city of milwaukee | home - official notice 57719 ......the harbor district is the neighborhood east...

65
OFFICIAL NOTICE 57719 REQUEST FOR PROPOSALS for a MARKET ANALYSIS AND AFFORDABILITY STRATEGY, a component of the EQUITABLE GROWTH THROUGH TOD PLANNING STUDY The Department of City Development (DCD) of the City of Milwaukee, is requesting proposals from qualified firms (the “Consultant”) to prepare a Market Analysis and Affordability Strategy, a component of the Equitable Growth through TOD Planning Study The RFP can be found on DCD’s web site at the following link: http://city.milwaukee.gov/DCD/RFPs An informational meeting regarding the RFP will be held from 2:303:30 p.m. (CST) on February 27, 2017 in the 1 st Floor Boardroom at 809 North Broadway. Consultants who are considering responding to the RFP are urged to send a representative to the meeting. The meeting will also be broadcast live on the City Channel by going to the following website: http://milwaukee.granicus.com/MediaPlayer.php?publish_id=3 Questions regarding this RFP should be addressed to Scott Stange in writing via email at: [email protected]. Deadline for questions regarding the RFP are due by 4:45 p.m. (CST) on March 1, 2017. Any additional information and/or clarification(s) regarding this RFP will be posted on the above referenced website in the form of an addendum to this RFP by March 6, 2017. Proposals are due March 13, 2017 by 11:00 a.m. DCD reserves the right to conduct in person interviews of the highest ranked firm(s). Should DCD choose to proceed with interviews, Proponents must be available the week of April 17 th , 2017, for said interviews at DCD’s offices. Cover Sheet and Table of Contents ......................................................................................... Page 1 RFP Document .................................................................................................................. Pages 212 General RACM RFP Requirements ................................................................................. Pages 13 15 Scope of Service Requirements ..................................................................................... Pages 16 24 Technical Requirements for Plans Prepared by Consultants ................................................ Page 25 Map........................................................................................................................................ Page 26 Attachments A. Procurement Using Federal Awards B. Federal Transit Administration Requirements C. Disadvantaged Business Enterprise (DBE) Utilization Specifications D. Commitment to Contract with DBE (must be completed and attached to your proposal for each DBE subcontractor to be utilized) E. GFE Certificate/Guidance Concerning Good Faith Efforts (must be completed and attached to your proposal only if you DO NOT propose to meet DBE goals) F. Designation of Confidential and Proprietary Information Form G. Prompt Payment Provisions H. Suspension, Debarment Certification Form (federal) DEPARTMENT OF CITY DEVELOPMENT OF THE CITY OF MILWAUKEE 809 N. Broadway Milwaukee, Wisconsin 53202 February 17, 2017

Upload: others

Post on 26-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

OFFICIAL NOTICE 57719 REQUEST FOR PROPOSALS 

for a  MARKET ANALYSIS AND AFFORDABILITY STRATEGY,  

a component of the EQUITABLE GROWTH THROUGH TOD PLANNING STUDY 

 

The  Department  of  City  Development  (DCD)  of  the  City  of  Milwaukee,  is  requesting  proposals  from qualified firms (the “Consultant”) to prepare a Market Analysis and Affordability Strategy, a component of the Equitable Growth through TOD Planning Study  

The RFP can be found on DCD’s web site at the following link:  

http://city.milwaukee.gov/DCD/RFPs  An informational meeting regarding the RFP will be held from 2:30‐3:30 p.m. (CST) on February 27, 2017 in the 1st Floor Boardroom at 809 North Broadway.  Consultants who are considering responding to the RFP are urged to send a representative to the meeting.  The meeting will also be broadcast live on the City Channel by going to the following website: http://milwaukee.granicus.com/MediaPlayer.php?publish_id=3  Questions  regarding  this  RFP  should  be  addressed  to  Scott  Stange  in  writing  via  email  at: [email protected].  Deadline for questions regarding the RFP are due by 4:45 p.m. (CST) on March 1, 2017.   Any additional  information and/or  clarification(s)  regarding  this RFP will be posted on  the above referenced website in the form of an addendum to this RFP by March 6, 2017.  

Proposals are due March 13, 2017 by 11:00 a.m.  

DCD reserves the right to conduct in person interviews of the highest ranked firm(s).  Should DCD choose to proceed with interviews, Proponents must be available the week of April 17th, 2017, for said interviews at DCD’s offices.  Cover Sheet and Table of Contents ......................................................................................... Page 1 RFP Document .................................................................................................................. Pages 2‐12 General RACM RFP Requirements ................................................................................. Pages 13 ‐15 Scope of Service Requirements ..................................................................................... Pages 16 ‐24 Technical Requirements for Plans Prepared by Consultants ................................................ Page 25 Map ........................................................................................................................................ Page 26 Attachments A.  Procurement Using Federal Awards B.  Federal Transit Administration Requirements C.  Disadvantaged Business Enterprise (DBE) Utilization Specifications D.  Commitment to Contract with DBE (must be completed and attached to your proposal for 

each DBE subcontractor to be utilized)   E. GFE Certificate/Guidance Concerning Good Faith Efforts (must be completed and attached 

to your proposal only if you DO NOT propose to meet DBE goals) F.  Designation of Confidential and Proprietary Information Form G. Prompt Payment Provisions H. Suspension, Debarment Certification Form (federal)  

DEPARTMENT OF CITY DEVELOPMENT OF THE CITY OF MILWAUKEE 

809 N. Broadway Milwaukee, Wisconsin 53202 

February 17, 2017 

Page 2: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

I. Background  The City of Milwaukee Department of City Development (DCD), in conjunction with its partners at the Historic King Drive Business Improvement District (King Drive BID) and Harbor District, Inc. (HDI), are soliciting proposals to carry out a comprehensive Market Analysis and Affordability Strategy, which will be  used to support and inform a Transit‐Oriented Development (TOD) Planning Study that will develop strategies to foster TOD along the proposed King Drive and Walker’s Point extensions of the Milwaukee Streetcar system.  Construction of Phase 1 of the fully funded and approved 2.1‐mile Milwaukee Streetcar began in late summer of 2016 and operations will begin in fall of 2018. Phase 1 will primarily serve Milwaukee’s downtown, which is currently experiencing a development boom, with $5 billion in investment completed since 2005, planned, or under construction. Phase 1 has always been envisioned as the initial step towards a larger goal of bringing expanded transit options to Milwaukee’s neighborhoods.  The proposed northern extension would follow Historic Dr. Martin Luther King Drive north out of 

downtown Milwaukee and through the historic heart of Milwaukee’s African‐American community. 

Today, Dr. Martin Luther King Drive is a locally‐designated historic district that is home to a varied 

housing stock; a mix of small, local retailers; social service providers; and corporate headquarters. The 

King Drive BID has been in place since 1992. A key opportunity is the new basketball arena for the 

Milwaukee Bucks, which will feature both a sports and entertainment center, currently under 

construction and scheduled to open in time for the 2018‐2019 season near the southern end of King 

Drive. This investment of over $500 million is expected to spur additional development in the adjacent 

neighborhoods, including King Drive, raising concerns about residential and commercial displacement.  

The proposed terminus of the King Drive extension would be at North Avenue in the heart of 

Milwaukee’s Bronzeville Cultural and Entertainment District.  The Bronzeville Cultural and 

Entertainment District represents a long‐term, comprehensive effort to recreate the spirit and memory 

of Milwaukee’s Historic Bronzeville neighborhood.  From the 1890’s through 1960, Bronzeville was the 

birthplace and hub of Milwaukee’s African‐American culture and business district.  The 21st Century 

Bronzeville is dedicated to cultural conservation, economic growth and prosperity and the health and 

stabilization of the surrounding neighborhoods and community.  The City of Milwaukee has invested 

more than $4.5 million in the area over the past decade to seed this effort.  These investments included 

the Bronzeville Streetscape Enhancement Project, key property acquisitions and significant business 

development incentives utilized within key redevelopment projects along North Avenue.  Projects are 

underway to convert the former Garfield School to a mixed use development that includes a home for 

America’s Black Holocaust Museum to return to North Avenue as well as to bring a new fresh food 

grocer to the corner of King Drive and North Avenue.  The City of Milwaukee and its partners in 

Bronzeville seek to continue this momentum to attract new investment to the district that is consistent 

with stakeholder’s vision for the area.      

The proposed southern extension would enter Milwaukee’s Walker’s Point neighborhood at the edge of 

the City’s Harbor District and travel along South 1st and/or 2nd St.  The Walker’s Point neighborhood is 

one of the oldest neighborhoods in Milwaukee and is known for an eclectic mix of buildings, land uses, 

and people.  The neighborhood is made up of former warehouse and industrial buildings on the north 

Page 3: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

end that transition to single‐family and duplex homes further south.  Traditional mixed‐use buildings line 

the main commercial corridors of 2nd Street, 5th Street, 6th Street, and National Avenue. 

New residential, commercial and mixed‐use developments are repurposing the former warehouse and 

industrial buildings while new infill development occupies formerly vacant or underused parcels.  The 

neighborhood, much like the near south side as a whole, has traditionally been a hub of immigrant 

communities and for decades Walker’s Point has been known as the heart of Milwaukee’s Latino and 

Hispanic community.  However, as the neighborhood has physically changed, the demographics are 

changing as well.  Preserving a diverse mix of buildings and people as the neighborhood changes is a 

major focal point for the Walker’s Point Association.   

The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of 

Bay View.  The District is roughly 1,000 acres focused along the industrial waterfront surrounding the 

Port of Milwaukee.  The City of Milwaukee and Harbor District, Inc. are in the process of creating a 

Water and Land Use Plan for the Harbor District that will create a vision for the future of the District and 

set the standard for a how waterfronts work – environmentally, economically and socially – for the next 

century.   

Both King Drive/Bronzeville and Walker’s Point/Harbor District have seen significant recent investment, 

ongoing development interest, and are poised to capitalize on the proposed extensions of the 

Milwaukee Streetcar system. However, these areas continue to be home to underutilized properties and 

unmet retail and housing demand, and DCD and its partners seek to ensure that redevelopment is 

carried out in a way that is consistent with the goals of neighborhood residents, business owners and 

other area stakeholders. As development pressures continue to grow in these areas, potential 

displacement of both residents and businesses remains a concern and DCD and its partners seek to 

develop strategies that will provide opportunities for a diverse mix of residents and businesses to thrive.  

This includes aligning planning and zoning to ensure that new development supports transit ridership 

and reduces auto‐dependency, accommodates higher density in a manner that does not compromise 

the character of these historic areas, and improves transit experience and walkability.   

The Federal Transit Administration (FTA) has awarded the City of Milwaukee with a grant through its 

Pilot Program for Transit‐Oriented Development to allow the City of Milwaukee, in partnership with the 

King Drive BID and HDI, to carry out a comprehensive planning study to develop a set of strategies to 

maximize the benefits of TOD that will result from the extension of the Milwaukee Streetcar, and to 

ensure that existing residents and businesses are able to equitably share in those benefits. The Market 

Analysis and Affordability Strategy will support and inform the TOD planning study and address the need 

to ensure equity and affordability for the neighborhoods’ existing and future residents and businesses. 

As one of the few large cities in the U.S. without fixed guideway transit, Milwaukee has not kept pace 

with its peers in implementing TOD. Therefore, while the TOD Planning Study is geographically focused 

on the King Drive/Bronzeville and Walker’s Point/Harbor District areas, DCD wishes to use this study to 

develop zoning, affordable housing, and financing strategies that can be deployed along the City’s other 

existing and future transit corridors (including existing bus and express bus corridors and potential 

future bus rapid transit corridors). 

This project is a continuation of the ongoing efforts of the City and its community partners to break 

down the separation between downtown and its adjacent neighborhoods, to ensure that transit access 

Page 4: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

spurs commercial revitalization along some of Milwaukee’s most historic commercial corridors, and to 

develop strategies that keep affordability and equity at the forefront of these efforts. TOD Planning will 

build on the framework being created through MKE United, a planning initiative covering downtown and 

its surrounding neighborhoods that began in 2016 and will conclude in 2017 prior to proceeding into 

implementation. MKE United has already gathered significant market data for downtown and its 

surrounding neighborhoods and will develop an Action Agenda for the greater downtown that will 

provide an inclusive vision for downtown and its adjacent neighborhoods that this TOD Planning project 

will complement. 

II. Plan Objectives  The goal of the larger TOD Planning Study is to provide a “road map” for the City of Milwaukee, King 

Drive BID, HDI and other partners, that will result in equitable growth and development along 

Milwaukee’s transit corridors through TOD. 

The goal of this Market Analysis and Affordability Strategy is to better understand the existing market 

conditions within the King Drive/Bronzeville and Walker’s Point/Harbor District neighborhoods, and 

determine how the future Milwaukee Streetcar extensions will affect market conditions. The study will 

be particularly focused on the market potential for higher‐density, job‐intense, and mixed‐use 

development along the proposed Milwaukee Streetcar extension corridors, strategies to attract new 

retail, office and other commercial tenants to the areas, and preserving and creating affordable housing 

and commercial options. While the Market Analysis elements of the study will be geographically focused 

on the Milwaukee Streetcar extension corridors, it is expected that some of the recommendations of the 

Affordability Strategy can be deployed along the City’s other existing and future transit corridors and in 

neighborhoods where rising housing prices may lead to displacement of existing residents. 

Collectively, the TOD Planning Study and Market Analysis and Affordability Strategy will provide a 

coordinated framework for public and private investment decisions, land use planning, zoning code 

updates, and practical implementation strategies, with an emphasis on ensuring that the vision 

advanced by these efforts is consistent with stakeholders’ goals for their neighborhoods. 

The Market Analysis and Affordability Strategy will inform the TOD Planning Study insofar as it will make 

detailed and geographically specific findings for the King Drive/Bronzeville and Walker’s Point/Harbor 

District corridors (see attached map), while simultaneously developing strategies that can be replicated 

along other Milwaukee transit corridors. Specifically, the Market Analysis and Affordability Strategy will 

result in the following deliverables, as detailed further in the “Scope of Services” section of this RFP: 

  A Commercial and Retail Market Analysis for the areas of the northern and southern Milwaukee 

Streetcar extensions that will include an analysis of: current conditions, retail gaps, employment and consumer subgroups, competitiveness of the study areas vis‐à‐vis other regional retail and office clusters, and impediments to development.  This analysis will also evaluate the potential for new commercial and retail development as a result of the extension of the Milwaukee Streetcar.    

A Residential and Affordable Housing Market Analysis for the areas of the northern and southern Milwaukee Streetcar extensions that will include an analysis of: the current mix of 

Page 5: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

affordable and market‐rate housing units, trend analysis to identify the extent of displacement or potential for future residential displacement, relevant housing characteristics, demand analysis for new housing units and housing types, and acquisition and redevelopment opportunities including TOD.  

An Affordability Strategy that will take into account national TOD best practices and local stakeholder goals and input to preserve existing affordable housing units and commercial space along the Milwaukee Streetcar extension corridors, identifies measurable goals for the creation of new affordable housing and commercial space within TOD, and recommends locally viable strategies to achieve these goals. The Affordability Strategy will include an analysis of: the current mix of naturally occurring and legally restricted affordable and market‐rate housing in the study areas, recommended goals for the preservation of affordable housing and a mix of affordability within new TOD, the market pressures that may affect affordable housing and business development in the future, how best to provide new affordable commercial options for local small business owners within TOD, and how best to protect historic properties along the corridors.  

A clear set of recommendations that connect the results of this Market Analysis and Affordability Strategy to the larger TOD Planning Study. 

   Budget: Based on available funding, DCD anticipates that the total cost to complete both the Market 

Analysis and Affordability Strategy and TOD Planning Study will not exceed $700,000.  While the 

allocation between the two projects is subject to change based on proposals received, DCD expects that 

the cost to complete the Market Analysis and Affordability Strategy will be in the $150,000‐$200,000 

range. 

III. Scope of Services  

(SEE ATTACHED)  

IV. Project Requirements  

a) Schedule – A fixed price contract will be executed with the chosen Consultant following the completion of the evaluation of the responses.  The target date for contract completion is December 21, 2017.  This does not preclude the negotiation of additional or reduced services and contract amounts prior to the initiation of work.  If this timeline is judged to be unreasonable, the Consultant should suggest a different completion date and explain the rationale. 

 During the Contract Negotiation phase of the project, DCD and Consultant will work to refine the schedule and identify major project milestones and associated deliverables for inclusion in the Contract.    

Page 6: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Required elements of the Plan, and proposed timeframe, are as follows:  a.  Project Kick‐off Meeting          5/15/17 b.  Draft Plan              11/22/17 c.  Project Complete                                                                                     12/21/17 

 b) Coordination: The Consultant’s contract will be managed by the Planning Division of DCD. A DCD 

Senior Planner will be assigned to provide day‐to‐day project management and serve as the primary point of contact between the Consultant and the internal project team within DCD. Feedback on the Consultant’s work will be provided by two groups: the Contract Management Team (CMT) that will be composed of key City staff and representatives of the King Drive BID and HDI and will provide ongoing input and management on the project; and a Plan Advisory Group (PAG) that will be composed of a broader group of community stakeholders and technical experts who will provide input at milestone points in the planning process.  The TOD Planning process will be completed with consultation and support from staff at DCD, the Department of Public Works (DPW), the King Drive BID, Walker’s Point Association, and HDI. Except where specifically noted otherwise, all tasks in this Scope of Services are the responsibility of the Consultant.  TOD Planning Study: Concurrent with the issuance of this RFP, DCD is also issuing an RFP for a qualified firm to develop a TOD Planning Study. A copy of the Scope of Services for that RFP is available at http://city.milwaukee.gov/DCD/RFPs. The intent of this TOD Planning Study is to provide a “road map” for the City of Milwaukee, King Drive BID, HDI, and other partners that will result in equitable growth and development along Milwaukee’s transit corridors through TOD, including a coordinated framework for public and private investment decisions, zoning code updates, and practical implementation strategies, with an emphasis on ensuring that the vision advanced by the Plan is consistent with stakeholder goals for their neighborhoods.  Qualified firms responding to the RFP for this Market Analysis and Affordability Strategy are also eligible to respond to the RFP for the TOD Planning Study.  

c) Products: The Consultant shall provide deliverables and attend meetings as noted under the Scope of Services.  All results (including work in progress) from this contract will remain the property of DCD (City of Milwaukee).  DCD will have access to all other working papers or information stored on a computer or computer disk of the Consultant concerning this contract; the Consultant should check with DCD prior to destroying any working papers or information stored on a computer or computer disk.  The Consultant may release no information about this proposed project without DCD’s prior authorization.  

d) Contract Format: A fixed price contract will be entered into between the DCD and the selected Consultant based upon the scope of work defined.  A Notice to Proceed will be issued for services required and will include the agreed‐upon time for contract completion.  DCD.  If the same Consultant is awarded the contract for Official Notice 57720, DCD reserves the right to issue one contract, combining the two projects.    

Page 7: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

e) Insurance: Before commencing work the Consultant shall furnish RACM, for review and approval, evidence of the following insurance coverage: 

 Coverage            Amounts    Workers' Compensation         Statutory Limit  Comprehensive General Liability      BI (Bodily Injury) $500,000                per occurrence                  $1,000,000 aggregate   PD (Property Damage)    $500,000 per occurrence  Automobile Liability          BI $500,000 per person               $1,000,000 per occurrence               PD $500,000 per occurrence  Professional Liability          $1,000,000.00 

 The Consultant shall provide DCD with Certificates of Insurance evidencing the above referenced coverage. The insurance carrier must be licensed to do business in the State of Wisconsin.  The City of Milwaukee shall be named as an additional insured with respect to liability coverage, except for the Professional Liability.  Failure to provide the insurance required shall permit the City to terminate a Contract.  The City, as an additional insured, shall be provided with at least 30 days written notice of cancellation, non‐renewal or material limitation of coverage of any and all insurance policies required by this contract/ for any reason, including non‐payment of premium.  This should be accomplished through the addition of an endorsement to the policies providing Earlier Notice of Cancellation or Non‐Renewal.  Such endorsement must contain the following stipulation:  

[Insurance Company] will mail notice of cancellation (including for non‐payment of premium), non‐renewal  or material  limitation  of  coverage  to  the  organization  shown  in  the  schedule above.  [Insurance Company] will mail the notice at least 30 days before the effective date of our action. 

 The contractor shall not permit the coverage to lapse and shall furnish evidence of coverage to DCD.    The certificate holder shall be noted as: Department of City Development 

809 N. Broadway, 3rd floor Attn:  Scott Stange, Purchasing/Contract Services Milwaukee, WI  53202 

V. Proposal Submission Requirements and Selection Procedures  A. Proposal Contents 

Consultants responding to this RFP must provide the following information in their proposals. Brevity is 

encouraged, and the elements below, excluding work samples, should not exceed ten (10) pages in total. 

Page 8: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

  1. Title Page 

  The title page should include ‐ Request for Proposal #57719, TOD Market Analysis and 

Affordability Strategy, and the name of the firm, address, telephone number, name of contact 

person, e‐mail address, FAX number, and date. The names of those authorized to make 

representations on behalf of the Consultant, their titles, addresses, and phone numbers must be 

included. 

  2. Letter of Transmittal 

The letter of transmittal should concisely describe the Consultant's understanding of the work to be 

performed.  Explain the Consultant team’s process, and how it proposes to carry out a 

comprehensive market study and develop integrative, multifunctional, and practical 

recommendations.   

  3. Time and Cost  

The Consultant should provide a time and cost estimate for each project task from this RFP's Scope 

of Services.  The Consultant must provide an all‐inclusive cost schedule, including fees and 

reimbursables (e.g. travel).  The successful Consultant shall be expected to honor the cost 

schedule identified in their proposal for the duration of the contract, unless modified by mutual 

agreement in writing. 

  4. Documentation of Past Experience and Qualifications 

Provide information about the Consultant’s experience in working on similar projects.  

Information should include project summaries, descriptions of the firm/individual's involvement in 

the projects, references for these projects, the dates the work was performed, whether the office 

proposed for this contract was the servicing office, and whether key persons assigned to these 

projects are still with the firm and available to work on this project.   In addition to documenting its 

experience completing market studies, Consultant should specifically identify completed projects 

where consultant developed the type of residential and commercial affordability policies and 

financing strategies called for in the Scope of Services.  If subcontractors will be used for key tasks, 

they must be identified and information should be provided about their experience as well. 

Provide a sample of work from a comparable project demonstrating the writing, editing, and 

graphics ability of key consultant staff assigned to the project.  This sample should be included with 

the submission and preferably provided on a CD (though paper versions will still be accepted).   The 

work sample will not count towards the proposal page limit.     

  5. Staffing 

The Consultant must identify of the specific people/person who would manage this project and a 

description of their experience and qualifications.   

Key Consultant staff to be assigned to the plan must be identified, along with a description of the 

tasks and approximate number of hours of involvement of each staff person in the project.  

Consultant should confirm that these key staff have the described availability to work on the 

project consistent with the proposed project schedule.   

Page 9: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

If the Consultant proposes to use subcontractors for this project, subcontractors must be identified, 

along with a description of the tasks and approximate number of hours of involvement of each. 

Provide the following information about proposed subcontractors: Company name, name of 

contact, title of contact, telephone number. All subcontractors must be approved by the City of 

Milwaukee.   

6.  Disadvantaged Business Enterprise (DBE) Participation 

This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises (DBE) in Department of Transportation Financial Assistance Programs. A DBE contract goal of 17 % DBE participation has been established for this procurement. Only those firms that have been certified by the Wisconsin Unified Certification Program are eligible to satisfy the DBE goal.  Please visit the link below to access a listing of these firms   Also, See Attachment C: DBE Specifications and Attachment D: Commitment to Contract with DBE for further information.  http://wisconsindot.gov/Pages/doing‐bus/civil‐rights/dbe/certified‐firms.aspx  The Consultant, sub‐recipient, or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the Consultant to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to:  

 (1) Withholding monthly progress payments;  (2) Assessing sanctions;  (3) Liquidated damages; and/or  (4) Disqualifying the contractor from future bidding as non‐responsible. 

Proposals  are  required  to  document  sufficient  DBE  participation  to  meet  these  goals  or, alternatively, document adequate good faith efforts to do so, as provided for  in 49 CFR 26.53. Award of this contract is conditioned on submission of the following with your proposal:  

  

The names and addresses of DBE firms that will participate in this contract; 

A description of the work each DBE will perform; 

The dollar amount of the participation of each DBE firm participating; 

Written documentation of the Consultant's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; 

Written confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and 

If the contract goal is not met, evidence of good faith efforts to do so as defined in Appendix A, 49 CFR Part 26. The City of Milwaukee Disadvantaged Business Enterprise Liaison Officer (DBELO) shall be responsible for determining whether a Consultant who has not met the contract goal has documented sufficient good faith efforts to be regarded as responsible. Please see Attachment E: GFE Certificate/Guidance Concerning Good Faith Efforts. 

 

Page 10: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Within 3 business days of being informed by the City of Milwaukee that it is not responsible because it has not documented sufficient good faith efforts, a Consultant may request administrative reconsideration. Consultants should make this request in writing to the following reconsideration official:  

  Rocky Marcoux Commissioner of City Development 809 N. Broadway Milwaukee, WI  53202 

 The reconsideration official will not have played any role in the original determination that the Consultant did not document sufficient good faith efforts.    As part of this reconsideration, the Consultant will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The Consultant will have the opportunity to meet in person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do. The City of Milwaukee will send the Consultant a written decision on reconsideration, explaining the basis for finding that the Consultant did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation.   Consultant must present the information required above with their proposal. Please see Attachment D: Commitment to Contract with DBE.  The Consultant shall comply with the Prompt Payment Provisions attached as Attachment G.  The Consultant must promptly notify the City of Milwaukee whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The Consultant may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the City of Milwaukee.    The City of Milwaukee will require a Consultant to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. We will require the Consultant to notify the DBE Liaison officer immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation.    In this situation, the City of Milwaukee will require the Consultant to obtain our prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts.  If the Consultant fails or refuses to comply in the time specified, our contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the Consultant still fails to comply, the contracting officer may issue a termination for default proceeding.   

Page 11: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

The City of Milwaukee will take the following monitoring and enforcement mechanisms to ensure compliance with 49 CFR Part 26. 

  

We will bring to the attention of the Department of Transportation any false, fraudulent, or dishonest conduct in connection with the program, so that DOT can take the steps (e.g., referral to the Department of Justice for criminal prosecution, referral to the DOT Inspector General, action under suspension and debarment or Program Fraud and Civil Penalties rules) provided in 26.109. 

We will consider similar action under our own legal authorities, including responsibility determinations in future contracts. 

We will also provide a monitoring and enforcement mechanism to verify that work committed to DBEs at contract award is actually performed by the DBEs.  

We will keep a running tally of actual payments to DBE firms for work committed to them at the time of contract award. 

 

B. Selection of Consultant 

After screening proposals for completeness and project cost; DCD staff, along with its community partners, 

will evaluate proposals and assign points to each proposal based on the following criteria: 

Consultant team’s understanding, experience and success in: o   Completing Commercial and Retail Market Analyses  (up to 10 points) o   Completing Residential Market Analyses (up to 10 points) o   Analyzing market and demographic changes in neighborhood housing markets, especially as it relates to affordability and displacement  (up to 10 points) o  Identifying and developing innovative tools and strategies to preserve and create affordable housing units and commercial space to support neighborhood development goals  (up to 15 points) 

Consultant’s proposed  process and level of effort for developing strategies to ensure the integration of different plan aspects and to achieve innovative and implementable outcomes (up to 20 points);  

All‐inclusive cost, including fees and reimbursables (e.g. travel) (up to 15 points); 

Quality of graphics and writing in sample work included with the proposal (up to 10 points); 

Clarity and conciseness of the proposal (up to 5 points); 

DBE Business participation (up to 5 points)  

C. Submission Deadline 

All questions and communication regarding this RFP process and scope of services should be submitted in writing (See #1 of General RFQ Requirements) to Scott Stange.  Questions must be sent in writing no later than 4:45 p.m. (CST) on March 1, 2017.  Questions initiated after 4:45 p.m. (CST) on March 1, 2017, will not be considered.  Any additional information, clarification and answers to the questions submitted by the deadline date will be posted on the Internet on the website referred to below in the form of an addendum to this RFP by March 6, 2017:  http://city.milwaukee.gov/Projects/RequestsforProposals.htm  Proponents will be responsible for keeping abreast of the addenda as they are posted.  All such addenda shall become a part of the RFP, and all Proponents shall be bound by such, whether or not received by the Proponent. 

Page 12: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

One original and 7 (seven) copies of the proposal should be submitted to DCD's Bid Desk no later than 

11:00 a.m., March 13, 2017.  The proposals must be submitted along with the required Commitment to 

Contract with DBE.  Late submissions will not be accepted.   

Proposals should be mailed or delivered to: 

Bid Desk Department of City Development 809 N. Broadway, 2nd floor Milwaukee, WI  53202‐3617 Proposal to be clearly marked: Official Notice #57719 – TOD Market Analysis and Affordability Strategy 

 

 

*** Please note:  For proposals submitted by courier delivery service (e.g. UPS®, FedEx®, etc.), the 

building at the address above does not open until 8:00 a.m.  Instructions to delivery drivers should be 

explicit in regard to that time as well as the above noted address of the bid desk.  Without such 

instructions, a package may not be delivered on‐time to the correct location within the City complex. 

   

Page 13: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

VI. General RFP Requirements  A.  Interpretations of RFP Any requests for interpretation should be submitted in writing to  Scott Stange, Contract Compliance Officer, Department of City Development of the City of Milwaukee, 809 North Broadway, MILWAUKEE, WI 53202, or submitted by email to [email protected] .  No oral interpretations will be made to any Consultant as to the meaning of the RFP requirements.  All interpretations will be posted and answered on the Internet. If you received your RFP from the Internet you will be responsible for keeping abreast of the addenda as they come in.  All such addenda shall become a part of the RFP, and all Consultants shall be bound by such, whether or not received by the Consultant.      B.  Receipt of Proposals Proposals received prior to the time of opening will be secure.  The officer whose duty it is to open them will decide when the specified time has arrived, and no proposal received thereafter will be considered.  No responsibility will be attached to an officer for the premature opening of a proposal not properly addressed and identified.  Consultants are cautioned to allow ample time for transmittal of proposals by mail or otherwise.  Consultants should secure correct information relative to the probable time of arrival and distribution of mail at the place where proposals are to be forwarded.    C.  Withdrawal of Proposals Proposals may be withdrawn on written request dispatched by the Consultant in time for delivery in the normal course of business prior to the time fixed for closing.  Negligence on the part of the Consultant in preparing a proposal for offer to DCD confers no right of withdrawal or modification of the proposal after such proposal has been opened. In case of withdrawal of a proposal by a Consultant, the Consultant will be disqualified thereby from submitting a second proposal on the contract at hand.  See Section 66.0901(5), Wisconsin Statutes.  D.  Rejection of Proposals DCD reserves the right to reject the proposal of any Consultant who has previously failed to perform properly or to complete on time contracts of a similar nature, who is not in a position to perform the contract, or who has habitually and without just cause neglected the payment of bills or otherwise disregarded his obligations to subcontractors or employees.  E.  Award of Contract The Contract Management Team will evaluate proposals.  All proposals will be evaluated against the evaluation factors stated in this RFP.  While the Contract Management Team intends to select a Consultant based on the proposals received, the Contract Management Team may invite the highest ranked firm/individual(s) to participate in an interview.  If one or more interviews are to be scheduled, a letter will be sent to the firm/individual(s) that is/are selected to participate, and this/these firm/individual(s) may be asked to provide more specific written information about their qualifications, methodology, and costs. Firms/individuals participating in the interviews must send the project manager and staff who will work on this project.   

Page 14: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

After the contract is awarded, all of the firms who submitted a proposal will receive a written acknowledgment of their proposals.  DCD will not reimburse firms for any expenses associated with the submission of proposals or participation in the interviews.  F.  Contract Payments DCD and the Consultant will agree on a performance and payment schedule.  The Consultant will submit to DCD invoices itemizing the services performed and cost incurred since the last request for payment.  Payment will be made after review of the Consultant's work product and upon acceptance by DCD of the services performed.    G.  Termination of Contract for Cause If, through any cause, the Consultant shall fail to fulfill in a timely and proper manner his obligations under this contract or if the Consultant shall violate any of the covenants, agreements or stipulations of this contract, DCD shall thereupon have the right to terminate this contract by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least five work days before the effective date of such termination.  In such event, all finished or unfinished documents, data, studies, surveys, reports, or other material related to the services prepared by the Consultant under this contract shall, at the option of DCD, become the property of DCD.  Notwithstanding the above, the Consultant shall not be relieved of liability to DCD for damages sustained by DCD by virtue of any breach of the contract by the Consultant.    H.  Sales Tax Pursuant to Section 77.54(9a) of the Wisconsin State Statutes, RACM is exempt from Wisconsin Use and Sales Tax. Consultants, therefore, shall not add State of Wisconsin sales tax or use tax to their proposals, but shall include in their lump sum proposals only the taxes they will be required to pay directly as a consumer, when obtaining materials, etc. to fulfill the contract requirements should they be the selected Consultant.  Consultants are, however, responsible for determining the impact of the State of Wisconsin's Sale and Use Tax on their proposal.  I.  Request for Proposal This RFP is not an offer to buy and must not be assumed as such.  However, in the event a proposal results in contractual negotiations, the Consultant has the option to not convey and/or sell if compliance with any mandated clause or provision is undesirable or impossible.  No information will be available to any Consultant regarding the status of his response.  However, DCD reserves the right to enter into discussion with Consultants for purposes of clarification or further information.  J.  Miscellaneous DCD (City of Milwaukee) reserves the right to waive informalities in any proposals, reject any or all proposals in whole or in part, with or without cause, and to accept that proposal which in its judgment best meets its needs.    K.  Equal Employment Opportunity The Consultant agrees that there will not be discrimination as to race, sex, sexual orientation, religion, color, age, creed, or national origin in regard to obligation, work, and services performed under the terms of any contract ensuing from this RFP.  Consultant must agree to comply with Executive Order No. 

Page 15: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

11246, entitled “Equal Employment Opportunity” and as amended by Executive Order No. 11375, as supplemented by the Department of Labor Regulations (41 CFR, Part 60).  L.  Indemnification The Consultant agrees that it will indemnify, save and hold harmless DCD and the City of Milwaukee, their officers, employees, or agents, from and against all claims, demands, actions, damages, loss, costs, liabilities, expenses, judgments, and litigation costs, including reasonable attorneys fees, photocopying expenses and expert witness fees, recovered from or asserted against DCD or the City of Milwaukee on account of injury or damage to person or property or breach of contract to the extent that such damage, injury, or breach may be incident to, arising out of, or be caused, either directly or proximately, wholly or in part, by an act or omission, negligence or misconduct on the part of the Consultant or any of its agents, servants, employees or subcontractors.  The City of Milwaukee shall tender the defense of any claim or action at law or in equity, arising out of or otherwise related to an act or omission, negligence, misconduct, or breach of contract on the part of the Consultant or any of its agents, servants, employees or subcontractors, to the Consultant or its insurer and, upon such tender, it shall be the duty of the Consultant and its insurer to defend such claim or action without cost or expense to the City of Milwaukee.  M.  Slavery Disclosure The successful Consultant will be required to submit an affidavit of compliance of slavery disclosure before a purchase order/contract can be executed (unless you have already done so and it is on file with the Business Operations Division of the City of Milwaukee).  N.  Ethics It is the policy of the Department of City Development, Redevelopment Authority (DCD‐RACM), that contracts shall not be awarded to any consultant team that includes individuals who have left City employment within the past 12 months, or individuals who are currently members of any City boards or commissions.  O.  Wisconsin Public Records Law Both parties understand that the Redevelopment Authority of the City of Milwaukee is bound by the Wisconsin Public Records Law, and as such, all of the terms of this Agreement are subject to and conditioned on the provisions of Wis. Stat. 19.21, et seq. The Contractor acknowledges that it is obligated to assist the Redevelopment Authority in retaining and producing records that are subject to Wisconsin Public Records Law, and that the failure to do so shall constitute a material breach of this Agreement, and that the Contractor must defend and hold the Redevelopment Authority harmless from liability under that law.  Except as otherwise authorized, those records shall be maintained for a period of seven years after receipt of final payment under this Agreement.        

Page 16: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

SCOPE OF SERVICES and WORK PLAN for the 

MARKET ANALYSIS AND AFFORDABILITY STRATEGY a component of the 

EQUITABLE GROWTH THROUGH TOD PLANNING STUDY  

The Consultant, in close collaboration with DCD staff, will develop a comprehensive Market Analysis and Affordability Strategy that will consist of three main components:  

1) A Commercial and Retail Market Analysis for each of the two Milwaukee Streetcar extension areas (King Drive/Bronzeville and Walker’s Point/Harbor District); 

2) A Residential and Affordable Housing Market Analysis for each of the two Streetcar extension areas (King Drive/Bronzeville and Walker’s Point/Harbor District); 

3) An Affordability Strategy, incorporating results from 1) and 2).  This project will result in the completion of stand‐alone Market Analysis documents for both the King Drive/Bronzeville and Walker’s Point/Harbor District areas that include commercial and residential components and evaluate the market potential for new TOD. It will also result in the preparation of an Affordability Strategy that makes geographically‐specific recommendations for the two study areas, and also recommends policy and financing strategies that can be deployed in other transit corridors or areas facing similar development pressures and housing trends as the areas under study.   Task 1: Plan Initiation  1.1.  Contract Negotiation. Conduct contract negotiations finalizing project scope, budget, schedule, 

interim deliverables, with DCD through email and regular mail.  1.2.  Contract Finalization. Sign contracts with DCD that include the final scope, budget, and schedule 

as exhibits. DCD will provide Consultant a final copy of the contract.  1.3.  Project Initiation Meeting. Conduct project initiation meeting with Contract Management Team  

(CMT) to review the work plan, desired outcomes, expectations, project budget and timetable. DCD will provide relevant plans, studies, and data identified in task 2.2 at or prior to the Project Initiation Meeting. 

   Task 2: Information Gathering and Analysis   The objective of this task is to ensure that the Market Analysis and Affordability Strategy is informed by current and recent planning efforts and existing data for the study areas as well as stakeholder input and local expertise. Findings shall be summarized and shall inform the recommendations of the Market Analysis and Affordability Strategy.  2.1.  Tour. Participate in a guided tour with DCD, DPW, King Drive BID, Walker’s Point Association and 

HDI staff. DCD will schedule, plan, and arrange the logistics for the tour. The tour may be scheduled for the same time as the Project Initiation Meeting to reduce travel. 

 2.2.  Information Review. Review recent studies, plans, and data to be provided by DCD: 

Page 17: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

 a.  Downtown Area Plan (City of Milwaukee, 2010) b.  Northeast Side Area Plan (City of Milwaukee, 2009) c.  Near South Side Area Plan (City of Milwaukee, 2009) d.  Walker’s Point Strategic Action Plan (City of Milwaukee, 2015) e.  Walker’s Point Affordable Neighborhood Action Plan (UWM Urban Planning Graduate  

Project, 2016) f.  Harbor District Water and Land Use Plan (HDI and City of Milwaukee, in progress) g.  MKE United (Greater Milwaukee Committee, Milwaukee Urban League, Greater  

Milwaukee Foundation, City of Milwaukee, in progress) h.  Bronzeville Redevelopment Plan, including Market Analysis and District Plan (City of  

Milwaukee, 2005) i.     Bronzeville Parking Study (DCD) j.  Milwaukee Streetcar Locally Preferred Alternative Documentation (City of Milwaukee, 

2011) k.  Milwaukee Streetcar Development Guide (Downtown BID, 2016) l.  Downtown Milwaukee 2016 Market Profile (Downtown BID, 2016) m.  Zoning, ownership, assessment, use, and other parcel‐level GIS data for the study area  

will be provided by DCD for mapping as needed by Consultant. DCD will provide both current and past property assessment information for use in trend analysis. 

n.  Development Database with current, under construction, and proposed development in Downtown and Study Areas (DCD will provide) 

 2.3.  Review Land Use. Review current land use trends and conditions, analyze supply and demand, 

review the quality and quantity of existing commercial and residential land uses within the study areas, along with industrial, institutional, non‐profit, and office uses within the study area and identify advantages and challenges for new development and redevelopment.  a.  DCD will work with Consultant to secure updated City of Milwaukee parcel level data. b.  DCD will provide pertinent City‐administered real estate data as available for the areas, 

adjacent planning areas and select commercial corridors in the City of Milwaukee. This may include publicly available MPROP data and other selected city‐acquired data requested by Consultant, if available. 

 c.  DCD will provide both current and historical property assessment data for use in trend analysis. Such data may include building, occupancy and business licensing data, requests for zoning changes and other services, building code violations, construction and renovation permits, ownership changes, and other data such as first responder calls (fires) if available. The data will be provided in GIS‐compatible formats as applicable. 

d.  Consultant will analyze the data to identify land use and development trends in the study areas and adjacent planning areas (as relevant to the Milwaukee Streetcar extension areas and potential for TOD), focusing on area requirements, amenities and services, and relationship to anchor institutions and current and proposed transit facilities, including the Milwaukee Streetcar. 

e.  Consultant will document the results of the analysis in the draft report.  2.4.  Focus Groups. Conduct four (4) focus groups (two in each area) of developers, brokers, and 

lenders to discuss real estate and development potential and impediments, business needs, strengths and weaknesses of the area, and development trends within the areas. DCD (with 

Page 18: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

assistance from the King Drive BID and HDI) will be responsible for all meeting logistics. Consultant will draft questions for review by DCD, via email, or phone conference, prior to focus groups.  a.  Consultant will provide DCD with questions for the focus groups and follow up 

questions. The Consultant will refine and revise the questions in consultation with DCD, King Drive BID and HDI. The questions will address the specific strengths, weaknesses, opportunities and threats for development in the study areas and be used to verify development, land use and workforce trends identified in task 2.3. Discussion topics will include market potential for new development and substantial redevelopment within the various neighborhoods and commercial corridors, and the potential new demand for TOD that would result from the construction of the Streetcar extensions. 

b.  DCD, in coordination with Consultant, will identify invitees for the focus groups. Invitees may include representatives from neighboring anchor institutions, local developers and property owners, neighborhood leaders, real estate brokers, small business owners, etc. 

c.  Consultant will summarize and document the results of the focus groups in a summary document that can be shared with the consultant carrying out the TOD Planning Study. 

 2.5.  Stakeholder Interviews. Participate in up to twelve (12) stakeholder interview sessions. DCD 

(with assistance from the King Drive BID and HDI) will be responsible for all meeting logistics and will attempt to schedule consecutively if requested by the Consultant . These interviews will be conducted by the Consultant.  a.  In collaboration with DCD, Consultant will recommend candidates for interview. DCD 

will assist the consultant to arrange interviews at times and locations to be determined at the Project Initiation Meeting. 

b.  Consultant will provide DCD with stakeholder interview questions and follow up questions. The Consultant will refine and revise the questions in consultation with DCD. The questions will address the specific strengths, weaknesses, opportunities and threats for development in the project areas and the potential new demand for TOD that would result from the construction of the Milwaukee Streetcar, and be used to verify land use and development trends identified in task 2.3. 

c.  Consultant will conduct confidential interviews. d.  Consultant will summarize and document results of the stakeholder interviews in a 

document that can be shared with the consultant carrying out the TOD Planning Study. e.  Upon mutual agreement between DCD and Consultant, additional focus groups may be 

substituted for stakeholder interviews at a ratio one focus group to three stakeholder interviews. 

 2.6.  TOD Planning Study. As described above, the Market Analysis and Affordability Strategy will be 

carried out to inform the TOD Planning Study. The TOD Planning study will be performed under a separate contract that will be concurrent to and extend past the completion of the Market Analysis and Affordability Strategy. The Consultant completing the Market Analysis and Affordability Strategy will be expected to coordinate closely with the consultant completing the TOD Planning Study to ensure that the results of the Market Analysis and Affordability Strategy effectively inform and guide the overall TOD Planning Study. 

 

Page 19: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

2.7.  MKE United. Concurrent to the TOD Planning Study, the Greater Milwaukee Committee, Greater Milwaukee Foundation, and the Milwaukee Urban League will continue to work with the City of Milwaukee on developing MKE United (http://www.mkeunited.com), a planning effort covering downtown and adjacent neighborhoods that began in 2016 and will conclude in 2017. The goal of MKE United is to develop an Action Agenda for the Greater Downtown that will provide an inclusive vision for downtown and adjacent neighborhoods that this TOD Planning project will complement. Significant market data has been compiled for the Greater Downtown as part of their efforts that will be available for review by the Consultant carrying out the Market Analysis and Affordable Housing Strategy. The TOD Planning Study will build on the framework being created through MKE United and the Consultant completing the Market Analysis and Affordability Strategy will be expected to familiarize themselves with the vision, goals and recommendations of MKE United. 

 Task 3: Commercial and Retail Market Analysis  Determine the appropriate primary and secondary market trade areas for King Drive/Bronzeville and Walker’s Point/Harbor District; analyze supply and demand for new retail and office opportunities in the study areas and suggest potential sites. Particular attention should be given to the feasibility of TOD and mixed‐use development, but all retail and commercial office development opportunities should be explored. Separate reports for King Drive/ Bronzeville and Walker’s Point/Harbor District should be developed.  3.1.  Identify Trade Area. Work with DCD to identify appropriate primary and secondary market 

trade area boundaries for analysis of the two study areas, and identify relevant comparison areas as applicable. 

 3.2.  Commercial Inventory. Develop a comprehensive inventory of existing commercial uses within 

the study areas and existing vacant commercial space. Information should include: types of commercial establishments present (including retail, office, non‐profit, social service and civic uses, artist/makerspace, etc.), average lease rates, floor area, and age of buildings.  Attempt to determine the number/percentage of locally‐owned businesses in the corridors and any available trend analysis.   

 3.3.  Retail Gap Analysis. Complete a retail gap analysis to determine the current demand for retail 

and what oversupply or undersupply exists of specific retail options within the trade areas. Analysis should identify primary competing retail clusters, as well as strategic directions for how to recapture, sustain and draw new spending to the study areas.  Particular focus should be on neighborhood‐serving uses for everyday shopping needs that should be prioritized within TOD to reduce auto‐dependency (e.g., grocery, pharmacy, day care, etc.). 

 3.4.  Employment Profile. Consultant will analyze the existing major employers, job nodes, 

occupations and workforce characteristics within the study areas to generate a job and employee profile for each of the two study areas, including analyzing place of residence and commuting time and mode of transportation for area employees.  Year 2000 historical data should also be provided to provide for a basic trend analysis.    

 3.5.  Market Segmentation.  Consultant will identify, document and analyze the consumer subgroups 

that currently exist and are likely to exist with future transit and TOD investments, including but 

Page 20: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

not limited to: area residents, area workers/employees, students and visitors/tourists. Analysis should include market segmentation, average spending, spending patterns and trends across subgroups. 

   3.6.  Space Needs Analysis.  Consultant will analyze current and future industrial,  office and retail 

mix and demand in the study areas and identify space requirements, absorption rates, occupancy costs and required market needs by office and retail category, with particular attention to neighborhood‐serving businesses that may be appropriate to serve TOD residential and mixed‐use development. 

 3.7.  Identification of Impediments.  Consultant will identify impediments to office and retail 

development in the study areas.  3.8.  Opportunities and Implementation. Consultant will identify how each study area is positioned 

to attract those categories of new businesses for which there is demand and where investment in attracting retail, office, institutional, and other commercial users should be prioritized, and provide an implementation strategy and recommended timeline for achieving new investment. 

 3.9.  Streetcar Extension Impacts. Consultant will identify how future Milwaukee Streetcar 

extensions will affect the demand for commercial, office and retail uses and how best to leverage increased demand to attract TOD. 

   3.10.  Corridor Analysis. Findings should be presented that are specifically tailored to each of the 

corridors within the study areas based on their unique characteristics, land uses, and development opportunities.  Relevant corridors include South 1st Street, South 2nd Street, South 5th Street, and National Avenue within the Walker’s Point/Harbor District area and North Martin L. King Jr. Drive and West North Avenue within the King Drive/Bronzeville Area. 

   3.11.  Bronzeville. For the Bronzeville area, in addition to the deliverables for the King 

Drive/Bronzeville Market Analysis more generally, evaluate the current market demand for the types of uses called for in the Bronzeville District Plan to further the Bronzeville Arts and Cultural District. Identify impediments to the types of development envisioned by the District Plan, identify opportunities based on the findings of the Market Analysis, and evaluate the potential impacts of the proposed Milwaukee Streetcar extension on the demand for development within Bronzeville in regards to the District Plan. 

 Task 4: Residential Market Analysis  Review of residential market data for King Drive/Bronzeville and Walker’s Point/Harbor District areas, including an analysis of supply and demand of rental and for‐sale housing units. Calculate vacancy rates, review the quality of existing housing options and analyze the demand for new housing options, particularly those that incorporate TOD, in the study areas. Analyze the supply and demand of naturally occurring and legally restricted affordable housing units and trends over time in regards to housing affordability.  Identify the portions of the study areas where a demand for new or substantially rehabilitated housing may exist, and recommend the specific housing types that should be crated to meet this demand. Separate reports for King Drive/Bronzeville and Walker’s Point/Harbor District should be developed.  

Page 21: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

4.1.  Supply Analysis.  Consultant will catalog the supply of rental and for‐sale housing in the study areas, including a review of area rental markets to determine unit mix (bedrooms, quality of building, amenities, etc.), vacancy rates, availability and inclusion of parking, number of rent or income‐restricted units, and data on monthly rental rates, and leasing incentives, and historic rental rate trends. For the purposes of the Residential Market Analysis, the primary area of analysis will be the areas within one‐half mile of the proposed Milwaukee Streetcar extensions based on FTA guidance. However, summary data shall also be provided for each of the study area neighborhoods as a whole. 

   4.2.  Affordability Inventory. Consultant will determine the number of naturally occurring and legally 

restricted affordable housing units within the target areas (including those under development) and create a summary of the availability of affordable housing within the target areas. Consultant will analyze current and projected neighborhood demographic data to determine the demand for additional affordable housing that exists currently and that may result from the development of the Milwaukee Streetcar extensions. 

   4.3.  FTA Scoring. Based on the data compiled for Task 4.2, Consultant will calculate a projected score 

for the proposed Milwaukee Streetcar extensions under FTA’s quantitative Land Use – Existing Affordable Housing Measure, which the FTA uses to evaluate applications for Capital Investment Grant Program funding. 

   4.4.  Historic Trends Analysis.  Consultant will analyze historical property ownership, income, tenure, 

poverty, rent, racial/ethnicity, educational attainment, and other relevant neighborhood data to attempt to determine the extent of residential displacement or gentrification that has occurred within the study areas or may be occurring currently within the study areas. Consultant and DCD will refine the methodology for this analysis during Contract Negotiation, but it is anticipated the task will involve reviewing data from the years 2000, 2010, and current data as well as making a range of projections based on current development trends. 

 4.5.  Demand Analysis.  Consultant will provide an analysis of the demand for new housing in the 

study areas. This will include recommending whether significant renovations at existing apartment buildings may have the potential to generate higher rents, what types of improvements would be required and potential impact on rental rates. This analysis will also identify locations and housing styles and price points for which there may be a demand for new, market‐rate and/or mixed‐income, multi‐family housing in the study areas, with an emphasis on TOD‐style housing development along Milwaukee Streetcar extension corridors. 

 4.6.  Streetcar Extension Impacts. Consultant will identify how future Milwaukee Streetcar 

extensions will affect the demand for residential development in the study areas and how best to leverage this increased demand to attract TOD. 

   4.7.  Corridor Analysis. When presenting the findings of the Residential Market Analysis, the 

Consultant should distinguish between housing opportunities along the Milwaukee Streetcar extension routes themselves and opportunities that exist within the individual sub‐areas of the larger study areas to the greatest degree possible. 

   

Page 22: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Task 5: Affordability Strategy  The TOD Planning Project aims to preserve neighborhood character and affordability throughout the TOD Planning process. Equitably developing TOD and ensuring that low‐income and neighborhood residents and business owners are the prime beneficiaries of future public investment in the extension of the Milwaukee Streetcar are cornerstones of the TOD Planning process. The Consultant will use the results of the Market Analyses and take into account national best practices to develop a set of strategies the City and its partners can use to preserve existing and encourage future affordable housing and commercial options and reduce the risk of displacement of existing residents and businesses. Strategies will include ways to best leverage the positive demand generated from future Milwaukee Streetcar extensions towards TOD, while minimizing displacement caused by new development in these transit corridors. While the geographic focus of this analysis center on King Drive/Bronzeville and Walker’s Point/Harbor District, it is anticipated that many of the policy and financial strategies recommended in this Affordability Strategy could be deployed in other City of Milwaukee transit corridors facing similar issues.  DCD will assemble a working group of City staff and Plan Advisory Group members who work on programs and policy related to housing and commercial affordability and provide input and feedback to the Consultant as needed during the completion of this task. DCD will also coordinate a series of at least three (3) working meetings with the Consultant and that group to review preliminary findings and assist the Consultant in developing final recommendations as described below.  5.1.  Affordability Analysis. Consultant will analyze the findings of the Market Analysis to identify 

current affordable housing and commercial gaps and potential future development pressures that might threaten the goal of maintaining diverse, mixed‐income neighborhoods adjacent to Milwaukee Streetcar extensions.  Consultant and DCD will collaborate to identify the appropriate definitions and measures of commercial and residential affordability to be used in this analysis and when formulating recommendations. This includes projecting market demand changes that would result from future Milwaukee Streetcar expansion and the degree to which that expansion and other development trends have the potential to displace existing residents and businesses. 

   5.2.  Strategy Identification. As an interim deliverable, Consultant will present a written summary of 

the findings of Task 5.1 to the internal working group along with an inventory of national best practices and innovative financing strategies and policy tools for preserving affordability near transit nodes/corridors and in markets at risk of gentrification.  The Consultant will develop this inventory, including case studies as appropriate, based on local market conditions and stakeholder goals and collaborate with the working group to refine before drafting final recommendations for the Draft Report.  These proposals should be concepts or policies not already in use within the City of Milwaukee (or be new approaches to existing strategies, not  simply an inventory of existing programs and policies).  While they may not all be recommended in the Draft Report, at a minimum the following concepts should be explored at this preliminary stage: 

  Incentive zoning or other tools that use the zoning code to preserve or promote affordability 

within TOD.  In addition to density bonuses, parking regulations that may impact affordability should be explored.   

Strategies to preserve expiring federally subsided housing near transit   

Page 23: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Property tax abatement/deferrals for senior citizens  Changes to the State of Wisconsin’s Low Income Housing Tax Credit Qualified Allocation 

Plan to prioritize affordable housing within TOD  Local, State, and Federal grant and loan funding sources that can be used to support 

affordability within TOD  Lender/Philanthropic partnerships that can be leveraged to support affordability within TOD  Land acquisition and pre‐development strategies to support affordability within TOD  Cooperative ownership (for residential and commercial property)  Shared equity/shared appreciation homeownership models  Community land trusts  Lease‐to‐own models  Strategies to ensure that local entrepreneurs (including minority and women owned 

businesses) are best positioned to capitalize on new retail and commercial opportunities available within TOD 

Strategies to preserve existing small and locally owned businesses that may be at risk of displacement as a result of new development.   This includes artist studios and “makerspaces.”   

 5.3.  Goal Setting. Consultant will analyze the current supply and demand of affordable and market‐

rate housing units in the study areas and determine to what degree there may be over‐concentration or shortage of affordable housing within the areas. Based on this analysis and the goals of minimizing displacement and ensuring that the benefits of TOD are distributed equitably, Consultant will propose numeric goals for the preservation and creation of affordable housing within the study areas. These should include goals for housing units created within TOD spurred by the Milwaukee Streetcar extensions. 

 5.4.  Strategy Refinement. Consultant will incorporate research on national best practices and the 

input of the working group into a series of financial strategies, policy tools, and programmatic recommendations most appropriate to local conditions that the City and its partners can undertake to preserve existing and encourage future affordable housing and commercial options within the study areas, including within potential future TOD. The Consultant should describe how these strategies and tools can be deployed in the King Drive/Bronzeville and Walker’s Point/Harbor District areas, and also be replicated in Milwaukee’s other existing and future transit corridors. 

 5.5.  Strategy Implementation.  Consultant will identify primary and supporting partners responsible 

for the implementation of the recommendations of the Affordability Strategy with associated action steps, priorities, and timelines. Strategies should be evaluated for viability and likelihood of success and any required State or local law changes required for implementation should be identified. 

 Task 6: Report and Public Presentations  6.1.  Draft and Final Reports. The Consultant will prepare written Draft Reports, with tables, graphs, 

maps, and photographs where appropriate, outlining the details of the Market Analysis and Affordability Strategy. The Draft Reports will be reviewed by the CMT. Consultant will incorporate any changes from this review into Final Reports. The report documents will each 

Page 24: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

include an executive summary.  a.  Consultant will provide Reports to DCD in either Microsoft Word or InDesign format. b.  The Draft and Final Reports will include the content specified in this Scope of Services, 

or as revised by DCD in coordination with Consultant. c.  The Draft and Final Reports will be formatted so that the King Drive/Bronzeville Market 

Analysis, the Walker’s Point/Harbor District Market Analysis, and the Affordability Strategy can serve as stand‐alone documents. 

d.  It is anticipated that the Draft Reports will be submitted within five (5) months of notice to proceed. If delays arise, Consultant will coordinate with DCD to submit the Draft Reports in as timely a fashion as possible. The Final Reports will be submitted within one month of receipt of all comments and revision of the Draft Report documents. 

   6.2.   Public Presentations. After submission of the Draft Reports, the Consultant will present the 

findings of the Market Analysis and Affordability Strategy at up to four (4) public presentations (These public presentations could include one presentation to stakeholders in each of the two study areas, one presentation to a standing committee of the City of Milwaukee Common Council, and a presentation to stakeholders with responsibility for implementing the recommendations of the Affordability Strategy). 

 Task 7: Project Management and Quality Assurance  7.1.  Project Management. The Consultant will manage the project in accordance with standard 

consultant practices, including managing any approved sub‐consultants, providing regular invoicing, and budget and schedule reviews.  If the Consultant engages sub‐consultants as part of its team, invoicing for activities completed by those sub‐consultants should be included as part of Consultant’s invoicing.  DCD will not pay sub‐consultants directly.      

 7.2.  Progress and Coordination Meetings. In addition to the Affordability Strategy working group 

meetings referenced in Task 5, the Consultant will attend up to two (2) in‐person progress meetings during the course of the project, to coordinate with DCD and the CMT.   The Consultant will also participate in coordination meetings (in person or via phone) on roughly a bi‐weekly basis with DCD and the consultant carrying out the TOD Planning Study. 

 7.3.  Quality Management. Prior to submission of the Draft Reports, the Consultant will provide an 

internal technical review of the Draft Reports by a Consultant staff member not associated with the project with expertise in economic and market evaluation. The reviewer’s comments will be resolved in accordance with Consultant’s quality management system and the Draft Reports will be revised accordingly.  Any changes to the Project Schedule after execution of the contract must be agreed to in writing by both DCD and the Consultant.   

   

Page 25: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

RFP TECHNICAL REQUIREMENTS

FOR DCD PLANS

Software and file formats used in the preparation of the plan and all supporting documents Software compatibility must be evaluated and approved by DCD Planning before commencement of the project. Note that DCD Planning uses only Windows software. General requirements are:

a. Microsoft Word (2007) for early drafts of text and editing

b. ArcMap (version 10.4)

c. Microsoft Excel (2007) for all charts

d. High resolution JPEG or PDF for all images

e. Adobe InDesign for final report layout (or Microsoft Word if approved by DCD Planning)

   

Page 26: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

- Small Starts

Page 27: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment A

Procurement Using Federal Awards

Forward When procurement involves the expenditure of federal funds or grants, purchasing must be conducted in accordance with applicable federal law, including but not limited to specific requirements which are often outlined in the grant agreement and in the Code of Federal Regulations. These requirements may be different from City procurement rules.

For example, the types and availability of procurement methods under the federal rules differ from the City's rules:

• "Micro-purchase" procurement, in which competitive quotations need not be solicited, may not exceed aggregate purchases of $3,000 (note that this threshold is periodically adjusted to account for inflation, and is set by the micro-purchase threshold set forth by the Federal Acquisition Regulation at 48 C.F.R. Subpart 2.1).

• "Small purchase" procurement procedures are simplified procedures used when a small purchase does not exceed the "Simplified Acquisition Threshold" of $150,000 (note that this threshold is also periodically adjusted for inflation and is set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1 ).

• "Sealed bid" procurement is appropriate when there is a complete, adequate and realistic specification or purchase description available, two or more responsible bidders are willing and able to compete effectively for the business, the procurement lends itself to a firm fixed price contract, and the selection of the successful bidder can be made principally on the basis of price. Sealed bids are particularly encouraged for construction procurement.

• "Competitive proposal" procurement is general used when conditions are not appropriate for the use of sealed bids.

• "Noncompetitive proposal" procurement may be used only when the item to be procured is only available fi:om a single source, a public exigency or emergency does riot permit delay, the Federal awarding agency or pass-through agency explicitly authorizes noncompetitive proposals, or, after solicitation of a number of sources, competition is determined to be inadequate. ·

Impmiant details on these types of acquisition procedures are set forth in 2 C.F.R. §200.320.

The City and Federal rules differ in many other respects. Milwaukee City Charter § 16-05-5 provides that whenever procurement occurs in connection with federal assistai1ce or a federal grant funded program, the provisions of the City Charter, or Milwaukee Code of Ordinances, rules, regulations or guidelines for procurement shall apply, provided that such provisions meet the minimum federal requirements. If any provisions of the City Charter, or Code of Ordinances, rules, regulations or guidelines contravene the federal requirements so that the result does not meet the minimum federal requirements, then the City rules are superseded by the federal rules, to that extent only. The department

Page 28: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

initiating the purchasing process is encouraged to review the grant requirements and the relevant portions of the Federal Code of Regulations in detail, and if necessary, contact the Federal agency responsible for the relevant grant for direction to relevant portions of the Code ofRegulations.

Additionally, the United States Office of Management and Budget has issued general regulations for procuring property and services under a federal award at 2 C.F.R. § 200. The "Procurement Standard" portion of these regulations, 2 C.F.R. §§ 200.317- 200.326, is attached to this Manual in Appendix A. These regulations also contain a list of required contract provisions for contracts made by the City under a Federal award. Other sections of2 C.F.R § 200 may also affect certain contracts and procurement procedures utilizing federal funds. City of Milwaukee departments utilizing federal funds in procurement should, in addition to the above, consult the most current version of these regulations, and may refer individual questions to the City Attorney.

Conflicts of Interest Additionally, 2 C.F.R. § 200.318(c)(l) requires that ifthe City of Milwaukee procures prope1iy or services with a Federal award, the City must "maintain written standards of conduct covering conflicts of interest and governing the actions of its employees engaged in the selection, award and administration ofthe contract. ... The standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the non-Federal entity." Milwaukee City Charter and Code of Ordinances§§ 4-27,5-09,5-10, 5-11, and 303-7 collectively provide that no officer, employee, or agent of the City who exercises any functions or responsibilities in connection with the carrying out of any services or requirements to which a contract pertains, may have any personal interest, direct or indirect, in any City contract, and that no member of the governing body ofthe City and no other public official the City who exercises any functions or responsibilities in the review or approval of the carrying out of a City contract shall have any personal interest, direct or indirect, in that contract.

Milwaukee City Ordinances§§ 5-09, 5-.10, and 5-11 also provide penalties for certain violations of the City's conflicts of interest and interest in contract ordinances, including voiding ofthe person's appointment or election, removal from office, deeming the person's office "vacant," and deeming the person guilty of a felony which upon conviction thereof, is punishable by imprisonment for not more than one year or a fine of not more than $5,000 but not less than $500.

Procedures for Procurement Transactions Pursuant to 2 C.F.R. §200.319(c), the City of Milwaukee's written procedures for procurement transactions include the following in conjunction with the expenditure of federal grants or other funds:

• All solicitations must incorporate a clear and accurate description of the technical requirements for the material, product, or service to be procured. Such description must not, in competitive procurements, contain features which unduly restrict competition. The description may include a statement of the qualitative

Page 29: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

nature of the material, product or service to be procured and, when necessary, must set fmih those minimum essential characteristics and standards to which it must conform if it is to satisfy its intended use. Detailed product specifications should be avoided if at all possible. When it is impractical or uneconomical to make a clear and accurate description of the technical requirements, a "brand name or equivalent" description may be used as a means to defme the performance or other salient requirements of procurement. The specific features of the named brand which must be met by offers must be clearly stated.

• All solicitations must identify all requirements which the offerors must fulfill and all other factors to be used in evaluating bids or proposals.

Page 30: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

'PROCUREMENT STANDARDS

OMB 2CFR200

§200.317 Procurements by states.

When procuring property and services under a Federal award, a state must follow the same policies and procedures it uses for procurements from its non-Federal funds. The state will comply with §200.322 Procurement of recovered materials and ensure that every purchase order or other contract Includes any

clauses required by section §200.326 Contract provisions. All other non-Federal entities, including subrecipients of a state, will follow §§200.318 General procurement standards through 200.326 Contract

provisions.

§200.318 General procurement standards.

(a) The non-Federal entity must use its own documented procurement procedures which reflect applicable State, local, and tribal laws and regulations, provided that the procurements conform to

applicable Federal iaw and the standards identified In this part.

(b) Non-Federal entities must maintain oversight to ensure that contractors perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders.

(c)(1) The non-Federal entity must maintain written standards of conduct covering conflicts of interest and governing the actions of its employees engaged In the selection, award and administration of

contracts. No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a

conflict of Interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties

indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the non-Federal entity may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, non-Federal entities may set standards for situations In which the financial Interest is not

substantial or the gift is an unsolicited item of nominal value. The standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the

non-Federal entity.

(2) If the non-Federal entity has a parent, affiliate, or subsidiary organization that is not a state, local government, or Indian tribe, the non-Federal entity must also maintain written standards of conduct

covering organizational conflicts of interest. Organizational conflicts of interest means that because of relationships with a parent company, affiliate, or subsidiary organization, the non-Federal entity is unable

or appears to be unable to be impartial in conducting a procurement action involving a related . organization.

'·· (d) The non-Federal entity's procedures must avoid acquisition of unnecessary or duplicative items. Consideration should be given to consolidating or breaking out procurements to obtain a more

economical purchase. Where appropriate, an analysis will be made of lease versus purchase alternatives, and any other appropriate analysis to determine the most economical approach.

(e) To foster greater economy and efficiency, and In accordance with efforts to promote cost­effective use of shared services across the Federal Government, the non-Federal entity is encouraged to enter into state and local intergovernmental agreements or inter-entity agreements where appropriate for

procurement or use of common or shared goods and services. ·

Page 31: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

(f) The non-Federal entity Is encouraged to use Federal excess and surplus property In lieu of purchasing new equipment and property whenever such use is feasible and reduces projectcosts. ·

(g) The non-Federal entity is encouraged to use value engineering clauses in contracts for construction projects of sufficient size to offer reasonable opportunities for cost reductions. Value

engineering is a systematic and creative analysis of each contract item or task to ensure that its essential function is provided at the overall lower cost.

(h) The non-Federal entity must award contracts only to responsible contractors possessing the ability to perform successfully under the terms and conditions of a proposed procurement. Consideration

will be given to such matters as contractor Integrity, compliance with public policy, record of past performance, and financial and technical resources. See also §200.213 Suspension and debarment.

(i) The non-Federal entity must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to the following: rationale for the method of

procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price.

0)(1) The non-Federal entity may use a time and materials type contract only after a determination that no other contract Is suitable and if the contract Includes a ceiling price that the contractor exceeds at its own risk. Time and materials type contract means a contract whose cost to a non-Federal entity is the

sum of:

(i) The actual cost of materials; and

(ii) Direct labor hours charged at fixed hourly rates that reflect wages, general and administrative expenses, and profit.

(2) Since this formula generates an open-ended contract price, a time-and-materials contract provides no positive profit Incentive to the contractor for cost control or labor efficiency. Therefore, each

contract must set a ceiling price that the contractor exceeds at Its own risk. Further, the non-Federal entity awarding such a contract must assert a high degree of oversight In order to obtain reasonable assurance

that the contractor is using efficient methods and effective cost controls.

(k) The non-Federal entity alone must be responsible, In accordance with good administrative practice and sound business judgment, for the settlement of all contractual and administrative issues arising out of procurements. These Issues include, but are not limited to, source evaluation, protests,

disputes, and claims. These standards do not relieve the non-Federal entity of any contractual responsibilities under its contracts. The Federal awarding agency will not substitute its judgment for that

of the non-Federal entity unless the matter is primarily a Federal concern. Violations of law will be referred to the local, state, or Federal authority having proper jurisdiction.

[78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014; 80 FR 43309, July 22, 2015]

§200.319 Competition.

(a) All procurement transactions must be conducted in a manner providing full and open competition consistent with the standards of this section. In order to ensure objective contractor performance and eliminate unfair competitive advantage, contractors that develop or draft specifications, requirements,

statements of work, or invitations for bids or requests for proposals must be excluded from competing for such procurements. Some of the situations considered to be restrictive of competition include but are not

limited to:

(1) Placing unreasonable requirements on firms in order for them to qualify to do business;

Page 32: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

(2) Requiring unnecessary experience and excessive bonding;

(3) Noncompetitive pricing practices between firms or between affiliated companies;

(4) Noncompetitive contracts to consultants that are on retainer contracts;

(5) Organizational conflicts of interest;

(6) Specifying only a "brand name" product instead of allowing "an equal" product to be offered and describing the performance or other relevant requirements of the procurement; and

(7) Any arbitrary action in the procurement process.

(b) The non-Federal entity must conduct procurements in a manner that prohibits the use of statutorily or administratively imposed state, local, or tribal geographical preferences In the evaluation of

bids or proposals, except In those cases where applicable Federal statutes expressly mandate or . · encourage geographic preference. Nothing In this section preempts state licensing laws. When

contracting for architectural and engineering (A/E) services, geographic location may be a selection criterion provided Its application leaves an appropriate number of qualified firms, given the nature and

size of the project, to compete for the contract.

(c) The non-Federal entity must have written procedures for procurement transactions. These procedures must ensure that all solicitations:

(1) Incorporate a clear and accurate description of the technical requirements for the material, product, or service to be procured. Such description must not, in competitive procurements, contain features which unduly restrict competition. The description may include a statement of the qualitative nature of the material, product or service to be procured and, when necessary, must set forth those

minimum essential characteristics and standards to which it must conform if it is to satisfy its intended use. Detailed product specifications should be avoided if at all possible. When It Is Impractical or

uneconomical to make a clear and accurate description of the technical requirements, a "brand name or equivalent" description may be used as a means to define the performance or other salient requirements of procurement. The specific features of the named brand which must be met by offers must be clearly

stated; and

(2) Identify all requirements which the offerors must fulfill and all other factors to be used in evaluating bids or proposals.

(d) The non-Federal entity must ensure that all prequalified lists of persons, firms, or products which are used In acquiring goods and services are current and include enough qualified sources to ensure maximum open and free competition. Also, the non-Federal entity must not preclude potential bidders

from qualifying during the solicitation period.

[78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014]

§200.320 Methods of procurement to be followed.

The non-Federal entity must use one of the following methods of procurement.

(a) Procurement by micro-purchases. Procurement by micro-purchase is the acquisition of supplies or services, the aggregate dollar amount of which does not exceed the micro-purchase threshold (§200.67 Micro-purchase). To the extent practicable, the non-Federal entity must distribute micro­

purchases equitably among qualified suppliers. Micro-purchases may be awarded without soliciting competitive quotations If the non-Federal entity. considers the price to be reasonable.

Page 33: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

(b) Procurement by small purchase procedures. Small purchase procedures are those relatively simple and informal procurement methods for securing services, supplies, or other property that do not

cost more than the Simplified Acquisition Threshold. If small purchase procedures are used, price or rate quotations must be obtained from an adequate number of qualified sources.

(c) Procurement by sealed bids (formal advertising). Bids are publicly solicited and a firm fixed price contract (lump sum or unit price) is awarded to the responsible bidder whose bid, conforming with all the

material terms and conditions of the invitation for bids, is the lowest In price. The sealed bid method is the preferred method for procuring construction; if the conditions in paragraph (c)(1) of this section apply.

(1) In order for sealed bidding to be feasible, the following conditions should be present:

(i) A complete, adequate, and realistic specification or purchase description is available;

(ii) Two or more responsible bidders are willing and able to compete effectively for the business; and

(iii) The procurement lends itself to a firm fixed price contract and the selection of the successful bidder can be made principally on the basis of price.

(2) If sealed bids are used, the following requirements apply:

(I) Bids must be solicited from an adequate number of known suppliers, providing them sufficient response time prior to the date set for opening the bids, for local, and tribal governmentq, the invitation for

bids must be publicaly advertised;

(ii) The invitation for bids, which will include any specifications and pertinent attachments, must define the items or services in order· for the bidder to properly respond;

(iii) All bids will be opened at the time and place prescribed in the invitation for bids, and for local and tribal governments, the bids must be opened publicly;

(lv) A firm fixed price contract award will be made in writing to the lowest responsive and responsible bidder. Where specified in bidding documents, factors such as discounts, transportation cost, and life

cycle costs must be considered in determining which bid is lowest Payment discounts will only be used to determine the low bid when prior experience indicates that such discounts are usually taken advantage

of; and

(v) Any or all bids may be rejected if there is a sound documented reason.

(d) Procurement by competitive proposals. The technique of competitive proposals Is normally conducted with more than one source submitting an offer, and either a fixed price or cost-reimbursement type contract is awarded. It is generally used when conditions are not appropriate for the use of sealed

bids. If this method is used, the following requirements apply:

(1) Requests for proposals must be publicized and identify all evaluation factors and their relative importance. Any response to publicized requests for proposals must be considered to the maximum

extent practical;

(2) Proposals must be solicited from an adequate number of qualified sources;

(3) The non-Federal entity must have a written method for conducting technical evaluations of the proposals received and for ·selecting recipients;

Page 34: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

(4) Contracts must be awarded to the responsible firm whose proposal is most advantageous to the program, with price and other fac\ors considered; and

(5) The non-Federal entity may use competitive proposal procedures for qualifications-based procurement of architectural/engineering (NE) professional services whereby competitors' qualifications are evaluated and the most qualified competitor is selected, subject to negotiation of fair and reasonable

compensation. The method, where price is not used as a selection factor, can only be used in procurement of NE professional services. It cannot be used to purchase other types of services though

NE firms are a potential source to perform the proposed effort.

(e) [Reserved]

(f) Procurement by noncompetitive proposals. Procurement by noncompetitive proposals is procurement through solicitation of a proposal from only one source and may be used only when one or

. more of the following circumstances apply:. ·

(1) The item is available only from a single source;

(2} The public exigency or emergency for the requirement will not permit a delay resulting from competitive solicitation;

(3) The Federal awarding agency or pass-through entity expressly authorizes noncompetitive proposals in response to a written request from the non-Federal entity; or

(4} After solicitation of a number of sources, competition is determined inadequate.

[78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014; 80 FR 54409, Sept. 10, 2015]

§200.321 Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms.

(a) The non-Federal entity must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible.

(b) Affirmative steps must include:

(1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists;

(2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources;

(3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises;

(4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises;

(5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and

(6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed In paragraphs (1) through (5) of this section.

Page 35: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

§200.322- Procurement of recovered materials.

A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource

Conservation and Recovery Act. The requirements of Section 6002 Include procuring only Items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain

the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity

acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement

program for procurement of recovered materials identified In the EPA guidelines.

[78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014]

§200.323 Contract cost and price.

(a) The non-Federal entity must perform a cost or price analysis in connection with every procurement action in excess of the Simplified Acquisition Threshold including contract modifications. The

method and degree of analysis is dependent on the facts surrounding the particular procurement situation, but as a starting point, the non-Federal entity must make independent estimates before

receiving bids or proposals.

(b) The non-Federal entity must negotiate profit as a separate element of the price for each contract in which there is no price competition and In all cases where cost analysis is performed. To establish a

fair and reasonable profit, consideration must be given to the complexity of the work to be performed, the risk borne by the contractor, the contractor's investment, the amount of subcontracting, the quality of its

record of past performance, and industry profit rates in the surrounding geographical area for similar work.

(c) Costs or prices based on estimated costs for contracts under the Federal award are allowable only to the extent that costs incurred or cost estimates included In negotiated prices would be allowable

for the non-Federal entity under Subpart E-Cost Principles of this part. The non-Federal entity may reference its own cost principles that comply with the Federal cost principles.

(d) The cost plus a percentage of cost and percentage of construction cost methods of contracting must not be used.

§200.324 Federal awarding agency or pass-through entity review.

(a) The non-Federal entity must make available, upon request of the Federal awarding agency or pass-through entity, technical specifications on proposed procurements where the Federal awarding

agency or pass-through entity believes such review Is needed to ensure that the item or service specified is the one being proposed for acquisition. This review generally will take place prior to the time the

specification is incorporated into a solicitation document. However, if the non-Federal entity desires to have the review accomplished after a solicitation has been developed, the Federal awarding agency or pass-through entity may still review the specifications, with such review usually limited to the technical

aspects of the proposed purchase.

(b) The non-Federal entity must make available upon request, for the Federal awarding agency or pass-through entity pre-procurement review, procurement documents, such as requests for proposals or

· invitations for bids, or independent cost estimates, when:

(1). The non-Federal entity's procurement procedures or operation fails to comply with the procurement standards in this part;

Page 36: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

(2) The procurement is expected to exceed the Simplified Acquisition Threshold and Is to be awarded without competition or only one bid or offer is received In response to a solicitation;

(3) The procurement, which is expected to exceed the Simplified Acquisition Threshold, specifies a "brand name" product;

(4) The proposed contract Is more than the Simplified Acquisition Threshold and is to be awarded to other than the apparent low bidder under a sealed bid procurement; or

(5) A proposed contract modification changes the scope of a contract or increases the contract amount by more than the Simplified Acquisition Threshold.

(c) The non-Federal entity Is exempt from the pre-procurement review in paragraph (b) of this section if the Federal awarding agency or pass-through entity determines that Its procurement systems

comply with the standards of this part.

(1) The non-Federal entity may request that its procurement system be reviewed by the Federal awarding agency or pass-through entity to determine whether its system meets these standards in order for its system to be certified. Generally, these reviews must occur where there is continuous high-dollar

funding, and third party contracts are awarded on a regular basis;

(2) The non-Federal entity may self-ce:rtify its procurement system. Such self-certification must not limit the Federal awarding agency's right to survey the system. Under a self-certification procedure, the

Federal awarding agency may rely on written assurances from the non-Federal entity that it Is complying with these standards. The non-Federal entity must cite specific policies, procedures, regulations, or standards as being In compliance with these requirements and have its system available for review.

§200.325 Bonding requirements.

For construction or facility Improvement contracts or subcontracts exceeding the Simplified Acquisition Threshold, the Federal awarding agency or pass-through entity may accept the bonding policy

and requirements of the non-Federal entity provided that the Federal awarding agency or pass-through entity has made a determination that the Federal interest is· adequately protected. If such a determination

has not been made, the minimum requirements must be as follows:

(a) A bid guarantee from each bidder equivalent to five percent of the bid price. The "bid guarantee" must consist of a firm commitment such as a bid bond, certified check, or other negotiable Instrument

accompanying a bid as assurance that the bidder will, upon acceptance of the bid, execute such contractual documents as may be required within the time specified.

(b) A performance bond on the part of the contractor for 100 percent of the contract price. A "performance bond" is one executed in connection with a contract to secure fulfillment of all the

contractor's obligations under such contract.

(c) A payment bond on the part of the contractor for 100 percent of the contract price. A "payment bond" is one executed in connection with a contract to assure payment as,required by law of all persons

supplying labor and material in the execution of the work provided for In the contract.

§200.326 Contract provisions.

The non-Federal entity's contracts must contain the applicable provisions described in Appendix II to Part 200-Contract Provisions for non-Federal Entity Contracts Under Federal Awards.

Page 37: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

APPENDIX II TO PART 200-CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY

CONTRACTS UNDER FEDERAL AWARDS

.In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following,

as applicable.

(A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflatiof1 adjusted amount determined by the Civilian Agency Acquisition Council and the Defense

Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies In instances where contractors violate or breach contract

terms, and provide for such sanctions and penalties· as appropriate.

(B) All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement.

(C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must

include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935,3 CFR Part, 1964-1965 Comp., p.

339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract

Compliance Programs, Equal Employment Opportunity, Department of Labor.~~

(D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must

Include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions

Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the

prevailing wages specified In a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place

a copy of the current prevailing wage determination issued by the Department of Labor In each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of

the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland

"Anti-Kickback" Act (40 U.S. C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by

Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of

public work, to give up any part of the compensation to which he or she is otherwise entitled. The non­Federal entity must report all suspected or reported violations to the Federal awarding agency.

(E) Contract Work Hours and Safety Standards Act (40 U.S. C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as

supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of tile Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week Is permissible provided that

the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked In excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable . to construction work and provide that no laborer or mechanic must be required to work in surroundings or

Page 38: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or

contracts for transportation or transmission of intelligence.

(F) Rights to Inventions Made Under a Contract or Agre'ement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of

parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights

to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any Implementing regulations Issued by the awarding

agency.

(G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S. C. 1251-1387), as amended-Contracts and subgrants of amounts In excess of $150,000 must contain a

provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution

Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA).

(H) Debarment and Suspension (Executive Orders 12549 and 12689)-A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for

Award Management (SAM), In accordance with the OMB guidelines at 2 CFR 180 that Implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Camp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or

otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549.

(I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)-Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that It will not

and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-

Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award.

(J) See §200.322 Procurement of recovered materials.

[78 FR 78608, Dec. 26,2013, as amended at 79 FR 75888, Dec. 19, 2014]

Page 39: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

Milwaukee Streetcar Project Federal Transit Administration Requirements

(see also http://www.fta.dot.gov/) 1.1 BUY AMERICA The Contractor agrees to comply with 49 U.S.C. § 5323(j) and FTA regulations, “Buy America Requirements,” 49 C.F.R. Part 661, and any amendments thereto. All iron, steel and manufactured products provided by the Contractor shall be of domestic manufacture or origin, except as otherwise approved by the City. The Contractor agrees to comply with 49 U.S.C. §5323(j) and 49 CFR Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7. This requirement extends to all third party contractors and their contracts at every tier and this clause shall be included in all such subcontracts. Contractors shall require any subcontractors providing iron, steel or manufactured products to provide certification of Buy America compliance. Whenever the Contractor provides a product the Contractor shall first ensure that the product is of domestic manufacture or origin. The Contractor shall submit certification with documentation of Buy America compliance, which shall include a certified letter from the manufacturer of the product stating such compliance for all iron, steel or manufactured products, prior to the incorporation of such product into the Project. This certification shall be submitted with each Submittal from the Contractor to the Engineer. Similar certifications are required with each payment request and final completion, less an additional certified letter from the manufacturer since such letter shall already have been obtained. Should the Contractor find it necessary to provide iron, steel, or manufactured products, which are not produced in the U.S. in sufficient and reasonably available quantities, then the Contractor shall submit a written justification to the Engineer describing in detail the product, its estimated cost, the rationale for its use in the Project and the basis for the Contractor’s belief that the product is of limited domestic availability. The City, in its sole discretion, will determine whether to seek a waiver of the Buy America requirements from the U.S. Secretary of Transportation. Should the City determine that there is insufficient basis for seeking a waiver, or if a waiver request is denied by US-DOT, the Contractor shall redesign the Project to conform with Buy America requirements at no additional cost to the City. The City may investigate the Contractor’s and any subcontractors’ or suppliers’ compliance with this Article. If an investigation is initiated, the Contractor shall document his compliance and cooperate with the investigation. The Contractor shall include the terms of this Article in every subcontract or purchase order as necessary to enforce such provision. The Contractor’s non-compliance with all or any portion of this Article shall constitute a material breach of contract for which the City may, in addition to all other remedies provided by law by the Contract, or otherwise, terminate this Contract for default. The Contractor further agrees to indemnify and hold the City free and harmless from and against any and all liability, loss, costs, claims, demands, damage, or expense of every kind or nature whatsoever (including, without limitation, reasonable attorneys' fees and costs of litigation) that the City suffers or incurs arising from, or out of, or by reason of the Contractor's non-compliance or alleged non-compliance with any provision of this Article.

1.2 CARGO PREFERENCE To the extent applicable, the Contractor shall comply with 46 U.S.C. 1241 and 46 C.F.R. Part 381.

Page 40: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

The Contractor shall use privately owned U.S.-flag commercial vessels to ship at least fifty percent (50%) of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for U.S.- flag commercial vessels. The Contractor shall furnish within twenty (20) days after the date of loading for shipments originating within the U.S. or within thirty (30) days after the date of leading for shipments originating outside the U.S., a legible copy of a rated, “on-board” commercial ocean bill-of-lading in English for each shipment to this Project to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the City (through the Contractor in the case of a subcontractor’s bill-of-lading). This requirement extends to all third party contractors and their contracts at every tier and this clause shall be included in all such subcontracts.

1.3 ENERGY CONSERVATION The Contractor shall comply with applicable mandatory energy efficiency standards and policies of applicable state energy conservation plans issued in accordance with the Energy Policy and Conservation Act, as amended, 42 U.S.C. 6321 et seq., except to the extent that the Federal Government determines otherwise in writing. To the extent applicable, the Contractor agrees to perform an energy assessment for any building constructed, reconstructed, or modified with FTA assistance, as provided in FTA regulations, “Requirements for Energy Assessments,” 49 C.F.R. Part 622, Subpart C. This requirement extends to all third party contractors and their contracts at every tier and this clause shall be included in all such subcontracts.

1.4 CLEAN WATER Except to the extent the Federal Government determines otherwise in writing, the Contractor agrees to comply with all applicable Federal laws and regulations and follow applicable Federal directives implementing the Clean Water Act, as amended, 33 U.S.C. 1251 through 1377. Specifically:

1) The Contractor agrees to protect underground sources of drinking water in compliance with the Safe Drinking Water Act of 1974, as amended, 42 U.S.C. 300f through 300j-6. 2) The Contractor agrees to comply with the notice of violating facility provisions of section 508 of the Clean Water Act, as amended, 33 U.S.C. 1368, and facilitate compliance with Executive Order No. 11738, “Administration of the Clean Air Act and the Federal Water Pollution Control Act with Respect to Federal Contracts, Grants, or Loans,” 42 U.S.C. § 7606 note. 3) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office.

The Contractor also agrees to include these requirements in each subcontract exceeding one hundred thousand dollars ($100,000.00) financed in whole or in part with Federal assistance provided by FTA.

1.5 ACCESS TO RECORDS & REPORTS The City is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C. F. R. 18.36(i), the Contractor agrees to provide the City, the FTA Administrator, the Comptroller General of the U.S. or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this Contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R. 633.17 to provide the FTA Administrator or his authorized representatives

Page 41: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

including any Project Management Oversight (PMO) Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)(1), which is receiving Federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. Where any City which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the Contract to the City, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. The Contractor agrees to maintain all books, records, accounts and reports required under this Contract for a period of not less than three (3) years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case Contractor agrees to maintain same until the City, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). The Contractor agrees to include the above clause(s) in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

1.6 FEDERAL CHANGES The Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between the City and FTA, as they may be amended or promulgated from time to time during the term of this Contract. The Contractor’s failure to so comply shall constitute a material breach of this Contract. This requirement extends to all third party contractors and their contracts at every tier and this clause shall be included in all such subcontracts.

1.7 CLEAN AIR The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. 7401, et seq. The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. The Contractor also agrees to include these requirements in each subcontract exceeding one hundred thousand dollars ($100,000.00) financed in whole or in part with Federal assistance provided by FTA.

1.8 RECYCLED PRODUCTS The Contractor agrees to comply with all the requirements of the Resource Conservation and Recovery Act (RCRA) §6002, as amended and now cited as 42 U.S.C. 6962, including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. This requirement extends to all third party contractors and their contracts at every tier.

Page 42: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

1.9 DAVIS-BACON & COPELAND ANTI-KICKBACKS ACTS The Contractor shall comply with the Labor Standards Provisions, including the minimum wage rates that are included in the Contract Documents and by this reference are made a part thereof.

A. Minimum Wages All laborers and mechanics employed or working upon the site of the Work (or under the U.S. Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the Project), shall be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the regulations issued by the Secretary of Labor under the Copeland Act (29CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under §1 (b)(2) of the Davis Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers and mechanics, subject to the provisions of paragraph 1.6; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, shall be deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of Work actually performed, without regard to skill, except as provided in 29 CFR §5.5(a)(4). Laborers or mechanics performing Work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: provided that the employers’ payroll records accurately set forth the time spent in each classification in which Work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(l) of 29 CFR §5.5) and the Davis-Bacon Poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the Worksite in a prominent and accessible place where it can be easily seen by the workers.

1. The City will require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the Contract shall be classified in conformance with the wage determination. The City will approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

i. The Work to be performed by the classification requested is not performed by a

classification in the wage determination;

ii. The classification is utilized in the area by construction industry; and

iii. The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

2. If the Contractor and the laborers and mechanics to be employed in the classification (if

known), or their representatives, and the City agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of action taken will be sent by the City to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within thirty (30) days of receipt and so advise the City or will notify the City within the thirty (30) day period that additional time is necessary.

3. In the event the Contractor, the laborers or mechanics to be employed in the classification or

their representatives, and the City do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the City will refer the questions, including the views of all interested parties and the recommendation of the City, to the Administrator for determination. The Administrator, or an authorized representative, will

Page 43: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

issue a determination within thirty (30) days of receipt and so advise the City or will notify the City within the thirty (30) day period that additional time is necessary.

4. The wage rate (including fringe benefits where appropriate) determined pursuant to

subparagraphs (a) (l)(B) or (C) of 29 CFR §5.5, shall be paid to all workers performing Work in the classification under this Contract from the first day in which Work is performed in the classification.

5. Whenever the minimum wage rate prescribed in the Contract for class of laborers or

mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

6. If the Contractor does not make payments to a trustee or other third person, the Contractor

may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside a separate account assets for the meeting of obligations under the plan program.

B. Withholding

The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this Contract or any Federal contract with the same prime Contractor, or any other Federally-assisted contract subject to Davis-Bacon Act prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers employed by the Contractor or any subcontractor the full amount of wages required by the Contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the Work, (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the Project), all or part of the wages required by the Contract, the City may after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

C. Payrolls & Basic Records 1. Payrolls and basic records relating thereto shall be maintained by the Contractor during the

course of the Work and preserved for a period of three (3) years thereafter for all laborers and mechanics working at the site of the Work (or under the U.S. Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the Project). Such records shall contain the name, address, and social security number of each worker, his or her correct classification, hourly rates of wages paid including rates of contributions or costs anticipated for bona fide fringe benefits, or cash equivalents thereof of the types described in §1 (b)(2)(B) of the Davis-Bacon Act, daily and weekly number of hours worked, deductions made, and actual wages paid. Whenever the Secretary of Labor has found under (29 CFR §5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated In providing benefits under a plan or program described in §1 (b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or actual cost incurred is providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

Page 44: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

2. The Contractor shall submit weekly for each week in which any Contract Work is performed two (2) copies of all payrolls to the City. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR Part 5. This information may be submitted in any form desired. Optional form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-0014-1), U.S Government Printing Office, Washington, D.C. 20402. The Prime Contractor is responsible for the submission of copies of payrolls by all subcontractors.

3. Each payroll submitted shall be accompanied by a "Statement of Compliance" signed by the

Contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following:

i. That the payroll for the payroll period contains the information required to be maintained

under §5.5 (a)(3)(i) of Regulations, 29 CFR Part 5 and that such information is correct and complete;

ii. That each laborer or mechanic (including each helper, apprentice, and trainee) employed

on the Contract during the payroll period has been paid weekly wages earned without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly, from the full wages earned, other than permissible deductions as set forth in Regulations, CFR Part 3;

iii. That each laborer or mechanic has been paid not less than the applicable wage rates

and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the Contract.

4. The weekly submission of a properly executed certification set forth on the reverse side of

optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by Paragraph (a)(3)(ii)(8) 29 CFR §5.5.

5. The falsification of any of the above certifications may subject the Contractor or subcontractor

to civil or criminal prosecution under §1001 of Title 18 §231 of Title 31 of the U.S. Code.

6. The Contractor or subcontractor shall make the records required under Paragraph (a)(3)(i) of CFR §5.5 available for inspection, copying, or transcription by authorized representatives of the City or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or make them available, the City may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR §5.12.

D. Apprentices, Trainees, & Helpers

1. Apprentices will be permitted to work at less than the predetermined rate for the Work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his or her first ninety (90) days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any

Page 45: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

worker listed on the payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing Work on the Worksite in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage determination for the Work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman's hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship Training or a State Apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the Work performed until an acceptable program is approved.

2. Trainees. Except as provided in 29 CFR §5.16, trainees will not be permitted to work at less

than the predetermined rate for the Work performed unless they are employed pursuant to and individually registered in a program which had received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the jobsite shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level in progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of Work actually performed. In addition, any trainee performing Work on the Worksite in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

3. Equal Employment Opportunity. The utilization of apprentices, trainees, and journeymen

under this part shall be in conformity with the Equal Employment Opportunity requirements of Executive Order 11246, as amended and 29 CFR Part 30.

E. Compliance with Copeland Act Requirements

The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this Contract.

F. Contract Termination: Debarment A breach of the Contract clauses in 29 CFR §5.5 may be grounds for termination of the Contract, and for debarment as a Contractor and a subcontractor as provided in 29 CFR §5.12.

Page 46: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

G. Compliance with Davis-Bacon & Related Act Requirements

All rulings and interpretations of the Davis-Bacon and related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this Contract.

H. Disputes Concerning Labor Standards Disputes arising out of the Labor Standards provisions of this Contract shall not be subject to the general disputes clause of this Contract, such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the City, the U.S. Department of Labor, or the employees or their representatives.

I. Certification of Eligibility 1. By entering into this Contract, the Contractor certifies that neither it nor any person or firm

who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of §3(a) of the Davis-Bacon Act or 29 CFR §5.12(a)(i).

2. No part of this Contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of §3(a) of the Davis-Bacon Act or 29 CFR §5.12(a)(1).

3. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. §1001.

J. Overtime Requirements

No Contractor or subcontractor contracting for Work which may require or involve the employment of laborers, mechanics, watchmen or guards (including apprentices and trainees described in subsection D above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he or she is employed on such Work, to Work in excess of forty (40) hours in such workweek unless laborer, mechanic, watchman, or guard receives compensation at a rate not less than one and one-half times his or her basic rate of pay for all hours worked in excess of forty (40) hours in such workweek.

K. Violation: Liability for Unpaid Wages Liquidated Damages In the event of any violation of the clause set forth in the Davis-Bacon & Copeland Kickback Acts, the Contractor and any subcontractor responsible therefore shall be liable to any affected employee for his or her unpaid wages. In addition, such Contractor or subcontractor shall be liable to the U.S. (in case of Work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in the Davis-Bacon & Copeland Kickback Acts, in the sum of ten dollars ($10.00) for each calendar day on which such employee was required or permitted to Work in excess of the standard workweek of forty (40) hours without payment of the overtime wages required by the clause set forth in the Davis-Bacon & Copeland Kickback Acts.

L. Withholding for Unpaid Wages & Liquidated Damages The City shall, upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld, from any monies payable on account of Work performed by the Contractor or subcontractor under any such contract or any Federal contract with the same prime Contractor, or any Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which Is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (b)(2) of 29 CFR §5.5.

M. Non-Construction Contracts In addition to the clauses contained in 29 CFR §5.5(b) or Supplementary Conditions A herein, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any other statutes cited in 29 CFR §5.1, the Contractor or subcontractor shall maintain payrolls and basic payroll records during the course of Work and shall preserve them for a period of three (3) years from the completion of the Contract for all laborers and mechanics, including guards and watchmen, working on the Contract.

Page 47: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Contractor shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the City and the Department of Labor, and the Contractor or subcontractor shall permit such representatives to interview employees during working hours on the job.

N. Notice to the City of Labor Disputes Whenever the Contractor or his subcontractors has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of the Work, the Contractor and the subcontractor through the Contractor shall immediately give written notice thereof, including all relevant information with respect thereto, to the City.

O. Final Labor Summary The Contractor shall furnish for himself and his subcontractors, to the City upon completion of the Contract, a summary of all employment indicating, for the completed Project, the total hours worked and the total amount earned.

P. Subcontractors The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in items from page 00 55 00 – 1 (Federal Applicability) through page 00 55 00 – 5 (Recycled Products) of these provisions and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with all the contract clauses set forth in items from page 00 55 00 – 1 (Federal Applicability) through page 00 55 00 – 5 (Recycled Products) of this document.

Q. Minimum Wage Rates The Minimum Wage Rates are those established, for the listed trade working at the Worksite, by the U.S. Secretary of Labor. The rates have been established in accordance with the stipulations contained in the Davis-Bacon Act, as amended, and have been established as being the rates for the corresponding classes of workmen employed for projects of a similar character in the locality where the Work is to be performed. The Contractor shall pay wages and fringe benefits at rates not less than those stipulated for each listed trade. A mistake in the indicated wages and fringe benefits will not entitle the Contractor to cancel the Project, to increase the Contract price, and to additional payments and recoveries.

1.10 CONTRACT WORK HOURS & SAFETY STANDARDS ACT Overtime requirements - No contractor or subcontractor contracting for any part of the Contract Work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty (40) hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty (40) hours in such workweek. Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph above of this section the Contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the U.S. for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in the paragraph above of this section, in the sum of ten dollars ($10.00) for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty (40) hours without payment of the overtime wages required by the clause set forth in the paragraph above of this section. Withholding for unpaid wages and liquidated damages - The City shall upon its own action or upon written

Page 48: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of Work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in the paragraph above of this section. Subcontracts - The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in the paragraphs above of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in the paragraphs above of this section.

1.11 NO GOVERNMENT OBLIGATION TO THIRD PARTIES The City and the Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the City, the Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractors who will be subject to its provisions.

1.12 PROGRAM FRAUD & FALSE OR FRAUDULENT STATEMENTS & RELATED ACTS The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. §§3801, et seq. and US-DOT regulations, “Program Fraud Civil Remedies,” 49 CFR Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying Contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying Contract or the FTA-assisted project for which this Contract Work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. §5307, the Government reserves the right to impose the penalties of 18 U.S.C. §1001 and 49 U.S.C. §5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions.

1.13 GOVERNMENT-WIDE DEBARMENT & SUSPENSION This Contract is a covered transaction for purposes of 2 CFR Part 1200.220, and 2 CFR Part 180.200, which replaces the requirements and guidelines of the previously controlling 49 CFR Part 29. As such, the Contractor is required to verify that neither it, nor its principals (as defined at 2 CFR 180.995) or affiliates (as defined at 2 CFR 180.905) is excluded (as defined at 2 CFR 180.940) or disqualified (as defined at 2 CFR 180.935). The Contractor, pursuant to 2 CFR 180.330(a) – (b), must also include a term

Page 49: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

or condition in lower-tier transactions requiring lower-tier participants to comply with requirement in subpart C in 2 CFR 180, and require lower-tier participants to pass the requirement to comply with 2 CFR subpart C to each person with whom the lower-tier participant enters into a covered transaction at the next lower tier. Subpart C of 2 CFR 180 requirements (Contractor and lower-tier participants must comply): Verification The Contractor and all lower-tier participants must verify that the person with whom the Contractor or lower-tier participant intends to do business with is not excluded, pursuant to the definition set out in 2 CFR 180.940, or disqualified, pursuant to the definition in 2 CFR 180.935. The Contractor and all lower-tier participants may do this by either: (a) checking the Excluded Parties List System (EPLS), found at https://www.sam.gov/portal/public/SAM/, (b) collecting the certification form from the lower-tier participant, or (c) adding a clause or condition to the covered transaction with that lower-tier participant. Disclosing Information The Contractor and all lower-tier participants, before entering into a covered transaction, must notify the higher-tiered participant if they are presently excluded or disqualified, or any of their principals are excluded or disqualified, pursuant to 2 CFR 180.355.

1.14 TERMINATION The Contractor agrees that the Federal Government may suspend or terminate all or any part of the Federal assistance to be provided for the Project if the City has violated the terms of a grant agreement or similar agreement with the Federal Government for the Project, or if the Federal Government determines that the purposes of the laws authorizing the Project would not be adequately served by the continuation of Federal assistance for the Project. The Contractor understands and agrees that any failure to make reasonable progress on the Project or any violation of the City’s grant agreement or similar agreement with the Federal Government for the Project that endangers substantial performance of the Project shall provide sufficient grounds for the Federal Government to terminate the City’s grant agreement or similar agreement for the Project. In general, termination of Federal assistance for the Project will not invalidate obligations properly incurred by the Contractor before the termination date to the extent those obligations cannot be canceled. Expiration of any Project time period established for the Project does not, by itself, constitute an expiration or termination of the City’s grant agreement or similar agreement with the Federal Government for the Project.

1.15 SUSPENSION AND DEBARMENT. The Contractor agrees to comply, and assures the compliance of each subcontractor, lessee, third party contractor, or other participant at any tier of the Project, with Executive Orders Nos. 12549 and 12689, “Debarment and Suspension,” 31 U.S.C. § 6101 note, and U.S. DOT regulations, “Nonprocurement Suspension and Debarment,” 2 C.F.R. Part 1200, which adopts and supplements the provisions of U.S. Office of Management and Budget (“U.S. OMB”) “Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),” 2 C.F.R. Part 180. To the extent required by these U.S. DOT regulations and U.S. OMB guidance, the Contractor agrees to, and assures that its subcontractors, lessees, third party contractors, and other participants at any tier of the Project will, review the “Excluded Parties Listing System” at http://epls.gov/ before entering into any subcontract, lease, third party contract, or other arrangement in connection with the Project.

1.16 CIVIL RIGHTS REQUIREMENTS In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. §2000d, §303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. §6102, §202 of the Americans with Disabilities Act of 1990, 42 U.S.C. §12132, and Federal transit law at 49 U.S.C. §5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue.

Page 50: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

Equal Employment Opportunity: The following equal employment opportunity requirements apply to this Contract: Race, Color, Creed, National Origin, Sex In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. §2000e, and Federal transit laws at 49 U.S.C. §5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 CFR Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. §2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. Age In accordance with §4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. §623 and Federal transit law at 49 U.S.C. §5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. Disabilities In accordance with §102 of the Americans with Disabilities Act, as amended, 42 U.S.C. §12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. The Contractor also agrees to include the requirements of this Article in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.

1.17 BREACHES AND DISPUTE RESOLUTION. The Contractor agrees that FTA has a vested interest in the settlement of any dispute, breach, default, or litigation involving the Project. Accordingly:

1) Notification to FTA. The Contractor agrees to notify FTA in writing of any currentor prospective major dispute, breach, default, or litigation that may affect the Federal Government’s interests in the Project or the Federal Government’s administration or enforcement of Federal laws or regulations. If the Contractor seeks to name the Federal Government as a party to litigation for any reason, in any forum, the Contractor agrees to inform FTA in writing before doing so. At a minimum, each notice to FTA under this section shall be provided to the FTA Regional Counsel within whose Region the Contractor implements the Project. 2) Federal Interest in Recovery. The Federal Government retains the right to a proportionate share of any proceeds derived from any third party recovery, based on the percentage of the Federal share awarded for the Project, except that the City may return liquidated damages recovered to its project account in lieu of returning the Federal share to the Federal Government. 3) Enforcement. The Contractor agrees to pursue its legal rights and remedies available under any third party contract or available under law or regulations.

Page 51: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

4) FTA Concurrence. FTA reserves the right to concur in any compromise or settlement of any claim involving the Project and the Contractor. 5) Alternative Dispute Resolution. FTA encourages the Contractor to use alternative dispute resolution procedures, as may be appropriate.

1.18 DISADVANTAGED BUSINESS ENTERPRISE To the extent authorized by Federal law, the Contractor agrees to facilitate participation by Disadvantaged Business Enterprises (each, a “DBE”) in the Project and assures that each subcontractor, lessee, third party contractor, or other participant at any tier of the Project will facilitate participation by DBEs in the Project to the extent applicable.

1.19 LOBBYING The Contractor agrees to comply with the provisions of Title 31, U.S.C. 1352, The Byrd Anti-Lobbying Amendment, as in force or as it may hereafter be amended. The Contractor and all subcontractor tiers shall file the certification required by 49 CFR Part 20, “New Restrictions on Lobbying.” Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant, or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the City. The Contractor shall make such disclosure on the disclosure form included in the Project Manual. The Contractor further agrees to secure like undertakings from all subcontractor tiers whose subcontracts are expected to be of a value of one hundred thousand dollars ($100,000.00) or more.

1.20 FLY AMERICA The Contractor understands and agrees that the Federal Government will not participate in the costs of international air transportation of any individuals involved in or property acquired for the Project unless that air transportation is provided by U.S.-flag air carriers to the extent such service is available, in compliance with §5 of the International Air Transportation Fair Competitive Practices Act of 1974, as amended, 49 U.S.C. §40118, and U.S. GSA regulations, “Use of U.S. Flag Air Carriers,” 41 CFR §§ 301-10.131 through 301-10.143. This requirement extends to all third party contractors and their contracts at every tier and this clause shall be included in all such subcontracts.

1.21 SEISMIC SAFETY REQUIREMENTS The Contractor agrees that if any new building or addition/renovation to an existing building will be constructed in accordance with the standards for seismic safety required in US-DOT Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. If any new building or addition/renovation to an existing building will be constructed, the Contractor also agrees to ensure that all Work performed under this Contract including Work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the Project.

1.22 INCORPORATION OF FTA TERMS The provisions of this Contract include, in part, certain standard terms and conditions required by the US-DOT, whether or not expressly set forth in the Contract provisions. All applicable contractual provisions required by US-DOT, as set forth in FTA Circular 4220.1F or Federal law, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA-mandated terms shall be deemed to

Page 52: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment B

control in the event of a conflict with other provisions contained in this Contract. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any City requests, which would cause the City to be in violation of the FTA terms and conditions. The Contractor also agrees to include the requirements of this Article in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.

1.23 FEDERAL ACQUISITION REGULATIONS (F.A.R.) COMPLIANCE Any adjustment to the Contractor's compensation under the Contract shall include only costs and other compensation that are allowable, allocable and reasonable as provided elsewhere herein, or otherwise by law, and that are allowable, allocable and reasonable under the Contract Cost Principles of the Federal Acquisition Regulations (F.A.R.) System, 48 CFR, Ch.1, Pt.31, and any implementing guidelines or regulations issued by the said Administration.

Page 53: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment C

DBE-00

DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION SPECIFICATIONS

1. The award of this contract is conditioned upon your good faith efforts in achieving this project’s Disadvantaged

Business Enterprise (DBE) goal of 17%, and you must document those efforts.

2. DBE Goal: This participation goal is based on the total dollar value of the contract. Participation must be maintained throughout the contract, including additional contracted scope of work items, amendments, etc.

PROPOSAL CONSIDERATIONS 3. DCD will consider your proposal non-responsive if it does not include documentation of your intended good

faith efforts in one of the following ways: 

a. When you meet or exceed the goal, include the Commitment to Contract with DBE (DBE-14) form(s).   

b. When you do not meet or exceed the goal, include the Certificate of Good Faith Efforts (DBE-01) goal.   EXAMPLE: 20% goal. You have 4% participation in commitment(s). You submit the commitment(s) for the 4%, along with the Certificate of Good Faith Efforts (DBE-01) documenting the efforts undertaken to achieve the remaining 16%. 

4. Your good faith efforts are those that one could reasonably expect to be taken if you were actively and

aggressively trying to obtain DBE participation sufficient to meet the goal. Additional guidance is part of the Certificate of Good Faith Efforts (Attachment E/- DBE-01) form.

5. If awarded the contract, you will enter into a contractual agreement according to the Commitment to Contract with DBE (DBE-14) form(s) submitted with your proposal. Copies of the executed contract(s) or purchase order(s) will be required to be submitted to DCD.

6. DBE participation credit, for both DBE and non-DBE primes, is calculated as follows:

a. All of the identified items in the Scope of Service must have a commercially useful function in the actual work of the contract and must be performed directly by the DBE. This means that DBEs must perform the contract work with their own employees, as determined by DCD.

b. One hundred percent (100%) for the work performed by a DBE. If a DBE subcontracts a portion of its

work to another firm, the value of the subcontracted work will not be counted towards the DBE goals unless the work is performed by another DBE. Material and supplies provided by a DBE also count dollar for dollar to toward the goal.

c. One hundred percent (100%) for products manufactured by a DBE. DBE manufacturers operate or

maintain a facility that produces goods from raw materials, or substantially alters the materials or supplies, on-site.

d. Sixty percent (60%) for materials or supplies purchased from a certified DBE regular dealer. Regular Dealers own, operate, or maintain stores, warehouses, or other establishments where materials

or supplies are kept in stock, and regularly sold to the public in the usual course of business. A regular dealer in bulk items don’t need to keep stock, if it owns or operates distribution equipment.

Brokers, Trade Agents and Manufacturers’/Independent Sales Representatives arrange or expedite transactions without taking title of the goods being sold and receive a commission or fee for their service.

Page 54: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment C

DBE-00

e. You are required to notify the DCD if any DBE (sub)contractor(s) working on this contract will sublet any

portion of their work.

7. Only DBEs certified by the State of Wisconsin Unified Certification Program (UCP) prior to the proposal submission deadline count towards the satisfaction of the goal. If you want to use a firm certified in another state or with another agency, the firm must apply for certification with the UCP prior to submission of your offer/bid deadline. For assistance related to DBE certification of firms, contact the Milwaukee County Community Business Development Partners Certification Compliance Administrator at (414) 278-4747 or other UCP certifying agency.

8. DCD reserves the right to request supporting documentation from both you and any listed DBE. If you fail to respond within the time specified, DCD will determine you to be non-responsive and remove you from further consideration for contract award.

FOLLOWING CONTRACT AWARD 9. DCD reserves the right to conduct compliance reviews and request, both from you and your subs or

suppliers, supporting documentation to verify DBE participation, in addition to any information entered monthly into an online reporting system that may be established. DCD will notify you if you are not in compliance with the terms of the contract. If you fail to take corrective action as directed, DCD will take one or more of the following actions:

a. Terminate or cancel your contract, in whole or in part; b. Remove you from the list of qualified contractors, and refuse to accept future proposals from you for a

period not to exceed three (3) years; c. Withhold contract payments, or pay subs and/or suppliers directly, to cover shortfall; and/or

d. Bring suit to recover damages up to the amount of the shortfall, including interest at the rate of 12%

annually, plus DCD’s costs, expenses and actual attorney’s fees incurred in the collection action. 10. You are required to notify DCD if any DBE contractor(s) working on this contract will sublet any portion of their

work. 11. If the DBE(s) cannot perform, if you have a problem in meeting the goal, or any other issue such issues come

up, you must immediately contact DCD. You must submit written notification of your desire for substitution to the DBE affected. This notice must state the reason for the request. The DBE has five (5) business days to provide written objection/acceptance to you. Approval must be obtained from DCD prior to making any substitutions. DBE contractors are also required to notify and obtain approval from DCD prior to subletting work on this project.

12. DCD reserves the right to waive any of these specifications when it is in our best interest.

Page 55: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment D

DBE-14

DCD DBE-14

COMMITMENT TO CONTRACT WITH DBE (This form is to be completed by the proposer and the DBE named for submission with proposal)

PROJECT No.: ________________ PROJECT TITLE: __________________________________________________ TOTAL CONTRACT AMOUNT $ ________________________ DBE Goal:

Name & Address of DBE(*) Scope of Work

Detailed Description DBE Contract

Amount % of Total Contract

(* Separate commitment form must be completed for each DBE firm)

Bidder/Proposer Commitment (To be completed by firm committing work to DBE)

I certify that the DBE firm listed quoted the identified service(s) and cost(s). I further acknowledge our firm having negotiated with, and having received confirmation, on partnering, pricing and delivery from DBE firm listed herein. Our firm (Phone No._________________), or one of our subcontractors, will enter into contract with the DBE firm listed, for the service(s) and amount(s) specified when awarded this contract. The information on this form is true and accurate to the best of my knowledge. I further understand that falsification, fraudulent statement, or misrepresentation will result in appropriate sanctions under applicable law. Signature of Authorized Representative Name & Title of Authorized Representative Date

Subscribed and sworn to before me this day of , 20 State of . My Commission expires . Signature of Notary Public

[SEAL]

* Only firms certified as DBEs (within qualifying NAICS codes) by the State of Wisconsin UCP prior to proposal opening will be credited on this contract

DBE Affirmation (To be completed by DBE Owner/Authorized Representative)

I affirm that the State of Wisconsin UCP has certified our company as a DBE, and that our company is currently listed in the State of Wisconsin UCP Directory.

I acknowledge and accept this commitment to contract with my firm for the service(s) and dollar amount(s) specified herein, as put forth by .

I understand and accept that this commitment is for service(s) to be rendered in completion of the DCD project specified herein to be completed with my own forces, unless otherwise approved by DCD.

I affirm that approval from DCD will be obtained prior to subletting any portion of this work awarded to my firm on this project.

Signature of Authorized DBE Representative Name & Title of Authorized DBE Representative Date

FOR DCD USE ONLY

Commitment number of Project Total: (A) (V) $ Total %

Verified with: Authorized Signature Date

Page 56: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment D

DBE-14

COMMITMENT TO CONTRACT WITH DBE

DIRECTIONS FOR COMPLETING THIS FORM:

1. TOTAL CONTRACT AMOUNT: The participation goal is based on the total dollar value of your proposal. The successful Proposer will maintain the approved participation level during the term of the contract, including additional contracted scope of work items, amendments, etc. Contract adjustments shall include proportional changes in participation.

2. COMMITMENT: Proposer will complete this section affirming that they are committing work to the Targeted Firm named on this form.

3. AFFIRMATION: Targeted firm receiving the commitment will complete this section. Name the firm with

whom you will be contracting directly, and include a contact telephone number for verification purposes. The services being rendered in regard to this contract are to be performed by the employees of the Targeted firm named

If you have any questions on forms, please contact Scott Stange, Procurement and Compliance Manager, at [email protected]

Page 57: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment E

DBE-01 (03/01/2015) Previous Editions Obsolete

City of Milwaukee Department of City Development DBE Provisions (DBE-01)

CERTIFICATE OF GOOD FAITH EFFORTS

This document should detail what your firm has done to meet this project’s participation goal. Guidance as to what ‘good faith efforts’ are and are not is found on pages 5 & 6 of this document. Failure to use good faith efforts to meet the assigned participation goal will result in the rejection of your proposal. I, ___________________________________________________, do hereby acknowledge that I am the

______________________ of __________________________________, who has been identified as a

proposer on the following City of Milwaukee DCD (DCD) Project:

Project No. Project Title Total Contract

Amount DBE Percentage Goal Pledged

Official Notice # 57719

Market Analysis and Affordability Strategy 17%

Provide a brief summary of why your firm is unable to meet the participation goal on this project. (Attach additional pages if necessary) I hereby certify that our firm has used good faith efforts to solicit, negotiate with, and utilize certified firms to meet the participation goal of this contract, as demonstrated by my responses to the following questions:

A. Identifying Contractible Work Items You were encouraged to select portions of work to be contracted in a manner that will increase the likelihood of meeting the participation goal. In selecting work to be contracted, you considered, where appropriate, breaking down the contract into economically feasible units to facilitate small business participation. 1. Which portion(s) or section(s) of the project work was/were selected to be contracted to certified firms

(or broken down into economically feasible units to facilitate participation)?

Page 58: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment E

DBE-01 (03/01/15) Previous Editions Obsolete

B. Notifying Certified Firms of Contracting Opportunities 2. Did you contact DCD to assist in identifying certified firms for this project? Contacting DCD is

essential in demonstrating good faith efforts to meet and/or exceed the participation goal assigned to this project.

Yes _______ No ______

Contact was made by: ______ Telephone ______ Email ________ Other

Date contacted: _______________ Person Contacted: __________________________

3. List the certified firms that received written notification of work items to be subcontracted. In the

appropriate space, also indicate when firms received subsequent telephone, or email (with deliver, read receipts and certified firm’s response) solicitations. Include copies of the written notice(s) sent to certified firms. (Attach additional pages if necessary)

Certified Firm Contacted

Date of Written

Notification

DBE

(Yes/No)

Date of Follow-up Telephone

Call/or Email 4. Identify publications in which announcements or notifications were placed and published, if any.

Include a copy of each announcement or notification.

Published Announcement/Publication (please describe) Date 5. Identify minority and/or women’s associations or organizations that received written notifications,

including dates of notifications. Provide person’s name contacted during, and the date of, the follow-up call. If no follow-up calls were made, explain why not. Include copies of notice(s) sent.

Association/Organization

Date of Notification

Contact Person Date of

Follow-Up Call

Page 59: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment E

DBE-01 (03/01/15) Previous Editions Obsolete

C. Providing Certified Firms with Assistance 6. Explain any efforts to provide certified firms with timely, accurate and complete information about the

project, scope(s) of work and/or requirements of the project. 7. Describe any other efforts to provide special assistance to certified firms interested in participating in the project.

D. Soliciting Proposal/Quotes from Interested Certified Firms You must solicit quotes in good faith from certified firms. Quotes, proposals and/or bids, from certified firms shall not be rejected without sound justification. 8. List certified firm(s) that submitted quote(s) for the project, and include copies of all quotes

received. If any quotes from certified firms were rejected provide an explanation as to why. (Attach additional pages if necessary)

Name, Phone & Address of Contact

Person at Certified Firm Work Quoted / Explanation for Rejecting Quote

Page 60: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment E

DBE-01 (03/01/15) Previous Editions Obsolete

9. Please include all other comments you want DCD to consider. (Attach additional pages if necessary) NOTE: The information requested above is the minimum information required.

AFFIDAVIT OF CERTIFICATION The undersigned, being duly sworn, deposes that he/she has examined and carefully prepared this Certificate of Good Faith Efforts and has verified that the information given in this certificate is true and correct to the best of his/her knowledge and belief. Signed: ____________________________________ Authorized Representative Subscribed and sworn to before me: This _____________ day of _______________________, 20 ____. ______________________________________________________ Notary Public My commission expires ___________________________, 20 ____.

Page 61: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment E

DBE-01 (03/01/15) Previous Editions Obsolete

GUIDANCE CONCERNING GOOD FAITH EFFORTS When DCD assigns a participation goal, you will make good faith efforts to meet this goal prior to submitting a proposal in order to be responsive. You can meet this requirement in one of two ways. First, you can meet or exceed the goal with commitments for participation of certified firms. Second, even if you don’t meet the goal, you can document adequate good faith efforts toward that end. This means that you must show that you took all necessary and reasonable steps to achieve the participation goal. DCD will make a fair and reasonable judgment as to whether you made adequate good faith efforts according to the following guidelines. It is important to consider the quality, quantity, and intensity of the different kinds of efforts that were made. These efforts should be those that one could reasonably expect you to take if you were actively and aggressively trying to obtain participation sufficient to meet the participation goal. Going through the motions by making a phone call or two to a firm that you think should qualify is not good faith efforts to meet the project requirements. DCD’s determination concerning the sufficiency of your good faith efforts is a judgment call and meeting quantitative formulas is not required. The following is a list of types of actions DCD considers as part of your good faith efforts. This isn’t a mandatory checklist, nor is it all-inclusive. Other factors or types of efforts may be relevant in appropriate cases:

1. Solicit, through all reasonable and available means (e.g., attendance at pre-bid meetings,

advertising and/or written notices), all certified firms who have the capability to perform work on the project. Get the solicitation(s) out with enough time for them to review and respond. Be sure to record who you sent information to, and how/when they verified their interest in the project.

2. Select portions of the work to be performed by certified firms in order to increase the likelihood that the participation goal will be achieved. This includes, where appropriate, breaking out contract work items into smaller pieces, even when you might otherwise prefer to self-perform the work.

3. Provide certified firms with timely, accurate and complete plans, specifications, and requirements

of the project to assist them in bidding/quoting.

4. Negotiate in good faith with certified firms.

a. It is your responsibility to make a portion of the work available to certified firms and to select that work based on the available certified firms. Evidence of such negotiation includes the names, addresses, email, and telephone numbers of certified firms that were considered; a description of the information provided regarding the plans and specifications for the work selected for contracting; and evidence as to why agreements could not be reached for certified firms to perform the work.

b. A proposer using good business judgment would consider a number of factors in negotiating with subcontractors, including certified subcontractors, and would take a firm’s price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding certified firms is not sufficient reason for your failure to meet the participation goal. Also, self-performing work does not relieve you of the responsibility to make good faith efforts. You are not required to accept higher quotes from certified firms if the price difference is excessive or unreasonable.

5. Do not reject certified firms as being unqualified without sound reasons based on a thorough

investigation of their capabilities. Your standing within the industry, membership in specific groups, organizations, or associations and political or social affiliations are not legitimate causes for the rejection or non-solicitation of bids in your efforts to meet the project goal.

Page 62: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment E

DBE-01 (03/01/15) Previous Editions Obsolete

6. Effectively use the services of available minority/women community organizations; minority/women contractors’ groups; local, state, and Federal minority/women business assistance offices; and other organizations to provide assistance in the recruitment and placement of certified firms.

In determining whether you have made good faith efforts, DCD may take into account the performance of other proposers in meeting the contract goal. For example, when you fail to meet the contract goal, but others meet it, DCD may raise the question of whether, with additional reasonable efforts, you could have met the goal. If you fail to meet the goal, but you meet or exceed the average participation obtained by other proposers, DCD may view this, in conjunction with other factors, as evidence of you having made good faith efforts.

Page 63: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

ATTACHMENT F  

DESIGNATION OF CONFIDENTIAL AND PROPRIETARY INFORMATION  

Material submitted  in  response  to DCD’s Request  for Proposals No. 57719  includes proprietary and confidential  information  that qualifies as a  trade secret, as provided  in Wis. Stats. §§ 19.36(5) & 134.90, or  is otherwise material  that can be kept confidential under the Wisconsin Public Records Law.   As such, the proponent asks that certain pages, as  indicated below, of this proposal be treated as confidential material and not released, to the extent allowed by Wisconsin law.  Therefore, I am providing the following information with the express understanding that  it  is being submitted to DCD under a pledge of confidentiality. 1 would not have submitted this information had DCD not pledged to keep it confidential* and request that the following pages not be released:  Section      Page        Topic 

           *NOTE:  Proponents are cautioned that the ENTIRE PROPOSAL WILL NOT FALL WITHIN THE CONFINES OF THE PLEDGE OF CONFIDENTIALITY.  PLEASE LIMIT DESIGNATIONS OF CONFIDENTIALITY ONLY TO PROPRIETARY OR TRADE SECRET INFORMATION, OR OTHER LIMITED INFORMATION THAT YOU PROVIDE ONLY UPON RECEIPT OF A PLEDGE OF CONFIDENTIALITY  IN THE EVENT THE DESIGNATION OF CONFIDENTIALITY OF THIS INFORMATION IS CHALLENGED, THE UNDERSIGNED HEREBY AGREES TO PROVIDE LEGAL COUNSEL OR OTHER NECESSARY ASSISTANCE TO DEFEND THE DESIGNATION OF CONFIDENTIALITY.  Failure to include this designation in the proposal response may mean that all information provided, as part of the proposal response will be open to examination and copying.  

 Signature (Authorized Representative)  Telephone Number 

 Name (Please Print)    Company Name 

 Title      Date 

NOTE: DCD, as custodian of these public records has the obligation, pursuant to the Public Records Law, to determine whether the above information can be kept confidential.  DCD will notify any proponent if a determination is made that the requested information cannot be kept confidential.  PROPRIETARY  INFORMATION:  Proprietary  information  submitted  in  response  to  this  request  for  proposal  will  be  handled  in accordance  with  applicable  DCD  procurement  regulations.    A  proponent  responding  to  this  proposal  should  not  include  any proprietary  information  as  part  of  its  proposal  unless  the  proponent  1)  designates  the  specific  information  that  it maintains  is proprietary and  the  reason(s)  for  such designation  in a  separate document  to DCD, Purchasing/Contract Services Division and 2) identifies the specific information when it occurs within the proposal.  DCD’s preference  is for the proponent to segregate all  information designated as confidential  into one section of the Request  for Proposal and/or a separate document for easier removal to maintain  its confidential status.   The response to the proposal should indicate which portion of the requested  information  is confidential and where this  information  is  located within the response,  i.e. under separate cover, in confidential Section No. _______, etc.  Data contained in the proposal and all documentation becomes the property of DCD, Purchasing Division.  Generally, proposals are available  for public  review after  the Purchasing/Contract Services Division has awarded and executed a contract.  Rev. 8/09 

Page 64: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment G

PROMPT PAYMENT PROVISIONS

It is the City's policy to pay all invoices within 30 days. If the City does not make payment within 45 days after receipt of properly completed supporting payment and other required contract documentation, the City shall pay simple interest beginning with the 31st calendar day at the rate of one percent per month (unless the amount due is subject to a good-faith dispute and, before the 45th day of receipt, notice of the dispute is sent to the contractor by first-class mail, personally delivered, or sent in accordance with the notice provisions in the contract). If there are subcontractors, consistent with s.66.0135(3), Wis. Stats., the prime contractor must pay or assure payment of subcontractors (at every tier) for satisfactory work within seven calendar days of each receipt of payment from the City of Milwaukee, or seven calendar days from receipt of a properly submitted and approved invoice from the subcontractor, whichever is later. If the contractor fails to make timely payment to a subcontractor, the contractor shall pay interest at the rate of 12 percent per year, compounded monthly, beginning with the 8th calendar day.

Page 65: City of Milwaukee | Home - OFFICIAL NOTICE 57719 ......The Harbor District is the neighborhood east of Walker’s Point, south of the Third Ward, and north of Bay View. The District

Attachment H

To ensure DCD is in compliance with any federal procurement requirements regarding suspension and debarment, CONSULTANT must sign this “Suspension/Debarment Certification Form”.

Submittal required prior to start of work on this project.

CERTIFICATION REGARDING SUSPENSION AND DEBARMENT The CONSULTANT certifies that all potential sub-recipients, contractors, and any and all of their principals are not debarred, suspended or proposed for debarment for federal assistance (e.g., General Services Administration’s List of Parties Excluded from Federal Procurement and Non-Procurement Programs), and that throughout the term of its federally-funded contracts with the City of Milwaukee, the CONSULTANT will not enter into any transactions with any sub-recipients, contractors, or any of their principals who are debarred, suspended or proposed for debarment. ________________________ _______________________ Signature/Authorized Official Date ________________________ ______________________ Printed Name Contract Number _______________________ Title ________________________ Name of Company Rev. 1/2012 (9/22/09) Fed Susp Debar Form