vendor reference verification form - broward county · 2018-05-07 · vendor reference verification...

17
Vendor Reference Verification Form Vendor is required to submit completed Reference Verification Forms for previous projects referenced in its submittal. Vendor should provide the Vendor Reference Verification Form to its reference organization/firm to complete and return to the Vendor’s attention. Vendor should submit the completed Vendor Reference Form with its response by the solicitation’s deadline. The County will verify references provided as part of the review process. Provide a minimum of three (3) non-Broward County Board of County Commissioners’ references.

Upload: others

Post on 21-May-2020

9 views

Category:

Documents


0 download

TRANSCRIPT

Vendor Reference Verification Form

Vendor is required to submit completed Reference Verification Forms for previous projects referenced in its submittal. Vendor should provide the Vendor Reference Verification Form to its reference organization/firm to complete and return to the Vendor’s attention. Vendor should submit the completed Vendor Reference Form with its response by the solicitation’s deadline. The County will verify references provided as part of the review process. Provide a minimum of three (3) non-Broward County Board of County Commissioners’ references.

Vendor Reference Verification Form

Broward County Solicitation No. and Title:

Reference for:

Organization/Firm Name providing reference:

Contact Name: Reference date:

Contact Phone:Contact Email:

Name of Referenced Project:

Contract No. Date Services Provided: Projec Amount:

Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

Would you use this vendor again? Yes No

Description of services provided by Vendor:

Please rate your experience with the referenced Vendor:

NeedsImprovement

Satisfactory Excellent Not Applicable

1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

3. Timeliness of:a. Projectb. Deliverables

4. Project completed within budget

5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

Additional Comments: (provide on additional sheet if needed)

All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

02/21/2018

MOBIO ARCHITECTURE, INC.

MATTHEW BODE, AIA

BOSTWICK DESIGN PARTNERSHIP, INC.

[email protected]

MAGEE WOMEN'S HOSPITAL REMODELING & RENOVATIONS

11/01/2016 02/17/2017 $ 5,000,000.00

954-952-7586

MOBIO provided architecture professional support services for the development of construction contract documentsfor the renovations of approximately 15,500 S.F. of the First Floor in Magee Women's Hospital at UPMC HAMOT.

PRINCIPAL

RFP No. S2115731P1, Broward County's MEO and BSO's Crime Lab Combined Facility

Vendor Reference Verification Form

Vendor is required to submit completed Reference Verification Forms for previous projects referenced in its submittal. Vendor should provide the Vendor Reference Verification Form to its reference organization/firm to complete and return to the Vendor’s attention. Vendor should submit the completed Vendor Reference Form with its response by the solicitation’s deadline. The County will verify references provided as part of the review process. Provide a minimum of three (3) non-Broward County Board of County Commissioners’ references.

Vendor Reference Verification Form

Broward County Solicitation No. and Title:

Reference for:

Organization/Firm Name providing reference:

Contact Name: Reference date:

Contact Phone:Contact Email:

Name of Referenced Project:

Contract No. Date Services Provided: Projec Amount:

Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

Would you use this vendor again? Yes No

Description of services provided by Vendor:

Please rate your experience with the referenced Vendor:

NeedsImprovement

Satisfactory Excellent Not Applicable

1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

3. Timeliness of:a. Projectb. Deliverables

4. Project completed within budget

5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

Additional Comments: (provide on additional sheet if needed)

All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

03/08/2018

MOBIO ARCHITECTURE, INC.'s PARTNER ABDEL F. MARTEL

Robert Fenton

City of Miami, Office of Capital Improvements

[email protected]

Miami Marlins Parking Garages, Surface Lots, and Site Improvements

11/01/2009 04/15/2014 $ 75,000,000.00

786-263-2133

MOBIO's partner Abdel F. Martel led the Leo A Daly design team for the development of this project. The project encompassed the design of 4 separatemulti-story mixed use garages for the new Miami Marlins Stadium as well as the development of the site and the construction of 6 surface lots.

Sr. Project Manager

RFP No. S2115731P1, Broward County's MEO and BSO's Crime Lab Combined Facility

Evaluation Criteria Response Form

The completed Evaluation Criteria Response Form should be returned with Vendor’s submittal. If notprovided with submittal, the Vendor must submit within three business days of County’s request. Failure totimely submit may affect Vendor’s evaluation or deem vendor non-responsible.

Evaluation Criteria Response Form:The responding vendor must complete the Evaluation Criteria Response Form (pdf fillable file) withresponses corresponding to each numbered item in text format only. Each Evaluation Criteria responseshould be succinct and include only relevant information which best answers the item. Do not includegraphs, charts, resumes, tables, pictures, etc., in the Evaluation Criteria Response Form. Each EvaluationCriteria response allows for a maximum of 2100 characters of text only.

Instructions for uploading: Download document, save as the pdf fillable document (do not save as anyother type of document), complete form and upload form as the fillable pdf file. DO NOT APPLY ANY TYPEOF SECURITY, ALTER OR OTHERWISE MANIPULATE THE DOCUMENT. DO NOT PRINT TO PDF ORSCAN DOCUMENT BEFORE UPLOADING TO BIDSYNC.

Evaluation Criteria Response Form (Supplemental Information):If the Vendor’s evaluation criteria response needs to reference additional Information to supplement theirresponse to an item such as graphs, resumes, tables, org charts, etc., include only the supplementalinformation as an attachment appropriately labeled as follows: Supplemental Information - Title - EvaluationCriteria Item Number (ex. Supplemental Information - Resume John Doe – Evaluation Criteria 1b.) The Supplemental Information should be uploaded to BidSync as separate pdf files (attachments) and notcombined with the vendor’s completed Evaluation Criteria Response Form.

Check here to indicate that Vendor agrees it has read and will comply with the submission instructions above.✔

Evaluation Criteria Response FormFor Evaluation Criteria Nos. 1 through 4, in addition to responding to the criteria below, also prepare andsubmit a completed (Part I & II) U.S. General Service Administration Standard Form (SF) 330, Architect-Engineer Qualifications, according to the form’s directions. A blank form can be downloaded from:https://www.gsa.gov/forms-library/architect-engineer-qualifications.

RFP/RLI/RFQ Number and Title S2115731P1 - Broward County's MedicalExaminer's Office and BSO's Crime LabCombined Facility

Vendor Name

Vendor Address

Evaluation Criteria Vendor Response

1. Ability of Professional Personnel (25 Points):(Sections C, D and E of the SF 330)Describe the qualifications and relevant experience of the Project Manager andall key staff and sub-consultants that are intended to be assigned to this projectbelow,a. Provide the qualifications, relevant experience and resumes for the prime’sand of all sub-consultants’ key staff to be assigned to this project. Identify theProject Manager for the prime. Point Values: 10

b. Provide the specific involvement of prime’s key staff and sub-consultants inprojects noted in item 3 below. Identify their role and responsibilities on similarlaboratory projects. Point Values: 5

c. Provide an Organizational Chart for the members of the Proposed ProjectTeam. Point Values: 5

MOBIO ARCHITECTURE, INC.

6303 BLUE LAGOON DRIVE, SUITE 310,MIAMI, FLORIDA 33126

The MOBIO in association with Michael Graves Architectureand Design (MGAD) and McClaren, Wilson, & Laurie, Inc.(MWL) team believes that success in completing the newBroward County’s Medical Examiner’s Office and BSO’s CrimeLab Combined Facility contract is dependent upon the efforts ofa dedicated team of professionals working together in a unifiedeffort with Broward County team. MOBIO has assembled ahighly qualified, experienced group of firms able to meetBroward County’s every need, and available to start workimmediately. Team members were carefully selected to takeadvantage of the special qualifications and experience of eachperson to surpass Broward County’s expectation in the deliveryof professional design services.

For specific roles of key team members in the project, pleaserefer to Design Team’s Resumes in Section E1c of MOBIO’sSubmittal document. However, the following is list of the corestaff along with their respective initial role in the project.

(MOBIO) Abdel F. Martel, PMP - Project Manager(MOBIO) Eddie A. Alvarado, RA, NCARB - Architect-of-Record(MGAD) Patrick Burke, AIA - Site Master Planner(MGAD) Thomas Rowe, AIA - Building Envelope Designer(MWL) Russell McElroy, AIA - Laboratory PlannerFor Complete Organizational Chart for this project, refer toSection E1c of MOBIO’s Submittal document. Our team ismade of the most skilled and knowledgeable professionalsrepresenting the following firms:

MOBIO ARCHITECTURE, INC. (MOBIO) – Prime, ProjectManagement & Architect of Record

d. Provide evidence of knowledge and experience with the Florida BuildingCode, Federal Standards (ISO 17205 Standards and Quality AssuranceStandards) by the American Society of Crime Laboratory Directors LaboratoryAccreditation Board (ASCLD/LAB) (see www.ascld-lab.org), NationalAssociation of Medical Examiners (NAME) and International Association ofCoroners and Medical Examiners (IACME) and any other related state, localmunicipal and jurisdictional agencies. Point Values: 5

2. Project Approach: (Maximum 20 Points)(Section H of the SF 330)Describe the prime Vendor’s approach to the project. Include how the primeVendor will use subconsultants in the project.

a. Describe the overall team’s approach to the project. Describe a quality-assurance, quality-control system within the organization, with sub-consultantsand contractor. Point Values: 10

b. Describe how the team demonstrates a commitment to design excellence,best value, quality and environmental stewardship. Describe the team’sexperience and past successes as a participant in a Construction Manager atRisk delivery process. Point Values: 10

3. Past Performance: (Maximum 30 Points)(Section F of the SF 330)Vendor should provide references for similar work performed to show evidenceof qualifications and previous experience. Refer to Vendor ReferenceVerification Form and submit as instructed. Only provide references for non-Broward County Board of County Commissioners contracts. For BrowardCounty contracts, the County will review performance evaluations in itsdatabase for vendors with previous or current contracts with the County. TheCounty considers references and performance evaluations in the evaluation ofVendor’s past performance. Provide a minimum of three projects withreferences.

Prime vendor and its sub-consultants shall demonstrate experience in thedesign and construction administration of forensic laboratories, hospitals,medical examiner’s, crime laboratory and other similar complex facilities:a. Describe prime Vendor’s experience on projects of similar nature, scopeand duration, along with evidence of satisfactory completion, both on time andwithin budget, for the past ten years. Point Values: 15

Our team of professional experts, led by MOBIO, are intimatefamiliar with the requirements of the most current version of theFlorida Building Code and all associated codes havingjurisdiction over this project. We also know how to build inSouth Florida and the unique climatic conditions that are criticalto our built environment. Our associate architect MWL is anational leader in forensic pathology planning, design, andarchitecture having designed medical examiners’ officesthroughout the US and abroad. The National Association ofMedical Examiners (NAME) Accreditation Program is widelyQuality control (QC) is an issue which is extremely important toproject success, but can get lost due to improper timemanagement. The MOBIO Team and Mr. Martel are committedto quality control and understand that it is one of the primaryreasons for the high level of quality that has been, and willcontinue to be, consistently included in the documents producedby MOBIO for Broward County. To that end, MOBIO willendeavor to ensure that comprehensive QC reviews occur intimely manner for all projects. The plan is not only a reflection ofour commitment to excellence, but a promise to live up to theOur hallmark is excellence in design and professional services.MOBIO has carefully selected the team of professionals for thisproject based on their unique qualifications and the synergy ofteaming and collaborating for a common goal. We commit tomaking this the most beautiful and functional project forBroward County and the community of South Florida. The bestideas come from the best team of professionals. Theassociation MOBIO – MGAD – MWL with the collaboration ofthe rest of our team members make our team the best team todeliver this signature project for the Broward County communityOur collective team experience in public, forensic lab, andmedical examiners laboratory work is extensive. Theassociation MOBIO – MGAD – MWL brings a balance ofexpertise in all aspects of this project. MOBIO is currentlyinvolved in projects for Jackson Health System owned andoperated by Miami-Dade County and its partners were involvedin planning and design of various projects in the Miami VAHealth System. Currently, MOBIO holds the continuing servicescontract for Laboratory planning and design for FloridaInternational University. The renowned firm of MGAD hasdesigned a multitude of signature buildings such as the NewJersey State Police Headquarters and Police Training Facility;the US Courthouse in Nashville TS; the William B. Bryant USCourthouse Annex; and the US Department of TransportationHeadquarters. Likewise, MWL, among its last Forensicsfacilities include the Forensic Laboratories in Topeka, KS; theForensic Services & Coroner’s Complex in Toronto, ON; theForensic Center Medical Examiner Facility in MD; and theUnited Forensic Science Lab and Medical Examiners in Utah.MWL’s areas of expertise encompass (1) Forensic ScienceLaboratories; (2) Medical Examiner Facilities; (3) Public HealthLaboratories; (4) Research Laboratories; (5) Biosafety 3 & 4Containment; (6) University Laboratories; (7) Police and FireHeadquarters; (8) Public Safety Training Facilities; (9) Firearms

b. Provide evidence that the firm achieved outstanding solutions and outcomein forensic laboratory projects and crime laboratory facilities or projects of asimilar nature. Point Values: 15

4. Specialized Experience, Knowledge and Capabilities: (Maximum 10Points)(Sections E and F of the SF 330)

LEED and BIM Experience and Knowledge:

a. Describe Leadership in Energy and Environmental Design (LEED)experience and knowledge. List current and past projects including certificationlevel and credentials of your accredited professionals on the Project Team. Identify how the team will address energy modeling to meet LEED energymodeling and commissioning requirements. Point Values: 5

b. Describe your firm’s experience in utilization of Building InformationModeling (BIM) software during all phases of design and construction including:visualization, scheduling, clash detection, interference management and COBieoutput. Identify predominating software platform and supporting software. Point Values: 5

5. Workload of the Firm:For the prime Vendor only, list all completed and active projects that Vendor hasmanaged within the past five years. In addition, list all projected projects thatVendor will be working on in the near future. Projected projects will be definedas a project(s) that Vendor is awarded a contract but the Notice to Proceed hasnot been issued. Identify any projects that Vendor worked on concurrently.Describe Vendor’s approach in managing these projects. Were there or willthere be any challenges for any of the listed projects? If so, describe howVendor dealt or will deal with the projects’ challenges.

Point Values: 5

We understand this is a very specialized project that requireingenuity and accuracy. Effective planning and the expertise onthe design of this types of environments are crucial for thesuccess of this project. MOBIO’s association with MWL is keyin our team’s delivery of outstanding, specialized services.MWL brings more than 20 years of experience planning anddeveloping public safety civic facilities forensic science labsWe envision a facility that is highly sensitive to the environmentand a place that is pleasant to its occupants, which wouldenhance productivity and efficiency. Furthermore, the facility willpromote a healthier environment for the users and thecommunity, which would contribute to improved buildingefficiency, comfort and life span. Our integrated visioningprocess, led by industry expert SEQUIL SYSTEMS willultimately convey the scoring and level of LEED certificationrequired for this public project. LEED consists of the followingoverarching constructs:• Context – LEED recognizes where the project is located andhow site and community assets such as civil infrastructure,public transportation, micro-climate and other attributes arebrought to bear on cost effective environmentally sensitiveMOBIO is an industry leader in the implementation andadvanced use of building information modeling (BIM) and ourevidence-based design approach combines powerful newsoftware design tools with emerging Integrated Project Delivery(IPD) methods to support a comprehensive design process.Our projects, same as many of our sub-consultants in the team,are developed with Autodesk REVIT 2018 version. In addition,we incorporate the ‘Collaboration 4 REVIT’ cloud-basedsoftware which provides total access at any point in time to themodel by the entire team, which minimizes coordination errorsPlease refer to Section E6 – WORKLOAD OF THE FIRM of theSubmittal document for workload of the the prime MOBIOArchitecture, Inc.

6. Location:Refer to Vendor’s Business Location Attestation Form and submit asinstructed. A Vendor with a principal place of business location (also known as the nervecenter) within Broward County for the last six months, prior to the solicitationsubmittal, will receive five points; a Vendor not meeting all of the local businessrequirements will receive zero points. The following applies for a Vendorresponding as a Joint Venture (JV): if a member of the JV has 51% or more ofthe equity and meets all of the local business requirements, the JV will receivethree points; if a member of the JV has 30 to 50% of the equity and meets all ofthe local business requirements, the JV will receive two points; and if a memberof the JV has 10% to 29% of the equity and meets all of the local businessrequirements, the JV will receive one point.

Point Values: 5

7. Willingness to Meet Time and Budget Requirements: State the Vendor’s willingness to meet the project’s completion daterequirement and willingness to keep project total costs below the project budget.

Completion Date Requirement:Project Time: Estimated design schedule – Pre-design services is 4 months;Design services is 12 to 15 months.Project Budget: Estimated construction cost is $95 Million to $125 Million.

YES = 2 Points NO = 0 Points

Point Values: 2

8. Volume of Previous Work:Refer to Volume of Previous Work Attestation Form and the Volume ofPrevious Work Attestation Joint Venture Form and submit as instructed.

The calculation for Volume of Previous Work is all amounts paid to the primeVendor by Broward County Board of County Commissioners at the time of thesolicitation opening date within a five-year timeframe. The calculation of Volumeof Previous Work for a prime Vendor previously awarded a contract as amember of a Joint Venture firm is based on the actual equity ownership of theJoint Venture firm. Three points will be allocated to Vendors paid $0 -$3,000,000); 2 Points will be allocated to Vendors paid $3,000,001 -$7,500,000; 1 Point will be allocated to Vendors paid $7,500,001 - $10,000,000;0 Points will be allocated to Vendors paid over $10,000,000). Payments forprime Vendor will be verified by the Purchasing Division.

Point Values: 3

Total Points: 100

MOBIO Architecture, Inc. (MOBIO) does not have its principalplace of business within Broward County. MOBIO is a SBE andDBE organization with its headquarter office in Miami-DadeCounty, Florida.

MOBIO Architecture, Inc. (MOBIO) as prime vendor in charge ofthe overall performance of the selected team members for thisproject commits to meet the time and budget established for thisproject as detailed in the RFP/Solicitation S2115731P1, page20.

MOBIO Architecture, Inc. (MOBIO) has not providedprofessional services previously to Broward County, Floridaneither as Prime Consultant nor as part of a Joint Venture.

Vendor Questionnaire Form

The completed Vendor Questionnaire Form and supporting information (if applicable) should be returnedwith Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business daysof County’s request. Failure to timely submit may affect Vendor’s evaluation.

If a response requires additional supporting information, the Vendor should provide a writtendetailed response as indicated on the form. The completed questionnaire and responses will becomepart of the procurement record. It is imperative that the person completing the Vendor Questionnaire Formbe knowledgeable about the proposing Vendor’s business profile and operations.

Solicitation Number : S2115731P1

Title : Broward County's Medical Examiner'sOffice and BSO's Crime Lab CombinedFacility

1. Legal business name:

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):

4. Dun and Bradstreet No.:

5. Website address (if applicable):

6. Principal place of businessaddress:

Address Line 1

Address Line 2

City

State

Zip Code

Country

7. Office location responsible for this project:

8. Telephone no.:

9. Fax no.:

10. Type of business: Type of Business(Select from thedropdown list)

MOBIO ARCHITECTURE, INC.

N/A

30-0793220

030467065

WWW.MOBIOARCHITECTURE.COM

6303 BLUE LAGOON DRIVE,

SUITE 310,

MIAMI

FLORIDA

33126

UNITED STATES OF AMERICA

MAIN OFFICE

786-877-8392

305-220-7480

If Corporation,Sepecify the State ofIncorporation

If General Partnership,Specify the State andCounty filed in

If Other, Specify thedetail

11. List Florida Department of State, Division ofCorporations document number (or registration number iffictitious name):

12. List name and title of eachprincipal, owner, officer, and majorshareholder:

a)

b)

c)

d)

13. AUTHORIZED CONTACT(S)FOR YOUR FIRM:

Contact Name 1

Title

E-Mail

Telephone No.

Fax No.

Contact Name 2

Title

E-Mail

Telephone No.

Fax No.

14. Has your firm, its principals,officers or predecessororganization(s) been debarred orsuspended by any governmententity within the last three years? Ifyes, specify details in an attachedwritten response.

Click response YesNo

If Yes, provide detailedresponse

STATE OF FLORIDA

N/A

N/A

P13000061712

ABDEL F. MARTEL, PARTNER

EDDIE A. ALVARADO, PARTNER

ABDEL F. MARTEL

PARTNER

[email protected]

786.877.8392

305.220.7480

EDDIE A. ALVARADO

PARTNER

[email protected]

786.376.3212

305.220.7480

N/A

15. Has your firm, its principals,officers or predecessororganization(s) ever been debarredor suspended by any governmententity? If yes, specify details in anattached written response,including the reinstatement date, ifgranted.

Click response YesNo

If Yes, provide detailedresponse

16. Has your firm ever failed tocomplete any services and/ordelivery of products during the lastthree (3) years? If yes, specifydetails in an attached writtenresponse.

Click response YesNo

If Yes, provide detailedresponse

17. Is your firm or any of itsprincipals or officers currentlyprincipals or officers of anotherorganization? If yes, specify detailsin an attached written response.

Click response YesNo

If Yes, provide detailedresponse

18. Have any voluntary orinvoluntary bankruptcy petitionsbeen filed by or against your firm,its parent or subsidiaries orpredecessor organizations duringthe last three years? If yes, specifydetails in an attached writtenresponse.

Click response YesNo

If Yes, provide detailedresponse

19. Has your firm’s surety everintervened to assist in thecompletion of a contract or havePerformance and/or PaymentBond claims been made to yourfirm or its predecessor’s suretiesduring the last three years? If yes,specify details in an attachedwritten response, including contactinformation for owner and surety.

Click response YesNo

If Yes, provide detailedresponse

N/A

N/A

BOTH PARTNERS AT MOBIO ARCHITECTURE, INC.HAVE OWNERSHIP IN THE FIRM MOBIO BOSTWICKDESIGN PARTNERSHIP, LLLC, WHICH IS A JOINTVENTURE ESTABLISHED TO SERVICE FIU.

N/A

N/A

20. Has your firm ever failed tocomplete any work awarded toyou, services and/or delivery ofproducts during the last three (3)years? If yes, specify details in anattached written response.

Click response YesNo

If Yes, provide detailedresponse

21. Has your firm ever beenterminated from a contract withinthe last three years? If yes, specifydetails in an attached writtenresponse.

Click response YesNo

If Yes, provide detailedresponse

22. Living Wage solicitations only:In determining what, if any, fiscalimpacts(s) are a result of theOrdinance for this solicitation,provide the following forinformational purposes only.Response is not considered indetermining the award of thiscontract. Living Wage had aneffect on the pricing. If yes, LivingWage increased the pricing by____% or decreased the pricing by____%.

Click response YesNoN/A

If Yes, provide detailedresponse

N/A

N/A

N/A