Loading...
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