Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-97-0476
J-97-476 7/10/97 RESOLUTION NO. 9 476 A RESOLUTION APPROVING THE FINDINGS OF THE SELECTION COMMITTEE AS TO THE MOST QUALIFIED TEAMS, IN RANK ORDER, TO PROVIDE PROFESSIONAL ARCHITECTURAL, AND ENGINEERING AND AVIATION PLANNING SERVICES FOR THE FEASIBILITY PLAN, DESIGN, PREPARATION OF CONSTRUCTION DOCUMENTS AND CONSTRUCTION ADMINISTRATION FOR THE WATSON ISLAND AVIATION AND VISITORS CENTER PROJECT; AND AUTHORIZING THE CITY MANAGER TO NEGOTIATE WITH THE MOST QUALIFIED TEAMS, IN RANK ORDER, UNTIL HE ARRIVES AT AN AGREEMENT WHICH IS FAIR, COMPETITIVE AND REASONABLE, FURTHER DIRECTING THE CITY MANAGER TO PRESENT THE NEGOTIATED AGREEMENT TO THE CITY COMMISSION FOR THEIR RATIFICATION AND APPROVAL. WHEREAS, the City of Miami pursuant to Resolution No. 97-402 adopted June 9, 1997, designated as a Category B Project, the acquisition of aviation planning, architectural and engineering services, for the Watson Island Aviation Facility and Visitors Center project; and WHEREAS, Resolution No. 97-402, also appointed Jack Luft, Director of Planning and Development, as the Chairperson of the Competitive Selection Committee and appointed a Certification Committee whose members are Jose Casanova, Architect, Alan Poms, cm coMr SSIOx MEETING of J U L 10 1997 Resolution No. 97- 4"76 i Architect, Juan Ordonez, Engineer, to review the qualifications and related information provided by those responding to the i City's Request for Qualifications for professional services; and WHEREAS, the City of Miami issued a Request for Qualifications (RFQ) for professional architectural, engineering and construction management services on June 13, 1997; and WHEREAS, the Certification Committee along with the Competitive Selection Committee evaluated the proposals received June 27, 1997, in response to the City's RFQ, and selected in rank order, the three teams most qualified to provide the required professional services for this project; and WHEREAS, the selection procedures were performed in accordance with the Competitive Negotiation Act as defined in Section 287 of the Florida Statutes, and Section 18.81 of the Code of the City of Miami; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the + Preamble to this Resolution are incorporated herein as if fully set forth in this Section. Section 2. The City Commission hereby approves the findings of the Competitive Selection Committee of the following Teams, in rank order, as the most qualified to provide professional architectural, engineering and aviation planning services for the 2 97- 476 •x. planning, design, preparation of construction documents and construction administration, as well as the preparation of a management, operation and financial plan, all for the Watson Island Aviation and Visitors Center Project: Team Ranked #1 Prime Consultant Subconsultant(s) Team Ranked #2 Prime Consultant Subconsultant(s) Team Ranked 43 Prime Consultant Subconsultant(s) Section 3. The City Commission hereby authorizes the City Manager to negotiate an agreement on behalf of the City of Miami with the Team ranked first as set forth in Section 2 herein. In the event that the City Manager cannot negotiate an agreement which, in his opinion, is fair, competitive and reasonable with the Team ranked first, then he is hereby authorized to terminate such negotiation and to proceed to negotiate with the second most qualified Team. In the event that 3 97- 476 he fails to negotiate a satisfactory agreement with the second Team, then he is authorized to undertake negotiations with the third most qualified Team. Section 4. The City Manager is hereby directed to present the negotiated agreement to the City Commission at its earliest scheduled meeting for their ratification and approval. Section 5. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 10th day of Jury , 1997. C � JOT C LLO M99or A//TTEST V2 WALTER FOEPfAN CITY CLERK PREPARED AND APPROVED BY: LIE BRU ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A/ QIX NN J -; - 71 I Y CITY ATTO W1717/JOB d 4 97- 476 WA4" �r ._x TO : Honorable Mayor and Members of the Commission FROM : -- City City RECOMMENDATION CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 35 DATE : JUL - 1 1-07 FILE SUBJECT: Professional Services Category B Project Selection REFERENCES For the Commission Meeting of July 10, 1997 ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution approving the findings of the selection committee as to the most qualified teams, in rank order, to provide professional services for architectural, and engineering and aviation planning services for the design, preparation of construction documents and construction administration for the Watson Island Aviation and Visitors Center Project; and authorizing the city manager to negotiate with the most qualified teams, in rank order, until he arrives at an agreement which is fair competitive and reasonable, and directing the city manager to present the negotiated agreement to the city commission for their ratification and approval. BACKGROUND The Department of Community Planning and Revitalization has prepared the attached documentation. The City of Miami pursuant to Resolution No. 97-402 adopted June 9, 1997, designated as a Category B Project, the acquisition of architectural and engineering services including preparation of construction documents for the Watson Island Aviation Facility and Visitors Center project. Resolution No. 97-402, appointed Jack Luft, Director of Planning and Development, as the Chairperson of the Competitive Selection Committee and appointed a Certification Committee of Jose Casanova, Architect, Alan Poms, Architect, Juan Ordonez, Engineer, to review the qualifications and related information provided by those responding to the City's Request for Qualifications for professional services. The City of Miami issued a Request for Qualifications (RFQ) for professional architectural, engineering and construction management services on June 13, 1997. The Certification Committee along with the Competitive Selection Committee evaluated the proposals received June 27, 1997, in response to the City's RFQ, and selected in rank order, the three teams most qualified to provide the required professional services for this project; and the selection procedures were performed in accordance with the Competitive Negotiation Act as defined in F.S. Section 287.055 and the City of Miami Ordinance 9572, codified as Section 18.81 of the Code of the City of Miami. 97- 4761 i CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM I TO Honorable Mayor and DATE JUL 9 1991 FILE Members of the Commission SUBJECT : Watson Island Aviation and Visitors Center Professional Services Selection FROM : REFERENCES E r"qoulel zAgenda Item #35: City Manager ENCLOSURES: Meeting of July 10, 1997 Short -Listed Proposals (4) RECOMMENDATION It is respectfully recommended that the City Commission adopt a Resolution approving the findings of the Selection Committee as to the most qualified teams, in the following rank order, to provide professional services for architectural, engineering and aviation planning services for the design, preparation of construction documents and construction administration for the Watson Island Aviation and Visitors Center Project; authorizing the City Manager to negotiate with the most qualified teams, in rank order, until he arrives at an agreement which is fair, competitive and reasonable, and directing the City Manager to present the negotiated agreement to the City Commission for ratification and approval: # l Spillis Candella and Partners, Inc. #2 Arquitectonica International #3 Wolfberg Alvarez and Partners #4 Bermello Ajamil and Partners, Inc. BACKGROUND The Department of Planning and Development administered the Competitive Consultant Selection Process for the professional architectural, engineering and aviation planning services for the Watson Island Aviation and Visitors Center Project. The Selection Committee met on June 301", July 3rd and July 8th, 1997, to evaluate proposals. At the conclusion of the July 3rd, 1997 meeting, the Committee established a short-list of four teams from among the certified proposals. The four short-listed teams participated in a final presentation and interview session on July 8`" and evaluations were completed based upon due consideration of the evaluation criteria. / 97- 476 cc � �j City of Miami PROFESSIONAL_____SERVICES PROJECT FINAL EVALUATION REFERENCE: City of Miami Administrative Policy No. 1-89 1 I I ' Instructions: 1. Each member of the Compelillva Selection Committee will evaluate Individual team proposals and indicate a numerical Soo re in the eppropdatn column for each criteria_` T 2. Values in the Points Assigned column to be completed by the department. I PROJECT: WATSON ISLAND AVIA T/ON A VISITORS CENTER INmo' 1R 20 PROFESSIONAL EXPERIENCE��t Years in business as firm (prime) Years in business as firm (sub(s)) Previous experience of prime consultant with: • projects of similar, size, scope, complexibility • projects involving aviation, seaplane and/or heliport facilities • projects requiring multi -use aviation master planning • projects requiring multiuse aviation facility design Previous experience of subconsultant(s) with: • projects of similar, size, scope, complexibility • projects involving aviation, seaplane and/or heliport facilities • projects requiring multi -use aviation master planning • projects requiring multiuse aviation facility design Success in meeting project budgets &deadlines Previous team member collaboration Subtotal PROJECT SPECIFIC EXPERIENCE 10 Previous responsible experience of prime and/or sub- consultant(s) in preparing multi -use aviation feasibility, management and operating plans Subtotal CAPABILITY 25 Number, qualifications & experience of personnel assigned to project Recent, current & projected work load of team members & assigned staff Willingness & ability to meet restrictive deadlines & budgets Organization of team, distribution of fees Availability & convenience of support personnel & other resources Relative communication & location convenience between team members, key personnel & city Subtotal /57 CREATIVITY, SKILL & METHODOLOGY 26 Demonstrated creativity & skill in similar past projects Scope & suitability of proposed activities to be undertaken Conceptual time line for completion of tasks Summary of procedures & methods to be utilized by team Subtotal 2Z MINORITYMOMEN PARTICIPATION 20 Distribution of fees to minority and/or women -owned firms Minority and/or woman -owned firm as prime consultant Significant participation of minority and/or woman -owned firms as subconsultantst Minority and/or female personnel assigned to key project positions Subtotal Committee Member Name: TOTAL Z7 �p Committee Member Signature: RANK 3 Date: PAGE 1 9 / — 476 6/30197 0�` P L'� � 3 • projects of similar, size, scope, compiexibtltty • projects Involving aviation, seaplane and/or heliport facilities _ projects requiring multi -use aviat, ester planning projects requiring multiuse aviation facility design _ Previous experience of subconsultant(s) with: ' projects of similar, size, scope, complexibility j ' projects Involving aviation, seaplane and/or heliport facilities ' projects requiring mufti -use aviation master planning _ ' projects requiring multiuse aviation facility design Success in meeting project budgets & deadlines f .3 3 . f Previous team member collaboration I / Subtotal / 7 PROJECT SPECIFIC EXPERIENCE 10 Previous responsible experience of prime and/or sub- consultant(s) in * Ip preparing multi -use aviation feasibility, management and operating plans Subtotal '? —7 CAPABILITY 25 Number, qualifications & experience of personnel assigned to project /Q 19 7 '•i Recent, current & projected work load of team members & assigned staff S ♦ Willingness & ability to meet restrictive deadlines & budgets 5 Organization of team, distribution of fees I ,f Z j Availability & convenience of support personnel & other resources 1 _ 1 2, 2, 2. Z.2. Relative communication & location convenience between team members, key personnel & city j Subtotal 1 2 L 1 Z CREATIVITY, SKILL & METHODOLOGY 25 Demonstrated creativity & skill in similar past projects /O 0 7 /V Scope & suitability of proposed activities to be undertaken S g Conceptual time line for completion of tasks 4 Summary of procedures & methods to be utilized by team G► • ; Subtotal Z,+ 2.1 L 2.2, MINORITYMOMEN PARTICIPATION 20 Distribution of fees to minority and/or women -owned firms ♦ -1 (p Minority and/or woman -owned firm as prime consultant Significant participation of minority and/or woman -owned firms as subconsuitant 4 4 -- Minority and/or female personnel assigned to key project positions f '. Subtotal / L Committee Member Name; i J TOTAL '7{P �- Committee Member Signature: RANK Date: i 017I PAGE 1 6/30197 Committee Member Name: /'�rCe Committee Member Signature: % t �G( RANK a Date: (�!� PAGE 1 (mittee Member Name: I • �+' ! • �' GF nmittee Member Signature: 1 Dale: I 07 021/ lQ 7 PAGE 1 6/30/97 TOTAL I Iq? F7 1 y3 I ga RANK 3 Z 6/30/97 v " projects of similar, size, scope, complexibility __�________-- " projects involving aviation, seaplane and/or heliport facilities__ • projects requiring mufti -use aviation r "`° r planning • projects requiring multiuse aviation fe j design Previous experience of subconsultant(s) with: • projects of similar, size, scope, complexibiliry • projects involving aviation, seaplane and/or heliport facilities • projects requiring multi -use aviation master planning • projects requiring multiuse aviation facility design Success in meeting project budgets & deadlines _ Previous team member collaboration i I Subtotal q 'LO Zi7 PROJECT SPECIFIC EXPERIENCE 10 Previous responsible experience of prime and/or sub- consultant(s) In preparing multi -use aviation feasibility, management and operating plans I I I tI Subtotal to to 10 CAPABILITY 26 Number, qualifications & experience of personnel assigned to project Recent, current & projected work load of team members & assigned staff Willingness & ability to meet restrictive deadlines & budgets t Organization of team, distribution of fees Availability & convenience of support personnel & other resources Relative communication & location convenience between team members, key personnel & city I j Subtotal rj ?_5 5 Z CREATIVITY, SKILL & METHODOLOGY 25 Demonstrated creativity & skill in similar past projects Scope & suitability of proposed activities to be undertaken Conceptual time line for completion of tasks I Summary of procedures & methods to be utilized by team f P to i Y ( wi'M GITq Subtotal Z5 23 23 Z 1 MINORITYMOMEN PARTICIPATION 20 r Distribution of fees to minority and/or women -owned firms Minority and/or woman -owned firm as prime consultant Significant participation of minority and/or woman -owned firms as subconsultanbez Minority and/or female personnel assigned to key project positional i ( I Subtotal 14 M (I to Committee Member Name: TOTALI Q5 Q 7 q member signature: l j RANK,} jcommittee 3 "� f Date:IV ! `7 6 q% t PAGE 1 6130/97 Committee Member Name: ( ALa It P, TOTAL � Committee Member Signature: RAN t Dafe: PAGE 1 P b 5 ' l.' 6/30/97 Committee Member Name: 111 PAGE 1 57- 476 6/30/97 3., REQUEST FOR QUALIFICA TIONS FOR PROFESSIONAL SERVICES FOR THE WATSON ISLAND AVIATION AND VISITORS CENTER ISSUED: June 13, 1997 CITY OF MIAMI Joe Carollo, Mayor Tomas Regalado, Vice Mayor J.L. Plummer, Commissioner Humberto Hernandez, Commissioner Wifredo "Willy" Gort, Commissioner Edward Marquez, City Manager A. Quinn Jones, III. City Attorney Prepared By: Department of Planning and Development 444 SW 2nd Ave, Third Floor Miami, Florida 33130 (305) 416-1435 Proposal Submissions Due: June 27, 1997 97- 476 r Table of Contents I. PUBLIC NOTICE: ............................................................................................................ 2 II. SCOPE OF SERVICES: ...................................................................................................... 3 Economic Linkages Analysis and Strategic Planning...................................................................... 3 PreliminaryConceptual Plan ................................................................................................... 4 Diagrammatic Building Configuration........................................................................................ 4 FinalMaster Plan .........................:...................................................................................... 4 :.� Refined Airport Layout Plan ................................................................................................... 5 ImplementationSchedule....................................................................................................... 5 iOperational Plan ................................................................................................................. 6 FinancialPlan .................................................................................................................... 6 AirportManagement Alternatives.............................................................................................. 7 EconomicBenefit Analysis..................................................................................................... 8 Reportsand Presentations...................................................................................................... 8 ConstructionDocuments........................................................................................................ 8 Construction Administration Phase 9 III. QUALIFICATION REQUIREMENTS: ................................................................................. 10 Conflictof Interest............................................................................................................. 11 A. Contents of Submission: ................................................................................................. 12 i IV. SUBMISSION REQUIREMENTS: ........................................................................................ 13 jA. Submission Procedures:................................................................................................... 13 ' V. CONSULTANT SELECTION PROCESS AND EVALUATION CRITERIA: ..................................... 14 A. Certification Phase: ........................................................................................................ 14 B. Initial Evaluation ("Short -listing") Phase: ............................................................................... 15 C. Presentation and Interview Phase:....................................................................................... 16 VI. CONSULTANT SELECTION PROCESS TENTATIVE SCHEDULE.............................................19 VII. PROFESSIONAL SERVICES AGREEMENT CONSIDERATIONS .............................................. 19 VIII APPENDIX: REQUIRED DOCUMENTATION AND REFERENCED LEGISLATION .................... 20 97- 476 1 I. PUBLIC NOTICE: CITY OF MIAMI, FLORIDA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL A/E SERVICES Watson Island Aviation and Visitors Center The City of Miami is seeking professional architectural and engineering consultant services from a l qualified and experienced team with an architectural firm as a prime consultant for the planning, design, preparation of construction documents and construction administration, including the preparation of an operational program and a management plan for the Watson Island Aviation and Visitors Center. The consulting team must consist of firms and/or individuals having the ability to provide professional architectural and engineering services for the development of a heliport, seaplane base and visitors center facility. The professional services agreement -forthe-Project- is -currently anticipated to include a ' site assessment, program analysis, schematic design, design development, construction documents, bidding and construction administration phases and the final development of an airport layout plan, financial operational program and a management plan. Interested firms must contact the Department of Planning and Development, City of Miami, 444 S.W. 2nd Ave., Third Floor, Miami, Florida, 33130, Telephone (305) 416-1400, for the Request for Qualifications (RFQ) document. The RFQ contains detailed and specific information aboutthe scope of services, submission requirements and selection procedures. Submission packages must be delivered to the City Clerk's Office, first floor counter, City Hall, City of Miami, 3500 Pan American Drive, Miami, Florida, 33133 not later than 11:00 AM on Friday, June 27, 1997. The City of Miami reserves the right to accept any proposal deemed to be in the best interest of the City, to waive any irregularities in any proposal, and/or to reject any and/or all proposals and to re -advertise for jnew proposals. -- I ADV. # 2789 Edward Marquez City Manager N 97- 476 r k. ti.. II. SCOPE OF SERVICES: The City of Miatni is seeking professional architectural, engineering and management consulting services F� from a qualified and experienced team with an architectural firm as a prime consultant for the Watson ( Island Aviation and Visitors Center Project, (the "Project"), Professional services for the Project shall include planning, design, preparation of construction documents and construction administration and shall further include the development of an operational program, a financial plan and a management plan for u, this multi -use facility. l The Project for the redevelopment of the south half of Watson Island will involve the coordination of the _1 needs of many state, city and local government agency requirements, as well as the interests of the private J sector participants. This mixed -use project will focus around the existing aviation operations on Watson Island with the addition of a.regional visitors center and other.amenities._ In addition,_bulkheading and---.--..-.. seawall design may be required. The scope of work to be completed by the successful team or firm will minimally include: a site assessment, program analysis, and the development of a final airport layout plan, along with a recommended financial operational program anda. management plan. Upon approval of this layout plan, design work will continue with schematic design, design development, construction documents, bidding and construction administration phases. It is anticipated that required services shall generally conform to the following aspects 1 Economic Linkages Analysis and Strategic Planning Research and experience in preparation of studies and plans for airport development and expansion demonstrate convincingly that an airport's linkage, or interaction, with its environs is a significant factor in locational decisions and expansion plans for both airport users and potential developers. Therefore, this element will involve an analysis of how Watson Island is, or could be, linked to its environs. Those environs which could have an impact on Watson Island including surrounding aviation facilities, the port, and Parrot Jungle and Gardens, as well as other development and projects within the City. The evaluation of economic linkages will "feed" directly into the following land use portion of this plan. Very simply, a practical plan for Watson Island needs to incorporate a land availability evaluation. This will also play a key role in gaining acceptance by the range of public and private groups needed for,the success of the project. This evaluation will build on expansion of services related directly to airport 1 operations and development of compatible uses that enhance demand at the Airport. This element will also lend itself to the Strategic Planning initiative and the later Financing Element by incorporating the existing and proposed linkages, and available land. Just as "external" growth and development affects future demand, planning for compatible uses also provides opportunities to capture a portion of the value created by the new development. Through innovative marketing, financing, construction and operational plans, the advantage of those opportunities can be taken. 3 476 r` 5 rI It should be noted that the principal focus of this effort is to improve the functionality and usefulness of Watson Island while ensuring that programs are implemented that will make a difference in the promotion of Watson Island. The result will be to have Watson Island positioned as a truly attractive option for developers and tenants and provide the public uses always envisioned for the island. Preliminary Conceptual Plan Based on information previously obtained, preliminary conceptual plans will be prepared for evaluation and discussion among team members, including users and operators. A series of work shops shall be employed to solicit opinions and commentary, with the ultimate goal of developing a scheme that best responds to the needs of all parties involved in the project. . ' During this element, issues that may impact the plan, such as existing infrastructures, utilities and future R.O.W. lines will be taken into consideration. A zoning analysis will also be performed to determine zoning parameters and applicable submittal requirements (such as Major Use Special Permit). i Diagrammatic Building Configuration The consultant will develop conceptual block plans depicting the general configuration of each of the buildings proposed for the site. The plans will consist of proposed building configuration and department location, in a conceptual state. Exterior elevations depicting the character of the buildings will be developed to illustrate massing, image, 1 and material selections. Colored renderings of the buildings and site improvements will be prepared. Completing this element will be a narrative of the major systems contemplated for each of the facilities. ,.� Final plaster Plan This element focuses on the preparation of a Master Plan that addresses issues and design parameters that surfaced during the preliminary conceptual plan . haseThe plan will assure that an attractive functional P P > and efficient project is developed, yet provides the necessary flexibility to accommodate future uses. The final product will consist of a rendered color plan, and in electronic file, depicting proposed buildings, parking, aircraft operational areas, roads, pedestrian access ways, open space and other amenities. 97- 476 1S. 4., `1 RefinedAirport Layout Plan The airport layout plan (ALP) is a graphic representation, to scale, of existing and ultimate airport facilities. A review, update and approval process for the ALP document should be established with the FAA and FDOT to ensure a lasting relationship with these agencies in terms of future funding eligibility. Updates of the ALP should reflect changes in physical features on the airport and critical land use changes in the airport environs which may affect the navigable airspace of the ability of the airport to expand. The ALP will serve as a public document of existing and proposed aeronautical requirements and as a reference for community deliberations on land use proposals, and budget and resource planning. The ALP for Watson Island will be referred to by the FAA and FDOT in their review and trading on proposals involving the development of Watson Island_and.other nearby airports. , The ALP depicts facility locations on the airport and the pertinent clearance and dimensional information required to show relationships with applicable standards. The ALP Plan Set will consist of the following drawings: ALP Drawing Terminal Area Plan Location Map Vicinity Map Data Tables Wind Information Approach and RPZ Drawing Part 77 Airspace Drawing Property Map Implementation Schedule I The selected team or firm, will develop a cost opinion for the design and construction of the proposed facilities as required by the demand forecasts. These cost estimates will reflect local area costs for capital ! projects including equipment and any associated training which may be required. The cost opinion, which will be in an Order of Magnitude format, is intended to identify the total likely to be required for the various phases elements of the capital project to be undertaken. The consultants will strive to effect a thorough understanding and close working relationship with the City during the development 'of the investment schedule and attendant cost opinions. It is imperative that during the conduct of this task all elements and issues are consistent with the detailed City's requirements and priorities. During this same �1 period of time, the consultants will be preparing a project design and construction schedule and updating the preliminary schedule as necessary, as well as an equipment implementation schedule. Both of these schedules, construction and investment, will be scrutinized and coordinated to maximize the potential opportunities. Essentially, this coordination effort would consider construction and equipment implementation scheduling as it relates to the availability of capital financing. Scheduling priorities wilt �� 97- 476 �l be adjusted to reflect the current financial market trends as they relate to the various and available finding mechanisms. An implementation schedule, which combines construction and equipment investment activities will be established predicated on the three planning periods (5, 10, and 20 years). Tile City anticipates that capacity oriented development, relating directly to demand levels, be scheduled at the occurrences of Mj these demand thresholds, rather than at a specific point in time. Additionally, the consultants will provide I the City with a flexible investment program that reflects the relationship between capacity and demand and capital expenditures timing related to the cost of capital. For ease of interpretation the consultant will develop the database and graphic presentation in an electronic format. In addition, the phased development will be illustrated on the Airport. Layout.Plan.(ALP). I Operational Plan iThis is significant element of work. to be included within this element is the need to analyze and determine Watson Island's capability to satisfy the operational requirements necessary to meet unconstrained airside and landside demand. Even though the Airport may provide the operational capability required to meet the Airport's role, it will be critical to ascertain to what level it meets the Tole. A reduction in service reliability could constitute a significant limitation and potential safety issue. Evaluate and analyze the following operations and services: j Aircraft movement Navigation and communication Passenger services Ground operations Aircraft parking Airport security and ARFF I J Financial Plan i It is a given fact that the City and its partners must have the financial capability to undertake the proposed airport development. The consultant will use this financial element to test the financial feasibility of the recommended development concepts by timing this element to overlap (partially) with the development alternatives work. The selected team or firm will develop estimates of the revenue generated by passengers, based on the forecasts developed for this facility, with revenue differentiated by passenger type, the revenue generated by concession activities at the airport, the revenue generated by aircraft services, and the revenue generated by airline rentals and landing fees, based on the operations forecasts. Revenues will be forecasted for each of the years from now until the airport reaches its capacity limitations. For years beyond that, revenues will be forecasted assuming a capacity cap on activity. The City suggests that the �J 6 v 97- 476 r :a} E> analysis be performed for the entire twenty year forecast period to better assist in decisions on development of this new facility. The selected team or firm will review activity and financial statistics of existing operations, establish a range of performance measures to validate financials for new development, develop a financial model to simulate financial operations of aviation and non -aviation related activities, prepare a financial analysis of development alternatives, recommend a financial structure to support the development of aviation facilities, and develop financial policies and procedures to implement the recommend development. `l The selected team or firm will prepare a list of all available funding mechanisms, or options and provide f an assessment of each one._of .those predicated on the. imp lementadon/investment schedules, previo.usly_ developed. There are a number of alternative funding sources which may be available when the project schedule is implemented. Identify and review those sources providing a comprehensive plan to pursue and obtain the requisite financing as well as providing assistance in the preparation of the necessary documentation. Generally, the financial element will support the implementation task by estimating current and future revenue sources to cover financing costs and identifying strategies for securing capital financing and specifically, maximizing the leverage of existing resources, such as FDOT aviation funds. Airport Management Alternatives This element will provide airport management alternatives associated with the implementation of the recommended plan. The consultant will assess and evaluate the alternatives for airport management structures. The most appropriate structure will be recommended for implementation. The consultant will consider, at a minimum, the following possibilities: Airport Authority Airport Board City County Private Various Combinations Additionally, the consultant will examine and explore what government powers the new sponsor would have legally. Issues to be considered include: Power of eminent domain, power to levy taxes, power to issue and insure bonds, power to enter into contracts, power to accept grants-in-aid, power to control use of revenue and funds, and power to recommend land use. The utilization and extent of these powers will be subject to approval from the City, State and FAA. 7 97- 476 rtl Economic Bencft Analysis Air transportation has become accepted world-wide as an important and essential form of transport. Complementing this, airports provide aviation with a facility for the quick and efficient movement of aircraft and passengers. Today, airports are much more than a facility for aircraft and passengers. Airports are seen as an opportunity to create jobs, stimulate economic growth, bring in new business and industry, attract tourists and conventions, and generate tax revenues. Therefore, the purpose of this task is to communicate the economic benefits of Watson Island to the City of Miami. This analysis will examine the total aviation potential at Watson Island and measure its economic benefit in terns of employment (direct/indirect), income and earnings, and governmental revenues. The economic benefit analysis will utilize conventional and accepted methods to quantify the economic ryl benefit of impacts that are directly or indirectly associated with aviation on Watson Island. Further, this analysis will trace the flow of funds through the local economy and identify how and how much the City area will benefit. Reports and Presentations All documentation and presentations will be specifically designed to accomplish the following: 1 Meet FAA, FDOT and City standards and criteria 2 Provide coordination with the FAA, FDOT, and City throughout the project. Reports and presentations will also be designed for public involvement and community consensus building efforts. A proper presentation(s) to the public about this proposed project, through an accurate public information campaign, can ensure the success of the project, especially considering the amount of public funds and lands involved. Construction Documents This Phase entails the preparation of construction documents consisting of drawings and specifications, depicting the proposed work. The documents shall consist of all architectural and engineering requ�fed to j implement the work. JJ The consultant shall interact with the project team including the City's representatives, user and operators consultants and governmental agencies to accumulate the necessary design and detail information necessary to produce a complete, well coordinated set of contract documents. The consultant will assist in the preparation of documents required for permitting purposes, and shall monitor progress of the Jpermitting review process. 8 rj 97- 476 { Construction Aditrirristration Phase The Consultant shall provide construction administration services pertaining to the construction of the buildings and site improvements and monitor construction to determine that, to the best of the A/E's knowledge, the project is being constructed in conformance with the contract documents and to the City's satisfaction. This work shall include, but not be limited to: Assist the City in obtaining bids or negotiated proposals and assist in awarding and preparing contracts for the construction. Assist in resolving construction coordination issues -that arise -on -the project. Attending construction meetings. Directing pertinent design issues to the City and monitoring responses as necessary. Notifying the City of changes in field conditions known to Architect or which Architect has reason to know which may affect cost, schedule, design or functional aspects of the project. Additionally, the A/E shall perform the following services/tasks during this phase: Issue reports following site visits, advising the City of progress and quality of work = Review and make recommendations for applications for payment by contractor to The City, Advise The City regarding work which does not conform to the contract documents In a timely manner, review contract submittals (e.g. shop drawings, product data, samples) - Respond to contractor's requests for information (including substitution requests) and issue additional instructions and bulletins as necessary. Assist The City with determination of substantial completion, project close-out, warranty - administration, and warranty walk-through J Assist the contractor in his responsibility for preparation of reproducible record drawings based on marked -up prints, drawings and other data prepared by contractor during the progress of construction. �J i .J 9 97_ 476 X f i. III. QUALIFICATION REQUIREMENTS: The consulting team shall consist of firms and/or individuals having the ability to provide professional architectural, engineering, aviation and management planning consulting services for the Project. Of particular importance to the City is achieving an effective airport operational/management program that ' reflects current optimal standards for a seaplane base and heliport including the most efficient and cost effective operational projections, airport layout scheme, public space utilization, and concession operations within the airport boundary area. The City is seeking professional direction to create a plan 1 for managing, operating and programming the aviation facilities as a public airport, seaplane base and J heliport. The Visitors' center is a vital component of the facility and overall development program. Similarly, the consulting team shall demonstrate experience and capability. in professional architectural ' and engineering design of aviation, heliport and/or seaplane facilities and mixed -use projects. i i Minorities, and women, are expected to be an integral part of the consulting team through the ownership of the firms providing the required expertise as prime or sub -consultants, as well as through the I participation of minority/female professionals assigned to the Project. Please refer to the appendix for more information on the City's Minority and Women Business Affairs Procurement Program. No additions or modifications may be made to the proposals and the teams they represent, subsequent to the submission deadline. Respondents must notify the City in writing immediately of any firm or individual presented in the original submission who becomes unavailable to continue on the team. Any such change may result in the removal of the entire team from consideration. New and/or current personnel who are not identified in the proposal may not be introduced as part of the proposed team subsequent to the submission deadline. Exceptions to the above may be considered by the City solely in jthe event of an emergency, serious illness or injury, or similar circumstance. Sub -consultants may submit on more than one team, however prime consultant may only submit one proposal and may not be a subconsultant on other teams. Consulting teams which include limited partnerships must provide a copy of the Certificate of Limited Partnership executed and filed with the Department of State pursuant to s. 620.108, F.S. and proof of compliance with the annual reporting requirements set forth in s. 620.177, F.S. Corporations or professional service corporations which are included as participants in the consulting ' team must provide a current Certificate of Status pursuant to s. 607.0128, F.S. which certifies that said corporation has paid all fees due to the State of Florida Department of State and its status is active and a current Certificate Of Authorization issued by the State of Florida Department of Professional Regulation must' be provided for every corporation, partnership or association offering engineering, or architectural services in compliance with the following as applicable: S. 471.023, F.S., engineering and s. 481.219, F.S., architecture. Additionally, each individual participant of the consulting team including any member of a corporation, professional corporation, limited partnership, firm or joint venture must provide a Y� current Certificate of Registration or License in accordance with the following as applicable: s. 471.015, F.S., engineering and s. 481.213, F.S. architecture. 10 97- 476 Consulting teams which include individuals or corporations which are engaging in a joint venture for purposes of participating in the Project must submit copies of the joint venture agreement which must minimally establish the nature of the enterprise to be undertaken, its scope, extent, and duration; the identity of the parties to the joint venture including names, addresses, and other information such as articles of incorporation of a corporate party and current certificate of status for the same; areas of professional responsibility on the Project of each party and the basis on which fees and profits will be distributed. Materials other than those requested in this document will not be considered and may not be submitted at any time during the selection process. Additional materials may be solicited from teams selected to make presentations. Proposers shall ensure that all forms and documents are correctly prepared, completed, signed and/or updated specifically for the Project. Please check all copies of the submissions to ensure the inclusion of all documents. Conflict of Interest If any individual member of a consulting team, or an employee of a consulting team firm, or an immediate family member -of the same is also a member of any -board, commission, or agency of the City of Miami, that individual is subject to the conflict of interest provisions of the City Code. Section 2-302 of the Code states that no City of Miami officer, official, employee or board, commission or agency member, or a spouse, son, daughter, parent, brother or sister of such person, shall enter into any contract, transact any business with the city, or appear in representation of a third party, before the City Commission. This prohibition may be waived in certain instances by the affirmative vote of 4/5 of the City Commission, after a public hearing, but is otherwise strictly enforced and remains effective for two years subsequent to a person's departure from City employment or board, commission or agency membership. This prohibition does not preclude any person to whom it applies from submitting a bid or proposal. However there is no guarantee or assurance that such person will be able to obtain the necessary waiver from the City, even if such person were successful in the bidding or Request for Qualifications Process. a Some of the boards, etc. to which this prohibition applies include but are not limited to: the Heritage and Environmental Preservation Board, Off -Street Parking Board, Zoning Board, Code Enforcement Board, Waterfront Board, Bayfront Park Management Trust, Downtown Development Authority Board and the Miami Sports and Exhibition Authority Board. JA letter indicating a conflict of interest for each individual to whom it applies shall accompany the submission package. The letter must contain the name of the individual who has the conflict; relative(s), office, type of employment or other situation which may create the conflict; the board on which the individual is or has served and the dates of service. 11 97- 476 A. Contents of Subirrissiorr: (i) A letter of interest, addressed to: Jack Luft, Director Department of Planning and Development City of Miami -� 444 SW 2nd Ave, Third Floor Miami, Florida, 33130 clearly describing the consulting team and its interest in performing the required professional services. ,..� (ii) Narrative: A brief description of the methodology and approach to be utilized in this project, innovations and /or creative solutions previously used or proposed; conceptual timeline; other features of the team and its members that warrant separate mention. (iii) Standard From 255 for the entire consulting team (blank form 255_attached).-.-.. (iv) Standard Form 254 for each firm (blank form 254 attached). (v) The Team Identification Form which is attached. (Composition of the team must include all required expertise). 1 (vi) Corporations and professional corporations must submit Articles of Incorporation and all amendments thereto, and a current Certificate of Status. Limited Partnerships must submit a jCertificate of Limited Partnership as amended or restated, and copies of the current annual report 1 filed with the Department of State. Joint ventures must submit a copy of the joint venture agreement and corporate documents as required for individual participants in the joint venture. J (vii) Individual engineers, architects and landscape architects must submit a current Certificate of Registration or License and corporation or partnerships must submit a current Certificate of i Authorization. J (viii) The Previous Professional Agreements/Services Form which is attached. (separate form for 1 each firm) I. (ix) The Personnel Form which is attached I J (x) The Previous Relevant Experience Form which is attached. (xi)Minority/Women Business Registration Affidavit as proof of minority/women firm preregistration with the City of Miami, Office of Minority/Women Affairs. (Separate affidavit for each firm.) -� 12 i 97_ 476 a. (xii) Minority/Women Status and Information Sheet which is attached. (separate form for each firm.) (xiii) Affirmative Action Plan, for each firm ,a sample which is attached. (xiv) Letter indicating conflict of interest, if any, for each individual to whom it may apply. (xv) Fee Information: The City's policy is to contract for design and construction administration services on a lump sum, flat fee basis. You are requested to provide a letter stating that this method of payment would be acceptable to your firm. Additionally, provide a document depicting the proposed fee distribution of professional fees among consulting team members. (xvi) Primary Office Location Affidavit (xvii) Debarment and Suspension Form IV. SUBMISSION REQUIREMENTS: }' A. Submission Procedures: I The procedures related to the delivery of a complete proposal Submission package shall be as follows: i 1. One proposal submission package consisting of. - one M original 14 (1) complete copies of bound proposals in an 81/2 " x I V format. f 2. Each proposal must be marked: j "Professional Services Watson Island Aviation and Visitors Center Project" 3. The proposal submission package shall be received at: Office of the City Clerk ,.� City of Miami City Hall (First Floor Counter) 3500 Pan American Drive Miami, Florida 33133 4. The proposal submission package shall be delivered by: No later than 11:00 a.m. Friday, June 27,1997 13 97- 476 r w.. , IThe time deadline and proposal receipt location shall be strictly adhered to by the City. Submission packages shall not be accepted after the submission time or at any other location. The City Clerk's clock will be used to establish the official time of submission. V. CONSULTANT SELECTION PROCESS AND EVALUATION CRITERIA: In accordance with Florida Statutes Section 287.055, City of Miami Code, Section 18.81 and Chapter 18. Article IV, the consultant selection process will be carried out in three sequential phases: A) Certification B) Initial Evaluation C) Presentation and Interview It shall_ be noted that the public shall not be excluded from the proceedings of the certification and selection committees, and the meetings of said committees shall be advertised. A. Certification Pl:ase: IDuring, this process a certification committee consisting of a registered architect, a registered engineer, and a representative of the City department administering the project, will review each submission for 1 compliance with the submission requirements of the Request for Qualifications, including verifying that + each submission includes all of the documents required in Section III, "Submission Requirements". In addition, the certification committee will ascertain whether the professional services provider is qualified to render the required services according to the requirements and regulations of the applicable State legislation. The members of the certification committee will determine that the teams presented in each proposal Ifavorably demonstrate the following: (i) Capability and adequacy of personnel for the Project. (ii) Good past performance in administration and in cooperation with former clients and contractors. j (iii) Performance in meeting time schedules and budgets. J (iv) Past record and experience. Prior to review by the certification committee, staff from the Department of Planning and Development may contact one or more of the contact persons indicated on the Previous Relevant Experience Form for a brief interview on the team's past performance. The results of that interview, and the contact person's response to the issues included above will be provided to the certification committee as input in addition to that provided in the proposal. J 14 97- 476 0 Teams which do not meet one or more of the above criteria shall be eliminated from the selection process at this point. Teams which meet these and the previous requirements will be certified for the Project. The names of the certified teams will be provided to the consultant competitive selection committee, along with the corresponding proposals. Note: If a team has been previously certified by the Florida Department of Transportation or State -�� General Services Administration, and provided that there has been no change in technical or professional personnel since the date of said certification, the City may accept this as prima facia evidence of certification. B. Initial Evaluation ("Short -listing") Phase: j The consultant competitive selection committee, established in accordance with City of Miami Code Section 18.81 will receive the submission packages of the certified teams in preparation for making their ii initial evaluation, and holding the presentations and interviews. :.J Prior to discussions related to the proposals and voting, the competitive selection committee will establish a maximum number of teams which maybe "short-listed" for the next phase of the selection process. The actual number, which must be at least three, unless otherwise warranted by circumstance, may be less • than the maximum if a substantial disparity occurs between the ranked scores of the teams that fall within the maximum range, after scoring. The general criteria and their respective values to be used by the competitive selection committee for i evaluating each proposal at this stage fall into four general areas: 1. Professional Experience and Qualifications Value 40 points 11 (a) Qualifications and experience of the prime and subconsulting firms as it relates to Iprojects of similar complexity and scope. (b) Specific experience of the prime and sub -consulting firms in feasibility planning and design of and/or management of airport, heliport, and seaplane facilities 2. Capability and Size of Team Value 40 points (a) Qualifications and experience of project managers, team members and professional consultants. (b) Number and organization of individuals assigned to the Project. - 3. Location of Offices Value 10 points (a) Four (4) points will be awarded if the offices of the prime consultant are located in the City of Miami, two (2) points located in Dade County. 15 97- 476 MUM. I (b) Up to three (3) points if offices of the subconseiltant(s) are located in the City of Miami, one point if located in Dade County. 4. Minority/Women Participation Value 10 points (a) For the purpose of proposal evaluation, five (5) points will be awarded to teams who include minority/female-owned firms as the prime. Up to three (3) points will be awarded to teams who include minority and/or female -owned subconsulting firms. Up to two (2) points will be awarded to teams who have key professional staff members who are minorities and/or females assigned to key positions on the Project. Each competitive selection committee member will score each team based on a maximum of 100 points and then rank them, giving'the team with highest score the rank of one (1). All the competitive selection committee members ranked scores are then compiled and at least the top i three (3) teams will be invited to make a presentation and be interviewed. Ranking and scores do not carry over into the next phase of the process. Those teams selected ("short-listed") to make presentation will be contacted by City staff at least three (3) calendar days prior to the presentation and interview. C. Presentation and Interview Phase: The Selection Committee, in completing its evaluation of each proposer, shall consider all written material submitted with the proposal, as well as the information presented during this Presentation and Interview Phase. Unless otherwise notified, all presentations and interviews will be held in the Committee of the Whole (C.O.W.) Room, City of Miami, City Hall, 3500 Pan American Drive, Miami, Florida, 33133, (305)416-1435. The specific time and date of each presentation and interview will be indicated upon the notice of short -listing status, and related public notice. It is strongly recommended that the project manager representative of each firm and/or area of expertise indicated in the team's proposal be present and participate actively in the presentation and interview. Unless specifically requested by the City, no written material shall be given to the competitive selection committee, by or on behalf of the team during this phase of the selection. The total time allocated to each team will be limited to 30 minutes, allowing 20 minutes for the I presentation and 10 minutes for the interview. Each team is responsible for bringing its own equipment including slide projector(s), stands and easels, if so desired. Wall surfaces are not tackable. The team's presentation shall briefly but effectively address the Evaluation Criteria for this RFQ given below. The Team may present recent projects involving all significant members of the consulting team 16 IJ 97- 476 I which closely relates to the subject Project. Each project's overall development plan, design, users and 1 operational constraints should be clearly described. i It is not intended nor acceptable that the team solve any specific problems, provide consulting services, discuss or display any type of design ideas or drawings, slides or photographs of the Project at this time, but rather that the competitive selection committee be presented with information about how the entire team would function on the Project. After the presentation, interviews and committee discussions, each competitive selection committee { member will score each team and then rank them, giving the .team with the highest score the rank of 1. Prior to the presentations and interviews, the competitive selection committee will have established a method of breaking ties and reevaluating firms when the ranked scores of the top three teams are less than three points apart. 1 The final top three teams will be recommended to the City Manager for submission to the City ! Commission, for authorization to negotiate and execute an agreement, beginning with the team ranked first. EVALUATION CRITERIA VALUE I. Professional Experience 20 points A. Years in business as firm (both prime & subconsultants) B. Years in field - key personnel C. Previous experience of prime & subconsultants with: 1. Projects of similar size, scope, comple, .ity (both feasibility and/ design) 2. Projects dealing with aviation, seaplane, and/or heliport facilities 3. Projects requiring MULTI -USE AVIATION FACILITY MASTER PLANNING 4. Projects requiring MULTI -USE AVIATION FACILITY DESIGN D. Success in meeting project budgets and deadlines E. Previous team member collaboration ✓ II. Project Specific Experience 10 points Previous responsible experience of prime and/or subconsultant in preparing MULTI -USE AVIATION FEASIBILITY, MANAGEMENT AND OPERATING 1 PLANS i III. Capability 25 points y1 A. Number, qualifications & experience of personnel assigned to project B. Recent, current and projected workload of team members & assigned staff C. Willingness & ability to meet restrictive deadlines and budgets J D. Organization of team, distribution of fees E. Availability and convenience of support personnel & other resources F. Relative communication and location convenience between team members, key personnel & City 17 .J 97- 476 j u IV. Creativity, Skill and Methodology 25 points A. Demonstrated creativity and skill in similar past projects B. Scope and suitability of proposed activities to be undertaken C. Conceptual time line for completion of tasks D. Summary of procedures, methods utilized by team l l V. Minority/Women Participation 20 points A. Distribution of fees to minority and/or women -owned firms -7 B. Minority and/or women -owned firms as prime consultant C. Significant participation of minority and/or women -owned firms as subconsultant(s) D. Minority and/or female professional personnel assigned to key positions in 1 project TOTAL - — 100 points The following additional criteria may be used at the discretion of the Selection Committee and as tie -breakers, and are intended for use ONLY WHEN ALL OTHER QUALIFICATIONS ARE EQUAL I. Local Preference 15 points a) Up to 6 points if offices of the prime consultant are located within the City of maximum Miami; up to 3 points if located within Dade County i b) Up to 4 points in offices of the subconsultant(s) are located within the City of Miami; up to 2 points if located within Dade County 10 points II. Prior Contracts with City: To affect an equitable distribution of work among maximum qualified providers, deductions may be made on a per contract or dollar volume basis a .-J 1 18 _J 97- 476 VI. CONSULTANT SELECTION PROCESS TENTATIVE SCHEDULE June 30, 1997, Morning Certification committee convenes June 30, 1997, Afternoon Initial Evaluation: competitive selection committee convenes to create "short-list" of teams for presentation and interview phase .s� July 3, 1997 Presentation and Interview: competitive selection committee convenes for presentations and interviews._.._._.._ .. __._ ...._.._. _ Of j July 10, 1997 City Commission considers the City Manager's recommendations of the most qualified teams and City Manager's recommendation to execute negotiated agreement VII. PROFESSIONAL SERVICES AGREEMENT CONSIDERATIONS Negotiations with the team ranked first by the City Commission will commence as soon as possible after the City Commission makes its decision. A breakdown of tasks associated with the Project, estimated staff time involved in each task and the resultant percentages of principal/professional/technical support time and their respective hourly rates will also be required during these negotiations. Principals of the teams being considered are encouraged to review a standard City of Miami Professional Services Agreement. Professional liability insurance and project specific insurance will be required through an -� acceptable carrier for the duration of the Project. For their own protection consultants are also encouraged to maintain coverage for minimum of five years after completion of construction. Minimum coverage amounts will be determined by Mario Soldevilla, Risk Management Administrator, City of Miami, Department of Risk Management and will be available upon request. Requests should be made to Mr. Soldevilla at (305)416-1700. i _J 19 _J 97- 476 VIII APPENDIX: REQUMED DOCUMENTATION AND REFERENCED LEGISLATION 20 07- 476 ...-..-i STANDARD Architect -Engineer Form Approved FORM (SF) and Related ervices OMB No. 9000-0004 254 Questionnalre Puhlic reporting burden for this eoliecilon bf hiormallon Is estimated to average It hour per response. Including ilia lime for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the colkellon of informallon. Song comments regarding this burden estimate or any other aspect of this collection of isformal)on. including suggestions for reducing this burden, to the FAR Secrelariat (VRS), Olf)ce of Federal Acquisition and Regulatory Policy. GSA, Washington, D.C. 20405, and to the Office of Management and Budget, Paperwork Redmalon Prolect (9000-0004). Washington. D.C. 20503. )Pit!'pOeBi The policy of the Federal Government in acquiring architectural, engineering, land related professional services is to encourage firms lawfully engaged in the practice of those professionstosubmitannually astatementofqualifieationsend performanoadata. Standard Farm 254, "Architect -Engineer and Related Services Questionnaire," is provided for that purpose. Interested A-B firms (including new, small, and w minority firms) should complete and file OF 264's with each Federal agency and with appropriate regionalardistrict offices for which theA-E iaqualifiedto perform services. The agency head for each proposed prgject shall evaluate these qualification resumes, together with any other performancedatn on fileor requestedby the agency, in mlatioi n to the propoeed prcdect. The SF 254 may be used as a baste for selecting firms for discussions, or for screening firms preliminary to inviting submission of additional information. Delinitlons: "Archlitect-Eoglneer Services" are defined in Part 38 of the 11?0 erial Acquisition Regulation. "Pareat Company" is that firm, company, corporation, association' or conglomerate which is the major stockholder or highest tier owner of the firni completing this questionnaire; i.e., Firm A is owned by Firm B which is, in turn. a subsidiary of Corporation C. The "parent company" of Finn A is Corporation C. ' "Principals" are those individuals in a firm who possess legal responsibility for its management. They may be owners, partners, corporate officers, associates, administratora, etc. "Discipline," as used in this questionnaire, refers to the primicry technological capability of individuals in the responding firm. possession of an academic degree, professional registration, certification, or extensive experience In it particular field of practice normally reflects an individuare primary technical discipline. °'Joint Veetwre" is A collaborative undertaking by two or more firms or individuals for which the participants are both jointly and individually reepo.*ble, "Consultant." as used in this questionnaire, is a highly specialized individual or firm havingsignificant input and responsibility farcertainaspects of a projocaand possessing unusual or unique capabilities for assuring success of the finished work. '•Prinse" refers to that firm which may be coordinating the converted and complementary inputs of several firms, individuals or related services W produce a completed study or facility. The "prime" would normally be regarded as having full responsibility and liabil ity for quality ofperformancebyitselfes well as by subcontractor professionals under its jurisdiction. USN 7640-01-162-9073 Previous edition not usably', "Branch Offlos" is a satellite, or subsidiary extension, of a headquarters office of a company, regardlessof any differences in narno or legal atmaure of such a branch due to local or state laws. "Branch off ices" are normally subject to the management decisions, bookkeeping, and policies of the main office. Instrucliotas for Filing (Numbers below correspond to numbers contained in form): 1. Type accurate and complete name of submitting limn, its address, and zip code. In. Indicate whether form Is being submitted in behalf of n parent firm or a branch offtcs. (Branch office submissions should list only personnel in, and experience of, that office.) 2. Provide date the firm was established uiu]er the name shown in question 1. 3. Show date on which form is prepared. All information submitted shall be current and accurate as or this data 4. Enter type of owvnerahip, or legal structure, of firm (sole proprietor, partne"WA corporation, joint venture, etc.). Check appropriate bones (nd➢ratiag if flan is (a) a small business concern; (b) a saw] business concern owned and operated by socially and economically disadvantaged Individuals; and (e) Women -owned (See 48 CFR 19.101 and 52,219-9). 6. HTmnehesoftrubaidiaEasof large or pinrentcom1wmies, or conglomerates, should insert name and address of highest -tier owner. 5a. If pnwent first lathe euoeeasor for oroutgmwth or, one or more predecessor rime, shots name(s) of former entity6m) and the yearns) of their original establishment, 6. List not more than two principals from submitting firm who may be contacted by the agencyreceivingthisforat. (Different principals maybe listedonforms goingtoanotiter agency.) Listed principais must be empowered to speak for the firm on policy and contractual matters. 7. Beginning with the submitting office, list name, location, total number of personnel, and telephone numbers for ail associated or branch ollices, (including any headquarters or foreign offices) which provide A-E arid related sesvicee. 7a. Show total personnel in ell offices. (Should be sum of all personnel,all branches.) S. Show total number of employees, by discipline, in submitting oflles. (*Irform is being submitted by main or headquarters office, firm should list total employees, by discipline, in all offices.) While some personnel maybe qualified in several disciplines, each person should be counted only once in accord with his or her primary funcilan. Include clerical personnel as "administrative." Write in any additional disciplines--eociolog(sts, biologies, ate. and number of people irreach, In blank spaces. 254-104 STANDARD FORM 264 (Rev. 11-021 Preocribsd by 08A - FAR foe CFR) $3.238.-2(b) C.0 Ir. 0 STANDARD Architect -Engineer FORM (SF) and Related Services 254 Questi6nneire 9. Using duet (below) insert appropriate indez number to indicate range of professional services fees received by submlttingfiroieach ralendaryear forlast flveyears, nwat recent year first. Fee w mmariee should be brokendown to reflectthe feeareeeived eackyear for (a) work perfarmed directly for the Federal Government (not including grant and loan projects) or as s sub to other professionals performing work directly for the Federal Government-, (b) all other domestic work. U.S. and possession, including Federally -assisted projects, and (c) all other foreign wmrk. Ponnew of Professional Sex ew Fees 1KDF.X .INDEX 1. Less than $100,000 b.; it mWion to $2 million . 2. $100,000 to $250,000 6 $2 million to 15 iaf)iion a, $260,000 to $500.000 7. $,5 million to 410 motion 4. $W0,000 to s1 million & $10 million or greater 10. Select and enter, in numerical sequence, not more than thirty (30) "Experience Profits Code" numbers fm m the listing (next page) which most nocurately reflect submittingfirm's demonstrated technical capabilities and prg t experience. Caremly aaview Ilst. (It is recognized some profde codes may be part of other services or prgjecta eontainedon list. firma am encouraged to velect profile codeswhich lest indicate type and amps ofservfcesprovidedanpeAprojects.) Fereachcode number, shewtotalnumber or patpacts and gross fees (in thousands) received for profile projects performed by firm duringpost fewyears. if firm hasoneaemorecepebilities rwt included 6n list, insertsame in blank spaces at end of list grad chow niwnberm its question 10 on the form. In such eases, the filed -in tinting anal accompany the complete SP 254 when submitted to the Federal agencies, ILL Usingthe"E mrieneePm ilsOode"numbersinthesamesequenceasenteredinitem 10,give deUWa ofat least one recent (vrithin last iiveyears) representative project for each code number, up to a maximum ofthirty (30) separate prgjacta, or portions of prgjeds, for wbia firm was responsible. (Project examples may be used more than once to illustrate different services rendered on the same job. Example: a dinW hell may be part of an auditoriumoreduratimnalfadlity.) FirmswhichoWeetimthanthirty"praflIeeodes"me(y listtwoormom prgjectexamples (to illuetratespecialization) foreech code number solong as total of ail project examples does not emceed thirty (30). After each code number in . question 11, show: (a) whether firm was "P," the prime professional, or "G," a consultant, or " 8V," part of a joint venture on that particular project (runs firms, in existence lose than Sroe (b) years may use the symbol "IE" to indicate "Individual Experience" as opposed to firm experience); (b) provide runs and location of thespeciiic project which typifies flrm'a (or individual',) performance under that code category, (e) give name and address of the owner of that protect (if glwennment agency indicate mapmneible office). (d 1 show the estimated construction coat (or other applicable cost) for that portion of the project for which the firm was primarily responsible, (ftere no construction was involved, show approaomatecost of firm's workh and (e) stateyear work an that particular project was, or will be, completed. 12. The empleted BF 254 should be signed by o principal of the firm, preferably the chief emecutive gihicer. 13. Additional data, brochures, photos, etc. should not accompany this form unieas specifically regneeted. NEW FER MS (not reorganized or recently-anudgarvated firma) are eligible and encouraged to meek work from the Federal Government In conneeNan with performance of projects for which they am qualified. Such Arms ae+e eaoouragBd to complete and sabnrit Standard Form 254 to appropriate agencies. Questions onthe foratdealingwith personnel oarex"riencemaybe answered by citing experience and eapabilitlss of individuals in the Arm. bused on performanos and responsibility while la ibe employesofothers. In so doing,notationotthis fuctabouldbe made ou tine form. In question 9,wrhte In "N/A" to indicate "not applicable" for those years prior to firm's organisation. STANDARD FORM 254 PAGE. 2 rsa�v ir•o�� .. ... _...w, ..11_11 _..,.r...:, Experience Proille Code Numbers for use with questions 10 and 11' 001 Accusiloe, Nalse Abatement 002 Aerial Photogrammatry . 003 Agricultural Development; Grain Storage; Farrn MeohanitaWn 004 Air Pollution Control 005 Airports; Navalds: Airport UgMInQ; Aircraft Fueling 009 Airports. Terminate 16 Hangers; Freight Handling 007 Arotb Facilities 008 Auditoriums 8 Thsairat 000 Automation. Controls; instrumentation 010 Barracks; Dormitories Oil Bridge& 012 Cemeteries (Planning 8 Refecation) 013 Chetnlcel Processing & Storage. 014 Churches: Chapels 013 Codes: Standards, Ordinanass 016 Cold Storage; Relrtgeratlon; Fast Freeze 017 Commercial Building (low rise); Shopping Centers 018 Communications Systems: TV: Microwave 019 Computer Faellitlee: Computer Service 020 Conservation and Resource Management 021 Construction Management 022 Corrosion Control: Cathodfc Protection; Electrolysis 023 Lost Estimating 024 Dams (Concrete: Arch) 025 Darns (Earth: Rock); Dlk*e: Lavese 026 Desalinization (Process E Facilities) 027 Dhh2 Halle; Clubs; Restaurants 028 Ecological & Archeological Investigations 029 Educational Facilities; Classrooms 030 Electronics 031 Elevators: Escalators; People -Movers 032 Energy Conservation; Now Energy Sources 033 Environmental Impact Studies, Assessments or Statements 034 Fallout Shelters: Blast -Resistant Design 035 Field Houses; Gyms: Stadlums 035 Fin Protection 037 Fisheries; Fish Ladders 035 Forestry & Forest Products 039 Garages. Vehldxe Maintenance Faolotlss; Parking Oacke 040 Gas Systems (Propane; Natural. Etc.) 041 Graphic Design 042 Harbors; Jetties; Piers, Ship Terminal Facilities 043 Heating; Ventilatktg; Air Conditioning 044 Health Systerna Planning 045 Hlghrlse; Air -Flights -Type Buildings 045 Highways: Streets; Airfield Paving Parking Lots 047 Historical Preservation 049 Hospital 8 Medical Facilities 040 Hotels; Models 050 Housing (Residential. Muftl-Famlly: Apartments: Condorafnlums) 051 Hydrauaco d, Pneumatics 052 Industrial Buildings; Manufacturing Plante 053 industrial Processes; Ouality Control 054 Industrial Waste Treatment 055 intertor 0oslgn; Space Planning 058 Irrigation; Drainage 067 Judicial and Courtroom FaclEtles 056 Laboratories; Medical Research Facltrtles 059 Landscape Architecture 050 Libraries: Museums; Galleries 061 Lighting (lnterfors: Display: Theatre. Ere.) 062 Llghting (Exteriors: Steeart: Memorials: Athletic Fields, Eta.) 053 Materials Handling Systems. Conveyor; Sortere 054 Metallurgy 055 Microclmatology; Tropical Engineering 006 Military Design Standards 067 Mining S Mineralogy 060 Missile Facilities (Silos; Fuels; Transport) 089 Modular Systems Design; Pre -Fabricated Structures or Components 070 Naval Architecture; ON -Shona Platforms 071 Nuclear Facilities; Nuclear Shielding 072 Office BuNdings: industrial Parks 073 Oceanographic EngIneering 074 Ordnance; Munitlons; Special Weapons 07S Potroleurn Exploration; Refining 070 Petroleum and Fuel (Storage and Dlatrib"llon) 077 Pipelnes (Cross -Country - Liquid $ Gas) 078 Planning {Community, Regional, Areawlde and State) 079 Planning (Site. Installation, and Project) 080 Pluambing 5 Piping Design 001 Pneumetlo Structures. Air -Support Buildings p02 Postal Faciitles 303 Power Generation, Transmission. Dlstrtxgon 084 Prisons & Correctional Facilities 085 Product, Machtni S Equipment Design Ogg Rader; Sonar; Radio & Radar Telescopes 067 Railroad; Rapid Transit 000 Recreation Facilities (Pants, Marines, Etc.) 0a9 Rshablltatloh (Bulldfngt; Structures; Faclffttes) 090 Resource Recovery; Recycling 091 Radio Frequency Systems a Shieldinge 092 Rlvere; Canals; Waterways: Flood Control 093 Safety Engineering: Accident Studies; OSHA Studies 094 Security Systems; Intruder & Smoke Detection 095 Salsmlo Designs S Studies 095 Sewage Collection, Treatment and Dlsposat 097 Solis 3 Geotogic Studies: Foundations 098 Solar Energy Utilization 099 Sold Wastes: Incineration: Land Fill 1ti0 Special Environments: Clean Rooms, Etc. 101 Structural Design: Special Structures 102 Surveying: Platting; Mlapping: Flood Plain Studies 103 Swimming Pools 104 Storm Water handling & Facilities 105 Telephone Systems (Rural: Mobile: Intercom, tiro.) 108 Testing & inspection Services 107 Traffic b Transportation Engineering 105 Twomrs (Sell -Supporting ti Guyed 5ystoms) 109 Tunnels & Subways 110 Urban Renewals: Community Development 111 Utlllties (Gies 8 Steam) 112 Value Analysis; Life -Cycle Costing 113 Warehouses & Depots 114 Water Resources; Hydrology; [around Water 115 Water Supply; Treatment and Distribution 116 Wind Tunnels: Researoh/Testing Facilities Osslgn 117 Zoning: Land Use Studies 201 202 20$ 204 205 STANDAiRt1. FORM 254 FACIE 3 IREV. 11-021 N 1. Firm Natne/Business Address: 2. Year Present Firm 3. Date Prepared: STANDARD Established. FORM (SF) 4. Specify type of ownership and check below, if 5/� `!r applicable. Architect -Engineer and Rotated Services B. Smell 131sadvanta d Business Questionnaire C. Woman -awned Business ta. Submittal is fOr ❑ Parent Company ❑ Brunch or subodiary Office 5. No of Parent Company, if any: So. Former Parent Company Narne(s), If any, and Year(s) Established: G. Names of not more than Two Principals to Contact: Title/Telephone 1) . 2) 7. Present Offices: City l State ! Telephone ! No. Personnel Each ONlce ?a. Total Personnel B. Personnel by Discipline: (List each person only once, by primary function.) A"nistrative Electrical Engineers Oceanographers .--- Archltecta Estimators Planners: Urban/Regional Chemical Engine" GOClogists Sanitary Engineers Civil Engineers Hydrologists Solis Engineers Construction Inspectors Interior Designers Specification Writers Draftsmen Landscape Architects Structurat Engineers Ecologists Mechanical Engineers Surveyors Economists Mining Engineers Transportation Engineers 9. Summary of Professional Services Fees Lest 5 Years (most recant year first) of rProfessbnel Senaloss Feesrst} INDEX Received: (Insert index number) 1. Lose than $100,000 19 19 19 19 19 2. $100.000 to 112e0.000 Direct Federal contract work, incitldlng overseas 3. 0.000 to 3500.000 4, ;590.0on to it million All otter domestio work Sr St mllAon to 42 mllgon All other foreign work' S. $2 million to $5 Millan 'FIrm Interested In foreign work, but without such experience, check here: ❑ 7, 55 n-Mon to $10 mlIVIon a, slomlllon or realer R 71. Mf�n V•� r•.r...w -...w rnr.r n ,..,-., .. � . 10, Prof Ile of Firm's Project Expbrienoe, Last 5 Years Profile Number of Total {cross Fees Profile Number of Total Gross Fees Profits Number of Total Gross Fees Code Projects ((n thousands) Code Projects (in thousands) Code Projects (In thousands) 1) 11) 21) 2) 12) 22) 3) 13} 23) 4) 14) 24) 5) 15) 25) 6) 16) 26) 7) 17) 27) 6) is) 28) g) 19) 29) 11. Pf9ject Examples, Lost 5 Years Completion Profile Cade � J . ' r ' M o v JY, or iE Project Name and Location 1 Owner Name and Address Cost of Work do ihousen orate Estimated or Eaiimnted 1 2 3 4 5 6 7 anrwn fw"pult.PO W-N%%AGY %"&v. 11-VGI FCq 0. 0 10 it 12 13 14 15 16 17 is bl^NVAIMO FORM 254 PAGE 6 fPFV. 11-421 vol.4, l" t 2D 21 22 23 24 26 26 27 26 29 - io 12. "a foregoing �s a statement of facts Slonature: Typed Name and Title: Date., 0 ror rY by Iba Us. oaysram", P44ftf ORtoa firAdAlOO ant d Dommon1m, hW) BUIC a!' w. NaaWedlnn, 00lMamn STANDARD P%9 %A 111 Lr,%#L—&l IVIN UPI FORM (SF) and (Related Servi 255 Questlonnalre -for Specific "eot Form Approved OMB W. 9000-0005 Public reporting burden for this collection of Information Is estimated to average 1.2 hours per response, including the time for reviewing Instructions, searching exialing data sources, gathering and maintaining the data needed, and completin4and reviewing the collection orinformation. Sand commen 15 regarding Ihis burden estims le or any other aspect of this collectlort of information, Including suggestions for reducing this burden, to the F4%K Seatelarial (VAS), Office of Federal Acquisition and Regulatory Policy, GSA, Washington, D.C. 20405; and to the Office of Management and Budgei, Paperwork Reduction Project (9000-0005), Washington, D.C. 20503. This fmm is it supplement to the "`Architect-Fingineer and Related Services Questionnaire" (SF 254). Its purpose is to pmovide additional information regarding the qualifications of interested firths to undertake a specific Ptederal A-$ pr(tect. Amer or branch offices of firms, submitting this form should enclose (or already have on file with the appropriate office of the agency) a current (within the pastyear) and anewate copy or" BF 254 for that office. The procurement official responsible for each proposed prcpeot may requost irubmianlon efthe SP 255 "Architect-Enginemand Related Services Questionnaire for Specific Prgect" in accord with applicable civilian and military procurement regulations and shall evaluate such tuba i.rsions, as well as related itTaraultion containedon the Standard Fear 2K and anyather pmTerrttance data an file with the agency, and shell select firms for subsequent discussions leading to contras award in conformance with Public Lew 92-582. This form should only be filed by an architect- ngineerorrelatedservicesfirmwhenrequestedtodosobythea ancyorby a public announcement. Responses should be as complete and accurate nos possible, contain data relative to the specific prgect for which you wiah to be t oraidered, and should be provided, by the required due date, to the office specified in the request or public announcement. This form will be used only for the rrpaeiiled pt+ojwL Do not rater to this submitta) in response to other requests or public announcements. Deflnitiot98t "ArcLiteet-Enshwer Services," are defined in Fart 38 of the Fbdarsl Acquisition Regulation. "Prtbeipalla" are those individuals lli a firm who poisees legal respomsibUy far its maoagarnmL They may be owners, partners, corporate offices, associates, administrators, etc. "Wscipline,n an used in thin questionnaire, refers. to the primary technological capability of individuals in the reepunding firm. Possession of on academic degree, professional registration, cenifiration, or extensive experience in a particular field of practice normally reflects an individual', primary technical discipline. ""at Venture" is a collaborative undertaking by two or more firms or individuals for which the participants ere both joitiLly and individually responiEible. "8sy Persons, SperAidisle, and Individual Conn a Il"atet," an used In this questionnaire, refer to individuals who will have MWW.prgjed responsibility or will PkQvidd tmuerusl or woigw capabilities for. the project under consideration. f Rn.•in.-•-J117+� � . -�41ti 255-104 Inalnwiioms for Filing (Numbers below correspond to numbers contained in farm): 1. Give name and location of the prgjeet for which this form is being submitted. 2, Provide appropriate data from the Commerce Busiaraa Daily (COD) Identifying the particular prajeet for which this forth is being fle& 2a. Gieethedate oftheComnumrBusinesebioiiyinwhirhtheproject snnouncement appeared, or indicate "not applicable" (NIA) if the anutre of the announcement, is other than the COD. 2b. Indicate Agency identification or contract number as provided In the COD announcement. 3. Shaw name and address ofthe Individual orfirm (orjointvertture)which isSubmitting this form for the prgjeet. 3s. List the name, title, and telephone number of that principal who will serve as the point of contact. Such an individual must be empowered to speak for the firm on policy and eontrachW matters and should be familiar with the programs and procedures of the agency to which this form is directed. 3b, [live the address of the specifie oiftee which will have t esponeibility for performing theanrurunoed work. 4. Insert the number ofwnsultant personnel bydisciplineproposed for subjectprcpecton line (A). Inert the number of in-house pwimanet by discipline proposed for sub) t project on line (B). While sums personnel may be qualified in several disciplines, each perwri should be counted only once In aeomd with his or her primary funethm. Include clerical personnel as "administrative., Write inany additional disciplines• --sociologists, biologists, etc. -- and number of people In each, in blank spaces. 5. Answer only if this form Is being submitted by a joint venture of two or more collaborating Grins, Shore the names and addresses of all individuals or organiestions expected tube included as partof the joint venture and describe their particularareea of anticipated responsibility (Le., ' technical diticiplines, adniinistration, IIrmnaal, sociological, environmental, etc,). pia. Indicate, by checking the appropriate box, whether this particular joint venture has worked togetber on other ptcdects. Each Grm participating in the joint venture should havers Stendnnf Form 264 on rde with the contracting ofiiee receiving this form_ Firms which do not have such forma on rile should provide same immediately along with a notation at the top of page 2 of the form regarding their association with this joint venture submittal. 13TANDARD FORM 2156 (REv, 11-al 11— ,.:,..4 — ror rAn +-n rani re nOP Ar-, -Ob CT� STANDARD Amhitect- Engineer Standard Form 255 FORM (SF) and Related Services General Services Administration J Questionnaire for Washington, D.C. 20405 Snecific Protect 6. If respondent is not a joint venture, trait intends to scree outside (es opposed to in-house or permanently and formally�Miateii) consultants or sssociates, he should provide names and addresses of all suet! individuals or firma, as well as their particular areas of techinicnVprofewdonal expertise, as it relates to this project. Metence of previauaworkingrelat•ionshipsshould he noted. Ifmorethaneight cutaideaonsultants our associates we anticipated, attach' an additional sheet containing requested informaticm. 7. Regardlessofwhether respondent isnjointventureoranindependentfirat provide brief resumes of key personnel expected to participate on this project. Care should be taken to limit resumes to only those personnel and specialists who will have mEjor project reaponsibilities. Each resume must include^• (a) name death key person and specialist and his or her title, (b) the project assignment or role which that person will be expected to fulfill in connection with this prgjeet, (c) the name of the firm or organization, If any, with whom that individual in presently associated, (d) yearn of relevant experienmwith present firm and otheriirms, (e) the highestacedende degree achieved and the discipline covered (if more than one highest degree, such as two Ph.D.'s, list both), the year received and the particular technicallpmfessienal discipline which that individual will bringtotheproject, (Dif registered ea snarchitect, engineer, surveyor, eta., show only the field of registration and the year that such registration was firstacquired. If registered in several states, do not liststates, and (g) a synopaisofwgxr(ence, traininXorotherquelities which reflectindividual'apotential contribution to this project. Include such data as: faaniliarity with Government or agency procedures, similar type oI work performed in "Past, management abilities, familiarity wil.h the geographic nree,'Wevant foreign language capabilities, etc. Please limit synopsis of experience to directly relevant (.rtforrnation. i R, Listuptotenprgiedswhichdemmuuntetheririrr'sorjolntveature'scompeteneeto perform work similar to that likely to be required on this -project. The more recent swch projects, the better. Prime consideration will be given to prgjects which illustrate reapondent'a capability for performing work similar to that being sought. Required lnformationmuetinclude:(e)nameandlocationofprcdect.,(b)b?iefdewriptionoftype and extent of services provided for each project (submissions by joint ventures should indicate which member of the joint venture was the prime on that particular pr4ect and what role it played), (c) name and address of the owner of that project (if Government agency, indicate responsible otrwe), and name and phone number of individual to contact for reference (preferably the project manager), (d) completion date (actual when available, otherwise estimated), (e) total construction cost of completed ptroject (or where no conametion► was involved, the appraidmate onnst ofyour- work) and that portion of the cost of the project for which the named firm wav(is responsible. 9. Listonlytboseprojeats which the A-E firm or joint venture, or membenofthejaint vwum,arecurrently performing underdisect contract with an agencyor department of the Federsd Government, Factude any grantor loan prc*u beingfiruineed by the Federal Government but being performed under contract to other non-Pedend Governmental entities. Information provided under each heeding is similar to that requested in the preceding item Si except for (d) Veroent Complete." Indicate In this item the percentage of A-E work completed upon filing this farm. 10. Through nartatire discussion, show reason why the firm or joint venWre submitting this questionnaire believes it is gawd0y qualified to tindertaker the project. Infmmation provided should include, but not be limited to, such data as: rgIslatil equipment available for this work, any awnrdsor recognition received bye firm or individuals for similar work, required security clearances, special approaches or concepts developed by the film relevant to this prc jaet, etc. Respondents may nay anything they wish in support of their qualifications, When appropriate, respondents may supplement this proposal with graphic material and photographs which best demonstrate design capabilities of the team proposed for this project. 11. Completed fornisshouldbesigned bythechiefeaecutiveofiiearofthejointvanture (thereby attesting to the ommurrence and commitment of all members of the joint venture), or by the architect -engineer principal responsible far the conduct of the work In the event it is awarded to the organization submitting this form. Joint ventures selected for subsequent discussions regarding this project must make avallablea statement of participation signed by aprincipaiefench memberofthejuint venture. ALL INFORMATION CONTAINED IN THE FORM SHOULD BE CURRENT AND FACTUAL. Q-J C� rn t% c • � i i. •�.. M.�. t11 t 1tH�t fwY t u..tF' f IVFw' � t-M' 1. Project NarinetLocatlon for which firm is Filing: 2s. Commerce Ousthess 2b. Agency Identification STANDARD Datly Announcement Number, if any. FARM (SF) , oate, If any: 255 Architect -Engineer and Related Services Ousstlonnstre for SpeeMb Project 3. Firm (or Joint -Venture) Name r4 Address 3a. Name, Title d, Telephone Number of Principal to Contact 3b. Address of office to perform work, if different from hem 3 4. Personnel by Discipline: (List each person only once, by primary function.) nter proposed consultant personnel to be utilized on this project on line (A) and In-house personnel on line (®) , W tel Administrative im AL_ Electrical Engineers [A1 jH_ Oceanographers lam_ eel W tel - - - _ AMNteots W 1 Estimators (A)_ M31e PWmnsrs: Urbanf Regional fAl tltt_ (A) is)Chemical Englnsere IAI Is) I61 Let Sanitary Engineers 1At [el (A) _ Li CIWI Engineers JAI 101 Hydrologlete 1Ati 151 SoNs Engineers W tel W ref construction inspectors (A) �_ Interior Designers (A) (a) Specification Wrlfere IA) let Wes_ tsI Drafterren tA1 ce1 Landscape Architects ,IAA_ (51_ Struaturat Engineers 9A) (01 (A) to) Ecologists tAI [B) MechWeal Engineers tA) _ �s _ Surveyors (A) [et W 0e1 Economists (Al let reining Englneare IA) ink_ Transportation Engineers W (Q) Total Personnel gt H submittal is by JOINT —VENTURE list participating firms and outline specific areas of responsibility (including administrative, technical and financial) for each firm: (Attach SF 254 for each if not on file with Procuring Office.) • 1 5a• Has this .faint -Venture previously worked together? 11 Yes ❑ No STANDARD 1`014M zee rAliE a (REV. It-42 ems. Ll 6. It respondent Is not IsJoint-vahture, fist outside key Consultants/Associates anticipated for this project (Attach SF 254 for Consultents/Assoclates listed, If not already on file witt, the Conimetina Office) Name a Address Specialty Worked with Pdme before (Yes or No) 2) 3) 4) 5) I 6) $TAN DAND FORM 265 PAGE 4 7. Brief resume of key persons, specialists, and individual consultants anticipated for this project. e. Name & Title: a. Name & Title. b. Project Assignment: b. Project Assignment: C. Name of Firm with which associated: c. Name of Firm with Which associated: d. Years experience: With This Firm....... With Other Firms.... ........ d. Year experience: With This Firm.. ....... With Other Firma..... •.. e. Education: Degree s)/Year/Speclalization e. Education: Degree (a)!Year/Specialization f. ActNe Reigistration: Year First Registered/Discipline L Active Registration: Year First Registered/Discipline g. Other Experience and Qualifications relevant to the proposed project: g. Omer Experience and Qualifications relevant to the proposed project: STANOAAD FORM 255 PAGES fREV. II IF f� 6 W1. 7. Brief resume of key persons, apeciall5ti, and Individual consultants anticipated for this project. a. Name 4i Title: a.' Nerne & Title:. b. Project Assignment: b. Project Assigrwnent, c. Name of Firm with which associated: C. Name of Firm with which associated: d. Years experience. With This Firm....... With Other Firms........ d. Years experience, With This FI(m ....... With Other Firms........ a. Education; Degree (a) /YewiSp6clalizailon e. Education: Degree (a) /YeadSpecializatiDn L Active Registration. Year First RegisteredrDisciplins L Active Registration: Year First Registered/Discipline g. Other Experience and Qualifications relevant to the proposed project: g. Other Experience and Qualifications relevant to the proposed pr.ojoct:. W 7. Brief resume of key persons, specialists, and individual consultants anticipated for this project. a. Name & Title: a. Name & Title: b. Projecl Assignment: b. Project Assignment: c. Name of Firm with which associated: c. Name of Firm with which associated: d. Yeats experience: With This Firm....... With Other Firms........ d. Years experienoe: With This Firm....... With Other Firms........ o. Education: Degree(s)IYear/Specialization e. Education: Degree (a) [Year/Specialization f. Active Registration: Year First Registered/Diacipline f. Active Registration: Year First Registered I Discipline g. Other Experience and Qualifications relevant to the proposed project: g. Other Experience and Ouaiifications relevant to the proposed project: 13TANDARD FORM 295 PAGES (REV. ii aai '�r�. 8. Work by firms or Joint -venture. members which best illustrates current qualifications relevant'to this project (list not more than 10 projects). a. Project Name & Location b. (Nature of Firm's Responsibility c. Project Owner's Name & Address and Project Manager's Name & Phone Number d. Completion Date (actual or estimated) a Esuma ed Cost fin thou ands ErdIrs Prelsct worts For which Firm WasiIs Responsible (1) (2) (3) (4) (5) (7) (9) (10) arAlvYRroV f {IrsM coo crass �ncr, ii-�r�r 9. 41 work by firms or joint- venture members currently being performed directly for Federal agencies. a, Project Name & Locatlan b. Nature of Firm's Respmsibility c. Agency (Romponsift Office) Name and Address end Project Manager.'s Name & Phone Number d. Percent Comp EsIlmated Cost th Thouvwx1el Entire Project Work- For Mali Firm Ie Remponsible STANDARD, FORM 255 PAGE 10 pev.li-w) 10. Use this space to provide any additional Information or description of resources (including any computer design capabilities) supporting your firm's qualifications for the proposed project. 11. The foregoing Is a statement of fqcts. Oster Signewre: Typed Namo and Title, -U.S. CM. 1993-3%1-148 STANDARD FORM 255 PAGE 11 IRFv.11-92) w CITY OF MIAMI CONSULTANT SELECTION PROCESS TEAM IDENTIFICATION FORM Prime Consultant: Name: Address: Contact Person: Telephone: Specialty: Ethnicity: Sub -consultant: Name: Address: Contact Person: Telephone: Specialty: Ethnicity: Sub -consultant: Name: Address: Contact Person: Telephone: Specialty: Ethnicity: 1 of, 2 97- 476 z TEAM IDENTIFICATION FORM Sub -consultant: Name: Address: Contact Person: Telephone: Specialty: Ethnicity: Sub -consultant: Name: Address: Contact Person: Telephone: Specialty: Ethnicity: Sub -consultant: Name: Address: Contact Person: Telephone: Specialty: Ethnicity: d name and title date Signature of Principal Type of Prime Consultant 2 of 2 97- 476 1 CITY OF MIAMI CONSULTANT SELECTION PROCESS PREVIOUS PROFESSIONAL AGREEMENTS/SERVICES A separate copy of this form must be correctly completed for each firm on the team. List all contracts as indicated below, that are or have been active within the last five years, -whether-as a prime or sub-c.o.nsultant with any entity of the City of Miami, including the Of£street Parking Department, Downtown Development Authority and the Miami Sports and Exhibition Authority. Fees must include both received and anticipated. Name of Firma Has your' Firm participated in any City of Miami projects within the last five years? Yes No (please circle one. - If the answer .is no, please sign the form and.include it in your submission. If the answer is yes, please fill out the form, sign,.date and include it in your submission.) Name of Project Administering Dept, Dates Fees The foregoing is a statement of facts. -� Signatu-e of Corporate Officer Typed name and title date or Principal of Firm 1 of 1 97- 476 CITY OF MIAMI CONSULTANT SELECTION PROCESS PERSONNEL FORM " This form must be completed for the entire team listing all members of Staff anticipated to work on the proposed project. Wa I Blame/Firm Professional, Expertise Gender Ethnicity 1 I j 1 i The foregoing is a statement of facts. Signature of Corporate officer Typed name and'title date .1 or Principal of Prime Consultant _ i _1 Of 1 97-- 476 1 . CITY OF MIAMI -�� CONSULTANT SELECTION PROCESS PREVIOUS RELEVANT EXPERIENCE This form must be completed for the entire team listing at, least three.. appropriately related projects: x1 Project Name: 1 Owner/User: Contact Person: -. -- - Telephone:( )_ Budget: Schedule: Scope: - Name of Team Member(s) involved: Project Name: Owner/User: J -Contact Person: Telephone: ( ) Budget: Schedule: Scope: Name of Team Member(s) involved: i I i _J • 1 of 3 97- 476 I r PREVIOUS RELEVANT EXPERIENCE Tp Ij Project Name: Owner/User: Contact Person: _ Telephone:( ) Budget: Schedule: I ( Scope: I Name of Team Member(s) involved: - 1 Project Name: owner/User: 1 ' Contact Person: Telephone:( ) Budget: Schedule: Scope: +' Name of Team Member(s) involved: t -J 2 of .3 97- 476 PREVIOUS RELEVANT EXPERIENCE Project Name: Owner/User: � Contact Person: Telephone:( ) Budget: Schedule: Scope: Name of Team Member(s)• involved: Project Name: Owner/User: Contact Person: Telephone:( Budget: Schedule: Scope: Name of Team Member(s) involved: i The foregoing is a statement of facts. _J Signature of Corporate Officer Typed name and title date 3 of 3 9 ,7 - 476 t "I" r \I MINORITY/WOMEN STATUS AND INFORMATION SHEET 1. Indicate MINORITY CLASSIFICATION OF BUSINESS ENTERPRISE (SUBMITTER/Prime Consultant): [ ] B=Black [ ]H=Hispanic [ ] W=Women [ ]NM=Non-Minority 2. Detail MINORITY/WOMEN PARTICIPATION within your firm, .or .team, as it may apply I . i to the Submission, if awarded: ,. j A. JOINT VENTURE: Provide information regarding Minority/Women firms participation as such, and the extent of participation. j Minority % of Dollar l Firm Name Class Address' Contract Amount B. SUBCONTRACTORS: Provide information regarding Minority/Women firms that j will be subcontractors for this Service, and their extent of the work. Minority % of Dollar Firm Name Class Address Contract Amount [ ] J C. SUPPLIERS:. Provide information regarding Minority/Women firms that will supply you with goods or services for this Service. Minority % of Dollar Firm Name Class Address Contract Amount i D. AFFIRMATIVE ACTION PROGRAM POLICY If existing, date implemented & include a copy of your policy in the Submission " If planned, date of proposed implementation: _J +' PROPOSER: I' SIGNATURE: : FAILURE TO COMPLETE, SIGNAND RETURN THIS FORM MAY DISQUALIFY THIS PROPOSAL. i 97- 476 AFFIRMATIVE ACTION POLICY FOR EQUAL EMPLOYMENT OPPORTUNITY POLICY STATEMENT It is the policy of (Company Name to base, its hiring and promotions on merit, qualifications and competency and that its personnel practices will not a influenced and that its employee's race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. One of the management duties of all principals at (Company Name) is to ensure that the following personnel practices are being satisfied: ! I. Take every necessary affirmative action.to attract and retain qualified employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. 2. Maintain equitable principles in the recruitment, hiring, training, compensation and promotion of employees. 3. Monitor and review personnel practices to guarantee that equal opportunities are being provided to all employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. (Company Name) is committed to take affirmative action and aggressively pursue activities that will serve to enable all employees and applicants opportunities available throughout this organization. Clearly, the above actions cannot be accomplished as a secondary duty for any individual, despite the full support of management. And so, to monitor our efforts, J (Company Name) has assigned one of its principals as the _ Affirmative Action Director to monitor all activities of this program. i Employees may contact (Name of assigned principal) at (telephone number) regarding, Jhis Affirmative Action Policy. Date Signature Title Company: 97- 4"76 0 City of Miami, Florida MINORITYAVOMEN BUSINESS AFFAIRS REGISTRATION AFFIDAVIT Please Check One Box Only [ ] Hispanic [ ] Female [ ] Black [ ] Not Applicable ] If business is not 51% minority/female owned , affidavit does not apply. If not applicable, notarization is not required. f 1 (We), the undersigned agree to the following conditions: 1) that we have read -City Code Sec. 18/Art IVand meet the fifty-one percent (51%) ownership and JI management requirement for minority/women registration status and will abide by all of the policies and regulations governing the City of Miami Minority and Women Business Enterprise Prodedures; 2) that if at any time information submitted by the undersigned..applicant in his/her. Bidder Application should. prove to be false, inaccurate, or misleading, applicant's name will be struck from the City of Miami's "! Master Bidder list with no further consideration given to this applicant; 3) that the City of Miami maintains the right, through award of bid/contract, to revoke the award, should it be found that false, inaccurate or misleading information or a change in the original information have occurred; 4 to notify the City of Miami within thirty .� ) fy ty (30) days of any change in the fum's ownership, control, management or status as an ongoing minority/women business concern as indicated on the Bidder Application, and that the City of Miami, upon a finding to the contrary, may render -a fu-m's registration with the City null and void and cease to include that firm in its registered list of minority and women - owned businesses; 5) that the City of Miami has a right to diligently verify all information submitted by applicant in his/her Bidder Application to monitor the status of the Minority/Women Business Enterprise, once registered; 6) that the City of Miami may share a firm's registration information concerning its minority/women status and its capability with other municipal or state agencies for the sole purpose of accessing the firni'-to their 'II procurement opportunities, unless otherwise specified by the firm in writing. I (We) certify under the penalties of perjury that the information contained in any and all application documents submitted to the City of Miami is correct as per Ordinance No. 10062 as amended. .Firm Name: (If signing as a corporate officer, kindly affix corporate seal) (Name, Title & Date) (Name, Title & Date) I - This application must be signed by at least one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture. NOTARIZATION COUNTY, SS COUNTY OF DADE Date: That: personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced as identification. _.J NOTARY PUBLIC: My Commission Expires: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. 97- 476 7 V � 1 a City of Miami, Florida j J{ PRIMARY OFFICI; LOCATI(?N AFFIDAVIT Please type or print clearly. This Affidavit must be completed in full, signed and notarized only if your primary ofrice is located siithin the corporate limits ofthe City of Miami. Legal Name of Firm: Entity Type: (check one box only) [l Partnership [] Sole Proprietorship [J Corporation Corporation Doc. No: -Date- Established, . Occupational License No: _ Date of Issuance: MEMO 11= PRESENT - ---� Street Address: City: State: How long at this location: ' PREVIOUS - Street Address: City: State How long at this location: . According to Section 18-52.1(h) of the City of Miami Code, as amended: The "City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original. bid amount submitted by the local bidder does not exceed 110 percent of the lowest other responsible and responsive bidder." The intention of this section Is to benefit local bona fide bidders/proposcrs to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of pedury, that the primary office location of our firm has not been established with the sole purpose�of obtaining the advantage granted bona fide local bidders/proposers by this section. Authorize Signature Print Name (Corporate Seal) Title _ ... . _ ........ Authorize Signature Print Name - Title (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietors ip or all partners of a joint venture.) STATE OF FLORIDA, COUNTY OF DADE [J Personally known to me; or Subscribed and Swom before me that this is a true statement this day of 199_ [] Produced identification: _i Notary Public, State of Florida My Commission expires (Seal) Printed name of Notary Public Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's primary office. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BIjI. _ 476 :4! ICity of Miami, Florida DEBARMENT AND SUSPENSION CITY OF MIAMI CODE SEC. 18-56.4 (a) Authori and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such i party to be heard, the City Manager, after consultation with the Director of Purchasing and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of city contracts. The debarment shall be for a period of not fewer than three (3) years. The City Manager shall also have the authority to suspend a contractor from consideration for award of city contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in -accordance with -regulations which shall be issued- by --the- Director of -- Purchasing after approval by the City Manager, the City Attorney, and the City Commission. r� (b) Causes for debarment or suspension include the following: j 1. •Convidtiowfor commissioti of a crimirial offensd iticiderit to obtaining or attempting to obtain a public li or private contract or subcontract, or incident to the performance of such contract or subcontract; 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty; 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or proposals; 4. Violation of contract provisions, which is regarded by the Director of Purchasing to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension; 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity; 6. False certification pursuant to paragraph (c) below; or 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing city contracts. (c) Certification: .J All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). I i Company name: -; Signature: Date: "°I r FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. 97- 476 0 1 18-79 MIAMI CODE Su� . Sec. 18-81. Professional services. (a) Conditions for use. Competitive methods and procedures prescribed in this section -shall be used for those services within the scope of the practice of architecture, professional engineering, landscape architecture or of a registered land surveyor or mapper in connection with their pro- fessional employment or practice. Procurement of technical and management services, unless other- ; wise provided in articles III and V of this chapter,- shall be conducted in accordance with the provi- sions set forth in section 18-80. (b) Definitions. For the purposes of this article 1 III, the following terms shall have the following meanings: Compensation means the total amount paid by the city for a particular professional service to a' provider of professional services. 1 1 CDIS- 14 9"7- 4"76 FINANCE Continuing contract shall mean a contract for professional services entered into in accordance with all the procedures of F.S. ch. 287, as amended, and this article, as amended, between the city and a provider whereby the provider provides profes- sional services to the city for work of a specified } nature as outlined in the contract required by the city, with no limitation other than a termination clause. J. . Departments and agencies means departments, instrumentalities or branches of the city govern- ment under the supervision of the city manager. Design -build contract means a single contract with a design -build firm for the design and con- struction of a public construction project. Design -build firm means "a partnership, corpo- ration, or other, legal entity which: (1) Is certified under F.S. § 489.119 to engage in contracting through a certified or regis- tered general contractor or a certified or registered building contractor as the qual- ifying agent; or (2) Is certified under F.S. § 471.013 to practice or to offer to practice engineering; certified under F.S. § 481.219 to practice or to offer to practice architecture; or certified under F.S. § 481.319 to practice or to offer to practice landscape architecture. Design criteria package means concise, perfor- mance -oriented drawings or specifications of the public construction project. The purpose of the design criteria package is to furnish sufficient information so as to permit design -build firms to prepare a bid or a response to a city's request for proposal, or to permit the city to enter into a negotiated design -build contract. The design cri- teria package shall specify such performance - based criteria for the public construction project, including, but not limited to, the legal description of the site; survey information concerning the site; interior space requirements; material qual- ity standards; schematic layouts and conceptual design criteria of the project; cost or budget esti- mates; design and construction schedules; site development requirements; provisions for utili- 5 18-81 ties, stormwater retention and disposal; and park- ing requirements, as may be applicable to the project. Design criteria professional means a firm who holds a current certificate of registration under F.S. ch. 481 to practice architecture or landscape architecture or a firm who holds a current certif- icate as a registered engineer -under F.S. ch. 471 to practice engineering and -who is,employed-by or under contract with the city agency for the pro- viding of professional architect services, land- scape architect services, or engineering services in connection with the preparation of the design criteria package. Professional service shall mean those services within the scope of the practice of architecture, professional engineering, landscape architecture or registered -land surveying and. mapping.. _ . .. Provider means any individual, firm, partner- ship, corporation, association or other legal entity permitted by law to practice architecture, engi- neering, landscape architecture or land surveying and mapping. Project shall mean that fixed capital outlay study or planning activity described',in a public notice of the city pursuant to sections 30 and 34 of the Charter. The city manager shall prescribe by administrative rule, subject to approval of the city commission, procedures for the determination of a "project" as the term is used herein. Such proce- dures may include: (1) Determination of a project which consti- tutes a grouping of substantially similar construction, rehabilitation, or renovation activities. (2) Determination of a project which consti- tutes a grouping of minor construction, rehabilitation, or renovation activities. (c) Applicability. (1) Nothing in this article III shall affect the validity of any contracts in existence on the effective date of this article. CD18:15 (2) Subsection (a) of this section and subsec- tion (e) of this section shall not apply to controls for professional services for a project whose basic construction cost is estimated 97- 476 F� § 18-81 MIAMI Conr by the city to be $100,000.00 or less or for a city clerk and shall be on a form provided planning or study activity when the fee for by the city manager, who also may require professional services is $5,000.00 or less. additional information. The procedures outlined herein may be (3) Certification. dispensed with in cases of valid public � emergencies so stated in writing by the city a. The city commission shall appoint cer- manager. tification committees consisting of not 1 fewer than three members, all of whom (3) Notwithstanding any other provision of F.S. shall be professionals in the field of ch. 287, as amended, or this- section, -there endeavor or practice involved. The duty, shall be no public notice requirement or of such certification committees shall utilization of the selection process as pro- be to review the statement of qualifi- vided in this article III for projects in which cations submitted by each provider re - the city is able to reuse existing plans from questing certification and to ascertain 1 a prior project; however, public notice for whether the provider is fully qualified any plans which are intended to be reused to render the required services accord - at some future time shall contain a state- ing to law and the regulations which ment which declares that the plans are the city manager shall cause to be subject to reuse in accordance with the prepared. Among the factors to be con - provisions of this subsection of section' 18- sidered in making such review are the 81. capabilities, adequacy of personnel, past performance, and experience record of ' (d) Public announcement and qualification pro- the provider. The committee may ac- cedures. cept certification of a provider by the (1) Public announcement. The public announce- state department of transportation or ment required by F.S. ch. 287 shall be given the state department of general ser- by the city manager when professional ser- vices as prima facie evidence of quali- i vices are required by a city department or fication, provided no changes in tech= l office. Such announcement shall be made nical and professional personnel have by publishing the same in a newspaper of occurred since the date of state certifi- general circulation setting forth a general cation that ratio th at may affect the firm's qua1- I description of the project or projects requir- ing professional services, the type of ser- b. Certification shall specify the particu- + vices and the procedure to be followed by lar category of professional work in i any provider wishing to be considered to which the provider is found qualified. perform such services. In addition, a copy The certification committee shall eval- of the announcement may be sent to each uate the performance of each certified provider already certified (in manner set provider that seeks to render profes- forth in subsection (d)(3) of this section) to sional services and shall make such perform the type of service required and evaluation part of the permanent record,/ which has requested such notification to be to be considered whenever the proL' sent to its address. viler is under consideration. The coui- mittee, in making an evaluation, shall (2) Submission of qualifications. The city man- give consideration to performance in ager shall encourage providers engaged in meeting time schedules required by f the lawful practice of their profession who contracts; performance in administra- desire to provide professional services to tion and in cooperation with others the city to submit, by January 1. of each whose services are involved in the year, a statement of qualifications. Such project, including the construction con - statements shall be kept, on file with the tractor; adequacy and capability of per- ! CD18:16 97- 476 1 FINANCE sonnel; past record and experience; and such - other factors as may be deter- mined by the city commission to be applicable and which factors shall be contained in the regulations which the city commission shall cause to be pre- pared. c. Amendments to qualification state- ments shall be submitted to the city manager by providers immediately af- ter any changes in technical or profes- sional personnel that may affect the provider's qualifications or capabili- ties. Upon receipt of any such amend- ment, the certification committee shall __. again review the qualifications of the provider to ascertain whether it is still qualified. If it is found not to be qual- ified, the committee shall revoke the certification for the particular category of service for which the provider had been previously certified. (e) Competitive selection procedures. (1) The decision to engage a provider of profes- sional services shall be made by the city commission upon the recommendation of the city manager. The commission shall designate the project as either a category project or a category B project. Category A consists of those projects which are of such nature that one or more city commissioners will be required to serve upon the compet- itive selection committee as hereinafter pro- vided. Any project not designated as a category A project shall be deemed a cate- gory B project. (2) Competitive selection committees shall be appointed as follows: a. Category A projects. The city commis- sion shall appoint a competitive selec- tion committee for each project in cat- egory A Such committee shall have no fewer than seven members, as follows: one representative of the administra- tive department which shall have been charged by the city manager with over- all responsibility for the project; a max- imum number of three representatives CD18:17 Q 18.81 of the administrative office or board which shall have been identified by the city manager as being a principal user of the project; the director of the plan- ning, building and zoning department or his designee; the director of the finance department or his designee; the city manager or his designee; one or more members of the city commis- sion; one or more professionals in the field of endeavor or practice involved. The total number of members on the committee will depend upon the na- ture and complexity of the project-.,- b. Category B projects. The city manager shall appoint a competitive selection committee for each project in category B. Such committee shall have no fewer than six members, as follows: one rep- resentative of the administrative de- partment which shall have been charged by the city manager with overall re- sponsibility for the project; one repre- sentative of each administrative office or board which shall have been identi- fied by the city manager as', being a principal user of the project,; with a maximum number of three such'repre- sentatives; the director of the plan- ning, building and zoning department or his designee; the director of the finance department or his designee; the city manager or his designee; one . or more. professionals in the field of. endeavor or practice involved. Further, each member of the city commission is _ eligible to serve ex officio as a member of the committee. The total number of members on the committee will de- pend upon the nature and complexity of the project. All further references to the term "compet- itive selection committee" in the following sections of this article shall be deemed as references to both the competitive selection committee for category A projects and cat- egory B projects. (3) The city commission shall appoint as chair- person of the competitive selection commit- 97- 476 § 18.81 MIAMI CODE tee either the member representing the b. Appoint a new competitive selection "1 department or the member representing committee; or the principal user(s) of the project, c. Authorize the city manager to appoint (4) The chairperson and the project manager, a new competitive selection commit - together with the using agency of the project, tee shall develop criteria for the selection pur- suant to subsection (f) of this section. The new competitive selection committee (6) The competitive selection committee shall shall then identify the most qualified pro - evaluate current statements of qualifiea- viders for approval by the city commission # tions and performance data on each pro- .. by following the procedures set forth herein. vider which has requested consideration (9) The public shall not be excluded from the for the project and shall select several proceedings under this section. candidates having the size and technical capabilities most appropriate for the project.. Yf) Competitive selection criteria, local prefer - The competitive selection committee shall ence. _.. • ' i invite no fewer than three providers which (1) Competitive selection criteria shall be es - are found fully qualified to perform the tablished prior to the selection of providers required services to make presentations to the competitive selection committee in pub- and shall consider such factors as the abil- f lie after due notice. A reasonable time shall ity of professional personnel; past perfor- be allotted to each provider to make its mance; willingness to meet time and- bud - presentation. In the event fewer than three get requirements; the recent, current and providers express interest in providing ser- projected workloads of the providers; the vices for the project, the chairperson of the volume of work previously awarded to each competitive selection committee may ei- provider by the city, with the object of I ther readvertise the project or invite the effecting an equitable distribution of con - ewer than three interested providers, de- tracts among qualified providers; locations pending upon the circumstances. of providers; and the capability of the pro- i (6) The competitive selection committee shall viders to meet any special requirements .of 1 evaluate each of the candidates in actor- the city or other agencies having an inter - dance with the criteria established and eat in the projects. shall identify the most qualified firma in (2) When proposals or letters of interest are rank order. received pursuant to F.S. ch. 287 or this (7) The competitive selection committee shall article which originate from professional or report its findings, together with support- consulting providers within the city, and ing information, to the city manager and when quality, service, qualifications and shall file a copy of its findings with the city criteria dictated by the project are equal, clerk then providers located within the city shall (8) The city manager shall submit a resolution be given preference, with second prefer - to the city commission to approve the names ence given to providers located within the ' of the most qualified providers in rank county. This local preference and the'distri- , order and to authorize the city manager to bution of work among providers shall nov, enter into negotiations pursuant to subset- violate the principle of selection of the molt tion (g) of this section. In the event the city qualified provider for each project. commission does not approve the names of (g) Competitive negotiations. the most qualified providers in the rank order submitted by the city manager, the (1) The city manager or his designee shall city commission shall either: attempt to negotiate a professional services a. Form a new competitive selection com- contract for the project with the provider mittee from among the commissioners which has ranked first for a compensation 1 of the city commission; which the city manager determined to be i j CD18:18 97- 476 ��i FINANCE § 18-81 i fair, competitive and reasonable. In arriv- public notice requirement or utilization of the ing at a compensation figure the manager selection process as provided in subsection (d) and or his designee shall conduct detailed anal- subsection (e) of this section. ysis of the cost of the professional services required and shall give full consideration Q) Applicability to design -build contracts. to the extent and complexity of the services (1) The design criteria package shall be pre - required. For all lump -sum or cost-plus or pared and sealed by a design criteria pro - fixed -fee contracts in which the fee is ex- fessional employed by or .retained by the pected to exceed $50,000.00, the city -shall city If the city elects to enter into a profes- require the provider receiving the award to sional services contract for the preparation execute a truth -in -negotiation certificate of the design criteria package, then the i as required by F.S. ch. 287. design criteria professional shall be se- (2) Should the city manager -or- his designee be lected.- and contracted.. with in accordance. . unable to negotiate a satisfactory contract with the requirements of subsections (e) i i with the provider that has ranked first at a "Competitive selection procedure" and (g) compensation which he believes to be fair, "Competitive negotiations." A design crite- l competitive and reasonable, negotiations ria professional who has been selected to with that provider shall -be - formally- termi• - - -prepare--the design criteria package -shall nated. The city manager or his designee not be eligible to render services under a shall then undertake negotiations with the design -build contract executed pursuant to provider which ranked second. Failing ac- the design criteria package. cord with such provider, such negotiations (2) Procedures for the award of design -build shall terminate, and negotiations shall be contracts shall include as a minimum the held with the provider ranked third. 1 following- (3) Should the city manager or his designee be a. The preparation of a design criteria to negotiate a satisfactory contract package for the design and construc- 1unable with any of the selected providers, addi- tion of the public construction project. tional providers shall be negotiated with in b. The qualification and selection of no rank order of competence and qualification fewer than three design -build firms as until an agreement is reached. The negoti- the most qualified, based on the qual- ated agreement shall be presqnted to the ifications, availability, and past work city commission for approval, after being of the firms, including the partners or approved by the city attorney as to form members thereof. J 1 and correctness. c. The criteria, procedures, and star- . I (h) Contingent fees prohibited. Each contract dards for the evaluation of design -- build contract proposals or bids, based for professional services shall contain a prohibi- on price, technical and design aspects tion against contingent fees, as required by F.S. of the public constructidii project, ch. 287. For the breach of violation of this provi- weighted for the project. . sion, the city commission may terminate the agreement without liability or, at its discretion, d. The solicitation of competitive propos- deduct from the contract price or otherwise re- als, pursuant to a design criteria pack 1 cover the full amount of such fee, commission, age, from those qualified design -build percentage, gift, or consideration. firms and the evaluation of the re- sponses or bids submitted by those (i) Waiver of provisions in event of public emer- firms based on the evaluation criteria gency. When the city manager certifies that a and procedures established prior to the .: .` valid public emergency exists, there shall be no solicitation of competitive proposals. CD 18:19 97- 476 MLANQ CODE e. For consultation with the employed or retained design criteria professional concerning the evaluation of the re- sponses design - build or bids submitted b the desi - - - . ,.. _ ... build firms, the supervision or ap- proval by the city of the detailed working drawings of the project; and for evalu- ation of the compliance of the project construction with the design criteria package by the design criteria profes- sional. f. In the case of public emergencies, for the city manager to declare an emer- gency and authorize negotiations with the best qualified design -build firm available at that time. (Ord. No. 9572, § 1, 2-10-83; Ord. No. 11048, § 2, 3-25-93; Code 1980, § 18-52.3) State law reference —Similar provisions, F.S. § 287.055. Case law references —A management contract between city and limited partnership was held not exempt from bid- ding requirement under former Code § 18-54 under section that exempts contracts for professional services from bidding requirements; a management contract is not a professional service. Glatstein v City of Miami, 399 So. 2d 1005, CD18:20 97- 476 FINANCE; Secs. 18-106-18-135. Reserved. § 18-137 ARTICLE IV. MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT PROGRAM* Sec. 18-136. Short title. This article shall be known and may be cited as "the minority and women business' affairs and procurement program ordinance of the City of Miami." (Ord. No. 10062, § 1, 12-19-85; Code 1980, . § 18-67) Sec. 18-137. Definitions. For the purpose of this article, the following terms phrases, words, and their derivations shall have the following meanings: - Affirmative action plan shall include the pro- jected annual goals and the timetables,�vhich will be used to employ and/or procure withwomen and minorities a nondiscrimination policy statement and any other actions which will be used to ensure equity in employment and the utilization of minority and female -owned businesses. *City Code cross reference —Lease of city -owned prop- erty to require minority procurement clause, § 2-778. County Code cross reference —Procedure to increase participation of Black vendors of commodities and services in county contracts, § 2-8.2, CD18:31 9?- 476 l J 18-137 MIAMI CODE Business enterprise means any corporation, part- nership, individual, sole proprietorship, joint stock company, joint venture, professional association or any other legal entity that is properly licensed to do business with the city and/or county and/or the state. Contract means agreements for the procure- ment of goods, services, or construction of facili- ties for the city. Facilities means all totally or partially publicly financed projects including, but without limita- tion, unified development projects, municipal pub- lic works and municipal --improvements -to the extent they are financed with city money, utilize city property, or require city services. Goal means the percentages of the annual dollar volume of procurement expenditures deter- mined by this article to be offered for minority and women business participation. Goods and services include, without limitation, - public works, improvements, facilities, profes- sional services, commodities, supplies, materials and equipment. Joint venture shall mean an association of per- sons or legal entities with the intent to engage in and carry out a single -business enterprise for profit. Minority and women -owned business enterprise means a business enterprise in which at least 51 percent of said enterprise is owned by Blacks, Hispanics or women whose management and daily business operations are controlled by one or more Blacks, Hispanics or women. Procurement expenditures shall mean a pur- chase, payment, distribution, loan or advance for the purpose of acquiring or providing goods and services. Set -aside is the term which will be used to designate a given purchase or contract or a por- tion of a given purchase or contract award for Black, Hispanic and/or women -owned businesses. Set -asides may only be utilized where it is deter- mined, prior to the invitation to bid or request for proposals, that there are a sufficient number of certified Black, Hispanic and/or women -owned businesses to afford effective competition for the purchase. Vendor means any business entity providing goods, services or equipment to the city through a purchase, field or blanket order or contract. (Ord. No. 10062, § 2, 12-19-85; Ord. No. 10538, § 1, 1-12-89; Ord. No. 11272, § 2, 6-1-95; Code 1980, Sec. 18.138. Established; components. (a) A minority and women business affairs and procurement program for the city is hereby estab- lished. The city manager's office shall be held accountable for the full and forceful implementa- tion of the minority and women business affairs and procurement program by.providing appropri-_ ate recommendations for action by the city com- mission. (b) For the purpose of assisting the city man- ager in the implementation of said program, a minority and women business affairs and procure- ment committee is hereby established, consisting of an appropriate number of members to be ap- pointed by the city manager, with full represen- tation of Hispanics, Blacks and women to be responsible for monitoring the implementation of the program and making recommendations for achieving the requirements of this article. The committee shall be responsible for generating yearly progress reports to the city commission and the community at large. (c) The city manager shall, utilizing existing resources, create an office of minority and women business affairs and procurement and shill pro- vide the appropriate staff and resources neces— sary sary for the performance of all such administra-' tive duties; authorize and implement the administrative guidelines and procedures re- quired; and ensure compliance with the functions required to promote the achievement of the program's goals and objectives of increasing the volume of city procurement and contracts with Black, Hispanic and women -owned businesses. (Ord. No. 10062, § 3, 12-19-85; Code 1980, § 18-69) CD18:32 97- 476 FINANCE Sec. 18-139. Duration of program. The minority and women business affairs and procurement program established herein shall.be in effect only until such time as the effects of prior unwarranted discrimination against Blacks, His- panics and women have been compensated for, at which time the goals and set -asides provided for herein stall no longer be observed. Such need shall be reviewed every, two years by the city commission, upon the recommendation of the city manager. (Ord. No. 10062, § 7, 12-19-85; Code 1980, § 18-70) Sec. 18-140. Applicability. Except where federal or state law or regula- tions mandate to the contrary, the provisions of this article will be applicable to all city prebid, bid, contract or other agreements negotiated by the city. (Ord. No. 10062, § 6, 12-19-85; Code 1980, § 18-71) Sec. 18.141. Objectives; use of set -asides. (a) The objective of the city is to achieve a goal of awarding a minimum of 51 percent of the total annual dollar volume of all procurement expendi- tures to Blacks, Hispanics and women -owned business enterprises to be apportioned as follows: 17 percent to Blacks, 17 percent to Hispanics and 17 percent to women; such goal shall be applied to all city bids and contracts. (b) To further the goal of increasing the total annual volume of all procurement expenditures to minority and women -owned business enterprises, authority for a minority and women -owned busi- ness enterprise procurement set -aside is hereby established for use by the city manager as he or she may deem advisable or necessary to increase the participation of Black, Hispanic and women - owned businesses in city procurement contracts. (Ord. No. 10062, § 4(A), 12-19-85; Ord. No. 10538, § 2, 1-12-89; Code 1980, § 18-72) Sec. 18.142. Required statements for solici- tations or notices; required statements on contracts and awards. (a) It shall be mandatory for all city solicita- tions or notices inviting bids, proposals, quotes, $ 18.142 letters of interest and/or qualifications, to contain the approved requirements for MIWBE participa- tion and to have these requirements incorporated by reference, along with the inclusion of the appropriate compliance forms, into the resulting contracts and/or bid award documents. The city office of minority/women business affairs is to be consulted prior to the issuance of any such adver- tisements or solicitations for the purpose of deter- mining the recommended goals or set -asides to be included, and again prior to the signing of result- ing contracts/bid awards for the purpose of veri- fying compliance thereto. (b) It shall be mandatory for all city contracts _ and/or procurement award documents to contain the following: CD18:33 (1) A specific reference to the applicability of the minority and women. business. affairs and procurement program established by this article. (2) A provision stating the right of the city to terminate and cancel any contract or con- tractual agreement entered into, including elimination of the individual and/or busi- ness enterprise from consideration and par- ticipation in future city contracts, on the basis of having submitted deliberate and willful, false or misleading information as to his, her or its status as a Black, Hispanic and/or women -owned business enterprise and/or the quantity and/or type of minority and women -owned business participation. (3) A requirement that each successful bidder or offeror agrees to provide a sworn state- ment of compliance with the provisions of this article and its specific applicability to the purchase or contract award under con- sideration; such statement shall certify that the bidder or offeror, during/the course of time involved in the performance of the contract sought by such bidder or offeror, shall not discriminate against any busi- ness, employee or applicant for employ- ment because of age, ethnicity, race, creed, color, religion, sex, national origin, handi- cap or marital status. (4) A statement of the extent to which the business enterprise has as one or more of 97- 476 fl r 1 1 $ 18-142 MTAMI CODE its partners or principals persons who are Black, Hispanic or women, or is a joint venture comprised of a nonminority and minority business and/or women -owned en- terprise. (5) A requirement that each bidder, proposer, or vendor submit along with the bid or proposal an affirmative action plan (AAP). Any significant equity participants, joint venture participants; subcontractors, sup- pliers or other parties to the bid or proposal shall also be required to submit such plans, The objective of the city is to require that bidders, proposers, and vendors doing busi- ness with. the city. take -certain -actions- designed to assure equitable participation of Blacks, Hispanics and women in their hiring and promotion activities. In view of this objective: a. All city vendors and contractors shall implement specific affirmative action plans as approved by the director of the office M/WBE affairs and shall demonstrate a good faith effort to en- sure equal employment opportunities for Blacks, Hispanics and women on each purchase or contract. Vendors and contractors shall document these ef- forts fully and shall provide reports as may be required by the city. b. Vendors and contractors shall permit access to their books, records and ac- counts by the office of M/WBE affairs or her designee for the purpose of in- vestigation to ascertain compliance with the foregoing requirements. c. In the event of vendors' or contractors' noncompliance with the affirmative ac- tion requirements of this section, the city manager may suspend in whole or part, cancel or terminate the bid or contract award and/or impose other sanctions as may be determined to be appropriate. (6) A provision specifying the requirements for continued bidder or offeror eligibility in- cluding minority and female involvement. (Ord. No. 10062, § 4(B),12-19-85; Ord. No. 10538, § 3, 1-12-89; Code 1980, § 18-73) City Code cross reference• —Affirmative action division, J 2-693. Sec. 18-143. Good -faith effort required. Bidders or offerors shall be required to demon- strate a reasonable and good -faith effort to solicit and obtain the participation of qualified minority and women -owned businesses in all bid and pro- posal documents. (Ord. No. 10062, § 5, 12-19-85; Code 1980, § 18-74) Sec. 18-144. Contractor's certificate of com- petency. "(a) For the purpose of this section, the follow- ing terms, phrases, words, and their derivations -shall have the following meanings: Business enterprise means any corporation, part- nership, individual, sole proprietorship, joint stock company, joint venture, professional association or any other legal entity. Construction contract means agreements for - the erection, alteration, demolition, or repair of any public building or any other kind of public work or improvement. Minority and women -owned business enterprise means a business enterprise in which at least 51 percent of said enterprise is owned by Blacks, Hispanics or women whose management and daily business operations are controlled by one or more Blacks, Hispanics or women. (b) The owners of minority or women business enterprises submitting bids for construction con- tracts to be let by the city must be certified in the field for which the contract is to be let pursuant to F.S. ch. 489 or chapter 10, Code of Metropolitan Dade County in order to qualify for the minority or women preference on such contract. (Ord. No. 10332, §§ 1, 2, 10-22-87; Code 1980, § 18-75) Sec. 18-145. Administrative procedures. (a) The departments of finance, public works and general services administration are autho- rized to establish the required administrative procedures to ensure compliance with the provi- sions as set forth herein. (b) The finance department is mandated to-- . institute payment procedures which will ensure, CD18:34 97- 476 FINANCE: § 18.177 in those instances in which the M/WBE bid or contract requirements result in contracts, subcon- tracts or joint ventures for M/WBEs, that compen- sation provided pursuant thereto shall be in the form of a check made payable to the primary contractor, bidder or proposer, and (if appropri- ated jointly) to the minority/women business en- terprise subcontractor or joint venture partner in an amount not to exceed.. the . subcontracted or joint venture amount, based upon approved in- voices submitted by the prime contractor, proposer or joint venture, to the city. (c) In the event a dispute should arise as to the performance or payment• of the primary contrac- tor or bidder/proposer or the M/WBE, under the terms and conditions of the city contract or pro- curement award document, compensation shall be withheld until such time as the dispute is resolved in accordance with the procedures set forth in this chapter for resolving such disputes. (d) All administrative directors shall amend their existing policies and procedures or create such new ones as may be required to ensure and report on compliance with all aspects of this article. (Ord. No. 10538, § 4, 1-12-89; Code 1980, § 18-76) Sec. 18-146. Designation of director as re- sponsible official for bid require- ments, guidelines, etc. The director of the office of minority/women business affairs is designated as the official re- sponsible for establishing M/WBE bid and contract/ award requirements, creating and implementing compliance guidelines, monitoring compliance, re- solving disputes, and reporting on all of the above to the city manager. (Ord. No. 10538, § 5, 1-12-89; Code 1980, § 18-77) CD18:35 97- 476 L J J-BS-944 10/11/BS ORDINANCE N0.1 0 0 b 2 AN ORDINANCE REPEALING ORDINANCE NO- 9775. THE MINORITY PROCUREMENT PROGRAM ORDINANCE OF THE CITY OF MIAMI, FLORIDA AND SUBSTITUTIIIG THEREFOR A NEW MINORITY PROCUREMENT PROGRAM ORDINANCE TO 8£ KNOWN A140 CITED AS- "THE MINORITY AND WOKEN BUSINESS AFFAIRS AUO PROCUREMENT ORDINANCE OF THE CITY OF MIAMI. FLORIDA.' ESTABLISHING A MINORITY AND WOMEN BUSINESS AFFAIRS PROCUREMENT PROGRAM AND COMMITTEE; PROVIDING, FOR THE CREATION BY THE CITY MANAGER OF AN OFFICE OF MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREKEN % FURTHER SETTING FORTH A GOAL OF AWARDING AT LEAST S1 PERCENT OF'THE CITY'S TOTAL ANUUAL• 'DOLLAR VOLUME OF SILL PROCUREKENT EXPENDITURES PTO BUSINESSES -OWNED BY BLACKS (17:). HISPANICS (17.). AND WOMEN (171); AUTHORIZING THE CITY MANAGER TO PROVIDE FOR MINORITY AND VOME4-OWNED BUSINESS ENTERPRISE PROCUREMENT SET -ASIDES AND CONTRACT PROVISIONS; PROV.101HG . FOR THE DEVELOPMENT OF PROCEDURES. MEASURES AND RESOURCES TO IMPLEMENT SAID PROGRAM. GOALS AND OBJECTIVES; AND CONTAINING A SEYERABILITY CLAUSE, WHEREAS. Ordinance No. - 977S dealing Witte minority procurement has been found to be in need of revision and modification to strengthen the effectiveness of the City of Miaai'3 Minority Procurement Policy and Program; and WHEREAS. the City Coamission, i•a repealing Ordinance No. 9775 and in adopting and substituting therefor the herein Minority and Women Business Affairs and Procurement Ordinance is authorized pursuant to the Charter of the City of Miami. Sections S2 and 53; and the Municipal Noce Rule Powers Act of 1973, Chapter 166.001 et seq., Florida Statutes, as amended; and WHEREAS, the U.S. Supreme Court has upheld Cade County Ordinance No. 82-67, adopted July 20, 1984, restricting bidding on construction projects to 814ck-owned fir*S when Prior unwarranted discrimination has been proven; and WHEREAS. findings of a City of Miami Minority Procurement Disparity Study indicated a substantial exclusion of minority and women -owned businesses from the City's procurement process for the fiscal years between Ig71 and 1981; and WHEREAS, this Ordinance will:prevent the perpetuation of the effects of prior unwarranted discrimination- which has 0 1 97- 476 A heretofore impai'!,,'. limited or foreclosed prat, !nent ana. contractt ng opportunities for businesses owned by 81 acics., Hispanics and Women with the City of Htaat; and WHEREAS, the City of Miami has established a policy of constructive affirmative action to eiimiznate substantially the effects of prior discrimination; and 7 WHEREAS. the proposed Minority and Women Business Affairs I and Procurement Program and Policy contains requirements: (a) that those who contract with the City of Miami in the areas of 1 procurement shall not discriminate against -Any business. emoloyee or applicant for employment because of age. ethnicity. race. creed, color, religion; sex. national origin, handicap. or marital status; and (b) thit such city contractor ,.. -have :and - i Implement an Affirmative Action or Equal Employment Opportunity jpolicy to ensure tnat such businesses, employees or applicants for employment are treated equally without regard to age. i ethnicity, race, creed, color. religion, sex, national origin. i handicap or marital status. and WHEREAS. implementation of this crdtnance will serve the best interest of the City and will maximize the opportunity for 1 snail . business concerns owned and controlled by Blacks, Hispanic% and Women to procure or contract With the City -of Miami in the area of procurement, and WHEREAS, to be effective it ,is necessary and desirable to establish for the City of Miami A Minority and Women Business Affair% Procurement Program with the appropriate goals. J objectives, administrative procedure and resources; .and adopt j legislation remedying the affected Hispanic. Black and Women- J owned businesses; j II D t� KOW, THEREFORE. HE IT ORDAINED BY THE COMMISSION OF THE CITY OF MIMI. FLORIDA: Section I. This Ordinance shall be known and stay be cited AS `The Minority and Women Bu&Iness Affairs and Procurement JJ Program Ordinance of the City of Mtaai.e �1 Section 2. For the purpose :of this Ordinance. the following terns phrases. words, And 'their derivations shall have the following meanings: Z J 97- 476 O ' k. A. Business Enterprise means any corporation, partners.hio. individual, sole proprietorship. joint stock company, joint venture. professional association or any other legal entity that is properly licensed to do business with the City of Miami and/or Oade County and/or the State of Florida. B. Minority and Vowen-Owned Business Enterprise means a business -enterprise in which at least 51 percent of sai.1 enterprise is owned by Blacks, Hispanics a women whose management and daily business operations are controlled by one or core 81a uk,s, Hispanics or Slowen. C. Contract means agreements for the procurement of goods. services or construction of facilities for the City Df Miami. 0. Facilities means All total or partial oublicly financed projects including, but without. limitation. unified development .projects. eunici•pal public works and municipal improvements zo the extent they are financed with City money. 1 utilize City property. or require City services. E. Goods and services include. without 7iditation. public works. improvements. 'facilities. professional services, coaaodities. supplies. materials and equipment. F. Goal means the percentages of the annual dollar volume of procurement expenditures determined by this ordinance to be offered for Minority and Konen business participation. G. Set -aside is the term which will be used to j designate a given purchase or contract or a portion of i given 1 purchase or contract award for Black. Hispanic and/or Women- owned businesses. Set -asides may only be utilized where it is w determined. prior to the invitation to bid or request for proposals. that there are a sufficient number of certified j Black, Hispanic and/or Women -owned businesses to afford effective competition for the purchase. �J H. Joint Venture shall mean an association of persons j or legal entities with the intent to engage in and carry out a rl single business enterprise for profit. 3 97- 476 I. Praepremen. oendi turns snel 1 mcaa payment. distribution. loan or advance for the purpose of acquiring or providing 'goods and services. J. Affirmative Action Plan shall include the projected annual goals and the timetables wnfch will be used to 111 eooloy and/or procure with women and minorities a non- diccrimination policy statement and any other actions which will be used to ensure equity in eoployaent and the utilization of ainority and fecal* -owned businesses. Section 3. A minority And women Business Affairs -and t Procurement Pro5�raa for the City of Miami is hereby established. I A l 10 The City Manager's Office shall be held accountable for the full r and forceful implementation of the Minority and Va©en Business Affairs and Procurement Program by providing appropriate recommendations for action by the City Caeaission- A. For the purpose of assisting the City Manager In the implementation of said program. a `itnority and Women i Business Affairs and Procurement Coamittee is hereby established. consisting of an appropriate number of members. to be appointed by the City Manager. with*full representation of Hisoanics; Blacks and Women to be responsible for monitoring the -Implementatian of the program Ind making recommendations for 1 achieving the requirements of this Ordinance. The Cocol tzee shall be responsible for generating yearly progress reports to 1 the City Commission and the community at large. i B, The City Manager shall, utilizing existing _.! resources, create an Office of Minority and women Business Affairs and Procurement; and shall provide the appropriate staff and resources necessary for the performance of ail such adainistrative duties; authorize and implement the adainistrative quidelines and procedures required; and ensure compliance with the functions required to promote the achievement of the prograe's goals and objectives of increasing the volume of City procurement aM contracts with Black. Hispanic and Women -owned businesses. 4 1 CQe G' 97-- 476 Section E. The obje, ve of the City is to aCnieve a t Of ,awarding a minimum of 51: of the total annual dollar volume of all procurement expenditures to Blacks. Hispanics and Wooen- owned business enterprises to be apportioned as follows. seventeen percent (170.) to Blacks, seventeen percent (17:) to Hispanics and seventeen percent (17%) to Women.l ' n.� A. To further the goal of increasing the total annual volume of all procurement expenditures to minority and women- f owned business enterprises. authority for a, minority and women. owned business enterprise. .priocur.emen.t. . s.et,.aslde . is .hereby. established ford, use by the City Manager as he or she may deem I 1! advisable or necessary to increase the participation of Black. r Hispanic and Womert-ow.ged _.,bus'i.nes_ses_' in City procurement i -I contracts. B. It shall be aandatory for all City of lii.ami contracts and/or procurement award documents to contain the following; (i.) A specific reference to the apolicaoiiity of the Kinority and Women Business Affairs and Procurement (i Program established by this Ordinance; provision stating the right of the City to terminate and cancel any contract or Contractual agreement i entered into, including elimination of the Individual(s) and/or business enterprises) frog cons-ideration and participation in future City contracts. on the basis of having submitted deliberate and willful, false or misleading information as to his. her or its status as a alack. Hispanic and/or Women -owned business enterprise and/or the }?' •; quantity and/or tyot of astnority and woaten-owned business participation; (3.) A requirement that each successful bidder or offeror agree to provide a sworn statement of compliance with the provisions of this Ordinance and its specific applicability i to the purchase or contract award under consideration; such statement shall certify that the bidder or offeror, during the i } 1 Women. depending upon their own annual self-selection. rshali be listed in only one (1) of the categories; race. ethnicity. gender. s 1GQF� - 97— 476 rid 1. course of tiive involved in the performance of the contract sought. 'by such bidder or offeror, shall not discriminate against any business, taployee or applicant for employment becaust of age. ethnicity, race. creed. color. religion, sex, national origin, handicap or marital status; A statement of the extent to which the business enterprise has as one or more of Its partners or principals persons -who are Black. Hispanic or Women, or is a joint venture comprised of a non -minority And minority business and/or women -owned enterprl se. (S,) A requirement that each bidder submit alotg with the bid or proposal ap Affirmative Action Plan (AAP). any significant equity participants. Joint venture participants, sub -contractors. suppliers or other parties to the bid or proposal shall also be required to submit such plans. (6.) A provision specifying the requirements for continued bidder or offeror eligibility Including minority and femalt involvement. Section S. Bidders or offerors shall bt ;-equtred to demonstrate a reasonable and good faith effort to solicit and obtain the participation of qualified minority and women -owned businesses in all bid and proposal documents. Section 6. Except , where federal or state law or regulations mandate to the contrary. the provisions of this section will be applicable to all City of Miami. prebid. bid. contract or other agreements negotiated by the City; Section 7. The Minority and Women Business Affairs and Procurement Program established herein shall be in effect only until such time as the effects of prior unwarranted discrimination against Blacks. Hispanics and Women have been compensated for. at which time the goals and set -asides provided for herein shall no longer be observed. Such need shall be reviewed every two years by the City Commission, upon the recommendation of the City Manager. Section 8. Ordinance No.'977T. the Minority procurement Program Ordinance of the City of Miami. Florida. is hereby repealed. 5 i00s(: 997— 4'76 Section 9. Should any Dart or provision of tuts 0�_enincc be d'Clared by a Court of coapetent jurisdfetlon to be invalid, same shall not affect the validity of the Ordinance as a whole. PASSED ON FIRST READING BY TITLE .ONLY this 26th day of 1 November 1985. k� PASSED AND ADOPTED ON SECOI40 AND FINAL REAOIHG 8Y TITLE ONLY this _9th day of December 1985. ATTEST: AOL . . Mayor City Clerk PREPARED AND APPROVED BY: 1 Deputy City"Attorney } APPROVED AS TO FORK AND CORRECTNESS: 1 . ' City Attorney AOJ /•roc%Pb /ao /B 156 i 1 J I i TCC�i`L i a L3 97—• 476 :F J-88-1153 1/12/09 ' ORDINANCE NO. AN ORDINANCE AMENDING CHAPTER 18, ENTITLED -FINANCE", OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, BY REDEFINING THE TERM µ "MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISE AND DEFINING THE TERM "VENDOR" IN SECTION 18-68; REQUIRING IN SECTION 18-72 THAT THE GOAL OF AWARDING AT LEAST FIFTY-ONE PERCENT (51%) OF THE CITY'S TOTAL ANNUAL { � DOLLAR VOLUME OF ALL PROCUREMENT EXPBtiDITURES TO MINORITY/WOMEN SMALL BUSINESSES BE APPLIED TO ALL CITY OF MIAMI BIDS AND CONTRACTS; REVISING SECTION 18-73 TO PROVIDE THAT ALL CITY OF MIAMI INVITATIONS, REQUESTS AND/OR ADVERTISEMENTS. FOR BIDS, PROPOSALS, QUOTES, LETTERS OF INTEREST AND/OR QUALIFICATION '- STATEMENTS CONTAIN THE APPROVED MINORITY/WOMEN BUSINESS ENTERPRISE (M/WBE) PARTICIPATION REQUIREMENTS PURSUANT TO CITY OF MIAMI ORDINANCE NO. 10062 - MINORITY/WOMEN y BUSINESS AFFAIRS AND PROCUREMENT PROGRAM; REQUIRING THAT ALL- RESULTING AWARD AND/OR i CONTRACT DOCUMENTS CONTAIN THE REQUIRED COMPLIANCE FORMS RELATIVE THERETO; REVISING SECTION 18-73(5) TO EXPAND UPON THE AFFIRMATIVE ACTION REQUIREMENTS FOR ALL CITY BIDS AND CONTRACTS; ADDING SECTION 16-76 AUTHORIZING ADMINISTRATIVE DEPARTMENTS TO ESTABLISH THE REQUIRED ADMINISTRATIVE PROCEDURES TO INSURE COMPLIANCE WITH THE j CODE; FURTHER, PROVIDING FOR RESOLUTION OF DISPUTES REGARDING WITHHELD PAYMENTS OF CONTRACTORS AND SUBCONTRACTORS AND FURTHER I ADDING SECTION 18-77 DESIGNATING THE DIRECTOR l OF THE OFFICE OF M/WBE AFFAIRS AS THE CITY OFFICIAL RESPONSIBLE FOR ESTABLISHING AND IMPLEMENTING M/WBE BID AND CONTRACT PARTICIPATION REQUIREMENTS, COMPLIANCE GUIDELINES, AND MONITORING AND REPORTING PROCEDURES; CONTAINING A REPEALER PROVISION AND A SEVERABILITY CLAUSE. WHEREAS, Ordinance No. •10062 dealing with' Minority/Women Business Affairs and Procurement established the annual goal of procuring/contracting fifty-one percent (51t) with minority/women j owned and managed business enterprises; and WHEREAS, Administrative Policy Manbal 4-86 (APM 4-86), issued October 1, 1986, provides for the administrative implementation of Ordinance No. 10062; and WHEREAS, it has been determined that there is further need for legislative relief to obtain said goals, particularly as it i 10536 97- 476 v resulting docum, Js on a bid/contract by bid/co "act basis to achieve the annual goals; NOW, THEREFORE, BE IT ORDAINED BY THE COMMISSION OF THE CITY u� OF MIAMI, FLORIDA: Section 1. Section 18-68, is hereby amended in the following particulars.l i "Sec. 18-68. Definitions. For the purpose of this article, the following terms, phrases, words, and their derivations shall have the following meanings: Minority and women -owned gmall business enterprise means a business enterprise in which at least fifty-one percent (51%) of said enterprise is owned by Blacks, Hispanics or Women. whose management and daily business operations are controlled by one or more Blacks, -- Hispanics or Women and who employ a maximum of -twenty- five (251 gmployegs or have a net worth not in excess of two million dollars." Vendor means any business entity providing goods, services or equipment to.the City of Miami through a purchase, field or blanket order or contract." . Section 2. Section 18-72(a), is hereby amended by adding the following language: "(a) The objective of the City is. to achieve a goal of l awarding a minimum of fifty-one percent (51%) of the total annual dollar volume of all procurement expenditures to Black, Hispanic and Women -owned small business enterprises. to be apportioned as follows: } Seventeen percent (17%) to Blacks, seventeen percent (171) to Hispanics and seventeen percent (17%) to women; such coal sha1.L be apolied t2,a11 ply bids and` cunt a - s . " Section 3. Section 18-73 is hereby amended by adding the following language: `Sec. 18-73 ReauirRd statements for eolicitations or notices: required statements on contracts and awards. a,It shad bQ mandatory for All C+ty soit Ations or _ notices inviting -bids. oposalr_, , n ,p Ass . letters of intgreLt ,ns �4 contain the 9PDLOVQJ 1'pryL� r�s,nonhu fp�_M/WBE 1 I Words and/or figures stricken / g through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Asterisks indicate omitted and unchanged material. i -2- 10538 9"7- 4'76 :;i, 11 prior to the issuance— any such adv t- dements pr sol+ t_JQnss�for ,the __purpose _of determining the recommended goal(s) or set -asides to be included end a0din prior to the signing of resu�tino contracts id awards for the purpose of verifying compliance thereto b- It shall be mandatory for all City contracts and/or procurement award documents to contain the following: (5) A requirement that each bidder, proposer, or vendor, submit along with the bid or proposal an affirmative action plan (AAP). Any significant equity participants, joint venture participants, subcontractors, suppliers or other parties to the bid or proposal shall also be required to submit such plans. The obiCctive of the City is to rgu i re that bidders. proposers, and. vendors doing business co ne appr�pprirre_ Section 4. The following new Section 18-76 is added in its entirety: "Sec. 18-76. Administrative Procedures. The Departments of Finance, Public Works and General Services Administration are authorized to establish the required administrative procedures to insure compliance with the provisions as set forth herein. -3- 1-vi3g 9?- 476 The Financelegrtment is mandates to 1nUG1Luv_u ptAy�,.—, lch will insure, in those inpo-lnces in procedures' which the t.,.BE'bid or contract requirements suit in contracts, subcontracts or joint ventures fog M/WBEs, that compensation provided pursuant thereto shall be in the form of a, check made payable to the primary contractor, bidder or proposer, and (if appropriated jointly) to the minority/woman business enterprise subcontractor or joint venture partner in an amount not y to exceed the subcontracted or joint venture amount, based upon approved invoices submitted by the prime contractor, proposer or joint venture, to the City. In the event a dispute should arise as to the performance or payment of the primary contractor or bidder/proposer or the M/WBE, under the terms and conditions of the City contract or procurement award { document, compensation shall be withheld until such k time as the dispute is resolved in accordance with -the procedures set forth.in this•Chapter for resolving such disputes. All Administrative Directors shall amend their existing policies and procedures or to create such new ones as may be required to insure and report on compliance with all aspects of this article." Section 5. The following new Section 18-17 is added in its "j entirety: 1 "Sec. 18-77. Designation of the Director of the Office of Minority/Women Business Affairs. The Director of the Office of Minority/Women Business Affairs is designated as the official responsible for establishing M/WBE bid and contract/award requirements, creating and implementing compliance guidelines, monitoring compliance, resolving. disputes, and i reporting on all of the above to the City Manager." 1 Section 6. All ordinances or parts of ordinances in conflict with the provisions of this ordinance insofar as they are inconsistent or in conflict with the provisions of this ordinance are hereby repealed. Section 7. If any section, part of section, paragraph, clause, phrase, or word of this ordinance is declared invalid, the remaining provisions of this ordinance shall not be affected. PASSED ON FIRST READING BY TITLE ONLY this 15th day of December , 19 Be. J PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE ONLY this 12th day of January 19 69. 0IA XAVIER L. EZ, Mayor RA1 City Clerk i .�J -4- 10538 97- 476 0 PREPARED AND APPRO' BY I Assistant City Attorney APPROVED AS TO FORM AND CORRECTNESS: 'A JOR E L. FER�ANDEZ Cit Attor� LKK/pb/bss/M424 4 R E ER AN L c t e jo,At�orrn 97- 476 m J-95-486 05/23/95 ORDINANCE NO. 112'72 AN.EMERGMCY ORDINANCE AMBNDING CHAPTER 18, ENTITLED "FINANCE, It OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, BY REDEFINING THE TERM "MINORITY AND WOMBN-O`tgNBD BUSINESS ENTERPRISE,11 IN SECTION 18-68 OF THE SAID CODE; CONTAINING A REPEALER PROVISION AND A SEVERABILITY CLAUSE. K. WHEREAS, Ordinance No. 10062 pertaining to the Minority/Women Business Affairs and Procurement Program. established the annual goal of awarding a minimum of fifty-one percent (51.%) of the total annual dollar volume of all procurement expenditures to Black, Hispanic and women -owned business enterprises; and WHRRP;AS, Ordinance No. 10062 was amended by Ordinance No, 10538 to, inter alia, define a minority/woman-owned business enterprise as being a small business enterprise in which at least fifty --one percent (51%) of said enterprise is owned by Blacks, Hispanics or women whose management and daily business operations are controlled by one or more Blacks, Hispanics or women and who employ a maximum of twenty-five (25)employees or have a net worth not in excess of two million dollars; and " 11272 97- 476 l-) WHEREAS, the requirements to be niet pertaining to the number Of employees and net, worth to be certified as a minority/women 1 owned business enterprise have created a hardship fox many minority/women-owned business enterprises who have achieved some -1 measure of success and in effect have penalized them for .being i euaces5Eu1� . NOW, THI3REFORE, BB IT ORDAINED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the preamble to thip Ordinance are hereby adopted by reference a thereto and included herein as if fully set forth in this -� Section. Section 2. Section 18-68, Code of the City of Miami, Florida, as amended, is hereby amended in the following particulars:l 1 ''Sec. 18-68. Definitions. For the purpose of this Article, the following terms, phrases, words, and their derivations shall have the following meanings: Minority and women -owned ei%all business enterprise r_1 means a business enterprise in which at least fifty-one I percent (51%) of said enterprise is owned by Blacks, Hispanics or women whose management and daily business i operations are controlled by one (1) or more Blacks, 'Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added: The remaining provisions are now in effect and remain unchanged. Asterisks indicate omitted and unchanged material. 2 .11272 97- 4'76 N J vrn.� Hispanics or women awi�e�-etnpley-a-ttta�c�©f—�w�=zty-- ire--( 2 5) etrTl-eyees-ore" of two- stillieft daa:lays wn Section 3. All ordinances or parts of ordinances insofar as. they are inconsistent or in conflict with the provision' of this Ordinance are hereby repealed. Section 4. If any section, part of section, paragraph, clause, phrase, or word of this Ordinance is declared invalid, the remaining provisions -of this Ordinance shall not be affected. Section 5. This Ordinance is hereby declared to be an emergency measure .on the ground of urgent public need for the preservation of peace; health, safety, and property of the City of Miami, and upon the further grounds of the necessity to make necessary and required purchases of goods and supplies, and to generally carry on the functions and duties of municipal affairs. Section 6. The requirement of reading this Ordinance on two separate clays -is hereby dispensed with by an affirmative vote of not less than four -fifths of the members of the Conunission. Section 7. This Ordinance shall become effective immediately upon its adoption. i PASSED AND ADOPTED this lst day of June 1995. STBibEEN P. CLARK, MAYOR ATTEST: WALTER g EMAN CITY CLERK 3 11272 97- 476 i I ' PREPARED AND APPROVED BY: APPROVED AS TO FORM AND CORRE C`I'NES S : LI A RELY KEAR N A Q N, II ASSISTANT CITY ATTORNEY CI ,99 7 LKK/pb/W019 _I �l i 1 . l :J _a 112'72 4 �.a 97- 476