rfp-cm-16-02 - golf course management - bf 09-09-16

40
Project Manual RFP-CM-16-02 Parks & Recreation Palm Harbor Golf Club Management, Operations and Maintenance Services Due Date/Time: October 4, 2016 at 2:00pm Please be advised that if you download the following Request for Proposals we ask that you complete the online Plan Holders form. Vendors are responsible for determining whether any addenda have been issued. All addenda will be posted on the City’s website: palmcoastgov.com/government/purchasing. The acknowledgement page of all addenda must be submitted with the Proposal. Please see the “Required Submittals Packet”, which is posted on the City’s website under this solicitation, for instructions. Confidential Materials: Any materials that qualify as “trade secrets” shall be segregated and clearly labeled in order not to be considered Public Record. If you have any questions, please contact Robert Schattie at 386-986-2337. City of Palm Coast Purchasing & Contracts Management Division 160 Lake Avenue, Palm Coast, FL 32164 palmcoastgov.com/government/purchasing Page 1

Upload: others

Post on 31-May-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Project Manual

RFP-CM-16-02 Parks & Recreation

Palm Harbor Golf Club Management, Operations and Maintenance Services

Due Date/Time: October 4, 2016 at 2:00pm

Please be advised that if you download the following Request for Proposals we ask that you complete the online Plan Holders form. Vendors are responsible for determining whether any addenda have been issued. All addenda will be posted on the City’s website: palmcoastgov.com/government/purchasing. The acknowledgement page of all addenda must be submitted with the Proposal. Please see the “Required Submittals Packet”, which is posted on the City’s website under this solicitation, for instructions. Confidential Materials: Any materials that qualify as “trade secrets” shall be segregated and clearly labeled in order not to be considered Public Record. If you have any questions, please contact Robert Schattie at 386-986-2337.

City of Palm Coast Purchasing & Contracts Management Division

160 Lake Avenue, Palm Coast, FL 32164 palmcoastgov.com/government/purchasing

Page 1

Page 2: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Submit Proposal To: City of Palm Coast Purchasing & Contracts Management Division 160 Lake Avenue Palm Coast, FL 32164

REQUEST FOR PROPOSALS and

Proposer Acknowledgment

Contact: Robert Schattie Purchasing Department 386-986-2367 – Phone 386-986-3724 – Fax [email protected]

RFP-CM-16-02 Palm harbor Golf Club Management, Operations and Maintenance Services

Pre-Bid Date: N/A Pre-Bid Time: N/A

RFP Due Date: October 4, 2016 RFP Due Time: 2:00pm

Location of Public Opening: City of Palm Coast Purchasing & Contracts Management Division 160 Lake Avenue Palm Coast, FL 32164

Bidder’s Name:

Federal Employer ID Number or SS Number:

Business Address:

City: State: Zip:

If returning as “No Submittal”, please return only this page and state why:

Type of Entity: (Circle one) Corporation Partnership LLC Proprietorship Joint Venture Other

Name (printed): Title: Date:

Incorporated in the State of: Telephone Number: Toll Free Telephone Number: Fax Number: E-mail:

X

Authorized Signature

The Applicant is expected to completely analyze the information contained in this Request for Proposal as guidance for the preparation of the submittal. The Applicant’s submittal shall be sufficiently specific, detailed and complete to clearly and fully demonstrate the Applicant’s understanding of the proposed work requirements. The Applicant agrees and understands that, if awarded, all portions of the submitted proposal shall become an integral part of the agreement and contract with the City of Palm Coast, Florida.

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL.

Page 2

Page 3: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Section 1 – General Description of Services

The City of Palm Coast, Florida (City) is seeking proposals from qualified firms (Vendor) to provide management, operations and maintenance services for the Palm Harbor Golf Club. The City is interested in pursuing a management contract for the management, operation, and maintenance of the Palm Harbor Golf Club.

A Golf Course Information: The Palm Harbor Golf Club is located 2.5 miles east of Interstate-I95/Palm Coast Parkway interchange. Access to the course is provided via Palm Harbor Drive, which intersects with Palm Coast Parkway. Originally opened in 1973, the Palm Harbor course was designed by Bill Amick which included one regulation 18-hole 6,570 yard par 72 golf course, a driving range, pro shop, maintenance facility, cart barn and full service clubhouse. The Palm Harbor Golf Club was purchased in August 2005, along with Harborside Inn and Palm Harbor Marina by Centex Destination Properties. Centex demolished the clubhouse and closed the course. In January 2008 the City acquired the Golf Club property with the exception of 16.5 +/- acres to be developed in the future for condominiums however part of this acreage is the driving range which the City has a lease agreement for the use of this area as a driving range until development occurs. The golf course was redesigned by Golf Course Architect, Clifton, Ezell & Clifton Golf Design Group and the City completed the renovation. The renovation included the engineering and design to correct drainage issues, replacement of the irrigation system, reconstruction of all tees and greens, additions/deletions or modification of all bunkers, pond creation including an irrigation pond, removal of trees, driving range tee area with range features, replacement of cart paths, grassing the entire course, and a temporary clubhouse (a date for a permanent clubhouse has not been determined at this time and is dependent upon the profitability of the golf course). Total Acreage – 150.6 acres Practice & Putting Greens – 9,100 square feet and 5,370 square feet. Driving Range – Approximately 1 acre tee box and 5 acres of range. Course – 18 hole, 6,490 yard par 72 (85+/- acres of playable golf course area).

Since its reopening, the City has operated the course utilizing the contracts service of Kemper Sports.

B Objectives: The City of Palm Coast is seeking to have the Palm Harbor Golf Club operated in a professional manner to achieve the following business goals: The primary objective of the city-owned course is to provide the residents of Palm Coast and the general

public the best possible experience for an affordable price. Offer professional, friendly customer service. The City desires all customers to experience a

professional welcoming manner that conveys respect, courtesy and a genuine desire to please the customer. The City desires that all who shall visit the Palm Harbor Golf Club to recommend it to their friends and look forward to playing the course over and over again.

Coordinated effort to accommodate all clubhouse operations. The City desires all those wishing to use the course for group outings, charity events, tournaments, etc. will be served by a professional staff able to coordinate pro shop, food and beverage, driving range and cart rental services.

Page 3

Page 4: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Turn operating losses into break-even or operating profits. The City will only pay management fees to the selected firm in the event of operating profits and to incentivize the selected firm to meet selected financial performance goals.

Quality food, merchandise, and lessons. The City desires to have the food and beverage service exceed the minimum standards set by the State of Florida. The City desires to have all merchandise, apparel, and repair work provided in the pro shop to be of high quality and within the typical realm of a golf shop. The City desires to have private, group, and recreational class golf lessons provided and have a certified golf professional available for instruction.

C Summary of Request for Proposal Information: The Proposer that is selected to enter into a management contract agreement with the City will be expected to manage the Club and all of its operations consistent with modern management trends in the golf industry. The City desires to offer the public challenging playing conditions, meticulously manicured greens, fairways, and tees, and all other golf services that may be sought by the Club’s patrons. It is up to each Proposer to fully describe their approach to the specific issues outlined in this RFP. The City of Palm Coast is requesting the submission of written proposals, with detailed information, by the company or individuals (vendor) for management, operations and maintenance for the Palm Harbor Golf Club including the clubhouse, driving range and course, to provide the following: A golf course general manager to provide comprehensive management of all golf course, driving range,

clubhouse and maintenance facility operations. A golf course superintendent to provide professional golf course and grounds maintenance. A description of proposed maintenance staff, to include the number of employees, job titles and

minimum qualifications for each employee, including certifications required. A description of the annual course maintenance program, to include chemical programs; i.e., herbicide,

pesticide, fertilization, etc. A detailed description of the turf maintenance equipment to be provided and used on the golf course

along with proposed equipment replacement schedule. A detailed description of the proposed capital improvements program to insure Palm Harbor Golf Club

continues to improve in quality during each year of the contract. A detailed description of the proposed maintenance program of the temporary clubhouse, existing

maintenance building & cart house buildings and fuel tanks, pump house, restroom building, computerized irrigation system, cart paths, course lakes, ditches and natural areas.

A detailed description of all clubhouse services to be provided; i.e., concession sales, merchandise sales, tournament schedules, golf lesson programs. (The vendor must acquire proper licensing and adhere to all state requirements for alcohol sales and consumption)

A detailed staffing plan for the clubhouse operation including number and classification of employees, operation hours, and sample staff schedule.

A detailed description of golf cart program indicating golf cart types, quantities and maintenance and replacement schedule.

A detailed description of the tee time policy and ride/walk policy. The City expects to have some sort of timeframe(s) when walkers would be allowed.

A driving range operational plan. Detailed information on all proposed individual or group teaching programs for adults and youth

including but not limited to First Tee participation, and tournaments. In addition the vendor shall propose options to expand youth golf opportunities.

Detailed information on all proposed course policies; i.e., USGA and course rules. A summary of proposed fees and charges by year for green fees, cart rentals, driving range fees,

tournament fees, etc. o High School Golf Teams - There are 2 public high schools with 2 teams each (boys & girls) with a

total of 10 players per team for a total of 40 players.

Page 4

Page 5: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Driving Range: The vendor shall offer use of driving range and supply all balls at no cost on a weekly basis for a 2-hour time period for each high school golf team at a time to be coordinated with each respective Golf Coach. (Golf Coach must be present).

Golf Course - Practice: The vendor shall offer use of golf course and carts at no cost, on a weekly basis during the year on a weekday and 3 times a week on a weekday during the golf team regular season of August through November, for each of the golf team members. The only carts to be provided for the high school are for the golf coaches; players do not use golf carts and are required to walk.

Golf Course – Matches: The proposer shall offer the use of the course at no cost for golf team matches for each high school golf team and for 4 regional/district or other post-season matches. Costs, specific dates and times to be coordinated with each respective golf coach. The only carts to be provided for the high school are for the golf coaches; players do not use golf carts and are required to walk.

o City Sponsored Tournaments: The vendor shall coordinate the detail of each specific event with the City of Palm Coast: Annual City of Palm Coast Youth Golf Tournament: The vendor shall offer use of golf course

for this tournament at a drastically reduced cost for each participant. Annual City of Palm Coast Men’s Golf Tournament: The vendor shall offer use of golf course

for this tournament at a drastically reduced cost for each participant. Annual City of Palm Coast Women’s Golf Tournament: The vendor shall offer use of golf

course for this tournament at a drastically reduced cost for each participant. Detailed marketing plan that describes what your organization will do to advertise, increase rounds and

generate interest in the golf club. The plan should identify target markets, establish goals and objectives for increasing the use of the driving range, golfing instruction, increasing sales in the pro shop, bar and grill, and increasing the number of rounds of golf. Proposers should identify what media will be used to disseminate information about the Club’s services. Performance indicators must be included in the marketing plan so the City can judge the performance of the Proposer in achieving the stated goals each year of the plan.

D Clarification Items: The maintenance area has existing above ground fuel storage tanks for use by the vendor consisting of a

1,000 gallon gasoline tank installed in 1992; 550 gallon diesel tank installed in 1992; and a waste fuel tank. All 3 tanks are exterior above ground tanks located in a concrete containment area. The vendor is responsible for the maintenance, reporting and inspections as required complying with State of Florida Requirements.

The vendor must provide a security system(s). The vendor is responsible for all custodial services for all structures at the Palm Harbor Golf Club.

o The vendor is required to print and furnish score cards. o The vendor is responsible for providing credit card services. o The vendor is responsible for all maintenance supplies for all structures at the Palm Harbor Golf

Club. o The vendor is responsible for selecting, purchasing and pricing all goods for resale. o The vendor shall provide and set fees for pull carts. o The clubhouse will be provided with telephone, cable, electric and water/wastewater services; the

maintenance structure will be provided with the same services except cable. The vendor shall be responsible for transferring utilities to the vendor and shall pay all associated costs of such services.

o The vendor shall be responsible for all costs associated with disposal of all items, in a manner consistent with state and local requirements, including but not limited to landscaping debris, chemicals, and trash.

Page 5

Page 6: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Section 2 - General Conditions, Instructions and Information for Proposers

CONTACT: All prospective Applicants (Proposers) are hereby instructed not to contact any member of the City of Palm Coast City Council, City Manager, or City of Palm Coast staff members other than the noted contact person(s) regarding this Request for Proposal (RFP) at any time prior to the RFP having been formally presented to, and voted on by, the City Council. Any such contact shall be cause for rejection of your RFP submittal. PUBLIC OPENING: RFP submittals shall be received at the City of Palm Coast Purchasing & Contracts Management Division, 160 Lake Avenue, Palm Coast, FL 32164 by the specified time and date. The RFP submittals shall be opened publically and the names of the Proposers shall be read aloud at that time. Please note that the Financial Plans will not be opened publically. Persons with disabilities needing assistance to participate in the Public Opening should contact Robert Schattie at 386-986-2337 or at [email protected] at least 48 hours in advance of the Public Opening. DELAYS: The City, at its sole discretion, may delay the scheduled due dates indicated above if it is to the advantage of the City to do so. The City will notify Bidders of all changes in scheduled due dates by posting the notification in the form of addenda on the Purchasing page of the City’s website. PROPOSAL SUBMISSION AND WITHDRAWAL: The City shall receive RFP submittals at the above address. The outside of the envelope/container must be identified with the RFP number and title as stated above. The envelope/container must also include the Proposer's name and return address. Receipt of the RFP submittal in the Purchasing & Contracts Management Division after the time and date specified due to failure by the Proposer to provide the above information on the outside of the envelope/container shall result in the rejection of the RFP submittal. CONFIDENTIAL MATERIALS: Any materials that qualify as “trade secrets” shall be segregated, clearly labeled and accompanied by an executed Non-Disclosure Agreement for Confidential Materials shall be submitted in this section. RFP submittals received after the specified time and date shall be returned unopened. The time and date will be scrupulously observed. The City shall not be responsible for late deliveries or delayed mail. The time/date stamp clock located at the reception desk shall serve as the official authority to determine lateness of any RFP submittal. The City cautions Proposers to assure actual delivery of mailed or hand-delivered RFP submittals prior to the deadline set for receiving RFP submittals. Telephone confirmation of timely receipt of the RFP submittal may be made by calling (386) 986-3730, before the 2:00 deadline. Proposers shall submit two (2) COMPLETE SETS (one [1] paper version and one [1] electronic copy (CD)) of the RFP submittal with all supporting documentation in a sealed envelope/container marked as noted above. The CD should be an exact duplicate of the paper version and should be one complete file (PDF preferred), not a series of files. The Proposer may submit the RFP submittal in person or by mail. Proposers may withdraw their RFP submittals by notifying the City in writing at any time prior to the time set for the RFP deadline. Proposers may withdraw their RFP submittals in person or through an authorized representative. Proposers and authorized representatives must disclose their identity and provide a signed receipt for the RFP submittal. RFP submittals, once opened, become the property of the City and will not be returned to the Proposers.

Page 6

Page 7: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

No additional information may be submitted, or follow-up made, by any Proposer after the stated due date, outside of a formal presentation to the Evaluation Committee, unless requested by the City. At the time of opening and upon review of the RFP submittals, the City reserves the right to request all required forms/attachments (other than the pricing form and issued addenda) that may have not been submitted at the time of submittal. The respondent shall have twenty-four (24) hours from the City’s request to supply this information to the City for their RFP submittal to be considered valid. INQUIRIES/INTERPRETATIONS: All Proposers shall carefully examine the RFP documents. Any ambiguities or inconsistencies shall be brought to the attention of the City Purchasing & Contracts Management Division in writing prior to the due date; failure to do so, on the part of the Proposer, will constitute an acceptance by the Proposer of any subsequent decision. Any questions concerning the intent, meaning and interpretations of the RFP documents including the attached draft agreement, shall be requested in writing, and received by the City Purchasing & Contracts Management Division at least ten (10) business days prior to the due date. The City shall not be responsible for any oral instructions made by any employee(s) of the City in regard to this RFP. All inquiries shall be directed to Robert Schattie at Telephone No. 386-986-2367, Fax No. 386-986-3724 or [email protected]. Oral statements given before the Proposal Due Date will not be binding. ADDENDA: Should revisions to the RFP documents become necessary; the City shall post addenda information on the City's Web Site. All Proposers should check the City's Web Site or contact the City's Purchasing & Contracts Management Division at least seven (7) calendar days before the date fixed to verify information regarding Addenda. Failure to do so could result in rejection of the RFP submittal as unresponsive. Proposer shall sign, date, and return all addenda with their RFP submittal. Addenda information will be posted on the City's website at www.palmcoastgov.com/government/purchasing. It is the sole responsibility of the Proposer to ensure he/she obtains information related to Addenda. SELECTION PROCESS AND AWARD: All RFP submittals will be evaluated by City staff in accordance with the criteria set forth in the RFP documents. The City may conduct interviews/presentations as part of the evaluation process. The City shall not be liable for any costs incurred by the Proposer in connection with such presentations. The City anticipates award to the Proposer who submits the RFP submittal judged by the City to be the most advantageous and offers the best value to the City. The Proposer(s) understands that this RFP does not constitute an agreement or a contract with the Proposer. The City reserves the right to reject all RFP submittals, to waive any formalities, and to solicit and re-advertise for new RFP submittals, or to abandon the project in its entirety. PREPARATION COSTS: Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this RFP. Proposers should prepare their RFP submittals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFP. ACCURACY OF RFP SUBMITTAL INFORMATION: Any Proposer that submits in his/her RFP submittal to the City any information which is determined to be substantially inaccurate, misleading, exaggerated, or incorrect, shall be disqualified from consideration. INSURANCE: Misrepresentation of any material fact, whether intentional or not, regarding the Proposer's insurance coverage, policies or capabilities may be grounds for rejection of the RFP submittal and rescission of any ensuing contract. Copy of the insurance certificate shall be furnished to the City prior to final execution of the contract.

Page 7

Page 8: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

LICENSES: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of submittal of RFP for the type of goods/services to be provided. Should the Proposer not be fully licensed and certified, his/her RFP submittal shall be rejected. If applicable, any permits, licenses, or fees required shall be the responsibility of the Proposer. No separate or additional payment will be made for these costs. Adherence to all applicable code regulations, Federal, State, City, City, etc., are the responsibility of the Proposer. POSTING OF PROPOSAL AWARD: Recommendation for award will be posted for review by interested parties on the City’s Web Page (www.palmcoastgov.com/government/purchasing) prior to submission through the appropriate approval process. RFP PROTEST: RFP protests arising under the City Bidding Documents or Procedures shall be resolved under the City of Palm Coast Purchasing & Contract RFP Protest procedures. A Proposer may protest matters involving the award of this contract within three (3) business days from the posting of the recommendation to award. Failure to protest to the City’s Purchasing Manager shall constitute a waiver of protest proceedings. Any decision of the Purchasing Manager may be appealed to the City Manager by filing a written appeal to the City Manager within seven (7) days of the Purchasing Manager’s decision. Any decision of the City Manager may be appealed to the City Council by filing a written appeal to the City Clerk within seven (7) days of the City Manager’s decision. The same procedures as above shall apply to contest the award of the contract. PUBLIC RECORDS: Upon award recommendation or thirty (30) days after receiving, RFP submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. PROHIBITION AGAINST CONTINGENT FEES: The Proposer warrants that he/she has not employed or retained any company or person, other than a bonafide employee working solely for the Proposer, to solicit or secure this Agreement and that the Proposer has not paid, or agreed to pay, any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Proposer, any fee, commission, percentage, gift, or other consideration contingent upon, or resulting from, award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate this Agreement at its sole discretion, wtihout liablity, and to deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. ACCEPTANCE / REJECTION: The City reserves the right to accept or reject any or all RFP submittals and to make the award to those Proposers, who in the opinion of the City will be in the best interest of and/or the most advantageous to the City. The City also reserves the right to reject the RFP submittal of any vendor who has previously failed in the proper performance of an award or to deliver on time contracts of a similar nature or who, in the City's opinion, is not in a position to perform properly under this award. The City reserves the right to inspect all facilities of Proposers in order to make a determination as to the foregoing. The City reserves the right to waive any irregularities, informalities, and technicalities and may at its discretion, request a re-procurement. EQUIVALENT MATERIALS AND EQUIPMENT: Whenever materials or Equipment are specified or described in the specifications by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted

Page 8

Page 9: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

by the City if sufficient information is submitted by Proposer to allow the City to determine that the material or equipment proposed is equivalent to that named. Requests for review of substitute items of material and equipment will not be accepted by the City from anyone other than Proposer. If Proposer wishes to furnish or use a substitute item of material or equipment, Proposer shall indicate this action within this solicitation, make written application to the City for acceptance thereof, certifying that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. All variations of the proposed substitute from that specified shall be identified in the solicitation and the Proposer is responsible for any expense incurred by the City from evaluation and acceptance of the proposed substitute, including claims of other Proposers affected by the resulting substitute, all of which will be considered by the City in evaluating the proposed substitute. City may require Proposer to furnish, at Proposer's expense, additional data about the proposed substitute. City shall be the sole judge of acceptability, and no substitute shall be ordered without the City's acceptance. However, City reserves the right to reject any proposed substitute which would result in an increase in contract price and the City may require Proposer to furnish at Proposer’s expense a special performance guarantee or other surety with respect to any substitute. If approval is given, Proposer shall not be excused from performing in conformity with the requirements of the contract documents. Proposer assumes sole responsibility for verifying that the proposed substitute items are in accordance with the requirements of the contract documents, and that the specifications and all other features of substitute items are suitable for their intended purpose. ADDITIONAL TERMS AND CONDITIONS: Unless expressly accepted by the City, only the terms and conditions in this document shall apply: No additional terms and conditions included with the RFP submittal shall be considered. Any and all such additional terms and conditions shall have no force and effect, and are inapplicable to this RFP if submitted either purposely through intent or design, or inadvertently appearing separately in transmittal letters, specifications, literature, price lists or warranties. It is understood and agreed that the general and/or any special conditions in these RFP documents are the only conditions applicable to this RFP submittal and the Proposer's authorized signature on the Proposal Response Form attests to this. Exceptions to the terms and conditions will not be accepted. TECHNICAL ACCEPTABILITY OF TRADE NAME PROPOSED: If offering other than the trade name specified, explain in detail the differences between the equipment proposed and the equipment specified. Also explain what impact may be anticipated in performance of the equipment. These explanations must be provided on specification sheet or on company letterhead, and attached to your Proposal. The City shall determine if the brands offered are technically acceptable. Failure to comply may result in the rejection of your RFP submittal. All exceptions shall be stated no matter how seemingly minor. Any exceptions not taken shall be assumed by the purchaser to be included in the RFP submittal, regardless of the cost to the Proposer. DELIVERY: Delivery will be determined by the City. PURCHASING CODE: The Purchasing & Contracts Management Division Procedures apply in its entirety with respect to this Request for Proposals. AFFIRMATION: By submission of an RFP submittal, Proposer affirms that his/her RFP submittal is made without prior understanding, agreement or connection with any corporation, firm, or person submitting a proposal for the same materials, supplies, equipment or services, and is in all respects fair and without collusion or fraud. Proposer agrees to abide by all conditions of this Request for Proposals and the resulting contract.

Page 9

Page 10: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

MISTAKES IN PROPOSAL: Proposers are expected to examine the terms and conditions, specifications, delivery schedule, prices, extensions and all instructions pertaining to supplies and services. Failure to do so will be at Proposer's risk. In the event of extension error(s), the unit price will prevail and the Proposer's total offer will be corrected accordingly. Written amounts shall take precedence over numerical amounts. In the event of addition errors(s), the unit price, and extension thereof, will prevail and the Proposer's total offer will be corrected accordingly. RFP submittals having erasures or corrections must be initialed in ink by the Proposer. DISPROPOSAL OF PROPOSER: More than one RFP submittal from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. Reasonable grounds for believing that a Proposer is involved in more than one RFP submittal will be cause for rejection of all RFP submittals in which such Proposers are believed to be involved. Any or all RFP submittals will be rejected if there is reason to believe that collusion exists between Proposers. RFP submittals in which the prices obviously are unbalanced will be subject to rejection. QUANTITIES: The City shall not be held to any maximum or minimum purchase quantities as a result of this solicitation and/or resulting contract. The City reserves the right to purchase any, all or none of its requirements from vendors awarded a contract as a result of this Request for Proposals. All quantities as shown are approximate and no guarantee is made that any materials will be purchased. GOVERNMENTAL RESTRICTIONS: In the event that any governmental restrictions are imposed which would necessitate alteration of the material quality, workmanship or performance of the items offered on this RFP prior to their delivery, it shall be the responsibility of the Proposer to notify the Purchasing & Contracts Management Division at once, indicating in his/her letter the specific regulation which required an alteration, including any price adjustments occasioned thereby. The City reserves the right to accept such alteration or to cancel the contract or purchase order at no further expense to the City. PATENTS AND COPYRIGHTS: The Proposer, without exemption, shall indemnify and save harmless, the City, its employees and/or any of its Board Members from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or item manufactured by the Proposer. Further, if such a claim is made, or is pending, the Proposer may, at its option and expense, procure for the City the right to use, replace or modify the item to render it non-infringing. If none of the alternatives are reasonably available, the City agrees to return the article on request to the Proposer and receive reimbursement. If the Proposer used any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood, without exception, that the RFP submittal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. PURCHASING AGREEMENTS WITH OTHER GOVERNMENTAL AGENCIES: All Proposers submitting a response to this Request for Proposals agree that such response also constitutes an RFP submittal to all governmental agencies within the State of Florida, under the same conditions, for the same contract price, and for the same effective period as this RFP submittal, should the Proposer feel it is in their best interest to do so. Each governmental agency desiring to accept these RFP submittals, and make an award thereof, shall do so independently of any other governmental agency. Each agency shall be responsible for its own purchases and each shall be liable only for materials and/or services ordered and received by it, and no agency assumes any liability by virtue of this RFP. This agreement in no way restricts or interferes with the right of any governmental agency to Re-Request for Proposals any or all items.

Page 10

Page 11: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

ADVERTISING: In submitting an RFP submittal, Proposer agrees not to use the results there from as a part of any commercial advertising, without the express written approval, by the appropriate level of authority within the City. NON-APPROPRIATION OF FUNDS: In the event that insufficient funds are appropriated and budgeted or funding is otherwise unavailable in any fiscal period for this RFP, the City shall have the unqualified right to terminate the Work Order(s) or Agreement upon written notice to the Consultant, without any penalty or expense to the City. No guarantee, warranty or representation is made that any particular work or any project(s) will be assigned to any firm(s).

Page 11

Page 12: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Section 3 – Instructions for the Preparation of Proposals

The Proposer(s) warrants its response to this Request for Qualifications (RFP) to be fully disclosed and correct. The firm must submit a Proposal complying with this RFP, and the information, documents and material submitted in the Proposal must be complete and accurate in all material aspects. All Proposals must contain direct responses to the following questions or requests for information and be organized so that specific questions being responded to are readily identifiable and in the same sequence as outlined below. Proposers are advised to carefully follow the instructions listed below in order to be considered fully responsive to this RFP. Proposers are further advised that lengthy or overly verbose or redundant submissions are not necessary. Compliance with all requirements will be solely the responsibility of the Proposer. Failure to provide requested information may result in disqualification of response. The Proposal shall cover in as much detail as possible the requirements of the solicitation, subject to modification and enhancements as a result of information gained during the consultant selection process. The Proposal must be submitted on 8 1/2" x 11" paper, numbered, typewritten, with headings, sections, and sub-sections identified appropriately. The total number of pages MUST NOT exceed 50 numbered pages (does not include the required forms, addenda, or résumés). The Proposal must be divided into five sections with references to parts of this RFP done on a section number/paragraph number basis. The five sections shall be named:

1. Required Submittals (Envelope #1) 2. Experience (Envelope #1) 3. Proposed Management, Operations & Maintenance Plan (Envelope #1) 4. Professional Qualifications (Envelope #1) 5. Financial Plan (Envelope #2)

1. REQUIRED SUBMITTALS: Letter of Transmittal: The Proposal letter shall be addressed to the City’s Purchasing Department, and shall include at a minimum the following:

Name of Individual, Partnership, Company, or Corporation submitting Proposal; City’s RFP number; Statement that all terms and conditions of the RFP are understood and acknowledged by the

undersigned; Signature(s) of representative(s) legally authorized to bind the Proposer.

Addenda: The acknowledgment page of all addenda, signed and dated, if applicable. Corporate Information: If a Proposer is a corporation, it must be certified with the Florida Secretary of State and have a corporate status in good standing, and in the case of out-of-state corporation, they must present evidence of authority to do business in the State of Florida.

Page 12

Page 13: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Required Forms: Complete Attachments A – J as indicated below: Proposer’s Certification (Attachment A): Complete the form included in this package. Conflict of Interest Statement (Attachment B): Complete the form included in this package. Compliance with the Public Records Law (Attachment C): Complete the form included in this package. Drug-Free Workplace (Attachment D): Complete the form included in this package. American with Disabilities Act Affidavit (Attachment E): Complete the form included in this package. Summary of Litigation and License Sanctions (Attachment F): Complete the form included in this package. Certification Regarding Debarment, Suspension Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions (Attachment G): Complete the form included in this package. Certificate of Corporation (Attachment H): Complete the form included in this package. Public Entity Crime Form (Attachment I): Complete the form included in this package. Vendor Certification Regarding Scrutinized Companies List (Attachment J): Complete the form included in this package (if applicable). 2. EXPERIENCE

In order to determine if a proposing firm has adequate experience, the proposer needs to provide answers for the following questions as they relate to its existing operation of municipal or public courses. Indicate the number of years the Proposer has been providing these types of services. Please provide a listing and description of municipal courses operated by the proposer including the

number of rounds per year per course. Provide the annual gross and net revenue per golf course. Provide the average annual maintenance expense per course. Provide a brief description of the location and market overview for each market operated (e.g.

number of courses in market, market share competition, cost structure and revenue generation) Describe the previous role of any partners/vendors/subcontractors that might be employed to assist

in the management and operations of the Palm Harbor Golf Club. Provide examples of how your firm or organization has performed these type of management, operations, and maintenance partnership and/or relationships in the past.

Include examples of successful market analysis and marketing plans that demonstrate your organization’s ability to move into a new market and be successful.

Indicate how your organization has elevated the image of other courses you operate. Please provide a list of five (5) references that can describe your previous performance in the

management, operations, and maintenance of golf course facilities for whom the proposer has provided services comparable to those described in this RFP. This listing shall include contacts for the last three (3) contracts entered into by your organization. For each reference, detail:

Name of entity (firm, city, etc.).

Address of entity.

Name, title, e-mail address, phone, and fax of a contact for the entity. Page 13

Page 14: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Number of years Proposer has served the entity.

Brief summary of scope of services provided.

Brief summary of measures of success of your operations.

3. MANAGEMENT, OPERATIONS & MAINTENANCE PLAN Proposer shall provide a description outlining the services to be performed. Such description should, at a minimum, provide the following information. Proposer’s understanding of the project. Overall project plan with a listing of all major tasks to be performed by the Proposer and the

deliverable products associated with each task Listing and annotation as to the manner in which the Proposer proposes to meet each provision

stipulated in this RFP. Examples of measurable goals and objectives that can be incorporated in the agreement. List of any exceptions taken to the provisions of this RFP.

A Maintenance and Facility Cleanliness Standards The Proposal shall include a description of minimum golf course maintenance and facility cleanliness standards that will be employed. These standards shall describe both in terms of frequency and performance (e.g. In season, greens and tees will be mowed daily; fairways will be 100% weed free; height of grass per location; tolerance for grass mixtures for greens, fairways, primary and secondary roughs.; standards shall also include, but not be limited to frequency of repairs to divots, type of amenities and course markings, treatment of bunkers, cart paths, clubhouse and grounds). Proposers shall indicate what contract penalties for failing to meet agreed upon maintenance standards are reasonable. The proposer must demonstrate knowledge and experience dealing with the growing conditions found in this geographical area.

One of the most important components of providing exceptional services to the golfing community is to give players a meticulously maintained course. The condition of the greens, fairways, and tees must be monitored daily and maintained to United States Golf Association (USGA) standards. The greens have been designed and constructed in accordance with USGA standards and the City expects them to be maintained accordingly. To insure this, it will be the responsibility of the successful proposer to present an annual USGA Green Section Turf Advisory Service Report to the City Council. The successful Proposer will be required to maintain on site all of the necessary records, files, and documentation used to verify maintenance activities. The City understands that many conditions (weather, soil, wind, disease, etc.) affect a Proposer’s “routine” maintenance practices. For example, improved playing conditions may be achieved by increasing the number of top dressing applications or verticuts on the greens and fairways. The City encourages Proposers to identify a higher level of maintenance standards in their proposal package, with the understanding that the base level must be provided at a minimum. In order to evaluate proposals consistently and for future performance evaluations of the selected management firm the following are the base levels of maintenance standards that must be provided by each Proposer. Any deviation to the base standards the City has identified must be clearly described in full detail in the proposal package. Along with a description of a proposed deviation to the base standards, Proposers will be required to explain the reasons they want to offer an alternative approach

Page 14

Page 15: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

I. Fertilization Requirements

Greens Greens shall be fertilized with a nitrogen fertilizer using a minimum of 14 pounds (lbs).

per 1,000 square feet (sf) and no more than 16 lbs per 1,000 sf per year.

During the overseed period (November – April) the Greens shall be spoon fed @ .125 lbs per 1,000 sf of Nitrogen per application.

There shall be a minimum of three granular fertilizer applications using a 4-1-2 or 2-1-2 ratio of nitrogen, phosphorous and potassium (NPK) per application.

One week prior to overseeding an application of granular fertilizer shall be applied as a pre-plan/starter to winterize the turf and help germinate the overseed.

During the warmer months of April through October, monthly and weekly applications of fertilizer shall be applied using the 4-1-2 or 2-1-2 ratio and can be applied as granular or spray.

Proposers may use any combination of slow release and soluble nitrogen release fertilizers as well as complete combination fertilizers.

Phosphorous, Potassium and minor elements are an important part of turf grass and must be applied on a program with Nitrogen. Each year the program will be submitted to the USGA Agronomist in preparation for the required annual turf grass report.

Fertigation through the irrigation system is not an acceptable method of applying the required fertilizers. Fertigation can only be used as a supplemental form of plan nutrition and surfactant application.

Tees Tees shall be fertilized a minimum of eight times each year. The minimum rate of

application of Nitrogen and Potassium is 8 lbs per 1,000 sf.

Phosphorous shall be applied eight times each year with a minimum of 5 lbs per 1,000 sf in one year.

Fairways, Roughs, Driving Range, and Clubhouse Turf These areas shall be fertilized a minimum of six times each year. Fertigation is not be

included in the number of required applications. The minimum rate of application of Nitrogen and Potassium is 6 lbs per 1,000 sf.

Phosphorous shall be applied eight times each year with a minimum of 5 lbs per 1,000 sf in one year.

Landscape, Ornamentals, and Shrubbery Each of these shall require at least two applications per year.

All fallen trees and branches for the entire golf club property shall be picked up and disposed of by the Proposer on a daily basis.

All tree debris shall be removed from the golf course area and disposed of by the Proposer on a daily basis.

The Proposer shall not prune any trees, with the exception of palm trees, without prior approval of the City Landscape Architect and/or Urban Forester.

All palm trees on the golf club property shall be pruned annually Soil Analysis

Soil samples shall be taken twice a year on Greens, Tees, and Fairways.

Fertilizer applications may be tailored to the soil needs.

A certified laboratory shall analyze the samples and the resulting report will be used to make treatment decisions.

Page 15

Page 16: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

II. Mowing Requirements

Greens Greens shall be mowed on a daily basis, weather permitting.

If Greens mowing is skipped, it shall be recorded in the daily log and a description of the circumstances that prevented the mowing should also be provided.

Mowing heights will be maintained on a daily basis to keep a smooth rolling surface and a stipmeter speed of at least 8 and no more than 10.5 (stipmeter must meet the USGA requirements)

This activity shall be scheduled at such a time as to limit the interference of play. Tees, Fairways, and Aprons

These areas shall be mowed at least three times per week.

Mowing heights must be maintained at .500-inch or lower.

This activity shall be scheduled at such a time as to limit the interference of play. Roughs

These areas shall be mowed at least two times per week.

Mowing heights must be maintained at 1.250-inch to 1.750-inch.

This activity shall be scheduled at such a time as to limit the interference of play. Miscellaneous

Bunker slopes, Bahia grass, clubhouse turf, and all other turf areas shall be mowed at least one time per week.

During cooler months it may be acceptable to mow bi-weekly. Other City Property Outside the Play Area

o The majority of the course is bounded by private residences, areas not included in the playing area or the roughs, which shall also be maintained up to the private property boundaries.

III. Cultural Practices Aerification

Greens are required to be aerified three times per year between the months of April and September. Coring tines with a minimum diameter of .500-inch are required to be used two of the three times. The third aerification shall be completed with .250-inch tines.

Tees and Aprons are required to be aerified two times per year with .500-inch coring tines.

Fairways and Roughs are required to be aerified one time per year with .750-inch coring tines.

Topdressing is required following aerifacations. Topdressing material shall meet the requirements of the USGA specifications. All cored holes and turf canopy of all greens, tees and aprons shall be filled and covered.

Verticutting Greens are required to be verticut monthly from April through November or until

overseeding takes place. Light top dressing shall be applied after each verticut.

Tees and Aprons shall be on a light Verticutting schedule or bi-annually with a heavy and aggressive verticutting.

Fairways and Roughs shall be on a light Verticutting schedule or bi-annually with a heavy and aggressive verticutting.

Page 16

Page 17: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

IV. Overseeding

Greens A minimum of 8 lbs per 1,000 sf of Poa Trivialis greens grade seed shall be applied in

late October and no later than the second week in November. Prior to overseeding all of the appropriate cultural practices shall take place.

Tees and Aprons

A minimum of 500 lbs per acre, turf-type perennial ryegrass seed shall be applied in late October and no later than the second week in November.

Fairways

A minimum of 300 lbs per acre, turf-type perennial ryegrass seed shall be applied in late October and no later than the second week in November.

V. Chemical Program Herbicides

A post and pre emerge program shall be in place prior to each weed season.

A minimum of two pre-emerge summer weed control applications are to be scheduled between February and June.

Products such as Ronstar, Dimension, and Pendimethalin are acceptable for these purposes and shall be used in conjunction with a granular fertilizer application.

Pre-emerge control for Poa Annua, escape rye grass, and winter broadleaf is also required during overseeding months.

Post emergent control will be on an as needed basis on all turf and landscape areas such as tree rings and plant bed edges.

Mechanical removal of all weeds is strongly recommended before herbicides are applied. Insecticides

Preventative and post treatment programs for mole crickets, ants, all types of worms, grubs, wasps, and other turf damaging insects is required.

Fungicides Preventative and post treatment programs for disease are required.

VI. Cups and Pins Requirements

Cup locations shall be changed at least seven times a week.

Cups should be moved at least twenty (20) feet from previous location.

Cups shall be replaced at least two times a year and painted on a bi-weekly basis.

Pin locations are affected by many factors. Proper placement of the pins requires judgment and knowledge of the game. The USGA recommends that the pin be placed at least five paces from the nearest edge of the green. Pins should not be placed in tricky positions.

The pin should be placed according to the design of the hole. For example, for long shots with a wood or low iron, pins should be placed far enough from the front and sides to accommodate the required shot and provide adequate room to put.

VII. Repairs Repair all ball marks, divots, and other damaged turf on greens including chipping & practice greens at least three times per week.

VIII. Cart Paths It will be the responsibility of the Proposer to maintain the concrete cart paths throughout the course. The paths must be maintained free of all debris and weeds. All repairs to the cart path

Page 17

Page 18: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

must be accomplished in a timely manner so as to provide a safe route for moving about on the course. Proper herbicides will be applied and routine edging will be required to accomplish this requirement. Erosion control will also be necessary in some areas to avoid degrading the integrity of the paths.

IX. Irrigation It shall be the responsibility of the Proposer to insure that all of the equipment required to irrigate the golf course is maintained in good repair.

Proposers will be expected to repair and replace all heads, valves controllers, pumps, wiring, and lines as needed to keep the proper operation of the irrigation system including supply line and associated pumps. The greens, fairways, and tees will be irrigated as is necessary to insure the best playing conditions and support proper growth of the turf. Many conditions affect the frequency and amount of irrigation used in each application. It will be the responsibility of the Proposer to determine this frequency. The USGA annual turf advisory report provided by the Proposer to the City each year will provide an independent assessment of how well the successful Proposer performed this and other maintenance requirements set forth by City policies.

X. Fleet Maintenance And Golf Carts Fleet maintenance is an integral part of maintaining the playing conditions of the course. Therefore, it will be the sole responsibility of the successful proposer to maintain the equipment in good working order and service the equipment when required.

It is imperative that each Proposer insures that the equipment used by the staff is in the best shape possible. This will require warranty enforcement, repair and maintenance of damaged equipment, such as hydraulic leaks, calibration problems, tires, and many other equipment problems. Equipment operators must be trained in the use and care of all such equipment and must be alert to operational problems that occur while on the course. Avoiding damage to the greens, fairways, and tees from operator errors and poor fleet maintenance practices is an important aspect of maintaining the course in top playing shape.

Therefore, Proposals must include a description of the Proposer’s preventative maintenance and equipment operator training programs in the Operational Concepts section of the proposal package. Also, the proposal package must identify the recommended renewal and replacement program for the equipment and carts.

XI. Facility Maintenance It will be the sole responsibility of the Proposer to insure that all of the Club’s facilities (clubhouse, cart barn, maintenance facility and course restroom) and buildings are maintained in a manner consistent with a first-class destination and a premier municipal golf course. Cleanliness of the grounds around the facilities and the exterior and interior of the buildings must be maintained to a level that is satisfactory to the City. The normal routine maintenance of the facilities must be designed to keep the premises in a good state of repair, free from hazardous conditions and deterioration, thus providing a comfortable and safe environment for all visitors and patrons of the Club. This will include, at a minimum: 1. repairing and maintaining

a) the HVAC system b) kitchen equipment c) range ball dispenser d) electrical system e) plumbing f) buildings g) fences

2. repair and replacement of all office and restaurant furnishings, including window treatments 3. trash and rubbish removal

Page 18

Page 19: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

4. provide full utilities to all buildings 5. providing janitorial services

XII. Lake & Ditch Maintenance It will be the sole responsibility of the successful Proposer to maintain the lakes and ditches including culvert pipes and headwalls on the golf club property. The Proposer shall include a detailed plan for the maintenance of the ditches & lakes as part of proposal. It is imperative that the lakes & ditches are maintained in accordance with applicable laws, rules and regulations. The City Stormwater Engineer will be available to assist Proposers insure their maintenance practices will be in keeping with best management practices.

4. PROFESSIONAL QUALIFICATIONS

A Staffing Levels Proposer shall include a staffing plan for the Palm Harbor Golf Club and shall indicate the following: The general level of staffing the organization intends to provide. When certified Professional Golf Association (PGA) and Golf Course Superintendents of

America (GCSAA) professionals would be used. If positions are filled with other professionals that have some level of certification please indicate

those certifications and the positions to which the certifications apply. An organizational chart is a required submittal. Provide an organizational summary that will

highlight the experience and the role of the individuals who will be directly involved in the management of the Palm Harbor Golf Club. Include a listing of all personnel that will be assigned to the project along with a summary of their qualifications and specific responsibilities for the project.

5. FINANCIAL PLAN (ENVELOPE #2)

Proposal shall include a financial plan that demonstrates a viable revenue and expense model for the period of the proposed term of the agreement. This expense model shall include all of the anticipated operating and any capital improvement costs. Any fixed capital improvements shall become the property of the City of Palm Coast upon termination or expiration of the term of the agreement.

The proposer shall include as part of the financial plan proposed fees for City of Palm Coast residents and non-residents of the City of Palm Coast. The proposer shall include as part of the tee time policy a proposed lead time for requesting tee times for residents and non-residents. The actual fees and tee time policy may be modified upon final contract negotiations with the selected proposer. The proposer shall define how a resident will be determined/confirmed. The Proposer shall identify how and when rate increases for membership fees, green fees, cart rentals, driving range fees will be determined. All rate increases will require review and approval of the City prior to being implemented.

The Proposer shall provide financial statements – i.e. audited annual financial reports, for the previous three (3) years.

A Reports: Monthly reports of activities shall be submitted to the Director of Recreation and Parks by the 15th of each month. Reports can be in the form developed by the Proposer and approved by the Director of Recreation and Parks. Reports to be submitted include but are not limited to the following

1) Gross Revenue Statement 2) Sales Tax Report 3. Staff Vacancies 4) Maintenance Conditions Report 5) Rounds of Golf 6) Expenditures Statement

Page 19

Page 20: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Within 90 days after each fiscal year an annual report of the golf course activities, revenues, improvements and conditions must be prepared by the Proposer for review by the City Council and will include but are not limited to the following:

1) Revenue Report 2) Capital Improvement Status 3) Equipment Inventory 4) Organizational Chart 5) Rounds of Golf Report 6) Expenditures Statement broken out by standard expenditure classifications 7) Marketing Plan and Performance Report

Said statement shall be certified as true, accurate and complete by the Proposer, by and through a duly authorized independent Certified Public Accountant. The Director of Parks may take any action necessary to monitor the progress of the contract if deemed in the best interests of the City.

B Cost/Compensation

Management Incentive Fee The proposer shall submit a description of the management incentive fees they propose for the City to incentivize the proposer to make the golf course operation profitable. The fee should be structured to include incentives based on the amount of positive net revenues realized. The proposed fee structure should also identify future year adjustments. The management incentive fee will be payable to the Proposer in annual increments, paid for by the operating profits of the Club. The Proposer agrees to provide management and operational services at the Golf Club for the management incentive fees based upon a five-year term. Options to extend the five-year agreement will be evaluated and, if agreed to by both parties may be included in the final agreement. Any proposal that includes management fees not tied to financial performance will be considered non-responsive. There shall be no management fee unless or until net revenues are positive.

* Proposers must identify the financial relationship that will exist between the corporation and the Club. Include a description of the methods used to transfer funds from the Club’s operating accounts to corporate accounts, what amounts will be transferred, and how often will the transfers be made.

** The proposal shall include a detailed narrative description of the relationship and services being offered.

*** The proposer will be responsible for including all costs associated with assisting the City in setting up policies, procedures, reports, systems, obtaining and selecting equipment and any other items and providing projected City costs for the start-up and for the operation of the Palm Harbor Golf Club.

**** It must be expressly stated here that the City will in no way be obligated to subsidize or support the operation of the Club by the successful Proposer. The City will not pledge any revenues, taxes, fees, or other financial resources to pay expenses incurred by the vendor that enters into a management and operations agreement with the City. It will be the complete responsibility of the successful Proposer to insure the Club operates in a financially responsible manner.

Page 20

Page 21: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Capital Improvement Plans The undersigned agrees that the dollar amount of Capital Improvements shall not be less than:

Year 1 $_______________ Year 2 $_______________ Year 3 $_______________ Year 4 $_______________ Year 5 $_______________

It will be the responsibility of the Proposer to determine what capital projects are needed to improve the overall operation and maintenance of the Club. The successful Proposer will be expected to insure that the minimum amount for capital projects is adequately funded within the annual operating and capital budget approved by the City each year. Proposals should also include a description of the projects they believe will be necessary to maintain the long-term viability of the Club.

5. PROFESSIONAL QUALIFICATIONS

B Staffing Levels Proposer shall include a staffing plan for the Palm Harbor Golf Club and shall indicate the following: The general level of staffing the organization intends to provide. When certified Professional Golf Association (PGA) and Golf Course Superintendents of

America (GCSAA) professionals would be used. If positions are filled with other professionals that have some level of certification please indicate

those certifications and the positions to which the certifications apply. An organizational chart is a required submittal. Provide an organizational summary that will

highlight the experience and the role of the individuals who will be directly involved in the management of the Palm Harbor Golf Club. Include a listing of all personnel that will be assigned to the project along with a summary of their qualifications and specific responsibilities for the project.

Page 21

Page 22: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Section 4 – Evaluation of Proposals and Award

The City shall negotiate the award to the responsive and responsible proposer who submits a proposal package that is most advantageous to the City. The City Manager will appoint an Evaluation Committee to evaluate proposals. In determining the most advantageous proposal, the City reserves the right to consider criteria such as, but not limited to, cost, customer service, utility, quality/workmanship, standardization, past experience, delivery, discount, past performance and/or service reputation, and service capability. The City may opt to establish alternate selection criteria to protect its best interest or meet performance or operational standards. Each Evaluation Committee member will evaluate the below factors to determine which Proposers will be short-listed. Each member will assign a criterion score ranging from the minimum points scale allowed to the maximum points scale allowed for each rating factor. The City Purchasing & Contracts Management Division will compile the scores from each Evaluation Committee member for each Proposer. After accumulating the members’ scores, the firm with the highest score shall be ranked first, the next highest shall be ranked second, and so on. The City Purchasing & Contracts Management Division will then drop the highest and lowest ranking for each Proposer at which time the remaining rankings will be totaled and a Final Ranking will be calculated. The City reserves the right to contact references provided by the Proposer or visit operations listed in the RFP. Information supplied by client references or obtained upon site visits may be used in determining the relative merits of the Proposer under any and all of the Evaluation Criteria. The right is reserved to make a separate award of each item, group of items or all items, and to make an award, in whole or in part, whichever is deemed in the best interest of the City. Technical Evaluations Technical evaluations will be based upon the ability of the proposer to meet or exceed the requirements set forth in the specifications. Estimates concerning the ability of the contractors to perform accordingly shall be made by the City of Palm Coast. a) The ability, capacity, skill and organization of the proposer to perform as proposed. b) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. c) Any other applicable technical/physical characteristics of the Proposal as deemed relevant by the City of Palm Coast. d) Any other relative factors. Qualification Evaluation Proposal packages will be reviewed and evaluated by a Selection Committee. Financial criteria will be evaluated only by Committee Members in the Finance Department, not by all members of the Selection Committee. Proposal packages will be reviewed and evaluated in accordance with the following criteria and weighting factors:

Page 22

Page 23: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Qualification Evaluation Experience (0 – 25 points) Respondent shall exhibit the capabilities, experience and adequate professional staff to effectively develop and manage a project of this type demonstrating experience of firm management of municipal or public golf courses. Knowledge and experience of public golf course management is required. Below Average……………0 to 5 Points Average……………...…….6 to 10 Points Above Average……….......11 to 15 Points Well Above Average…..…16 to 20 Points Outstanding……….…..….21 to 25 Points Proposed Management, Operations & Maintenance Plan (0 – 30 points) Operating plan, maintenance and management approach as well as performance guarantees. Proposals that are most likely to increase usage of the golf course and to improve the golfing experience of the citizens for a reasonable fee will earn maximum points. Below Average……………0 to 6 Points Average……………...…….7 to 12 Points Above Average……….......13 to 18 Points Well Above Average…..…19 to 24 Points Outstanding……….…..….25 to 30 Points Financial Plan (0 – 25 points) The financial plan and financial resources of the proposer.

Below Average……………0 to 5 Points Average……………...…….6 to 10 Points Above Average……….......11 to 15 Points Well Above Average…..…16 to 20 Points Outstanding……….…..….21 to 25 Points Professional Qualifications (0 – 20 points) Identify the project team members and provide their contact information, technical resumes, and any professional certifications. No changes to any primary staff including but not limited to the general manager, golf course superintendent, or golf pro(s), team members will be allowed after submittal of Proposal unless justification based upon extreme circumstances is provided and proposed replacement is reviewed and approved by the City Below Average……………0 to 4 Points Average……………...…….5 to 8 Points Above Average………....... 9 to 12 Points Well Above Average…..…13 to 16 Points Outstanding……….…..….17 to 20 Points

Page 23

Page 24: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Consistent with the City of Palm Coast Ordinance 2007-17, the City may give a preference to local businesses in awarding contracts. A business located within the City limits shall receive the bid preference as set forth in the Ordinance; however, if no bidder is located within the City limits, the bid preference may be given to a business located within Flagler County. In evaluating Requests For Qualifications/Proposals, local businesses shall be assigned 5% of the total points available (100 x .05 = 5 points). The successful firm(s) will be paid no more frequently than on a monthly basis, upon receipt of a valid invoice or statement. SELECTION PROCESS In general, the City wishes to avoid the expense to the City and to proposers of unnecessary presentations. Therefore, the City shall make every reasonable effort to achieve the ranking using written submittals alone. If no single top-ranked firm can be clearly identified by review of the written submittals alone, then the evaluator(s) may request the Purchasing & Contract Management Division to schedule the top ranked firm(s) for presentations/interviews. Formal Oral Presentations/Interviews (If Required) The City may choose to conduct oral interviews with, or receive oral presentations from, one or more of the proposers. If the City chooses to allow oral interviews and/or presentations, such interviews or oral presentations will open to the public. If oral presentations or interviews are held, the following guidelines will be used. The City’s Purchasing & Contracts Management Division shall establish the schedule and Proposers will be notified at least seven (7) calendar days in advance of the date, time and place of the presentations. The specific format of each presentation will be provided to Proposers with the notifications. The City shall allot equal time for each Proposer divided into three sequential parts: formal presentations, questions/answers, and discussion. Oral presentations will provide an opportunity for the Proposers to demonstrate their ability to use time efficiently, effectively and economically. The times allotted are maximums and no firm will be penalized for using less than the allotted time. Recommendation and Approval of Ranking The City shall rank all complete written proposals and/or formal oral presentations/interviews in order of preference and submit this ranking as its final recommendation to the City Manager. The City Manager shall make a recommendation to the City Council. The City Council’s decision will be final. NEGOTIATION AND FEE SCHEDULE: A “Management Incentive Fee Schedule” will be negotiated and agreed upon at the time of execution of each contract and will be part of each contract. All payments, fees, reimbursements, and costs will be based on the fee schedule established for the successful Proposer(s). The fee schedule may not be deviated from without the prior consent of the City Manager.

Page 24

Page 25: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

The City may award a contract on the basis of initial offers received, without discussion, or may require Proposers to give oral presentations based on their Proposals. The City reserves the right to enter into negotiations, including price, with the top-ranked proposer, and if the City and the top-ranked Proposer cannot negotiate a mutually acceptable contract, the City may terminate the negotiations and begin negotiations with the second-ranked Proposer. This process may continue until a contract has been executed or all Proposals have been rejected. No Proposer shall have any rights in the subject project against the City arising from such negotiations.

Page 25

Page 26: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Section 5 - Proposal

Project Number: RFP-CM-16-02 Project Name: Palm Harbor Golf Club Management, Operations and Maintenance Services Name of Proposer (firm): _____________________________________________________________________ Representative (printed): _____________________________________________________________________ Mailing Address: ___________________________________________________________________________ Street Address: _____________________________________________________________________________ City/State/Zip: _____________________________________________________________________________ Phone Number: (_______) ____________________________________________________________________ FAX Number: (________) ____________________________________________________________________ Pursuant to and in compliance with the Request for Qualifications, Instructions to Proposers, and the other documents relating thereto, the undersigned Proposer, having familiarized himself with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the places where the Work is to be done, hereby proposes and agrees to perform the Work and complete in a workmanlike manner, all of the Work required in connection with the required services, all in strict conformity Contract Documents, including Addenda Nos. _____________ through_____________(which must be turned in with the RFP), on file at the Purchasing & Contract Management Division for the amount hereinafter set forth. The undersigned, as Proposer, declares that the only persons or parties interested in this Proposal as principals are those named herein; that this Proposal is made without collusion with any person, firm or corporation; and he proposes and agrees, if the Proposal is accepted, that he/she shall execute an agreement with the City in the form set forth in the Contract Documents; that he/she shall furnish insurance certificates, that he is aware that failure to properly comply with the requirements set out in the "Instructions to Proposers" and elsewhere in the Contract Documents may result in a finding that the Proposer is non-responsive. IN WITNESS WHEREOF, PROPOSER has hereunto executed this FORM this _________ day of ______________, 20_____. ______________________________ ____________________________________ (Name of PROPOSER) (Signature of person signing FORM) ____________________________________ (Printed name of person signing FORM) ____________________________________ (Title of person signing FORM)

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL.

Page 26

Page 27: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Attachment A Proposer’s Certification

I have carefully examined the Request for Proposals, Instructions to Proposers, General and/or Special

Conditions, Vendor's Notes, Specifications, proposed agreement and any other documents accompanying or made a part of this Request for Proposals.

I hereby propose to furnish the goods or services specified in the Request for Proposals at the prices, rates or discounts quoted in my Proposal. I agree that my Proposal will remain firm for a period of up to ninety (90) days in order to allow the City adequate time to evaluate the Proposal.

I agree to abide by all conditions of this Proposal and understand that a background investigation may be conducted by the Flagler County Sheriff’s Department prior to award.

I certify that all information contained in this Proposal is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this Proposal on behalf of the vendor/contractor as its act and deed and that the vendor/contractor is ready, willing and able to perform if awarded the contract.

I further certify, under oath, that this Proposal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Proposal for the same product or service; no officer, employee or agent of the City of Palm Coast Government or of any other Proposer interested in said Proposals; and that the undersigned executed this Proposer's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. Name of Business

Sworn to and subscribed before me By: This day of Signature

20 Name & Title, Typed or Printed Signature of Notary

Notary Public, State of Mailing Address

Personally Known -OR- City, State, Zip Code Produced Identification ( ) Type: Telephone Number

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL.

Page 27

Page 28: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Attachment B Conflict of Interest Statement

STATE OF FLORIDA ) ) ss City OF ____________________ ) Before me, the undersigned authority, personally appeared __________________________________________, who was duly sworn, deposes, and states:

1. I am the ___________________________ of __________________________________ with a local office in ______________________ and principal office in ________________________________.

2. The above named entity is submitting an Expression of Interest for the City of Palm Coast project described as RFP-CM-16-02– Palm Harbor Golf Club Management Operations & Maintenance Services.

3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge.

4. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting Proposals for the same project.

5. 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 Contract for this project.

6. Neither the entity nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency.

7. Neither the entity, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project.

8. I certify that no member of the entity's ownership, management, or staff has a vested interest in any aspect of or Department of City of Palm Coast.

9. I certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with City of Palm Coast.

Continued on next page.

Page 28

Page 29: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Attachment B Conflict of Interest Statement (Continued)

10. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above named entity, will immediately notify City of Palm Coast in writing.

DATED this ______ day of _____________, 20____.

__________________________________________ Signature of Affiant __________________________________________ Typed/Printed Name of Affiant __________________________________________ Title

Sworn to and subscribed before me this ___________ day of ______________________, 20______. Personally known________ or produced identification___________________________ (type of identification). Notary Public - State of ________________ __________________________________________________________ My commission expires_______________________ __________________________________________________________ (Printed typed or stamped commissioned name of notary public)

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL.

Page 29

Page 30: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Attachment C Compliance with the Public Records Law

Upon award recommendation or thirty (30) days after receiving, submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the solicitation, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a Qualification authorizes release of your firm’s credit data to City of Palm Coast. If the company submits information exempt from public disclosure, the company must identify with specificity which pages/paragraphs of their Qualification package are exempt from the Public Records Act, identifying the specific exemption section that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the company agrees to defend the City in the event we are forced to litigate the public records status of the company’s documents. Company Name: _______________________________________________________ Authorized representative (printed): ________________________________________ Authorized representative (signature): ______________________________________ Date: ______________________________ Project Number: RFP-CM-16-02– Palm Harbor Golf Club Management Operations and Maintenance

Services

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

Page 30

Page 31: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Attachment D Drug-Free Work Place Form

The undersigned vendor in accordance with Florida statute 287.087 hereby certifies that __________________________________ does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,

possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of

maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

3. Give each employee engaged in providing the commodities or contractual services that are proposed a

copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the

commodities or contractual services that are under Qualification, the employee shall propose by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation

program if such is available in the employee’s community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this

section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

_________________________________________ Signature _________________________________________ Print Name & Title

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPSAL.

Page 31

Page 32: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Attachment E Americans with Disabilities Act Affidavit

The undersigned CONTRACTOR swears that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City. The CONTRACTOR shall not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (ADA), 42 USC s. 12101 et seq. It is understood that in no event shall the City be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Contract for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the City, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. CONTRACTOR: __________________________________________ Signature: __________________________________________ Printed Name: __________________________________________ Title: __________________________________________ Date: __________________________________________ Affix Corporate Seal STATE OF ) ) ss COUNTY OF ) The foregoing instrument was acknowledged before me this _____________ day of_________________, 20____, by___________________________________ of __________________________________________________ firm), on behalf of the firm. He/She is personally known to me or has produced _______________________________________ identification. _____________________________________________ Print name_____________________________________ Notary Public in and for the County and State Aforementioned

My commission expires:_________________________

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL.

Page 32

Page 33: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Attachment F Summary of Litigation and License Sanctions

*If not applicable, please state so. Litigation: Provide a summary of all litigation, claim(s), or contract dispute(s) filed by or against the Bidder in the past five (5) years that are related to the services the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim or contract dispute, a brief description of the case, the outcome or projected outcome, and monetary amounts involved. License Sanctions: List any regulatory or license agency sanctions within the past five (5) years.

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL.

Page 33

Page 34: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Attachment G

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510 Participants responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722 – 4733) ***** BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON NEXT PAGE ****

(1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

(2) Where the prospective lower tier participant is unable to certify to any of the statements in this

certification, such prospective participant shall attached an explanation to this proposal. --------------------------------------------------------- ------------------------------------------------------------- Organization Name RFP-CM-16-02 Palm Harbor Golf Club Management

Operations and Maintenance Services

Names and Titles of Authorized Representative(s) ----------------------------------------------------------------- ------------------------------------------------------ Signature(s) Date

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL.

Page 34

Page 35: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

INSTRUCTIONS FOR DEBARMENT CERTIFICATION

1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out herein in accordance with these instructions.

2. The Certification in this clause is material representation of fact upon which reliance was placed when this

transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department of agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

3. The prospective lower tier participant shall provide immediate written notice to the person to whom this

proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

4. The terms “covered transaction”, “debarred”, “suspended”, ineligible, “lower tier covered transaction”,

“participant”, “person”, “primary covered transaction”, “principal”, “proposal”, “voluntarily exclude”, as used this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining copy of theses regulations.

5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered

transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

6. The prospective lower tier participant further agrees by submitting this form that it will include this clause

titles “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions”, without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

7. A participant in a covered transaction may rely upon a certification of a perspective participant in a lower

tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List.

8. Nothing contained in the foregoing shall be construed to required establishment of a system of records in

order to render in good faith and certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered

transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction may pursue available remedies, including suspension and/or debarment.

Page 35

Page 36: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Attachment H Certificate of Corporation

*Dates Not Required Until Award of Contract.

Please include a copy of your Certificate of Corporation from the State of Florida with this attachment.

STATE OF FLORIDA COUNTY OF FEI NUMBER ___________________________________ I HEREBY CERTIFY that a meeting of the Board of Directors of , a corporation under the laws of the State of , was held on , 20 . The following resolution was duly passed and adopted:

“RESOLVED, that as

President of the corporation is hereby authorized to execute the Contract dated _____ ,

20_____, between The City of Palm Coast, a municipal corporation and this corporation, and that execution

thereof, attested by the Secretary of the corporation and with corporate seal affixed, shall be the official act and

deed of this corporation.”

I further certify that said resolution is now in full force and effect.

IN WITNESS THEREOF, I have hereunto set my hand and affixed the official seal of the corporation

This day of , 20 . ______________________________________

Corporate Secretary (printed)

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL.

Page 36

Page 37: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Attachment I Public Entity Crime Form

Any person or affiliate who has been placed on the convicted vendor list following a conviction to a public entity may not submit a bid on a contract with 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 a 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 thirty-six (36) months from the date of being placed on the convicted vendor list. ______________________________ Authorized Agent or Official for _______________________________ by signing below hereby certifies that neither he/she nor the firm of __________________________________ is or has been placed on the convicted vendor list, now or within the period of thirty six (36) months. Signed By: ____________________________________________

President/Authorized Agent or Official Witnessed By: _________________________________________ State Of: _____________________________________________ County Of: ___________________________________________ The foregoing instrument was acknowledged before me this _______ day of __________________, 20____, by ______________________________, President, Authorized Agent or Official of ________________________, a Florida Company, who is personally known to me or who has produced __________________________ as identification and who did (did not) take an oath.

____________________________________ Notary Public, State of Florida

Commission No. ______________________

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL.

Page 37

Page 38: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Attachment J Vendor Certification Regarding Scrutinized Companies List

*If bid amount is less than one million dollars ($1,000,000), this form is not required. Respondent Vendor’s Name: __________________________________________________________________ Vendor FEIN: ______________________________________________________________________________ Authorized Representative’s Name: ____________________________________________________________ Authorized Representative’s Title: _____________________________________________________________ Address: __________________________________________________________________________________ City: __________________________________________________ State: _________ Zip: ________________ Phone Number: ____________________________________________________________________________ Fax Number: ______________________________________________________________________________ Section 287.135, Florida Statutes, prohibits agencies from contracting with companies for goods or services of one million dollars ($1,000,000) or more that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both Lists are created pursuant to section 215.473, Florida Statutes. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the section entitled “Respondent Vendor’s Name” is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney’s fees, and/or costs. Certified By: ______________________________________________________________________________, who is authorized to sign on behalf of the above referenced company. Authorized Signature: _______________________________________________________________________ Print Name & Title: _________________________________________________________________________ Date: _____________________________________________________________________________________

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL.

Page 38

Page 39: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

Financial Plan *To be provided separately.

Management Incentive Fee The proposer shall submit a description of the management incentive fees they propose for the City to incentivize the proposer to make the golf course operation profitable. The fee should be structured to include incentives based on the amount of net revenues realized. The proposed fee structure should also identify future year adjustments. The management incentive fee will be payable to the Proposer in annual increments, paid for by the operating profits of the Club. The Proposer agrees to provide management and operational services at the Golf Club for the management incentive fees based upon a five-year term. Options to extend the five-year agreement will be evaluated and, if agreed to by both parties may be included in the final agreement. Any proposal that includes management fees not tied to financial performance will be considered non-responsive.

* Proposers must identify the financial relationship that will exist between the corporation and the Club. Include a description of the methods used to transfer funds from the Club’s operating accounts to corporate accounts, what amounts will be transferred, and how often will the transfers be made.

** The proposal shall include a detailed narrative description of the relationship and services being offered.

*** The proposer will be responsible for including all costs associated with assisting the City in setting up policies, procedures, reports, systems, obtaining and selecting equipment and any other items and providing projected City costs for the start-up and for the operation of the Palm Harbor Golf Club.

**** It must be expressly stated here that the City will in no way be obligated to subsidize or support the operation of the Club by the successful Proposer. The City will not pledge any revenues, taxes, fees, or other financial resources to pay expenses incurred by the vendor that enters into a management and operations agreement with the City. It will be the complete responsibility of the successful Proposer to insure the Club operates in a financially responsible manner.

Capital Improvement Plans

The undersigned agrees that the dollar amount of Capital Improvements shall not be less than:

Year 1 $_______________

Year 2 $_______________

Year 3 $_______________

Year 4 $_______________

Year 5 $_______________

It will be the responsibility of the Proposer to determine what capital projects are needed to improve the overall operation and maintenance of the Club. The successful Proposer will be expected to insure that the minimum amount for capital projects is adequately funded within the annual operating and capital budget approved by the City each year. Proposals should also include a description of the projects they believe will be necessary to maintain the long-term viability of the Club.

THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

Page 39

Page 40: RFP-CM-16-02 - Golf Course Management - BF 09-09-16

CONTRACT

A contract has been vetted by City staff and the City Attorney. Only minor modifications to reflect the selected firm’s proposal will be considered during contract negotiations. The City will not negotiate any terms that increase liability to the City. The Contract is available at our City Clerk’s office at 386-986-3709.

Page 40