HomeMy WebLinkAboutR-88-0232J-88-243
3/10/88
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE ISSUANCE OF A
REQUEST FOR QUALIFICATIONS ON MARCH 15, 1968,
IN SUBSTANTIALLY THE FORM ATTACHED, INVITING
INTERESTED AND EXPERIENCED DEVELOPMENT TEAMS
TO SUBMIT PROFESSIONAL QUALIFICATIONS FOR THE
DEVELOPMENT OF AN APPROXIMATELY 250,000
SQ.FT. BUILDING TO BE LOCATED ON A 12-LOT
LAND PARCEL BETWEEN NE 1ST AND MIAMI AVENUES
AND NE 4TH AND 5TH STREETS IN MIAMI TO BE
OCCUPIED BY THE U.S. ATTORNEY'S OFFICE AND
OTHER U.S. LAW ENFORCEMENT AGENCIES; AND
FURTHER DIRECTING THE CITY MANAGER TO PRESENT
THE DRAFT REQUEST FOR PROPOSALS FOR SITE
ACQUISITION, PLANNING AND DESIGN, AND
CONSTRUCTION OF SAID BUILDING TO THE CITY
COMMISSION AS SOON AS PRACTICABLE FOR
CONSIDERATION AND APPROVAL PRIOR TO ITS
ISSUANCE WHICH SHALL BE LIMITED SOLELY TO
PRE -QUALIFIED DEVELOPMENT TEAMS ONLY.
WHEREAS, on October 29, 1986, the United States of America,
acting by and through General Services Administration, and the
City of Miami entered into a Memorandum of Understanding
expressing their intent to enter into negotiations for the City
to construct and lease to the United States of America a building
to house the U.S. Attorney's Office and other U.S. Law
Enforcement Agencies in Miami; and
WHEREAS, the approximately 250,000 sq.ft. building is to
be located on a 12-lot property site between NE 4th and 5th
Streets and NE 1st and Miami Avenues; and
WHEREAS, on July 23, 1987, the City Commission adopted
Resolution 87-746 authorizing the City Manager to execute a lease
agreement between the U.S. General Services Administration and
the City of Miami setting forth the terms and conditions for the
City to construct and lease to the United States an approximately
250,000 sq. ft. building to house the U.S. Attorney's office and
other U.S. Law Enforcement Agencies in Miami to be located on
said real property site for a period not to exceed thirty years
is nrt;.,.._...
L
CITY COMMISSION
MEETING OF
MAR 10 1988
. 2,32
dcl_1101I.lN No.
kFMARKS-
0
with renewal options by the U.S. General Services Administration;
and
WHEREAS, on October 22, 1987, the City Commission adopted
Resolution 87-916 determining that the most advantageous method
to development said Federal building is by procurement from the
private sector of an integrated package that includes site
acquisition of the specified land parcel, planning and design,
and construction; and
WHEREAS, Resolution 87-916 further authorized the
preparation of a Request for Proposals for the integrated
development of improvements to be brought before the City
Commission prior to its issuance for approval; and
WHEREAS, the U.S. General Services Administration and the
City are desirous of pre -qualifying interested and experienced
development teams through the issuance of a Request for
Qualifications prior to the issuance of a Request for Proposals
for development of said project;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The City Manager is hereby authorized to issue a
Request for Qualifications on March 15, 1988, in substantially
the form attached, inviting interested and experienced
development teams to submit professional qualifications for the
development of an approximately 250,000 sq.ft. building to be
located on a 12-lot land parcel between NE 1st and Miami Avenues
and NE 4th and 5th Streets in Miami, to be occupied by U.S. Law
Enforcement Agencies pursuant to a lease agreement between the
City and the U.S. General Services Administration.
Section 2. Qualifications submitted in response to said
Request for Qualifications shall demonstrate professional
expertise and range of experience in projects of similar
magnitude, demonstrate financial capability to successfully
undertake and complete said project, present a viable financing
strategy, and comply with minority participation requirements.
2 9E3-2a2
C7
Section 3. The City Manager is hereby directed to present a
Draft Request for Proposals for site acquisition, planning and
design, and construction of said building to the City Commission
as soon as practicable for consideration and approval prior to
its issuance which shall be limited to pre -qualified development
teams.
PASSED AND ADOPTED this loth day of March , 1988.
04
VIER L. SUAREE, Mayor
ATT W2T
M^HIRAJI, City Clerk
PREPARED AND APPROVED BY:
jf44a
�•
ROBERT F. CLARK
Chief Deputy City Attorney
APPROV96 TO FORM AND CORRECTNESSs
CIA A. UGHERTY
City Attorney
f,g"23Z
L
0
100
REQUEST FOR QUALIFICATIONS
FOR DEVELOPMENT OF A
FEDERAL LAW ENFORCEMENT BUILDING
MIAMI, FLORIDA
MARCH 15o 1988
UNITED STATES
GENERAL SERVICES ADMINISTRATION
Terence C. Golden, Administrator
Donald F. Layfied, Regional Administrator
Thomaa E. Davis, Assistant Regional Administrator
CITY OF MIAMI
Xavier L. Suarez, Mayor
Rosario Kennedy, Vice Mayor
J.L. Plummer, Jr., Commissioner
Miller J. Dawkins, Commissioner
Victor H. De Yurre, Commissioner
Cesar H. Odio, City Manager
Qualifications Due: 2:00 p.m., Friday, April 15, 1988
Location: City Clerk's Office
Miami City [fall
3500 Pan American Drive
Miami, Florida 33133
o�
7
f 1-03-23?
0 0
TABLE OF CONTENTS
P.le
I. PUBLIC NOTICR . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
t I . ovaRVI Elf
A. Project Summary ....................................
B. Development Objective ..............................
C. Site Description ...................................
Figure 1. Regional Location Map ...................
Figure 2. Area Location Map .......................
Figure 3. Project Location Map ....................
Table I. Parcel Description ......................
D. Site Acquisition ...................................
E. Improvements to Site ...............................
F. Historic Preservation Considerations ...............
Figure 4. Historic Buildings Location Map.........
G. Commitment of Funds
1. Successful Proposer ............................
2. City ...........................................
3. GSA ............................................
H. Tentative -Proposer Selection Schedule
I. Request for Qualifications .....................
2. Request for Proposals ..........................
III. SUBMISSION REQUIREMENTS
A. Composition of Proposing Team ......................
B. Minority Participation within Proposer's
Development Team .................................
C. Format and Content of Submission ...................
D. Submission Instructions ............................
IV. QUALIFYING PROCESS
A. Review of Submissions for Compliance and
Professional Qualifications ......................
B. Review of Submissions for Capability to
Successfully Undertake and Complete the Project..
APPENDIX A. PERTINENT LEGISLATION
APPENDIX B. DECLARATION, FINANCIAL DISCLOSURE, PROFESSIONAL
INFORMATION, AND MINORITY PARTICIPATION FORMS
EXHIBIT 1. CITY AND GSA LEASE AGREEMENT
EXHIBIT 2. HISTORIC PRESERVATION MEMORANDUM OF AGREEMENT
(NOTE: EXHIBITS NOT INCLUDED IN THIS DRAFT)
2
3
4
5
6
7
8
4
18
10
11
12
12
12
13
13
14
15
15
16
17
18
4.
0 0
I. PUBLIC NOTICE
The City of Miami and the U.S. General Services Administration
are extending. invitations to qualified and experienced
development teams to submit professional qualifications for the
site acquisition, planning and design, financing and construction
of an approximately 250,000 sq.ft. building to securely and
efficiently house U.S. Law Enforcement Agencies in Miami,
Florida.
The proposed building is to be constructed on specified property
to be acquired by the successful proposer under a turnkey
agreement with the City of Miami for subsequent lease to the U.S.
General Services Administration. The nearly 2-acre project site
is located between NE let and Miami Avenues and NE 4th and 5th
Streets in downtown Miami adjacent to the U.S. Post Office
Courthouse and Courthouse Annex. Site development includes
parking and accommodation for future expansion.
Qualifications are sought to pre -qualify development teams and
must include and demonstrate the required professional expertise
and range of experience in projects of similar scope and
complexity, demonstrate financial capability to successfully
undertake and complete the project, present a viable financing
strategy, and comply with minority participation requirements.
Respondents to this Request for Qualifications determined
qualified shall be invited to submit a second more detailed
proposal for design and cost for evaluation and selection by the
City of Miami and the U.S. General Services Administration.
Proposals shall be sought only from among pre -qualified
development teams.
Interested parties must contact Arleen Weintraub at the City of
Miami Department of Development, 300 Biscayne Boulevard Way,
Suite 400, Miami, Florida, 33131, Telephone (305) 372-4590, to
obtain the Request for Qualifications document. This document
contains detailed and specific information about submission
requirements and qualifying procedures.
Qualifications st be delivered to Matty Hirai, 'City Clerk, at
Miami City 1, 3500 Pan American Drive, Miami, Fl�rida, 33133,
not later t n 2:0� 00�. on Friday, April15, 1988%/
The City of M and the U.S. General Se r Administration
reserve the right to wafv% a-ny-irrogu-lertt1es in any submissions,
or to reject any or all qualifications submissions and to re -
advertise for new submissions.
Cesar H. Odio Thomas E. Davis
City Manager Assistant Regional Administrator
City of Miami General Services Administration
Adv. #970
9
98--232
0
LI
11. OVERVIZW
A. Project Summary
On October 29, 1986, the City of Miami ("City") and the United
States of America, acting by and through General Services
Administration ("GSA"), entered into a "Memorandum of
Understanding" expressing their intent to enter into negotiations
for the City to construct and lease to GSA a building to house
the U.S. Attorney's Office and other U.S. Law Enforcement
Agencies in Miami. Public Law 99-591 was passed by Congress
authorizing GSA to lease a building in Miami not to exceed
250,000 sq.ft. acquired or constructed by the City.
On July 23, 1987, the City Commission adopted Resolution 87-746
authorizing the City Manager to execute a negotiated "Lease
Agreement" (included as Exhibit 1) between the City and GSA
setting forth the terms and conditions for the City to construct
and lease to GSA an approximately 250,000 sq. ft. building for a
period not to exceed thirty years with renewal options by GSA.
On October 22, 1987, the City Commission adopted Resolution 87-
916 declaring that the most advantageous method for the City to
construct a building for subsequent lease to GSA is by
procurement of an integrated package from the private sector that
includes site acquisition of a specified 12-lot land parcel in
downtown Miami, planning and design, and construction. Resolution
87-916 further authorized the preparation of a Request for
Proposals.
The property identified by GSA and the City as the project site
is today in private ownership. The successful proposer shall be
responsible for site acquisition at a price not to exceed the
guaranteed purchase price agreed to by the City with the
property owners through agreements of purchase and sale. The
successful proposer shall take title to the property and
construct only those improvements authorized by the City and GSA
under a turnkey development agreement with the City of Miami.
Upon completion of construction of the building and all
associated improvements, the City shall take title to the
property through purchase from the successful proposer at a pre -
negotiated price for subsequent lease to the U.S. General
Services Administration.
On March 10, 1988, the City Commission adopted Resolution
Be- authorizing the issuance of this Request for
puallf7cations as a pre -qualifying procedure prior to the
issuance of a Request for Proposals for land acquisition,
planning and design, and construction of a building in Miami to
be occupied by U.S. Law Enforcement Agencies. Resolution 88-
further selected an independent certified public accounting firm
to assist in an analysis of proposal submissions, directed
2
/0
PS-232
9.
• 0
forthcoming Request for Proposals be brought before the
Commission prior to its issuance , and determined response be
limited solely to development teams determined qualified in
accordance with all provisions of this Request for
Qualifications. (Referenced legislation is included as Appendix
A.)
The City of Miami and GSA are hereby extending invitations to
qualified and experienced development teams to submit
professional qualifications, demonstrate financial capability,
present a viable financing strategy, and comply with minority
participation requirements for the development of an
approximately 250,000 sq.ft. Federal Law Enforcement Building
located on specified property to be acquired between NE lot and
Miami Avenues and NE 4 and 5 Streets in Miami's central business
district, adjacent to the U.S. Post Office Courthouse and
Courthouse Annex.
Professional qualifications are sought to pre -qualify development
teams and must include the composition of the team, demonstrate
professional experience and capability in the required
disciplines, demonstrate financial capability to successfully
undertake and complete the project, present a viable financial
strategy, and comply with minority participation requirements.
Development teams determined by the City and GSA as qualified
shall be invited to participate in the Request for Proposals
selection process for design and development of a Federal Law
Enforcement Building.
Proposals shall be sought only from among pre -qualified teams for
procurement of an integrated package that shall include site
acquisition, planning and design, and construction of
improvements in accordance with all provisions of the Request for
Proposals document.
B. Development Objective
The development program for the assembled downtown property calls
for the City providing the United States of America suitable
office space to securely house its U.S. Attorney's Office and
other Federal Law Enforcement Agencies at a reasonable lease rate
in an expeditious time period. The City, as facilitator, intends
to procure the improvements from the private sector at no profit
or expense to its taxpayers.
The development objective set forth by the City and GSA may be
achieved by acquisition of a specified land parcel and
construction of a 250,000 sq.ft. building appropriately sited on
the property to allow future expansion that functionally ties in
to the adjacent existing U.S. Post Office Courthouse and
Courthouse Annex forming a secure environment for its occupants.
The building's program and design shall be in accordance to
specifications provided by GSA to be included in the Request for
Proposals document.
3
PS-232
C. Site Description
The property selected by GSA lies within the Central Business
District of the City of Miami, Dade County, Florida as shown in
Figure 1. "Regional Location Map" and in Figure 2. "Area Location
Map." The property is zoned CBD-1/9. The CBD zoning district is
the central commercial, financial, and office core of the
metropolitan area. The nearly 2-acre site to be acquired
generally includes the easternmost twelve lots of Block 78. Block
78 is located between NE 1st and Miami Avenues and NE 4th and NE
5th Streets in downtown Miami, as shown in Figure 3. "Project
Location Map." The twelve lots comprising the land parcel are
more particularly described in Table I. "Parcel Description."
The property is bounded on the east by Miami Dade Community
College, on the north by the Central Baptist Church, on the west
by the remainder of the block in private ownership, and on the
south by the U.S. Post Office Courthouse and Courthouse Annex.
The Metromover alignment runs adjacent to the property along its
northern edge with the EDCOM Metromover station located on the
southwest corner of the NE Sth Street and NE 1st Avenue
intersection. The U.S. Post Office Courthouse is listed on the
National Register of Historic Places. The Central Baptist Church
is eligible for listing on the National Register. (Refer to
Subsection F. "Historic Preservation Considerations".)
D. Site Acquisition
The 12-lot parcel selected as the project site by GSA is
presently in private ownership among seven owners. Based on two
independent appraisals, the City is negotiating with the
individual property owners for each parcel's acquisition at a
fixed price. A guaranteed purchase and sale agreement between
the respective owners and the City, to be assigned to the
successful proposer, shall be executed prior to the issuance of
the Request for Proposals for development of the Federal Law
Enforcement Building that provides a deferred closing to take
place no sooner than six months, but not later than one year from
its date of execution. The total purchase price for the project
site is anticipated to be in the $6 million range.
The successful proposer, upon execution of a turnkey development
agreement with the City, shall be responsible for completing the
property acquisition at a purchase price not to exceed that
stipulated in the purchase agreements directly with the current
owners. The successful proposer shall be responsible for all
closing costs including reimbursement to the City in the amount
of $26,300 for the cost of obtaining the two appraisals.
The City and GSA reserve the right to pre -qualify proposers for
acquisition and development of the site described herein or for
an alternate site should one be selected by GSA and the City.
4 /h
99-232
got.1
1, of
I % Ile•Hnn I.NNI/ON
tflwt.IM
• +1 •
•..... Will t
w
t
•I.A :eNIw1 OL
S
/N
Cwe •m Ir
.
� ,
•n�
tat
1 '■� a
Lt•rllwN
w1/
1 w1 IU 1/
f OfA.IOCIIA
•.\ed.r•
!1 •t.t.
+
• •
i O
I. CENNe/
Nw � =r M.IwM....m/
� � 1* /
1tO.l.e
1 M
... �1t••Art
N/ Ill It
.rM I.wM
to
.
Nw I/f it
NOtIN
S : _
MIAMI t
f1 P .•ON C1w•
•
N Or It411 .
Ill ,..1 • y. /•I
11
_
1.111 _ Nw Ie/11
C
w IT
i
• t
� �I
f
O
� �
/NAIiAN � �
Nw N It
' • �
4r t
!
+ - Pt, to
■
r MM
N w N ll
t we,. M..,../r \I C
•1
NNIew eCw4
�
MIAMI 1
to 04 to
MIAMI� j
'"
s►tlNas !
•EACH
f ew.0.1
t..wt
SM.. IW, I tlw. /, V
of
•1••■Mn.NerlDNp
e/.IM1 Its
If
^
1
Ie
t
O
t M'11
I.rwt
1
r
1 '
w tf!fAl. 11
..
_ NIN/.
\ .
td tIN.
•
s !�
•�
teems" N.e
{ w C {I.. CHIC OCIIO•
{
`
l/N
•
I
{w
S
Coe" wel .••.p Mt
• /1 /t
willuescoll
CONAt
: '
1 �•
Clw. "hot"
w
GAtS
t
•I C
1
low r 11
Ct.• eve
1'
r'
{w M 11
elell.N 00
♦ pNNCe.l1
i•i.w�
+f+M+l\r.r
..Ir
t
w nit
V~ Nwl C«dMll
C,.O.1
rem
s
Y
1 44
c
.
Iw
N{I
: �
� if *.So 11 %1
r
N .1.1•elf
M
. ,
�
.'ire
f :
J•
I 10N
amaloce
1 =
V
•
C.N rra •r
t
O ■
�
MI•.
w
raft
staff /e..
M•,w .•.
III 11
..IIeN N
...., .,
•,•,��
r
i
�
1
1
+ I 1pN"Or N
1
1\l ll
L
1 w lef 1f I11018a Nl./ 1 IN Is to
1• •tl •I V
r+
INI•e1/1 N I at 116 of
a.N.f N
10
NOM/SI[AO ANO NIT W/SI
Figure 1. Regional Location Map
5
"g_2.32
t
Figure 2. Area Location Map
�y
"g_2.32
IN
1
MIT
M'TCQ
I
L.J 1
! EE11P111pEs
i I
1 ,
I ,
M.E. • !T.
i
I
1 1 I + PAA'+A/ 1 j CENTIIAL
aAMP T. N.
tw141�Ituwulwluu�f�lUtfutui ti tw uluuutulululu
1
1
�Kf IIRr.
w
1 i NO�L I 1 ''. , ♦ I
N.E. 4 ST.
1 1 + 1 I
i 1 1 IfEDIER '
i1 ; 'COURT OU
1
1 1 1
1
Mt'�MIIDA4 4MM`JNIlY COLLJOE, � ~
MA1 WO�LO CtA.CA1`IWA'SLOG,6
' ) I
COLLEGE SGUAI
a•ue ADO'
MIAMI DADS CO
ovIwxfOww CAMPUS
Figure 3. Project Location Map
. Ne.60-•7
ITY COLLEGE
/5
"R_2L32,
k.
Table I. Parcel Description
ega1
Lot Size
Existing
ocation
Description
(mg-ft.)
improvements
38-44-46 NE 1 Ave.
N lUU' of Lots 1 & 2,
5,760
Asphalt paved
Dlk 78 less N 36' thereof
parking lot
4 less E 10' of Lot 1
98 NE 1 Ave.
South 50' of Lots 1 & 2
4,500
Asphalt paved
less E 10' of Lot 1 for
parking lot
St. Blk 78
enerally, the NE
Lot 3, less Beg. NW cor.
23,345
Asphalt paved
orner of NE 1 Ave.
Lot 3, S 29.50', E 50.36',
lot containing
nd NE 4th St.
N 36', S 49.95' to POD
a 6,944 sq.ft.,
ntersection
k all of Lot 18 6 S 100'
one-story CBS
of Lots 19 & 20, Blk 78
Trailways Bus
Terminal bldg.
E 5th St. +/-
Parcel D-2058 a/k/a
1,136
Vacant, paved
20 ft. west of
Portion of Lot 3 less
driveway access
E 1 Ave.
N 10' Blk 78 desc. beg.
to the Trail -
NW cor. Lot 3 thence S
ways Bus Termi-
29.50' E 50.36' N 36'
nal with the
S 49.95' to POD less N 10'
Metromover
almost overhead
4 NE 5th St.
Parcel D-205A a/k/a
7,495
CBS structure
Lot 4, Blk 78
housing trans-
formers and
other electrical
equipment servin
the Metromover
6 NE 5th St.
Lot 5 less N 10', Blk 78
7,000
A two-story CBS
structure toward
front of lot; A
two-story wood
structure toward
back of lot;
both divided int
small apartments
3 NE 5th St.
Lot 6 less N 10', Blk 78
7,000
Vacant grassy to
8
r!8-2a2
0
Tabie L. Parcel Description (Continued)
Lmg&L
MESs•
RmLeting
Location
Description
( sq. ft. )
improvmonts___
33 NE 4th St.
8 12.5' of Lot 14 4 M
80100
Asphalt paved
41.5' of Lot 1S, Kk 76
parking lot
43 NB 4th St.
8 6.5' of Lot 1S i Lot
80775
Asphalt paved
16, 91k 78
parking lot
51 NE 4th St.
Lot 17, Blk 78
7,500
Asphalt paved
parking lot
420 NB lot Ave
U 50' of Lots 19 i 20,
50000
A four-story,
Slk 78
16,299 sq.ft.
CBS hotel
.::..:.:
structure
Total
85,586
9
In."32
• 0
E. Improvements to Site
Improvements to the site shall include an approximately 250;000
sq.ft. Federal Law Enforcement Building designed to efficiently
and securely house the U.S. Courts; U.S. Attorney's Office; U.S.
Secret Service; U.S. Alcohol, Tobacco, and Firearms; U.S.
Marshall's Service; and U.S. Trustees federal agencies. An
enclosed walkway shall be provided to securely link the Law
Enforcement Building and the existing U.S. Post Office Courthouse
and Annex.
Other supporting improvements shall include on -site parking
including approximately 65 high -security spaces, vehicular/
pedestrian access and circulation including a pedestrian mall
along a portion of NE 4th Street with limited vehicular access,
signage, lighting, and landscaping.
Improvements shall be in complete and full accordance with
building requirements and specifications provided by GSA. The
building shall be sited to allow a second building of comparable
quality, size and scale to be constructed on the site, should GSA
ever desire to do so.
A freestanding Federal Law Enforcement Building and specified
supporting improvements are the only allowable uses of the site.
F. Historic Preservation Considerations
GSA has determined, and the City concurs, that construction of a
Federal Law Enforcement Building on the project site will have an
effect upon the adjacent U.S. Post Office Courthouse, a property
listed on the National Register of Historic Places, and the
Central Baptist Church, the Chaille Building, and the William H.
Chaille House, properties eligible for listing on the National
Register, as shown in Figure 4. "Historic Buildings Location
Map
Through consultation with the Florida State Historic Preservation
Officer and the Advisory Council on Historic Preservation, all
parties have agreed to implement measures to ensure that the
design of the Federal Law Enforcement Building shall be sensitive
to adjacent historic properties in exterior finish material,
scale, massing, and setting. Project designs submitted by pre -
qualified proposers in response to the Request for Proposals
shall be reviewed by the Florida State Historic Preservation
Officer and shall be critically evaluated by a Review Committee
with respect to historic preservation concerns, among other
criteria. (Refer to "Memorandum of Agreement" included herein as
Exhibit 2.)
10 / g/
f!g-232
0
9
�w
SO
Figure 4. Historic Buildings
ii
Location Map
/9
s,S_232
i
• 9
G. Commitment of Funds
1. Successful Proposer
The successful proposer is required to provide equity and debt
capital adequate to finance the complete acquisition of the
property designated as the project site, the planning and
design, and construction of the Federal Law Enforcement Building.
Qualifications submitted in response to this Request for
Qualifications shall state the mechanism and source of funding to
successfully carry out the project. The viability of the
financing strategy will be assessed by an independent certified
public accounting firm as a part of the qualifying process and
will be critically evaluated as a part of the Request for
Proposals selection process.
The successful proposer shall provide funding to reimburse the
City for direct costs incurred in evaluating all submissions
received in response to the Request for Qualifications and the
Request for Proposals. Direct costs include, but are not limited
to, preparation costs, advertising, site survey, appraisal fees
($26,300) and the professional services cost of a certified
public accounting firm selected by the City Commission. Payment
is due from the successful proposer immediately upon execution of
a development agreement with the City.
2. City
Subsequent to conclusion of the Request for Proposals process,
the City shall enter into a turnkey development agreement with
the successful proposer for land acquisition, planning and
design, and construction of the project. The City shall take
possession,, through purchase of the land and all improvements
related to the development, from the successful proposer at
project completion upon acceptance of all aspects of the project
by GSA and the City. The purchase price shall be negotiated
prior to commencement of construction and the estimated project
cost shall be critically evaluated by a review committee in the
Request for Proposals selection process.
3. GSA
On October 22, 1987, GSA entered into a lease agreement with the
City for a building of approximately 250,000 sq.ft. The initial
lease term is for thirty years with two options to renew for a
period of twenty years each. The City and GSA have agreed that
the amount of lease payment will be a negotiated figure
calculated to reimburse the City all direct and indirect expenses
incurred while facilitating the delivery of suitable office space
to GSA for housing Federal Law Enforcement Agencies.
12 0ZO
198-232
H. Tentative Proposer Selection Schedule
1. Request for Qualifications:
Issuance of Request for Qualifications
Qualifications Submission Deadline
Location: Office of the City Clerk
Miami City Hall
3500 Pan American Dr.
Miami, Florida 33133
Determination by GSA and City of
Qualifications
Notification of Pre -Qualified
Proposers
2. Request for Proposals:
March 15, 1988
April 15, 1988
2:00 p.m.
April 18-22, 1988
April 25, 1988
(NOTEs PARTICIPATION LIMITED TO PRE -QUALIFIED PROPOSERS ONLY)
Pre -Qualified Proposers Conference
May 2, 1988
Location: Department of Development
10:00 a.m.
300 Biscayne Blvd. Way
Suite 400,
Miami, Florida 33131
Issuance of Request for Proposals
May 10, 1988
Proposal Submission Deadline
August 10, 1988
Location: Office of the City Clerk
2:00 p.m.
Miami City Hall
3500 Pan American Dr.
Miami, Florida 33133
Determination by GSA and City
Aug. 11-17, 1988
of Proposal Submissions
Responsiveness to RFP Requirements
Review Committee Meeting for
August 23, 1988
Evaluation of Responsive Proposals
with CPA Firm Present
Review Committee Interviews with August 30, 1988
Responsive and Responsible Proposers
with CPA Fine Present
Recommendations from the Review September 7, 1988
Committee and CPA Firm to the
City Manager
13
C
P8-2:32
LI
Recommendation from the City Manager
to the City Commission for
Selection of a. Proposer
Negotiated Development Agreement
with Successful Proposer Presented
to the City Commission for Approval
Begin Construction of Federal
Law Enforcement Building
III. SUBNISSION REQUIREMENTS
September 22, 1988
December, 1988
January, 1989
Submissions received in response to this invitation for
professional qualifications shall meet all requirements specified
herein. Submissions deficient in providing the required
information shall be determined non -responsive to the Request for
Qualifications by GSA and the City and ineligible from any
further consideration.
A. Composition of Proposing Team
GSA and the City are seeking professional qualifications that
demonstrate the proposer's ability to develop an approximately
250,858 sq.ft. building to be occupied by U.S. Law Enforcement
Agencies in Miami including site acquisition, planning and
design, financing, and construction.
Professional consultants possessing the required expertise may be
provided from one firm constituting all the required professional
services or may be provided from among several firms constituting
all the required professional services. Subconsultants may
submit as such on more than one team, however, the principal(s)
of the team and professional consultants shall only submit one
proposal as the principal(s) and consultant(s) and shall not be
the principal(s) or consultant(s) on any other team.
The development team assembled in response to this invitation
shall, at minimum, demonstrate professional expertise in the
following disciplines:
1. Financial capability: principal(s) shall possess ability
to obtain adequate financing for all aspects of the
project;
2. Architectural: shall be registered to practice
architecture in the State of Florida as required by FS
Chapter 481, Part I. Architecture;
14
I'8-*2'3Z
C
3. Landscape Architecture: shall be registered to practice
landscape Architecture in the State of Florida as
required by FS Chapter 481, Part It. Landscape
Architecture;
4. Engineering: shall be registered to practice engineering
in the State of Florida as required by FS Chapter 471,
Professional Engineers;
S. General Contracting or
licensed as a general
or Dade County;
6. Security Design;
7. Interior Design;
S. Historic Preservation.
Construction Management: shall be
contractor in the State of Florida
B. Minority Participation within Proposer's Development Team
Respondents shall be required to comply with all applicable
federal, state and local affirmative action legislation and
regulations, including City of Miami "Minority and Women Business
Affairs Procurement Program Ordinance No. 10062," included in
Appendix A. Ordinance No. 10062 sets a goal of awarding a
minimum of 51% of the total annual dollar volume of all
procurement expenditures to Blacks, Hispanics and Women -owned
business enterprises to be apportioned as 17% each.
Minorities are expected to be an integral part of the development
team submitting professional qualifications. For the purpose of
pre -qualifying proposers, the minimum requirements for minority
participation within the development team shall be defined as any
two of the goals being achieved. Therefore, the composition of
the development team will be assessed to determine that at least
34% of its named members are minority participants of any
combination of Blacks, Hispanics and Women minority groups;
however, the 34% participation must include at least two of the
minority groups, in any combination thereof.
C. Format and Content of Submission
Interested development teams comprised of the disciplines and the
ranges of experiences outlined in Section III.A. must submit one
(1) original and seven (7) copies of a complete submission
package of qualifications in an 8-1/2" x 11" bound format.
15 02 ,3
9 8-2.32
i
lb 0
Submissions must include the following:
r
1. A completed "Declaration" form included in Appendix B.
2. Completed Financial Disclosure, Professional Information, and
Minority Participation forms included in Appendix B entitled
as follows
a.
"Proposer"
b.
"Partnership Statement" or "Corporation Statement"
c.
"Proposer's
Questionnaire
d.
"Proposer's
Experience Statement"
e.
"Proposer's
Financial Data"
f.
"Proposer's
References"
g.
"Proposer's
Professional Consultants"
h.
"Experience
of Proposer's Professional Consultants"
i.
"References
of Proposer's Professional Consultants"
J.
"Proposer's
General Contractor or Construction Manager"
k.
"Experience
of Proposer's General Contractor or
Construction Manager"
1.
"Proposer's
Contractor or Construction Manager
Financial
Data"
m.
"References
of Proposer's Contractor or Construction
Manager"
n.
"Minority Participation within Proposer's Development
Team"
3. A financial strategy detailing the method, mechanism, and
sources of funding, including the equity commitment, access
to financing, and documentation demonstrating the proposer's
ability to obtain adequate financing for all aspects of the
proposed development.
Materials other than those specified in Subsections C.1., C.2.,
and C.3. herein shall not be considered and shall not be
submitted. No additions, modifications or substitutions shall be
made to the responses subsequent to the submission deadline.
D. Submission Instructions
Submissions identified as "Professional Qualifications for
Development of a Federal Law Enforcement Building, Miami,
Florida" must be received at:
City Clerk's Office
City of Miami
Miami City Hall
3500 Pan American Drive
Miami, Florida 33133
16 ZCY
99-2.32,
El
not later than:
accompanied by:
2M p.m.
Friday, April 15, 1988
A non-refundable cashier's check
in the amount of $1,500.
The time deadline and location will be firmly adhered
and the City. No submissions shall be received after
April 15, 1988, or at any other City office location
City Clerk's Office.
to by GSA
2:00 p.m.,
except the
Funds received -from non-refundable cashier's checks are intended
to cover actual expenses for advertising, printing, and mailing
incurred by the City in preparing and issuing this Request for
Qualifications document. Funding for expenses incurred in
evaluating submissions, in excess of the application fees
collected, shall be reimbursed the City by the successful
proposer as described in Section II.G.1. above.
IV. QUALIFYING PROCESS
The qualifying process, as implemented by this solicitation, is
the first phase of a two phase selection process for a successful
proposer, as described in Section II. above, for development of
a Federal Law Enforcement Building in downtown Miami.
A. Review of Submissions for Compliance and Professional
Qualifications
Submissions shall be reviewed initially by a committee consisting
of representatives from GSA and the City for compliance to all
requirements set forth herein. Each submission shall be checked
to ensure that:
1. the development teams comprise required professional
expertise;
2. all forms have been correctly completed for the entire
development team (refer to list provided in Sections
III.C.1 and III.C.2.);
3. the architectural, landscape architectural, and
engineering professional consultants are currently
registered to practice in the State of Florida in
accordance with Chapter 481, Part I; FS Chapter 481, Part
II; and FS Chapter 471, respectively, and the general
contracting or construction management firm is currently
licensed to practice in the State of Florida or Dade
County;
17
P-5
PS-232
t
4. a financial strategy has been submitted;
S. minority participation has been clearly demonstrated and
minimum requirements have been met; and
6. the required number of copies and one original of the
submission are received by the deadline date and time and
at the correct location.
Submissions failing to meet any of these requirements shall be
eliminated from the qualifying process at this point.
B. Review of Submissions for Capability to Successful
Undertake and Complete the Project
Submissions shall be further assessed by the committee and where
applicable, an independent certified public accounting firm
selected by the City Commission, to determine that the
submissions favorably demonstrate the following:
1. financial capability of proposer sufficient to
successfully undertake and complete this project;
2. viability of financial strategy, financing mechanism,
and funding sources;
3. architectural/engineering capability and range of
experience sufficient in scope, complexity and adequacy
of personnel to successfully undertake and complete this
project;
4. general contracting or construction management capability
and range of experience sufficient in scope, complexity,
and adequacy of personnel to successfully undertake and
complete this project;
S. good past performance in project administration and in
cooperation with former clients;
6. good past experience record; and
7. ability to meet time schedules and budgets.
Proposing teams that meet these (Subsection B.) and the previous
requirements (Subsection A.) shall be qualified for this project
and invited to respond to the Request for Proposals for
development of the Federal Law Enforcement Building. Each
respondent shall be notified in writing of the committee's
findings. The findings of the committee shall be final and
binding.
18
P03--232
0
0
APP M IR A
Memorandum
Public
Resoluti
Resoluti
Resoluti
Ordinan
LMI"TIOM
of Un
Law
on No.
on No.
on No.
ce No.
erstandinq
99-591
87-746
87-916
1311-
I BM-
d
27
9a32
Ib
E'
N9"OPAN0N
OF
U NDRMTANDING
This Meworandua or Understanding is between the City of
Mlawi, an vntlty ut timer state VC riuciva and the Wilted states of
America, acting by and through General services Adainiatratton,
its agency in seenrd with 40 USC 751 et asq., 40 U80 400(h) and
under the Joint Resolution Providing Continuing Appropriations
for the riscel Year Sndin9 September 10, 1047, printed oe page
316410 of the Congressional Record# dated October* 16, 1986.
1. The City of Miami (hereinafter City) and the United
states of Ansties (hereinafter Government) agree to enter into
negotiations for the City to construct and lease to the Govern-
ment a building to house the U.B. Attorney's Office and other
federal Law 6nfotcement agencies in Niamie
_. The CLey and the Government (hersinsttesr pertiee)
agree that the proposed building would be constructed according
to plans and specifications approved br the Government, to be
located on a real property site owned now or to be acquired by
the Citye with the location to be approved by the, liovernuent.
3.. The parties agree that the term of the lease would
be ror a period not to exceed thirty Yost* with renewal options
by the Government to be negotiated.
a
lb
A,
40 the patties agree •he SMOUnt of the lease paYrn•
will be a negotiate* figure calculated to reioburse the City its
v 0
e xpenees while furnishing the Oowrnoent suitable spa" at a
reasonable price in the shorts*& period of time possible.
S. the, patties agree that this NeWrandus of Under-
stan4ine is an empresoion of the intent of the parties and to not
Intends* as a final or complete agreement.
R. Tho portLoo plop ono Intend that so norotlatLene
Procro ss they will enter into a w tually binding agreeseet•that
is to be aonnummeteA no later than December 21. 1984.
NITNg•n t
Von* this 29th day of October# ifs:.
CITY OF M=AN I
all
OMM
City Maned r
UNMD STAT28 QSUBRAG SRRVICU ADNINZWMTION
all
Regional Mainistrator
.. 2 ..
zR
11g-232
A A
XT. 311. 1(1W;
PUBLIC LAW 99-591-4DCf. 30, 1986 100 STAT. 3341-352
'.rthMc,!Ce• el t;cZ
1 Building,
the purposes buildings constructed this authorization. buildinconstructed pursuant to
Buildings Purchase Contract Act 1954 U.S C
42o,0(>(.M0
the Public of (40 3561,
the Public Buildings Amendments of 1972 140 U.S.C. 490). and
-thouse. $F.54f1.9"
buildings under the control of another department or agency where
alterations of such buildings are required in connection with the
�: e. =1, : �^ n(►0
moving of such of Fier department
or agency from buildings then, or
thereafter to be, under the
control of the General Services Admini►
tration shall be considered to be federally owned buildings: Provided
K�
further. That none of the funds available to the General Services
Administration shall be available for expenses in connection with
any construction, repair. alteration. and acquisition project for
if by the Public Buildings Act 1959,
which a prospectus, required of
as amended, has not been approved, except that necessary funds
may be expended for each project for required expenses in connec-
tion with the development of a proposed prospectus- Provided fear
-,I I'loddinC, Courthouse.
ther. That funds available in the Federal Buildings Fund may be
expended for emergency repairs when advance approval is obtained
from the Committees on Appropriations of the House and Senate
Provided further. That amounts necessary to provide reimbursable
special services to other agencies under section 21006) of the
Federal Property and Administrative Services Act of 1949. as
amended (40 U.S.C. 490(f1t6)) and amounts to provide such reimburs.
:t ;. Phase (, �_^O,t100,0U11
able fencing, lighting, guard booths, and other facilities on private
or other property not in Government ownership or control as may
be appropriate to enable the United States Secret Service to perform
'•,
its protective functions pursuant to 18 U.S.C. 301% as amended, shall
,,; ,
be available from such revenues and collections: P►mlided further.
That the Administrator of General Services is authorized, under
section 21(hh) of the Federal Property and Administrative Services
Act of 1949, to acquire a building not to exceed 250,000 sq. ft..
constructed or ncqu.red by or on behalf of the State of Florida or a
FwliticaI subdivision thereof, by lease not to exceed 30 years. in
Miami, Florida, on such terms and conditions as he deems appm
priate. These terms and conditions may include an option to permit
the Federal Government, if the Administrator deems that it is in the
best interest of the Federal Government, to execute a succeeding
lease: Provided further, That the Administrator of General Services
is authorized, under section 210(h) of the Federal Property and
Administrative Services Act of 1949, to acquire a building not to
600,000 ft.,
exceed sq constructed or squired by or on behalf of the
-
State of Illinois or a political subdivision thereof, by lease not to
exceed 30 years, in Chicago Illinois, on such terms and conditions as
prospectuses
he deems appropriate. These terms and conditions may include an
-.: ''::- :.�t.•r: r� only if
option to permit the Federal Government, if the Administrator
:::•:'�� = cn Appropria•
deems that it is in the bat interest of the Federal Government, to
Ttiat all funds for
execute a succeeding lease: Provided /6rther. That revenues and
. %, ire on Septem•
collections and any other sums accruing to this fund during fiscal
Fund except funds
of F- funds have
rear 1987 excluding reimbursements under section MOM of the
Federal Property Administrative Services Act 1949 U.S.C.
r been
&.-e .� • not to exceed
and of (40
490(I)(6) in excess of $2.385,856.000 shall retrain in the Fund and shall
r.'ered into prior to
not be available for expenditure except as authorized in appropria•
►pnt�l cf space; i:ic not
•at:or.�. �,+�
tion Acts: Pmvided further, That notwithstanding this or any other
this Act. Section
not to exceed
provision of 623 of the Treasury. Postal Service.
rah/-d services; and 171
and General Government Appropriations AM ea contained in this
.;rruction services which
Act shall apply only to the rural electrification program in the State
It tc: d further. That for
of Alaska
�i
'%3-2.32'
a r
0-S1-67S
7/23/S!
RISOLVltw ND. 87-.7 6
A RISOWRION hop III"* "I CITY MANAGER TO
IEICUTI A LRAIR AGRIIMtNT, IN A PORM
ACCEPTASLI TO TNI CITY ATTOMEY, BETWEEN "t
UNITED STATtt OF AMIRtCA AND THE CITY OF
MtAMI StTTINO PON" THE TIRMS AND CONDITIONS
FOR THt CITY TO CONSTRUCT AND LEASE TO THt
UNITED ITATIS OF AMERICA AN APPROXIMATELY
250,000 $Q. PT. BUILDING TO NOUSS THE U. S.
ATTORNEY'S OPPICI AND OTHER PEDIRAL LAN
INPORCEMINT AGENCIES IN MIAMI TO BE LOCATED
ON A REAL PROPERTY SITS OWNED OR TO SI
ACQUIRED BY TNI CITY InVISN NE 4TM AND STH
STREETS AND NE 15T AND MIAMI AVENUES PON A
PtRIOD NOT 10 IXCRED THIRTY YEARS WITH
RININAL OPTIONS SY THI UNITED STATES OF
AMIRICAs PROVIDING POR AN RPPICTIVR DATE.
WHEREAS, on October 29, 1986, the United States of America,
acting by and through General Services Administration, and the
City of Miami entered into a Memorandum of Understanding
expressing their intent to enter into negotiations for the City
to construct and lease to the United States of America, a
building to house the U. S. Attorney'. Office and other Federal
law enforcement agencies in Miamit and
WHEREAS, the proposed 250,000 sq. ft. building is to be
located on a property site owned or to be acquired by the City
between NE 4th and Sth Streets and Mt lot and Miami Avenues. and
WHEREAS, the lease term shall be for a period not to exceed
thirty years with renewal options by the United States of
Americas and
WHEREAS, the parties have agreed that the mount of the
lease payments will be a negotiated figure calculated to
reimburse the City all expenses while providing the United States
of America a suitable space at a reasonable price in the shortest
period of time possible. and
WHEREAS, the United States of America and the City of Miami
have negotiated in good faith the terms and conditions of a lease
agreement for the City to construct a building for lease to the
United States of Americas CITY COMMISSION
MEETING OF
JUL 93 fu l l
01"M a. 87-7-16
ro"S.-
31
A
NON, "CAR900e, BR It NUOLVID IT "I COMMISBION 0► TNR Ct"
or MIAMt, rWRIDAI
section 1. "a City Manager is hereby authorised to
execute a lease ggraemsnt, in a form acceptable to the City
Attorney, between the Jnited States of America and the City of
Miami getting fort', the terms and conditions for the City to
construct and lease to the United states of America an
approsimately 250#000 sq. ft. building to house the U. $.
Attorney's Office and other Federal law enforcement agencies in
Miast to be located on a real property site owned or to be
acquired by the City between MR 4th and Sth Street@ and MR lot
and Miami Avenues (the 'Building') for a period not to emceed
thirty years with renewal options by the United States of
America.
Section 2. A building permit for the Building shall be
Issued within fifteen (15) months from July 23, 1987, or the
Jesse agreement with the United States of America may be
terminated by the City Commission and the City shall be
reimbursed by the United States of America' for all of its out of
pocket expenses.
Section 3. This resolution shall be effective seven (7)
days from its approval provided that the City Commission does not
raise any questions concerning the lease agreement within such 7
days. In the event that the Mayor or a Commissioner raises any
questions concerning the lease agreement, the City Manager is not
authorised to execute the lease agreement and this matter shall
be brought back to the City Commission for further consideration.
9ASS90 AND ADOPTRO this 23rd day of July 187.
Arrc Tr
N
CITY C(.RRR
2- R,7-07.10:
32
^g-2.32
A
u
Me
cut"t"9
33
RSM2.'32
0171 P
Rem. 10/11/67
11""MiON ..,W?--916
A RESOLUTION DECLARING THAT THE MOLT
A0IMMTAGEOUt METHOD TO DEVELOP AN
APPR07RIMATELY 2S0,000 60. FT. BUILDING TO
HOUSE THE U.S. ATTORNEY'S OFFICE AND OTHER
FEDERAL LAN ENFORCEMENT AGENCIES IN RIA14I It
tY PROCUREMENT OF AN INTEGRATED PACKAGE THAT
INCLUDES SITE ACQUISITION OF A 12-LOT LAND
PARCEL SETWEEH NE 1ST AND HIAMI AVENUES,
PLANNING AND DESIGN, AND CONSTRUCTIONS
AUTMORIEING THE CITY MANAGER TO PREPARE A
DRAFT REQUEST FOR PROPOSALS (RFP) FOR THE
INTEGRATED DEVELOPMENT OF SAID IMPROVEMENTSt
AND FURTHER DIRECTING THS CITY MANAGER TO
PRESENT THE DRAFT RFP TO THE CITY COMMISSION
AS SOON AS PRACTICABLE FOR CONSIDERATION AND
APPROVAL PRIOR TO ITS ISSUANCE.
WHEREAS, on October 29, 1996, the United States of America,
acting by and through General Services Administration, and the
City of Miami entered into a Memorandum of Understanding
expressing their intent to enter into negotiations for the City
to construct and lease to United States of America a building to
house the U.S. Attorney's Office and other Federal law
enforcement agencies in Miami: and
WHEREAS, the proposed 250.900 sq. ft. building is to be
located on a 12-lot property site between HE 4th and Sth Streets
and MR lot and Miami Avenues: and
WHEREAS, on July 23, 1907, the City Copeission adopted
Resolution 57-746 authorising the City Manager to execute a lease
agreement between the United States of America and the City of
Miami setting forth the terms and conditions for the City to
construct and lease to the United States of America an
approximately 259.000 sq. ft. building to house the U.S.
Attorney's Office and other Federal law enforcement agencies in
Miami to be located on said real property site for a period not
to exceed thirty years with renewal options by the United States
of America: and
WHEREAS, the City Commission determines that for the
development of an approximately 250.000 sq. ft. building to
CITY COMMISSION
MEETING OF
OCT 22 087
,mvnom a,. 87-91
3y
'^8-232
hews the U.S. Attorney's office and other Federal law,
enfsrcement agencies in Miami, it is most advantageous for the
City to procure from a private per*or. •" — t:t-ted package that
Includes site acquisition, planning and design, and constructions
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDAt
Section 1. It is most advantageous for the development of
an approximately 2S9.999 sq. ft. building to house the U.S.
Attorneys Office and other Federal law enforcement agencies in
Miami that the City procure from a privet* person an integrated
package that includes site acquisition of a 12-lot land parcel
between NE 4th and Sth Streets and NE lot and Miami Avenues,
planning and design. and construction.
Section 2. the City Manager is hereby authorised to prepare
a Draft Request for Proposals for the integrated development of
improvements as set forth in Section 1. herein above.
Section i. 'Ihe lease agreement between the United States of
America and the City of Miami includes the provision for the
herain authorised integrated development package.
Section 4. The City Manager is hereby directed to present
the Draft Request for Proposals to the City Commission as soon as
practicable for consideration and approval prior to its issuance.
PASSED AND ADOPTED this 22nd day of October 1997.
A T Mayor
Of
MATTF HIRAI, ty er
PREPARED AND APPROVED SYs AP2t,
TO FORM AND CORRECTNESSs
J(�Zt"e' -;�G-L�t�'
H O G
Assistant City Attorney City Attorney
2
87-916
K
P. 8-2-
2-22-87
RESOLUTION NO.
A RESOLUTION AUTHORIRING THE ISSUANCE OF A
RROULST FOR QUALIFICATIONS ON MARCH 1S, 1988.
IN SUBSTANTIALLY THE FORM ATTACHED, INVITING
INTERESTED AND EXPERIENCED DEVELOPMENT TEAM
TO SUBMIT PROPOSALS CONTAINING PROFESSIONAL
QUALIFICATIONS FOR THE DEVELOPMENT OF AN
APPROXIMTELY 250,090 SO FT. BUILDING TO BE
LOCATED ON A 12-LOT LAND PARCEL BETWEEN NE
1ST AND MIAMI AVENUES AND NE 4TH AND STH
STREETS IN MIAMI TO BE OCCUPIED BY TIIE U.S.
ATTORNEY'S OFFICE AND OTHER U.S LAW
ENFORCEMENT AGENCIESt DIRECTING THE CITY
MINAGER TO PRESENT THE DRAFT REQUEST FOR
PROPOSALS FOR SITE ACQUISITION. PLANNING AND
DESIGN. AND CONSTRUCTION OF SAID BUILDING TO
THE CITY COMMISSION AS SOON AS PRACTICABLE
FOR CONSIDERATION AND APPROVAL PRIOR TO ITS
ISSUANCE WHICH SHALL BE LIMITED SOLELY TO
PRE -QUALIFIED DEVELOPMENT TEAMSt AND FURTHER
SELECTING A CERTIFIED PUBLIC ACCOUNTING FIRM
TO ANALYZE THE SUBMISSION OF FINANCIAL
QUALIFICATIONS AND DEVELOPMENT PROPOSALS.
WHEREAS, on October 29, 1986, the United States of America,
acting by and through General Services Administration, and the
City of Miami entered into a Memorandum of Understanding
expressing their intent to enter into negotiations for the City
to construct and lease to the United States of America a building
to house the U.S. Attorney's Office and other U.S. Law
Enforcement Agencies in Niamit and
WHEREAS, the approximately 259,006 sq.ft. building is to
be located on a 12-lot property site between NE 4th and Sth
Streets and NE lot and Miami Avenuest and
WHEREAS, on July 23. 1987, the City Commission adopted
Resolution 87-746 authorizing the City Manager to execute a lease
agreement between the U.S. General Services Administration and
the City of Miami setting forth the terms and conditions for the
City to construct and lease to the United States an approximately
3�
with renewal options by the U.S. General Services Administrationt
and
WHEREAS, on October 22, 1997, the City Commission adopted
Resolution 87-916 determining that the most advantageous method
to development said Federal building is by procurement from the
private sector of an integrated package that includes site
acquisition of the specified land parcel, planning and design,
and constructions and
WHEREAS, Resolution 87-91G further authorised the
preparation of a Request for Proposals for the integrated
development of improvements to be brought before the City
Commission prior to its issuance for approvalt and
WHEREAS, the U.S. General Services Administration and the
City are desirous of pre -qualifying interested and experienced
development team@ through the issuance of a Request for
Qualifications prior to the issuance of a Request for Proposals
for development of said projects and
WHEREAS, the selection of a certified public accounting firm
is necessary to independently assess financial qualifications of
interested development teams and the viability of their proposed
financing atrategiest
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDAt
Section I. The City Manager is hereby authorised to issue a
Request for Qu6lificatione on March 15, 1988, in substantially
the form attached, inviting interested and experienced
development teams to submit proposals containing professional
qualifications for the development of an approximately 2S0,000
sq.ft. building to be located on a 12-lot land parcel between HE
lot and Miami Avenues and NE 4th and Sth Streets in Miami, to be
occupied by U.S. Law Enforcement Agencies pursuant to a lease
37
'905-232
professional expertise and range of etperience in projects of
similar magnitude, demonstrate financial capability to
successfully undertake and %; lots said project, present a
viable financing strategy, and comply with minority participation
requirements.
Section J. The City Manager is hereby directed to present a
Draft Request for Proposals for site acquisition, planning and
design, and construction of said building to the City Commission
as soon as practicable for consideration and approval prior to
its issuance which shall be limited solely to pre -qualified
development teams.
Section 4. The certified public accounting firm
of
is hereby selected to analyse the submission of financial
qualifications and the development proposals.
PASSED AND ADOPTED this day of 1967.
ATTESTS
City MOW
-
PREPARED AND APPROVED BY$
CHRISTOPHER KONGE
Assistant City Attorney
Mayor
APPROVED AS TO FORM AND C'ORRECTNESSI
16UCIA A. DOUGHIRTY
City Attorney
"18-232
t�
J•61-044
10/li/OB
OROINANCt 10.40 06 2�•
AN OROINANCt REPEALING OROiNANCE NO. 9771
THE MINORITY PROCUREMENT PROGRAM ORDINANCE 01
TNt CiTY Of MiAMi, FLORIDA AND SUBSTITUTING
TNEREFOR A NEW MINORITY PROCUREMENT PROGRAM
ORDINANCE TO It KNOWN AND CiTED AS *TNt
MINORITY AND WOMEN BUSINESS AFFAIRS AND
PROCUREMENT ORDINANCE Of THE CITY Of MIAMI,
FLORIDA.- ESTAILiSNING A MINORITY AND WOMEN
BUSINESS AFFAIRS PROCUREMENT PROGRAM ANI
COMMITTEE; ►ROViOING FOR TNt CREATION IT THE
CITY MANAGER Of AN OFFICE OF MINORITY AND
WOMEN BUSINESS AFFAIRS AND PROCUREMENT;
FURTNER SETTING FORTN A GOAL Of AWARDING AT
LEAST I1 PERCENT Of THE CITY'S TOTAL ANNUAL
DOLLAR TOLUMt Of ALL PROCUREMENT EXPENDITURES
no BUSINESSES OWNED IT $LACKS (17%)
NISPANICS (1711; AND WOMEN (17f); AUTNORIIINi
TNt CITY MANAGER TO PROVIDE FOR MINORITY AND
WONEN•OWNEO IUSINCSS ENTERPRISE PROCUREMENT
StT•ASiDIS AND CONTRACT PROVISIONS; PROVIDING
FOR TNt DEVELOPMENT Of PROCEDURES, MEASURES
AND RESOURCES TO IMPLEMENT SAID PROGRAM,
GOALS AND OBJtCTIVtS; AND CONTAINING A
SCYCIABiLITY CLAUSE.
MARAS; ordinance No. •1779 dealing with minerlty
proeuromont has Boon teens to be io noed of revision and
modification to strengthen the offectiVene ss of the City of
N186162 Minority Procurement Policy and Program; and
WHEREAS; the City Commission; Is repealing Ordinance No.
9771 and io adepting and substituting thorefor the herein
Minorlty and Weston Business Affairs and Precuremont Ordinance is
authorized pursuant to the Charter of the City of Miami,
Sections 52 and 13; and the Municipal Nome Rule Powers Act of
1973, Chapter 184.001 at soa., Florida Statutes, as smendod; and
WNEREAS; the U.S. Supreme Court has upheld Dade County
Ordinance Ne. I2.47, adopted July 20, 1914, restricting bidding
en constreetien projects to Black -owned firms 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 womon•owned buslaosses from the City's procurement process
for the fiscal years between 1971 and 1961; and
WNIACAS, this Ordinance will prevent the porpetuatl@n of
the effects of prio► unwarranted discrimination which has
1
39
`g-232,
All
heretofore impaired; limited or foreclosed procurement and
coatratties, opportunities for businesses owned by stacks,
Nltoonles sod Yoeos with the City of 111481; end
VNtRtAS, the City of N1sof has established a policy of
tonstreetive affirmative action to eliminate substaotialiy the
effects of prior diseriminatles; sod
YNERtAS, the proposed Nlno►Ity asd Yeses Imslness Affairs
and preeuremont program.sad Policy contains rettlrementst (a)
that these who contract with the City of Miami in the areas of
procurement shall not diserleiRate &saiest any begin*$$,
•after•• or applicast for employees% begets• of ago, sthnlclty,
race, treed; color; rei/g/os; sea; sat/osal origin; handicap, or
marital states; asd (b) that such city contractors have end
implement as Afflreotivo Action Or total tmpleyment Oppertwnfty
policy to @"sore that such besisesses; oeptoye@s or applicants
for eMloymost art treated eooalty wlthett retard to ate,
othslefty, roe@, creed, color, religion, son, national Origin,
handicap or marital status, and
YNERtAS, laplesestatloo of this •rdisase• will sef'e the
best interest of too City sad wiI) maximise the* opportunity for
sepal business goseorns awned and controlled by Blacks,
Nispenies -end Yomes to procure or contract with the City of
N/481 is the area of p►eeuromestj sad
YNERtAS; to be effective it is accessary and dosiroble to
establish for too City of Nioml a Nleerity and Voss* Itsln@as
Affairs ►roeuromest program with the apprep►lste goals,
objeetivos, admisistrativo procedure and resources; and adopt
legislation remedying the affected Nispaaie, Btaek and Yemen.
•wood bosiaossos=
NOV, TNEREFORt, It IT OROAINtD IT TNt CONNISSION OF TNt
CITY OF NIANI. FLORIOAt
Section I. This Ordlsssee shall be known and may be Cited
as 'The Nioerlty asd Vows Itsleess Affairs and Procurement
Program Ordinance of the City of Niaml.•
Section 1. For the purpose of this Ordinance, the
following tires phrases, words, and their derivetioss shall have
the following ■easlngst
Z/O
,4k A,
A. Iosiness toter•►/se .eons any corporation,
partnership; individual, sole preprietership, joint stock
company, joint venter*, ►rofessional assoelatlen er any ether
legal entity that is properly lieensed to do business with the
City at Miami and/or *ads Ceenty and/or the State of deride.
s. Minority and Veeen•9wned Business tnterpriso seen$
a busies!! enterprise in which at least it percent of sold
enterprise is owned by slicks. Nispantes or Voss" whose
management and daily business operations are controlled by one
or were sloths, Nispagies or Vomoo,
Co Contract seams agreements for the PrecertDONt Of
goods, services or construction of facilities far the City of
Miami.
0. Facilities seems all total or partial Publicly
finascod projects lncleding, bet without limitation. unified
development projects, municipal public works and municipal
improvements to the extent they are financed with City Gooey.
ottlize City property: or require City services.
t. Goods and •services Include, without limitation.
poblfc works, improvements, facilities, professional services.
commodities, supplies, materials and equipment.
F. coal Nags the percentages of the annual dollar
volume of protoroment expend/tares deterGlned by this erdl"ante
to be offered for Minarity.and Vemeg business participation.
i. Set•asido is the term which will be used to
designate a given porches• or contract or a parties of a given
porches@ or contract award for h ack, Ntspanic sad/or Vemon.
owned businossos. Set•asidat may only be utilized where it is
determined; prior to the invitation to bid or request for
proposals, that there are a sufficient number of certified
Block, Nispan/c and/or Vemon•owned businessas to afford
effective competition for the purchase.
N. Joint Venture shall mean an association of parsons
Or legal entities with the tgtent to engage in and carry out a
single business enterprise for profit.
`S-232
t. Procurement txpe"ditsr.. shall soon a purchase,
payment, dlstrlbutloo, leas or advance for the purpose of
se NIrlot or providing goods led services.
J. Affirmative Action ►la" shall 1"clude the
projected &Novel goals and the timetables which will be used to
*ogler and/or procure with woos" and sinorltles a "ea•
diserioinatfee policy statement God any ether actions which will
be shed to ensere equity to employment sold the utilization of
mino►ity and female -owned businesses.
fectfeo 3. A Mlnerity and Yemen Justness Affairs and
Procurement Program for the City of Miani 1s hereby established.
The Cfty Reneger's Office shall be hold accountable for the full
and forceful Iplese"tation of the Mlno►ity and Yemen losing$$
Affairs sod Procurement progrss by providing appropriate
recommendations for actlen by the City Commission.
A. For the parpese of assisting the City Ms"agsr in.
the Implementation Wr 241.. ro0grome a Minority and Yemen
Business Affairs and preevrese"t Csmmittee is hereby
established, consisting of a" appropriate Number of members, to
be appointed by the City Roesler* with full representation of
1118040/cs. •leeks and 1lemen to be rospeNsible for monfterlNg the
implementation of the program sod making recomsendatfons for
achieving the ragvlremonts of this Ordinance. The Committee
shall be responsible for generating yearly progress reports to
the City Comf ssf en and tali community at large.
1. The City Roesler shall, stflf=ing existing
resources, create as Office of M/serity and Venom Business
Affairs and Procurement; and shall provide the appropriate staff
and resources necessary for the performance of all such
adsfofstrative duties; authorise and Implement the
administrative guidelines and procedures rewired; and ensure
copiiance with the functions required to promote the
achievement of the program's goals and objectives of increasing
the volvN of City procurement and contracts with M ack.
Nisp&nfe and YOnen•ew"ed businesses.
4
100d2
41Z
"R-24i2
ANI N
Section 40 the objective of the City 1s to achieve a teat
of awarding a efslsum of ids of the total aeaual dollar •oiume
of all preeerseent espeadltures to $lacks. Nfsponfes and vemen•
•wood bosinoss entorprisos to be apportioned as fellows:
seventeen percent (171) to $lacks. Went*** percent (17%) to
Nisoonies sad seventeen percent (17%) to wosoa.l
A. to further the goal of facresola/ the total annual
volume of all procurement expenditures to minority and women -
owned besi Ness entorprf sos, authority for a minority and women.
owned business enterprise procurement sot•ssfdo is hereby
•stablfsued for use by the City Remover as he or she may does
Advisable or necessary to increase the partlefpatfoe of Black,
Nlspoole• and Yemee•owned businesses In City procurement
contracts.
$. it shall be mandatory for all City of Miami
contracts and/or procurement award documents to contain the
followfa/:
11.1 A spoefflc reference to the applicability
of the Nfoority and homes Business Affairs sad procurement
Program established by this Ordinance;
(2.) A provision stating the right of the City
to terminate and cancel any contract or contractual agreement
entered fate, lnclwdfa/ olfmfaatfoo of the fadlvidual(s) and/or
besfooss enterprise(s) from consideration and participation fit
future City contracts, on the basis of having submitted
deliberate and willful; false or ofsleading feforsatfoa as to
his. Nor or its status as a Mck. Nfspaafe and/or Vomen•ewood
business enterprise and/or the quantity and/or type of minority
and women•owmod busfnoss participation;
(3.) A requirement that each &ueeassfsl bidder
or offeror agree to provide a &were statement of compliance with
the provisions of this Ordinance and its specific applicability
to the purchase or contract award under consideration; such
statement shall certify that the bidder or offerer, during the
1 Von*", depeadfag open their own anneal solf•seteetfon, shall be
listed in only eat (11 of the Categories: race, ethnicity,
leader.
g 10062
4/3
PS-2.32 �
AIN N
%curs• of time isvelved is the performance of the contract
sought by see% bidder or offerer, shalt net discriminate s9afnst
any business; empleye• or applicant for employment because of
age, ethefei ty, 'race, creed, color, rel f 9f en, son, national
eri9lk, Neediest or marital status=
y (4.) A states•$% of the fittest to which the
business enterprise has as see or mere of its partners or
principals persens who are slack, Nis►sole or newts, or is a
Joint venture comprised of a non•efnority and minority bvsinoss
and/or wemen•owned enterprise.
(S.1 A r0qulrement that seek bidder submit 81e119
with the bid or proposal an Affirmative Action Plan (AA►1. Any
significant equity psrtfeipa$ts, Joint wasters, participants,
sub -contractors; soppltors or other parties to the bid or
aloe be rofvfrod to sebeft seek pleas.
;L) A provfsf N 10etlfyis9 the r040froments for
continued bidder •r offeror eligibility including minority and
female involvement.
Soetie$ I. Sidders or offerers shall be required to
demonstrate a reasonable and good fifth effort to selieit and
obtain the participattem of 4441ified ef$erity and wems$•owned
businesses to all bid and proposal documents.
Section S. 9Xcept vAore federal -or state low or
regulations mandate to the contrary, the provisfoss of this
ssction will be applicable to all City of Miami, p►obld, bid,
contract or ether agresments $etotiated by the Cityi
Ssetfom 7. The Ntne►ity and Yon*$ Ialsleess Affairs and
procurement Program established herein shall be in effect only
until such time as the effects of prior •$warranted
discrimination against glacts, Nlspanics aid• Vesta have been
compensated fors at which time the goals and sit -asides provided
for herein shall so longer be Observsd. Such need shall be
reviewed every two years by the City Commission, upon the
recemmssdatfas of the City Manager.
Soetfon S. ordinance No. 9771, the Minority Preceremont
program Ordinance of the City of Nisei, Florida, is hereby
repealed.
1006-2
qq
'nS-2.'32
$00t1eA to lhowld My part N oMglelow of this srilaaee•
be •ietlartd 0► a Court of compo lit jwrleAletlew to be le1G11d•
some shall Met afroet the validity at the sr41e4see as a whele.
►Aff[s ON ►1Rft UADINO Ot TiTtt ONIT tale LG.a Oy It
weoeNMt • loss.
►Aff[D All A001T98 ON 290000 AND MAL KAU Ns BY TI M
ONLY this 19th day Of beeeeb.t • loss.
ATt[ftR 4 4 00, �-a_ X. )—c i; f
City Clerk
►Rt►AR90 AND A►►ROM DT1
Deputy city etortley
A►►RO199 AS TO -PORN ANO CORR[CTII[331
City Atte►eey
� CRtL�t4 CM1 � /1"ir'
A. a M N . 1ML uw sN Mrrwn rt •tie ,�«.
OM ..IitpdP1 Omani" .w. rmwrd
of the DO& Comw Cwn I1..ns w low pLs s ro-*,kA
t1w Pw'+ rw&ma&J somfow.
WIT j+_me" kaw The rltl►islyut •� `jMt
Ck/ Mai. ..bt 6/ LL 1�.1I�
— 'VM1 clak
1
P03_2 32
Apr8M tX a
ONCLANATION, PROFESSIONAL INFORNKTION,
FINANCIAL DISCLOSURE,
AND
MINORITY PARTICIPATION FORM
Declaration
Proposer
Partnership Statement or Corporation Statement
Proposer's Questionnaire
Proposer's Financial Data
Proposer's Experience
.Proposer's References
Proposer's Professional Consultants
Experience of Proposer's Professional Consultants
References of Proposer's Professional Consultants
Proposer's General Contractor or Construction Manager
Experience of Proposer's General Contractor or Construction Manager
Proposer's General Contractor or Construction Manager Questionnaire
References of Proposer's Contractor or Construction Manager
Minority Participation within Proposer's Development Team
�b
f?9'"232
AWA N
INFIAMT10w, PROF38820NAL INFORNKTION,
FINANCIAL DISMSURN,
AND
WHORITY PARTICIPATION FORM
A proposal containing professional qualifications for the
development of the proposed Federal Law Enforcement Building
shall not be considered unless all the information requested in
the attached forms is provided by the proposer. Statements must
be complete and accurate. Omissions, inaccuracy or misstatement
shall be cause for rejection of a proposal.
Statements and answers relating to each question on the attached
forms may be answered on the page on which the question is found
or by attaching 8-1/2"xll" supplemental sheets. Photographs or
other illustrative materials should be placed in an envelope
identified by the proposer's name and address and identified by
name of the form to which the supplemental material is
applicable.
By submission of a proposal, the proposer acknowledges and agrees
that the City of Miami and the U.S. General Services
Administration have the right to make any inquiry or
investigation it deems appropriate to substantiate or supplement
information contained within the submission, and authorizes the
release to the City and the U.S. General Services Administration
of any and all information sought in such inquiry or
investigation.
WC AMTIOM
Cesar H. Odio
City Manager
City of Miami, Florida
Thomas E. Davis
Assistant Regional Administrator
U.S. General Services Administration
Atlanta, Georgia
Submitted
1988
The undersigned, as proposer, declares that the only persons
interested in this proposal are named herein, that no other person
has any interest in this proposal, that this proposal is made
without connection nor arrangement with any other person and that
this proposal is in every respect fair, in good faith, and without
collusion or fraud.
The proposer further declares that he has complied in every respect
with all of the instructions to proposers, that he has read all
addenda, if any, and that he has satisfied himself fully with regard
to all matters and conditions with respect to the submission of
qualifications to which this proposal pertains.
The proposer states that this proposal is based upon the proposal
documents entitled "Request for Qualifications for Development of a
Federal Law Enforcement Building" and addenda, if any.
Signature
(Title)
Name of Firm,- individual, or Corporat on
Signature
(Title)
IrI -232
AVA
LO
11�IDP0`!R
Name
Address for purposes of notice or other communication relating to the
proposal
Telephone No.
The proposer is a Sole Proprietorship ( )= Partnership ( )_
Corporation ( ): or
Explain:
4/9
Aqk
,opt
PAItMRSHIP STATKMMT
If proposer is a partnership, answer the followings
1. Date of Organization
Z. General Partnership ( )
Limited Partnership ( )
3. Statement of Partnership recorded Yes ( ) No ( )
Date Book Page County State
4. Has the partnership done business in the State of Florida?
Yes ( ) No ( ) When?
Where?
S. Name, address, and partnership share of each general and limited
partner. (If partnership is a corporation complete the following
page for corporation.)
General/
Limited Name Address Share
6. Attach a complete copy of the Partnership Agreement.
50
^9-2:i2
CORPORATION STATRMHT
If proposer is incorporated, answer the following:
1. When incorporated?
2. Where incorporated?
3. Is the corporation authorized to do business in Florida?
Yes ( ) No ( )
4. The corporation is held: Publicly ( ) Privately ( )
S. If publicly held, how and where is the stock traded?
6. List the following:
Authorized Issued Outstanding
(a) Number of voting shares:
(b) Number of nonvoting shares:
(c) Number of shareholders:
(d) Value per share of Common Stock:
Par $
Book S
Market S
7. Furnish the name, title, address and the number of voting and
nonvoting shares of stock held by each officer and director and
each shareholder owning more than 5% of any class of stock. If
more than 5% of any class of stock is held by one or more
corporations, then each owner -corporation must also complete
separate pages (type corporation name on said pages for
identification purposes) and furnish the financial statement
required.
If said owner -corporation are owned by other corporations, then
these other corporations must also complete separate pages (type
corporation name on said pages for identification purposes) and
furnish the financial statement required for proposer. The City
requires information on all corporations that directly or
indirectly have an ownership interest in the proposer -
corporation.
8. If an individual or corporation will be guaranteeing performance
of the proposer -corporation, state name here
and also complete pages and if
corporation type corporat on name on said pages for
identification purposes), furnish financial statement required
for the individual or corporate guarantor.
s�
VMOP sss • s a iss"ioMRIM
Surety information
Has any surety or bonding company ever been required to perform upon
your default? Yes ( ) No ( )
If yes, attach a statement naming the surety or bonding company,
date, amount of bond, and the circumstances surrounding said default
and performance.
Bankruptcy Information
Have you ever been declared bankrupt? yes ( ) No ( )
If yes, state date, court jurisdiction, amount of liabilities, and
amount of assets.
Pending Litigation
Provide attached sheets detailing information regarding pending
litigation, liens, or claims involving any participant in the
proposal.
Sol
Ilk
Pi1DMU • i FIRWIAL DRTA
Proposer, owisr-corporations of proposer, and any person or business
entity guaranteeing the performance of the proposer shall attach a
complete financial statement prepared in accordance with good
accounting practice, reflecting current financial condition.
The financial report shall include a balance sheet and annual income
statement. The person or entity covered by the statement must be
prepared to substantiate all information shown.
53
P"32
0 Ilk
lROMBR O B zxpnlmcz
Describe in detail the duration and extent of your business
experience with special emphasis upon experience related to
commercial developments of similar magnitude and scope of the
proposed Federal Law Enforcement Building. Also state in detail the
names and pertinent experience of the persons who will be directly
involved in development of this project.
In addition, please include photographs or other illustrative
material depicting projects that will demonstrate your ability to
complete a quality development for the Federal Law Enforcement
Building. The name and address should be given for each project
identified as well as persons familiar with the development who will
respond to inquiries from the City and the U.S. General Services
Administration. You should also identify your specific role in each
project.
541
"9Vz32
60
it
P110POBER • 8 RRFRRWCU
List four persons or firms with whom you have conducted business
transactions during the past three years. At least two of the
references named are to have knowledge of your debt payment history.
At least one reference must be a financial institution.
Reference No. 1
Name:
Firm:
Title:
Address:
Telephone:
Nature and magnitude of purchase, sale, loan, business association,
etc.:
Reference No. 2
Name:
Firm:
Title:
Address:
Telephone:
Nature and magnitude of purchase, sale, loan, business association,
etc.:
55
`g-232
PROPOORR' 8 REFERENCES CON •
Reference No. 3
Name:
Firms
Titles
Address:
Telephones
Nature and magnitude of purchase, sale, loan, business
association, etc.
Reference No. 4
Names
Firms
Titles
Address:
Telephones
Nature and magnitude of purchase, sale, loan, business
association, etc.:
S6
N 'k,
PROPOORR'S PROMBIONAL CONSULTANTS
MOM If sore than one firm is to be involved in providing
professional consulting services, then a separate form
shall be completed for each firm.
Name, address and telephone number of professional consulting
firm:
Name
Street Address
Mailing Address
City, State, Zip Code
Telephone Number
Professional discipline (i.e. architecture, landscape architecture,
engineering, etc.) and State of Florida professional registration
number:
Discipline Registration Number
Discipline
Discipline
Registration Number
Registration Number
Names of principals and their titles who will be chiefly
responsible for the design of the Federal Law Enforcement
Building.
Name
Name
Name
Title
Title
Title
S?
P9-232
PFAMBRIs PRo!`USIONAL COMBULTA11'1'4 CONT.
Names, addresses and telephone number of other design
subconsultants who will have a major role in designing the
Federal Law Enforcement Building.
Name of Firm
Street Address
Wiling Address
City, State, Zip Code
Telephone Number
Name of PrincipalContact
Name of Firm
Street Address
Mailing Address
City* State, Zip Code
Telephone Number
Name of Principal Contact
n03-232
ON
. IMMIUCR OF FROPOSER' S MFUSIONAL CMSMTAN"
NOT If sure than one firm is to be involved in providing
professional -consulting services then a separate form
shall be completed for each firm.
Describe in detail the duration and extent of your experience
with special emphasis upon experience related to commercial
development of similar magnitude and scope of the proposed
Federal Law Enforcement Building. Also, state in detail the
names and pertinent experience of the principals who will be
directly involved in the project.
In addition, please include photographs or other illustrative
material depicting projects that will demonstrate your
qualifications to design a quality development for the Federal
Law Enforcement Building. The name and address should be given
for each project identified as well as for persons familiar with
the development who could respond to inquiries from the City, and
the. U.S. General Services Administration. You should also
identify your specific role in each project.
b5
"04-232
RaFERJNCSS OF PROPOSERS PROFESSIONAL CONSULTANTS
MOM If more than one firm is to be involved in providing
professional consulting services then a separate form
shall be completed for each firm.
List two persons or firms for whom you have completed projects
during the past three years.
Reference No. 1
Name:
Firm:
Title:
Addresss
Telephones
Nature and magnitude of business association:
Reference No. 2
Names
Firm:
Title:
Address:
Telephones
Nature and magnitude of business association:
'n,S-232
MW OUR' • 08NIMAL CONTRACTOR OR CMSTRUCTion mRsAan
Same address and telephone number of general contractor or
construction managers
Name
Street Address
Miling Address
ty, State, Zip Code
Telephone Number
General Contractor License No.:
Specify $
State County
. W
1L..fta2
RKMIEMCM OF PROPOBBR'E CORRAL CONTRACTOR OR
COME'1'RfJMOM MMMAGER
Describe in detail the duration and extent of your experience
with special emphasis upon experience related to commercial
developments of similar magnitude and scope of the proposed
Federal Law Enforcement Building. Also, state in detail the
names and pertinent experience of the principals who will be
directly involved in the project.
In addition, please also include photographs or other
illustrative material depicting projects that will demonstrate
your qualifications to construct a quality development for the
Federal Law Enforcement Building. The name and address should be
given for each project identified as well as for persons familiar
with the development who could respond to inquiries from the City
and the U.S. General Services Administration. You should also
identify your specific role in each project.
0-
9"32
,L
!RAlOeMR • a ORNiRAL OOM'l'RAC M OR-OOMM'Pl1A1I"1'ION HUMU PUSS TIOMNURE
Surety information
Has any surety or bonding company ever been required to perform
upon your default? Yes ( ) No ( )
If yes, attach a statement naming the surety or bonding company,
date amount of bond, and the circumstances surrounding said
default and performance.
Bankruptcy Information
Have you ever been declared bankrupt? Yes ( ) No ( )
If yes, state date, court jurisdiction, amount of liabilities*
and amount of assets.
Pending Litigation
Provide attached sheets detailing information regarding pending
litigation, liens, or claims involving any participant in the
proposal.
63
R9-232
PIN
R&nRXNCZS OF PROPOSSR' 8 GURRAL CONTRACTOR OR
CORMUCTION WAAGRR
List two persons or firms with whom you have completed projects.
during the past three years.
Reference No. 1
Name:
Firm:
Titles
Address:
Telephone:
Nature and magnitude of business association:
Reference No. 2
Name: .
Firm:
Title:
Address:
Telephone:
Nature and magnitude of business association:
�y
f'9-232
MIMORITY pARTICIpATION WITHIM PROPOSBR'S DMLOPMRNT TRAM
Please list, by name and firm affiliation, all members of the
development team as identified on the previous Terms, including the
proposer, professional consultants and subconsultants, and the general
contractor or construction manager.
Where applicable, indicate minority participation by checking the
appropriate line next to the team members's and firm's name. Minority
participation is demonstrated by either the named member being a
minority participant (hispanic, black, or female), or the named member
being employed by a 51% hispanic, black, or women -owned firm
participating in this project. Women, depending upon their self-
selection, shall be listed in only one (1) of the categories
ethnicity, race, or gender.
Name of Team
Member Name of Firm
Total
$ Hispanic:
$ Blacks
$ Female:
Hispanic Black Female
Total Total Total
D
013--232
P
Oft
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
TO
Honorable Mayor and Members
• of the City Commission
FROM Cesar H. Odio
City Manager
RECOMMENDATION
OAtE s f t ;1 t^a� PLC
sus�ECT Resolution Authorizing Issuance c
Request for Qualifications for
Federal Law Enforcement Building
REFERENCES For City Commission Meeting
of March 10, 1988
ENCLOSURES
It is respectfully recommended that the City Commission adopt the
attached Resolution authorizing the issuance of a Request for
Qualifications on March 15, 1988, in substantially the form attached,
inviting interested and experienced development teams to submit
professional qualifications for the development of an approximately
250,000 sq.ft. building to be located between NE 1 and Miami Avenues
and NE 4th and 5th Streets to be occupied by the U.S. Attorney's
Office and other Federal Law Enforcement Agencies; directing the City
Manager to present a Draft Request for Proposals for site acquisition
planning and design, and construction of said building to the
Commission prior to its issuance to pre -qualified development teams;
and selecting a certified public accounting firm to analyze financial
qualifications and proposals.
BACKGROUND
The Department of Development has prepared a draft Request for
Qualifications seeking the professional qualifications for potential
proposers interested in the development of a Federal Building in
downtown Miami.
On October 22, 1987, the City Commission adopted Resolution 87-916,
determining the most advantageous method to develop an approximately
250,000 sq.ft. building for lease to the U.S. General Services
Administration to house its U.S. Law Enforcement Agencies in Miami is
by procurement from the private sector of an integrated package that
includes site acquisition of a specified land parcel, planning and
design, and construction. Resolution 87-916 further authorized the
preparation of a Request for Proposals (RFP) for the integrated
development of improvements and directed the RFP be brought before
the Commission prior to its issuance.
JY —%
813-232
Oft
Honorable Mayor and Members
of the City Commission
The U.S. General Services Administration in cooperation with the City
is desirous of pre -qualifying development teams, prior to issuing an
RFP for the project's development. The draft Request for
Qualifications seeks interested parties to submit professional
qualifications. Responses to the Request for Qualifications must
demonstrate the following to form the basis for determining qualified
submissions:
- professional expertise and range of expertise sufficient in
scope, complexity, and adequacy of personnel to successfully
undertake and complete this project
- financial capability of proposer sufficient to successfully
undertake and complete all aspects of this project including
land acquisition
- viability of financial strategy, financing mechanism, and
funding sources
- compliance with minority participation requirements
Respondents to this Request for Qualifications determined qualified
by the U.S. General Services Administration and the City shall be
invited to respond to a second more detailed proposal for the design
and cost for evaluation and subsequent selection of a developer.
Proposals for development shall be sought only from among pre -
qualified development teams.
The attached Resolution further directs the draft Request for
Proposals for the project's development to be brought before the
Commission prior to its issuance which shall be limited in response
to pre -qualified teams, and selects a certified public accounting
firm to analyze financial capability qualifications and the financial
aspects of development proposals.
The City solicited proposals from certified public accounting firms
to provide analysis of submissions. Four proposals were received
from the following firms, listed alphabetically:
N
Honorable Mayor and Members
of the City commission
- Arthur Andersen i Co. with Sharpton, Brunson s Co. and
Verdeja, Iriondo, aravier i Co.
Deloitte Haskins i Sells with Thompkins Co.
Sharpton, Brunson & Co.
- Touche Ross i Co. with Sharpton, Brunson i Co. and
Grau and Co.
It is recommended that Touche Ross i Co., subcontracting 40• of the
professional services contract amount to the minority -owned firms of
Sharpton, Brunson a Co. and arau and Co., and assigning the balance
of the work to women and minority members of the firm, be selected to
analyze submissions.
It is recommended that the attached Resolution be adopted in its
entirety at the City Commission meeting of March 10, 1988.
Attachments:
Proposed Resolution
Draft Request for Qualifications
S"32