and others. The City Commission shall
be the final authority in the award of any and all proposals.
No proposal may be withdrawn and all proposed prices shall remain firm for a period of ninety
(90) days after the time and date scheduled for the proposal deadline.
(remainder of page left blank intentionally)
RFP #07-003 Legislative Consulting 20
REQUEST FOR PROPOSALS (RFP) #07-003
LEGISLATIVE CONSULTING SERVICES
PROPOSALFORM
Annual Lump Sum not -to -exceed
Maximum Amount
Dollars and
Hourly Rate for additional services
(i.e. Travel and Related Expenses)
Attach additional sheets if necessary.
Dollars and
Company Name
Authorized Signature
Name/Title (print)
Professional License Number
Cents
Cents
RFP #07-003 Legislative Consulting 21
RFP #07-003 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR
PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP
INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF SERVICES/PRICE PROPOSAL
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
COMPANY NAME
AUTHORIZED SIGNATURE (manual)
NAME/TITLE (PLEASE PRINT)
STREET ADDRESS
CITY STATE
FEDERAL ID #_
Individual
ZIP
TELEPHONE (INCLUDE AREA CODE)
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Corporation Partnership Other (Specify)
Sworn to and subscribed before me this
Personally Known or
Produced Identification
(Type of Identification)
day of
20
Notary Public - State of
County of
Signature of Notary Public
Printed, typed or stamped
Commissioned name of Notary Public
RFP #07-003 Legislative Consulting 22
Tab A. Qualifications and Experience
1. Briefly introduce your firm, providing a summary of the administration,
organization and staffing of your firm, including multiple offices, is applicable.
Provide an organizational chart indicating the positions and the management team
which will undertake this engagement.
Akerman Senterfitt has been serving clients since 1920 and recently reached a new milestone,
having now grown to 500 attorneys and consultants in its twelve offices across the country. The
firm's ongoing recruitment and the addition in 2006 of its New York, Los Angeles and Northern
Virginia offices contributed to the achievement. The firm is the largest in the state of Florida and
now employs more than 1,100 people nationwide, with offices in all of Florida's major
metropolitan areas. As a part of its growth, the finn has added a number of outstanding attorneys
and consultants. Additions in the last year have included several former litigators from the
Department of Justice and the Securities and Exchange Commission, the former General Counsel
of the U.S. Environmental Protection Agency, the former President of the Florida Free Trade
Area of the Americas, a former Chief Compliance Officer for General Electric, two former
Directors at FEMA, and 30 attorneys from nationally -recognized construction and government
contracts firm Wickwire Gavin.
The firm is currently ranked the 85th largest law firm in the U.S., as listed in The National Law
Journal's Top 250. Sixty-nine Akerman Senterfitt attorneys are named in Best Lawyers in
America 2006 and forty are ranked in Chambers USA America's Leading Lawyers for Business,
in the areas of Healthcare, Real Estate, Insurance, Corporate, Labor & Employment, Tax,
Environmental, Banking & Finance, Corporate, Litigation, Construction, Bankruptcy and
Antitrust. Chambers also ranks the firm's practices No.I in the areas of Corporate/M&A,
antitrust, insurance and zoning/land use. Thirty-eight attorneys are named to Florida Trend
magazine's 2006 Legal Elite with the firm earning several distinctions including Most Legal Elite
Honorees and Most Women Honorees.
In Orlando in 1920, Alexander Akerman and John Cheney founded what is today Akerman
Senterfitt. The firm grew with Orange County to become Central Florida's premier law firm. One
of Akerman Senterfitt's earliest partners, Billy Dial, was instrumental in the routing of Interstate
4 through the Orlando area, the procurement of land for Disney World, and the founding of Sun
Banks, now SunTrust.
The firm opened its first office outside Orlando in Miami in 1982. The Miami office is now the
firm's largest as well as the largest law office in the county. Akerman Senterfitt is distinguished
by its comprehensive Corporate, Real Estate, Construction, Government Relations, Labor &
Employment, Litigation, and Intellectual Property practices. Providing services to local, regional,
national and international clients, our team of legal advisors and consultants represent private
and public companies, government entities, educational institutions and high net -worth
individuals in over 40 different practice areas, and provide clients with not only sound legal
advice, but innovative and effective business solutions.
Senterfitt
RFP #07-003 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR
PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP
INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF SERVICES/PRICE PROPOSAL
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
Akerman Senterfitt
COMPANY NAME
��, 7 - .�,,.,�,%
AUT ORIZED�GNATURE (manual)
J. Larry Williams, Shareholder
NAME/TITLE (PLEASE PRINT)
106 E. College Avenue, Suite 1200
STREET ADDRESS
Tallahassee, FL 32301
CITY STATE ZIP
850) 224-9634
TELEPHONE (INCLUDE AREA CODE)
(850) 222-0101
FAX (INCLUDE AREA CODE)
larry.williams@akerman.com
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
FEDERAL ID #5 9— 311— 7 8 6— 0
Individual xx Corporation Partnership Other (Specify)
Sworn to and subscribed before me this 14 day of 20-ig.
Personally Known or
Produced Identification
Notary Publi� - State of RZ
(Type of Identification) County of
Signatur of Notary Public
BROOKSjp� ,L • rvKS
.'Notary Public - State of Floridp
j cbrrrft'0n Jun7,200W Printed, ed or stamped
fill FDD291562 Commissioned name of Notary Public
\,. Commission #r
Bor1 * BY NOtiorx I NotOrYAssn.
RFP #07-003 Legislative Consulting
22
CAPITC�iL
STRATEGIES
CONSULTING
May 14, 2007
Ms. Joyce Tolbert
Purchasing Agent
Finance/Purchasing Department
City of Ocoee
150 N. Lakeshore Drive
Ocoee, FL 34761-2258
Dear Ms. Tolbert:
PMB 190
3551 Blairstone Road #128
Tallahassee, FL 32301
850.590.2186
800.603.8034 fax
www.capitolstrategiesinc.com
Thank you for the opportunity to respond to the Request for Proposals #07-003 "Legislative
Consulting Services" issued by the City of Ocoee. Unfortunately we did not have the
opportunity to meet face-to-face with the City Commission and Mayor Vandergrift before the
RFP was released; however, we believe working closely with City elected officials, staff and
related local government associations will be an important component of a successful legislative
session.
Should we be selected as the winning respondent, we look forward to working with the City
Commission, the Mayor and City personnel toward a successful, productive session.
Please do not hesitate to call us at (850) 590-2186 with any questions or comments regarding the
enclosed proposal.
Sincerely,
��wry
Carole Green
Partner & Owner
Ashley . Stacell
Partner & Owner
RFP #07-003 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR
PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP
INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF SERVICES/PRICE PROPOSAL
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
NIN SkINI(5 � �Sl
COMPANY NAME
dA&Z
AUTHOR ED SIGNATURE (manual)
NAMEJ ITLE (PLEASE PRINT)
pm 6 iao, 2)551 (31i i rsfiDhe Ild -41a8
STREET ADDRESS
W Inc OJU , rb 3o1
CITY STATE ZIP
cg56) 5q a - a) S&
.�o (INCLUDE AREA CODE)
Lo���
FAX ( CLUDE AREA CODE)
GSy�IeJ�Ca��tols-�ra,�,g ►cs inc. Con^
E-MA ADLI DRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
FEDERAL ID # 12P- gNZ0 3'7
Individual Corporation Partnership Other (Specify)
Sworn to and subscribed before me this / 0
Personally Known or
Produced Identifications
L IDL .. )W - U - 77-ego-o
(Type of Identification)
day of /� Q 2007.
..............................................
TOM CHfLTON
"s €� '� Ctx� DDOFi41715
E*= &WM0
Florida Notary Assn., [no
Dune eoaenuuu.unnnunnpnnuoms r.
Notary Public - $tate of r lns-( G
County of el
Signa re o ary Public
Printed, typed or stamped
Commissioned name of Notary Public
RFP #07-003 Legislative Consulting 22
GRAYIROBINSON
ATTORNEYS AT LAW
407-843-8880
FLEONHARDT Q@GRAY-ROBINSON.COM
May 17, 2007
VIA HAND -DELIVERY
City of Ocoee
Attn: Joyce Tolbert
Purchasing Agent
150 N. Lakeshore Drive
Ocoee, FL 34761
SUITE 1400
301 EAST PINE STREET (32801)
P.O. Box 3068
ORLANDO, FL 32802-3068
TEL 407-843-8880
FAx 407-244-5690
gray-robinson.com
Re: Request for Proposals — Legislative Consulting Services, RFP #07-003
Dear Ms. Tolbert:
CLERMONT
FORT LAUDERDALE
JACKSONVILLE
KEY WEST
LAKELAND
MELBOURNE
NAPLES
ORLANDO
TALLAHASSEE
TAMPA
We are pleased to submit this response to the Request for Proposals regarding Legislative
Consulting Services for the City of Ocoee.
We believe our response provides you with the information required to evaluate our
qualifications. We welcome the opportunity to provide to you and the selection committee any additional
information necessary to reach a decision.
Thank you for the opportunity to submit this Request for Proposals for Legislative Consulting
Services. We look forward to hearing from you.
Respectfully Submitted,
Frederick W. Leonhardt
Enclosures
RFP #07-003 COMPANY INFORiyIATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR
PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP
INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF SERVICES/PRICE PROPOSAL
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
GrayRobinson, P.A.
COMPANY NAME
AUTHORIZED SIGNATURE (manual)
Frederick W. Leonhardt, Shareholder
NAMEiTITLE (PLEASE PRINT)
301 E. Pine Street, Suite 1400
STREET ADDRESS
Orlando FL 32801
CITY STATE ZIP
TELEPHONE (INCLUDE AREA CODE)
407-244-5660
FAX (INCLUDE AREA CODE)
fleonhar5arav-robinson.com
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
FEDERAL ID T 59-1300132
Individual _ X Corporation Partnership Other (Specify)
Sworn to and subscribed before me this / day of M, , 20 0 %.
Personally Known X or
Produced Identification
(Type of Identification)
RFP #07-003 Legislative Consulting
Notary Public - State of /::�'/D/1 /.DA
County of O i2A'N6 6,
Signature of Notary Public
Pr 0.61" Zai c.% /,a r5 C ✓1
Printed, typed or stamped
Commissioned name of Notary Public
DIAN B SCH LARSEN
Notary Public, State of Florida
Poly comm. expires July 6, 20n8
No. 0030J i
Agoncy, Inc.
22
REQUEST FOR PROPOSAL (RFP #07-003)
LEGISLATIVE CONSULTING SERVICES
CITY OF OCOEE
150 N. LAKESHOE DRIVE
OCOEE, FL 34761-2258
ATTN: PURCHASING AGENT
Submitted by:
Louis C. Rotundo
314 Pinestraw Circle
Altamonte Springs, FL 32714
Date
TAB A
Qualifications and experience
Intro n
Louis Rotundo and Associates was founded in 1988 to provide general lobbying services
to a variety of government and business clients. The firm specializes in state and federal
government relations and general business development. A partial list of clients since
1988 includes the City of Altamonte Springs, City of Maitland, City of Ocoee, City of
Treasure Island, Darden Restaurants Inc., Florida Institute of Technology, Pacific
International Center For High Technology Research, Florida Central Railroad, Orlando
Area Sports Commission, Metropolitan Dade County, Attorney's Bar Association of
Florida Inc., West Orange Airport Authority, Enterprise Leasing Company of Orlando,
the West Orange /South Lake Transportation Task Force and numerous major
development firms. The broad diversity of clients reflects the multi -faceted experience of
Rotundo and Associates and the ability to work with a variety of issues.
At the current time Rotundo represents no private clients that directly do business with
the City. Rotundo does not represent any adjacent city or Orange County interests that
would pose a conflict of interest for the lobbyist on behalf of the City. If such a situation
where to occur in the future, Rotundo would immediately advise the City.
Organization of Team
Louis Rotundo will serve as the principal representative for the firm with the City of
Ocoee.
If it is found necessary to obtain additional assistance of a legal nature, the firm will
utilize the professional expertise of Mr. James Fowler, Esq. of the law firm of Fowler and
_ O'Quinn in Orlando, Florida. Mr. Fowler is known to the City and his reputation is
outstanding in matters of City legislation.
Should additional specialized assistance be found necessary for any particular project,
Louis Rotundo and Associates will hire this individual as a sub -contractor within the
financial limits of the signed contract. Approval shall be secured from the Project
Manager for any person(s) to be employed for work on behalf of the City although this
circumstance is not anticipated to occur.
RFP #07-003 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR
PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP
INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF SERVICES/PRICE PROPOSAL
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
�- o u t S
COMPANY NAME
AUTHORIZED SIGNATURE (manual)
G-. o C t t,5) C, �- Ot- t,L 1 o
NAME/TITLE (PLEASE PRINT)
3 0 2 P, vL e. 5- r- a c.w C C, C.
40Qq3 (,(
g01S/oo CCC(1
TELEPHONE (INCLUDE AREA CODE)
N1A
FAX (INCLUDE AREA CODE)
t= r Sq� cL a C a P;1
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
STREET ADDRESS
R(fcx k-t-e, -Dpr6w T=z-- 3z flrq
CITY STATE I�
FEDERAL ID # i — s L ` (- G 7
Individual Corporation Partnership Other (Specify)
Sworn to and subscribed before me this day of pj� o7 i- _, 20 d 7
Personally Known or
Produced Identification_
b 1.
(Type of Identification)
Notary Public - State of 0—
County of _ r2 t r-?O 1
Signature of Notary Public
'tom ANNETTE TRAHANAS
r4mv6l-
To"r t D611672
R' �'4 013 R0ddallotaryService.com
RFP #07-003 Legislative Consulting
RFP #07-003
LEGISLATIVE CONSULTING SERVICES
SHORTLIST
6/26/2007 2:00 pm
AnnuaX�mp
-_
Y
Suixn�s fora
(1) Signed Original
Corporatii"B s ness
weed iNa imum
No.
:PROPOSER
Requraiterit
(9) Copies
=°Verification
AmouatNO
Shortl�st - Raniring
$75,000.00
(including
1
Akerman Senterfitt
yes
yes
active
expenses)
2
$45,000.00
2
Capitol Strategies Consulting
yes
yes
active
(plus expenses)
n/a
$42,000.00
3
GrayRobinson, P.A.
yes
yes
active
(plus expenses)
1
$45,000.00
4
Louis Rotundo and Associates
yes
yes
I n/a
(plus expenses)
n/a
Listed Alphabetically