City of Miami. Legislation. Ordinance: 13331

Similar documents
City of Miami. Legislation. Resolution: R

City of Miami. Legislation Ordinance File Number: 3292 Final Action Date: 3/22/2018

City of Miami. Legislation Ordinance File Number: 3152 Final Action Date: 12/14/2017

Amendment to Polk County Purchasing Procedures Manual

Ordinances of the City of Ocoee, Florida, is hereby amended to read as follows:

Location & Subject Matter Substance of Change Proposed Changes

City of Miami. Legislation Ordinance: File Number: 4204 Final Action Date: 10/25/2018

The Brooks Act: Federal Government Selection of Architects and Engineers

..Fiscal Impact APPLICANT(S): Pedro G. Hernandez, City Manager, on behalf of the City of Miami

City of Miami. Legislation. Resolution: R

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

CITY OF MIAMI OFFICE OF THE CITY ATTORNEY LEGAL OPINION - #06-005

Office of Business and Financial Services Procurement and Contracts Division Section

LEE COUNTY ORDINANCE NO

ORDINANCE NO. THE CITY COUNCIL OF THE CITY OF MISSION VIEJO DOES HEREBY ORDAIN AS FOLLOWS:

ORDINANCE BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF POLK COUNTY, FLORIDA THAT:


PURCHASING ORDINANCE

AMENDED IN BOARD 5/17/2016 ORDINANCE NO

TOWNSHIP OF CHESTERFIELD ORDINANCE NO

ST. TAMMANY PARISH COUNCIL ORDINANCE ON THE 1 DAY OF SEPTEMBER, 2011 ***PLEASE SEE ATTACHED FOR COMPLETE DOCUMENT***

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

Special Magistrate Ordinance

SECTION INSTRUCTIONS TO BIDDERS

DIVISION 000 PUBLIC CONTRACTS CHAPTER 10 - PUBLIC CONTRACTING RULES DIVISION 000 PUBLIC CONTRACTS GENERALLY

COOK COUNTY HEALTH AND HOSPITALS SYSTEM SUPPLY CHAIN MANAGEMENT PROCUREMENT POLICY. Table of Contents PREAMBLE..4

1. Purpose. 2. Scope of Procurement Authority.

REQUEST FOR QUALIFICATIONS VARIOUS BOROUGH PROFESSIONAL POSITIONS AND EXTRAORDINARY UNSPECIFIABLE SERVICES POSTIONS. ISSUE DATE: December 29, 2018

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

ORDINANCE NO. WHEREAS, Section 9.9 of the Charter of the City of North Lauderdale requires the

SENATE, No STATE OF NEW JERSEY. 218th LEGISLATURE INTRODUCED FEBRUARY 15, 2018

PLANNING, ZONING AND APPEALS BOARD FACT SHEET

REQUEST FOR QUALIFICATIONS VARIOUS BOROUGH PROFESSIONAL POSITIONS AND EXTRAORDINARY UNSPECIFIABLE SERVICES POSTIONS. ISSUE DATE: November 14, 2018

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

ORDINANCE NO. 14,346

79th OREGON LEGISLATIVE ASSEMBLY Regular Session. Senate Bill 1565

PROCUREMENT CODE Second Edition; Effective Date: January 1, 2015

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

ALL AGENCY PROCUREMENT GUIDELINES

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

ORDINANCE NO. 11-O-03AA

Diesel Engine Replacement for. Gillig Low Floor Buses

OFFICE OF FINANCIAL MANAGEMENT & BUDGET (OFMB)

PROCUREMENT POLICIES AND PROCEDURES. BOARD OF DIRECTORS POLICY AND PROCEDURE No. BOD 014

Senate Bill 1565 Ordered by the Senate February 14 Including Senate Amendments dated February 14

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF BROWARD COUNTY, FLORIDA: 17 18

PURCHASING AUTHORITIES AND PROCEDURES (ADOPTED: FEBRUARY 26, 2015; PORT ORDINANCE NO. 4321)

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

THE BOROUGH OF EAST RUTHERFORD REQUEST FOR QUALIFICATIONS

CITY OF MIAMI CITY ATTORNEY'S FICE MEMORA

City Council Meeting Date: 9/22/2015

Firm Submitting Bid INVITATION TO BID. DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM. SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST

SUB. 1 TO ORD. AMDT. 13, 08-09

FISCAL MANAGEMENT POLICIES NUMBER 702 PURCHASING

A Bill Regular Session, 2019 HOUSE BILL 1041

SECTION 1. HOME RULE CHARTER

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

REQUEST FOR QUALIFICATIONS VARIOUS BOROUGH PROFESSIONAL POSITIONS AND EXTRAORDINARY UNSPECIFIABLE SERVICES POSTIONS. ISSUE DATE: January 25, 2019

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and

[Corrected Copy] SENATE, No STATE OF NEW JERSEY. 211th LEGISLATURE INTRODUCED DECEMBER 13, 2004

ATTACHMENT A ORDINANCE NO

City of Miami. Legislation. Resolution: R

CITY OF MAITLAND, FLORIDA

~RLY AGENDA REPORT. Meeting Date: April 11,2013 Item Number: F-5 To: Honorable Mayor & City Council

INSTRUCTIONS TO BIDDERS Medical Center

PLAZA ELEMENTARY SCHOOL DISTRICT. California Uniform Public Construction Cost Accounting Act (CUPCCAA) HAND BOOK

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS

CHAPTER Council Substitute for House Bill No. 1157

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

Orange County Florida Code of Ordinances CHAPTER 2 ADMINISTRATION, ARTICLE X - LOBBYING ACTIVITIES

Subject: SOLICITATION OF BIDS, PROPOSALS AND THE AWARD OF PROCUREMENT CONTRACTS OUTDATED

CHARTER OF THE CITY OF WILDWOOD, MISSOURI

Instructions to Proposers & Contractors (ITPC): RFP

OAKLAND CITY COUNCIL ORDINANCE N?*

CHARTER [1] Footnotes: --- (1) --- Section 1 - HOME RULE CHARTER. Page 1

A Bill Regular Session, 2017 SENATE BILL 521

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

ORDINANCE NO. THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:

WHEREAS, section , Florida Statutes, provides that charter counties may

ABSTAIN: Councilmembers _

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF ENGINEERING SERVICES NORTH ARLINGTON LYNDHURST JOINT SEWER MEETING C-3 LICENSED ENGINEER

REQUEST FOR PROPOSAL Enterprise Asset Management System

Chapter 33G SERVICE CONCURRENCY MANAGEMENT PROGRAM

THE CITY OF MARGATE CITY IN THE COUNTY OF ATLANTIC, NEW JERSEY ORDINANCE NO

CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

TERMS AND CONDITIONS OF THE INVITATION TO BID

ORDINANCE NO. 793 AN ORDINANCE OF THE CITY OF SHORELINE, WASHINGTON AMENDING CHAPTER 2.60 PURCHASING OF THE SHORELINE MUNICIPAL CODE

ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017

ORDINANCE NO AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF ARCATA AMENDING THE ADMINISTRATION CITATION PROCEDURE OF THE MUNICIPAL CODE

CIVIL SERVICE CODE OF RULES TABLE OF CONTENTS

SOLICITATION AND AWARD PROTESTS RULE (RULE NO.004)

Public Act No

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES

ORDINANCE NO

DEVELOPMENT AGREEMENT

Transcription:

City of Miami Legislation Ordinance: 13331 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 12-00620 Final Action Date: 7/26/2012 AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 18/ARTICLE III OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, ENTITLED "FINANCE/ CITY OF MIAMI PROCUREMENT ORDINANCE", MORE PARTICULARLY BY AMENDING SECTIONS 18-87 AND 18-89, TO ESTABLISH COMMUNITY BUSINESS ENTERPRISE PARTICIPATION REQUIREMENTS AND COMMUNITY SMALL BUSINESS ENTERPRISE PARTICIPATION REQUIREMENTS FOR COMPETITIVELY PROCURED CONTRACTS; CONTAINING A SEVERABILITY CLAUSE AND PROVIDING FOR AN IMMEDIATE EFFECTIVE DATE. WHEREAS, the City of Miami's ("City") procurement ordinance currently does not include a Community Business Enterprise ("CBE") requirement for competitively procured contracts; and WHEREAS, the City's procurement ordinance currently does not include a Community Small Business Enterprise ("CSBE") requirement for competitively procured contracts; and WHEREAS, the City deems a CBE requirement and a CSBE requirement for competitively procured contracts would increase the participation of small businesses on City contracts; and WHEREAS, the City seeks to establish a CBE requirement for competitively procured contracts under Section 18-87 of the Code of the City of Miami, Florida, as amended ("City Code"), for professional services; and WHEREAS, the City seeks to establish a CSBE requirement for competitively procured contracts under Section 18-89 of the City Code, for public works or improvements; and WHEREAS, the award of competitively procured contracts shall be subject to the following CBE or CSBE participation requirements; NOW, THEREFORE, BE IT ORDAINED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Ordinance are adopted and incorporated as if fully set forth in this Section. Section 2. Chapter 18/Article III/ of the City Code, entitled "Finance/City of Miami Procurement Ordinance", is further amended in the following particulars:{1} "CHAPTER 18 FINANCE City of Miami Page 1 of 7

* * * * ARTICLE III. CITY OF MIAMI PROCUREMENT ORDINANCE * * * * Sec. 18-87. Professional services as defined in F.S. 287.055, as amended from time to time; award of certain professional agreements not exceeding $500,000.00 by the city manager. (a) In the procurement of professional services covered by the Consultant's Competitive Negotiation Act, the provisions of F.S. 287.055, as amended, as supplemented by applicable provisions of the procurement ordinance, shall govern. (b) The city manager is authorized to promulgate and implement administrative procedures not inconsistent with Florida Statutes or the purchasing ordinance. (c) Definitions. For purposes of this section the following words shall have the meanings ascribed to them in the Consultant's Competitive Negotiation Act, F.S. 287.055, as amended: (1) Agency. (2) Firm. (3) Compensation. (4) Agency official. (5) Project. (6) Continuing contract. (7) Design-build firm. (8) Design-build contract. (9) Design criteria package. (10)Design criteria professional. (11)Professional services. The following are additional definitions not defined in CCNA that may apply to projects under this section: (12)Value-analysis means an organized approach to optimizing both cost and performance in a new or existing facility or eliminating items that add cost without contributing to required function. (13)Life-cycle costing means that process whereby all the expenses associated with the operation, maintenance, repair, replacement, and alteration costs of a facility are included. (14)Capital Improvements Program (CIP) shall mean the work and materials authorized for construction, rehabilitation, restoration or betterment of streets, avenues and other public thoroughfares, public parks, buildings, and/or other public properties, and other municipal public improvements included within the city's adopted Capital Improvement Program, as amended or modified by the city commission from time to time. (d) File of qualifications for CCNA firms. In the procurement of professional services covered by CCNA, the chief procurement officer may encourage the firms engaged in the lawful practice of their professions to submit a statement of qualifications and performance data. This information shall be held in the purchasing division and shall become part of the basis for selection of professional firms to serve the city. The list of qualifications shall contain the type of services provided by each firm, the staff available, their areas of specific expertise, and any forms then currently required by the city, the county or the state. The city may request supplemental information from any firm to be kept on file. (e) Public announcement. The chief procurement officer shall publicly announce as required by the Consultant's Competitive Negotiation Act, F.S. 287.055, as amended, each such occasion when Professional Services are required. The public announcement shall be made in a uniform and City of Miami Page 2 of 7

consistent manner. (f) Review of qualifications. A selection committee appointed by the city manager shall review all qualifications and submittals of those firms responding to the public announcement for professional services issued by the city. As provided by CCNA, the firms desiring to provide professional services must first be certified by the city as fully qualified to provide the required service. Among the factors to be considered in making this finding are the capabilities, adequacy of personnel, past record, and experience of the firm. (g) Short list. The selection committee shall reduce the number (short-list) at least three firms for further discussion. This requirement is not applicable if fewer than three firms deliver submittals. (h) The committee shall conduct discussions with, and may require public presentations by, no fewer than three firms. The requirements for the discussion or presentation will be the same for each firm short-listed. The committee shall select, in order of preference, no less than three firms (unless fewer than three firms deliver submittals) determined to be the most highly qualified to perform the required services. In making such determinations the committee shall consider the factors set forth in CCNA, as amended. Any applicable local preference awarded pursuant to law shall not violate the principal of selection of the most qualified firm. (i) Ranking reported. On completion of the committee selection process the committee shall report the ranking order of the firms to the city manager. The city manager shall immediately advise the mayor and city commission in writing of the three or more firms selected and their ranking order of preference. The city clerk will be provided with a copy of each report and memo referenced in this section. (j) Negotiations proceed if no concern is expressed. If no commissioner or the mayor individually indicate a concern with the ranking of the selection committee within five working days of the transmittal of the memo reporting the ranking the city manager will proceed with negotiations. (k) Procedure if a concern is expressed. If the mayor or a commissioner have concerns which cannot be resolved without impacting the order of the ranking or selection, an item shall be placed before the city commission to approve the selection and ranking or, alternatively, to refer the item back to the selection committee. (l) Negotiations. The city manager may, after five consecutive business days of notification of the ranking to the mayor and the city commission attempt to negotiate with the highest ranked firm to perform services at compensation which is, in the opinion of the city manager, determined to be fair and reasonable. Compensation include all reimbursable expenses. If the city manager is unable to negotiate a satisfactory contract with the firm obtaining the highest-ranking negotiations with that highest ranked firm shall be terminated. The city manager shall then undertake negotiations with the second ranked firm. If these negotiations also prove unsatisfactory, negotiations will again be terminated and the city manager will negotiate, in turn, with each firm in accordance with its ranking by the committee, until an agreement is reached, or the short list is exhausted. When a short list is exhausted, a new solicitation shall be initiated by the city, unless otherwise decided by the city commission. (m) Award of contract. Notwithstanding any other provision of the purchasing ordinance, at the successful conclusion of negotiations the city manager may award and execute contracts for professional services, as defined by CCNA, which do not exceed $500,000.00 in total compensation. The decision of the city manager shall be final. Compensation referenced herein shall include all reimbursable expenses and contract values associated with potential options for renewal. All professional service contract awards of $500,000.00 or more in total compensation under this section shall be made by the city commission, whose decision shall be final. Awards made by the city manager or city commission, as applicable, shall include authority for all subsequent options of renewal, if any. (n) Report to city commission. The city manager shall submit to the city commission, on a bi-monthly City of Miami Page 3 of 7

basis, a listing of any contracts including the names of the firms, the names of the projects, and the amount of compensation of any contracts the city manager has awarded under this section. All contracts awarded under this section shall be executed by the city manager, approved as to insurance requirements by the risk manager, and approved as to legal form by the city attorney. (o) Delegation of authority. Excepting the execution of contracts, the city manager may delegate his or her duties under this section to the chief procurement officer or the administrative head of the using agency. (p) Community Business Enterprise ("CBE") participation requirements. Except where state or federal laws, regulations, or grant requirements mandate to the contrary, and subject to reservations or limitations provided in state, federal, or city laws, regulations, or grant requirements, Firms must assign a minimum of fifteen percent (15%) of the contract value to Firms currently certified by Miami-Dade County as a Community Business Enterprise ("CBE") if it is included in the Request for Proposals ("RFP"), Request for Letters of Interest ("RFLI"), Request for Qualifications ("RFQ"), or other solicitation for professional services. Firms shall place a specific emphasis on using CBEs from within the City's municipal boundaries. All RFP's, RFQ's and RFLI's shall include provisions in the evaluation criteria that award five (5) bonus points to Firms who meet the CBE participation requirement through use of the Firms from within the City's municipal boundaries. The adoption of these provisions in the Procurement Ordinance by the City will be deemed an adoption by the City, as herein modified, and as may be amended from time to time by the City of the Miami-Dade County Community Business Enterprise ("CBE-A/E") Program for Architectural, Landscape Architectural, Engineering, and Surveying and Mapping Professional Services as set forth in Sec. 2-10.4.01, Miami-Dade County Code. The definitions, program components, certification requirements, sanctions for contractual violations, and administrative penalties, from Sec. 2-10.4.01 of the Miami-Dade County Code, as amended, are deemed as being incorporated by reference herein. CBE participation requirements shall apply only to contracts with a Professional Services contract value greater than $100,000 that include such requirement in the RFP, RFQ, RFLI or other solicitation for professional services. These CBE participation requirements shall apply to any competitively procured contract under this section unless: 1) it meets one of the exclusion provisions noted above or is not included in the solicitation for professional services; 2) the City Manager or designee deems the requirements unfeasible prior to issuance of the competitive selection document in which case the requirements of this section will be stated as not being applicable in the competitive selection document; 3) it is disallowed by Federal or State Law; 4) funding sources require alternate, contradictory or specifically exclude CBE participation requirements; 5) these requirements are waived by the City Commission by resolution, prior to issuance of the competitive solicitation document, upon written recommendation of the City Manager or Manager's designee, when the Commission finds this is to be in the best interest of the City, in which case the requirements of this section will be stated as not being applicable in the competitive selection document. Sec. 18-89. Contracts for public works or improvements. * * * * City of Miami Page 4 of 7

(a) Any public work or improvement may be executed either by contract or by the city labor force, as may be determined by the city commission. There shall be a separate accounting as to each work or improvement. Before authorizing the execution by the city labor force of any work or improvement or phase thereof, the city manager shall submit to the city commission a description of the anticipated scope of work and related cost estimates. (b) All contracts for public works or improvements in excess of $25,000.00 shall be awarded to the lowest responsive and responsible bidder after public notice on the basis of competitive sealed bidding methods, as provided herein or as provided in applicable Florida Statutes, whichever is determined to be in the best interest of the city. For contracts for public works and improvements in excess of $25,000.00 where it is both practicable and advantageous for the city to specify all detailed plans, specifications, standards, terms and conditions so that adequate competition will result and award may be made to the lowest responsive and responsible bidder principally on the basis of price; provided, however, when a responsive, responsible non-local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in section 18-73, is within 15 percent of the price submitted by the non-local bidder, then that non-local bidder and each of the aforementioned responsive, responsible local bidder(s) shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non-local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non-local bidder, contract award shall be made to the local bidder. Notwithstanding the foregoing, the city manager may waive competitive sealed procurement methods by making a written finding, supported by reasons, that a valid emergency exists or that there is only one reasonable source of supply, which finding must be ratified by an affirmative vote of four-fifths of the city commission after a properly advertised public hearing. When competitive sealed procurement methods are waived, other procurement methods as may be prescribed by ordinance shall be followed, except for the cone of silence provisions. (c) Public notice shall be in accordance with the applicable Florida Statutes. (d) Award. (1) All contracts for public works or improvements which do not exceed $25,000.00 shall be awarded on the basis of competitive negotiations. (2) All contracts for public works or improvements in excess of $25,000.00 shall be awarded by the city manager only upon certification of the results of the evaluation and the bid tabulation by the chief procurement officer as being in compliance with competitive sealed procurement methods or in accordance with applicable Florida Statutes. (3) All contracts in excess of $100,000.00 must be approved by the city commission upon recommendation by the city manager. The decision of the city commission shall be final. (4) The city commission or the city manager shall have the authority to reject any or all bids or portions of bids, and re-bid or elect not to proceed with the project. (5) When it becomes necessary in the opinion of the city manager to make alterations or modifications in a contract for any public work or improvement which increases the contract to a total amount in excess of $100,000.00, such alterations or modifications shall be made only when authorized by the city commission upon the written recommendation of the city manager. No such alteration shall be valid unless the price to be paid for the work or material, or both, under the altered or modified contract shall have been agreed upon in writing and signed by the contractual party and the city manager prior to such authorization by the city commission. (6) Copies of the city manager's award shall be delivered to the director of the department of public works and to the chief procurement officer. (7) The city manager shall submit to the city commission on a monthly basis a list of contracts City of Miami Page 5 of 7

(e) for public works or improvements awarded by the city manager. Community Small Business Enterprise ("CSBE"). (1) Except where state or federal law, regulations, or grant requirements mandate to the contrary, and subject to reservations or limitations provided in state, federal, or city laws, regulations, or grant requirements, respondents must assign a minimum of fifteen percent (15%) of the contract value to a respondent or to a construction related enterprise currently certified by Miami-Dade County as a Community Small Business Enterprise ("CSBE"). Respondents shall place a specific emphasis on utilizing local small businesses from within the City's municipal boundaries. The adoption of these provisions in the Procurement Ordinance of the City will be deemed an adoption by the City, as herein modified, and as may be amended from time to time of the Miami-Dade County Community Small Business Enterprise ("CSBE") Program, as set forth in Sec. 10-33.01, Sec. 10-33.02, Miami-Dade County Code. The definitions, program components, subcontractor goals, contract measures, certification requirements, enforcement and administrative remedies from Sec. 10-33.02, of the Miami-Dade County Code, as amended, are deemed as being incorporated by reference herein. (2) Five percent (5%) of the bid amount shall be retained by the City for the CSBE participation requirements until said requirements are fulfilled and verified by the City Manager or authorized designee as being fulfilled within six (6) months of contract completion; failure to satisfactorily meet, document, and present to the City Manager or authorized designee the Community Small Business Enterprise ("CSBE") requirements within six (6) months of contract completion shall result in the forfeiture of the retained amount to the City. This five percent (5%) retainage is included within the ten percent (10%) retainage normally withheld by the City. (3) The respondent selected as the contractor shall have a third party independently verify and certify compliance with these requirements on a quarterly basis. Said third party shall be unaffiliated with the respondent and be properly licensed under the provisions of F.S. 454, 471, 473, or 481. The person performing the verification shall have a minimum of two (2) years of prior professional experience in contracts compliance, auditing, personnel administration, or field experience in payroll, enforcement, or investigative environment.the cost for this verification and certification shall be included in the related contract costs. Community Small Business Enterprise ("CSBE") requirements shall apply only to contracts with a contract value greater than $100,000 and with an on-site labor component greater than or equal to twenty-five percent (25%) of the contract value. These CSBE requirements shall apply to any competitively procured contract under this section unless: 1) it meets one of the exclusion provisions noted above; 2) the City Manager or designee deems the requirements unfeasible prior to issuance of the competitive selection document in which case the requirements of this section will be stated as not being applicable in the competitive selection document; 3) it is disallowed by Federal or State Law; 4) funding sources require alternate, contradictory or specifically exclude CSBE participation requirements; 5) these requirements are waived by the City Commission by resolution, prior to issuance of the competitive solicitation document, upon written recommendation of the City Manager or Manager's designee, when the Commission finds this is to be in the best interest of the City, in which case the requirements of this section will be stated as not being applicable in the competitive selection document. City of Miami Page 6 of 7

* * * *" Section 3. If any section, part of a section, paragraph, clause, phrase or word of this Ordinance is declared invalid, the remaining provisions of this Ordinance shall not be affected. Section 4. This Ordinance shall become effective immediately after final reading and adoption thereof and will apply to solicitations which have not closed, and for which addenda may be timely issued.{2} Footnotes: {1} Words/and or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Asterisks indicate omitted and unchanged material. {2} This Ordinance shall become effective as specified herein unless vetoed by the Mayor within ten days from the date it was passed and adopted. If the Mayor vetoes this Ordinance, it shall become effective immediately upon override of the veto by the City Commission or upon the effective date stated herein, whichever is later. City of Miami Page 7 of 7