Planning and Infrastructure Studies

expired opportunity(Expired)
From: Nashville(City)
245239

Basic Details

started - 14 Sep, 2022 (18 months ago)

Start Date

14 Sep, 2022 (18 months ago)
due - 29 Sep, 2022 (18 months ago)

Due Date

29 Sep, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
245239

Identifier

245239
Nashville

Customer / Agency

Nashville
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Revised 12/06/2021 Notice of Intent to Award Solicitation Number Award Date Solicitation Title Buyer Name Buyer Email BAO Rep BAO Email Awarded Supplier(s) In reference to the above solicitation and contingent upon successful contract negotiation, it is the intent of the Metropolitan Government of Nashville and Davidson County to award to the following supplier(s): Company Name Company Contact Street Address City State Zipcode Company Name Company Contact Street Address City State Zipcode Company Name Company Contact Street Address City State Zipcode Certificate of Insurance The awarded supplier(s) must submit a certificate of insurance (COI) indicating all applicable coverage required by the referenced solicitation. The COI should be emailed to the referenced buyer no more than 15 days after the referenced award date. Equal Business Opportunity Program Where applicable, the awarded supplier(s) must submit a signed copy of the letter of intent to perform for any and all minority-owned
(MBE) or woman-owned (WBE) subcontractors included in the solicitation response. The letter(s) should be emailed to the referenced business assistance office (BAO) rep no more than two business days after the referenced award date. _____Yes, the EBO Program is applicable. _____No, the EBO Program is not applicable. Monthly Reporting Where applicable, the awarded supplier(s) will be required monthly to submit evidence of participation and payment to all small (SBE), minority-owned (MBE), women-owned (WBE), LGBT-owned (LGBTBE), and service disabled veteran owned (SDV) subcontractors. Sufficient evidence may include, but is not necessarily limited to copies of subcontracts, purchase orders, applications for payment, invoices, and cancelled checks. Questions related to contract compliance may be directed to the referenced BAO rep. _____Yes, monthly reporting is applicable. _____No, monthly reporting is not applicable. Public Information and Records Retention Solicitation and award documentation are available upon request. Please email the referenced buyer to arrange. A copy of this notice will be placed in the solicitation file and sent to all offerors. Right to Protest Per MCL 4.36.010 – any actual or prospective bidder, offeror, or contractor who is aggrieved in connection with the solicitation or award of a contract may protest to the purchasing agent. The protest shall be submitted in writing within ten (10) days after such aggrieved person knows or should have known of the facts giving rise thereto. ______Supervisor (Initial) _____________________________________ Michelle A. Hernandez Lane Purchasing Agent & Chief Procurement Officer 245239 Planning and Infrastructure Studies Christina Alexander christina.alexander@nashville.gov Angie Martin angie.martin@nashville.gov Opticos Design, Inc. Karen Parolek 1285 Gilman St. Berkeley CA 94706 Skidmore, Owings & Merrill LLP Ines Llopart 2001 K. Street, N.W., Ste. #200 Washington DC 20006 Kimley-Horn and Associates, Inc. Christopher Rhodes 214 Oceanside Dr. Nashville TN 37204 ✔ ✔ DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 9/29/2022 | 2:01 PM CDT Revised 12/06/2021 Notice of Intent to Award Solicitation Number Award Date Solicitation Title Buyer Name Buyer Email BAO Rep BAO Email Awarded Supplier(s) In reference to the above solicitation and contingent upon successful contract negotiation, it is the intent of the Metropolitan Government of Nashville and Davidson County to award to the following supplier(s): Company Name Company Contact Street Address City State Zipcode Company Name Company Contact Street Address City State Zipcode Company Name Company Contact Street Address City State Zipcode Certificate of Insurance The awarded supplier(s) must submit a certificate of insurance (COI) indicating all applicable coverage required by the referenced solicitation. The COI should be emailed to the referenced buyer no more than 15 days after the referenced award date. Equal Business Opportunity Program Where applicable, the awarded supplier(s) must submit a signed copy of the letter of intent to perform for any and all minority-owned (MBE) or woman-owned (WBE) subcontractors included in the solicitation response. The letter(s) should be emailed to the referenced business assistance office (BAO) rep no more than two business days after the referenced award date. _____Yes, the EBO Program is applicable. _____No, the EBO Program is not applicable. Monthly Reporting Where applicable, the awarded supplier(s) will be required monthly to submit evidence of participation and payment to all small (SBE), minority-owned (MBE), women-owned (WBE), LGBT-owned (LGBTBE), and service disabled veteran owned (SDV) subcontractors. Sufficient evidence may include, but is not necessarily limited to copies of subcontracts, purchase orders, applications for payment, invoices, and cancelled checks. Questions related to contract compliance may be directed to the referenced BAO rep. _____Yes, monthly reporting is applicable. _____No, monthly reporting is not applicable. Public Information and Records Retention Solicitation and award documentation are available upon request. Please email the referenced buyer to arrange. A copy of this notice will be placed in the solicitation file and sent to all offerors. Right to Protest Per MCL 4.36.010 – any actual or prospective bidder, offeror, or contractor who is aggrieved in connection with the solicitation or award of a contract may protest to the purchasing agent. The protest shall be submitted in writing within ten (10) days after such aggrieved person knows or should have known of the facts giving rise thereto. ______Supervisor (Initial) _____________________________________ Michelle A. Hernandez Lane Purchasing Agent & Chief Procurement Officer 245239 Planning and Infrastructure Studies Christina Alexander christina.alexander@nashville.gov Angie Martin angie.martin@nashville.gov Gensler Architecture Design, & Planning, P.C. Abigail Humber 11 E. Madison St., Ste. #300 Chicago IL 60602 Hastings Architecture, LLC Casey Estanislao 225 Polk Ave., Ste. #100 Nashville TN 37203 KCI Technologies, Inc. Emily Hawarah 500 11th Avenue N., Ste. #290 Nashville TN 37203 ✔ ✔ DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 9/29/2022 | 2:01 PM CDT Offeror AECOM Technical Services Inc. Gresham Smith Gensler Architecture, Design & Planning P.C. Hastings Architecture LLC KCI Technologies Inc. Kimley-Horn and Associates Inc. Lamar Dunn & Associates Inc. Opticos Design Inc. Skidmore, Owings and Merrill LLP Town Planning & Urban Design Collaborative LLC White & Smith Planning and Law Group Contract Acceptance Yes Yes Yes Yes Yes Yes Yes Yes w/exceptions Yes w/ISA exceptions Yes w/exceptions Yes w/exceptions Team Qualification (40 Points) 32.00 28.00 35.00 38.00 37.00 36.00 30.00 35.00 36.00 33.00 32.00 Statement of Experience on Similar Projects (30 Points) 25.00 25.00 28.00 27.00 28.00 28.00 23.00 28.00 30.00 23.00 23.00 Statement of Understanding (30 Points) 24.00 28.00 27.00 27.00 29.00 26.00 23.00 27.00 29.00 25.00 20.00 Total Evaluation Scores 81.00 81.00 90.00 92.00 94.00 90.00 76.00 90.00 95.00 81.00 75.00 KCI Technologies Inc. Strengths Proposal demonstrated firm's detailed technology plan. Proposal provided a clear organizational chart. Proposal addressed suburban and rural contexts, bike/ped, and demonstrated firm was strong in NEPA. Proposal demonstrated firm's experience. Proposal demonstrated firm's knowledge and experience working with Metro and firm's current possession of detailed data base of city traffic. Proposal demonstrated firm's TDOT multimodal design experience. Proposal demonstrated firm's strong local and national Weaknesses Reference projects lacked details. Proposal more focused on transportation. Tasks and subtasks lacked detail for lessons learned on previous projects. Hastings Architecture LLC Strengths Proposal demonstrated firm's experience providing planning services. Proposal demonstrated firm's strong local experience with multiple Metro departments. Firm provided a detailed project management checklist. Proposal demonstrated firm's greenway experience. Proposal demonstrated firm's ability to provide a dedicated sustainability person for Metro contract. Proposal demonstrated firm's access to graphic designer as needed for Metro contract. Firm's proposal demonstrated and/or provided required information, with the Weaknesses Proposal lacked detail demonstrating firm's on-call experience. Proposal failed to address specific considerations of various services. RFQ# 245239 Planning & Infrastructure Studies Evaluation Committee Score Sheet Strengths Weaknesses AECOM Technical Services Inc. (Transportation) Evaluation Comments Proposal demonstrated firm's on-call experience for transportation. Proposal demonstrated proposed team's experience working together. Firm's AECOM PM certification program is a plus. Proposal demonstrated TDOT experience for local deputy PM, and MPO/transit experience for Dallas based deputy PM. Proposal demonstrated firm's specialized knowledge, Koontz (Murfreesboro BRT). Reference projects included Charlotte Neighborhood improvement program. References provided demonstrated firm's DOT (transportation) experience. Firm provided a risk assessment matrix. Proposal demonstrated firm's access to national resources for transportation consulting. Firm's proposal demonstrated and/or provided required information, with the exception of the below noted weaknesses. Proposal focused on transportation aspect of project only. Proposal failed to demonstrate firm's experience for scope of work. Proposal lacked detail demonstrating development guidelines experience, the only reference was for parks master planning. Proposal failed to identify innovative strategies and/or tools to accomplish scope of work. Proposal demonstrated firm's multicultural experience. Proposal demonstrated firm's on-call experience. Proposal demonstrated firm's transportation experience. Proposal demonstrated firm's knowledge and experience working with TDOT on-call services. Firm's proposal demonstrated and/or provided required information, with the exception of the below noted weaknesses. Proposal demonstrates firm will heavily rely on subcontractors to complete tasks per the scope of work. Reference projects provided were not of similar complexity of scope of work for this RFQ. Proposal failed to demonstrate firm's clear understanding of project/scope of work for this RFQ. Weaknesses Proposal demonstrated firm and team qualifications. Proposal demonstrated firm's ability to provide in-house GIS. Proposal demonstrated firm's strong National and local market analysts experience. Proposal demonstrated firm's access to both local and National transportation experts. Proposal demonstrated firm's ability to provide local PI. Firm provided a clear description/table of roles to include responsibilities. Proposal demonstrated firm's emphasis on neighborhood planning and infill development, and underserved communities. Proposal demonstrated firm's strong resource pool across services. Proposal demonstrated firm's experience working with underserved communities. Firm provided a detailed 4-part approach, to include deep bench, listen first, world class advisors and local expertise. Firm provided a 4-stage framework, to include overarching concepts. Proposal demonstrated a quality assurance checklist to include an acceptance criteria. Proposal identified public engagement oriented risks. project approach, Firm's proposal demonstrated and/or provided required information, with the exception of the below noted weaknesses. Proposal focused on site/master planning. Proposal was unclear if firm has local transportation, or if it will be covered by other on-call teams. Firm's quality control plan lacked detail. Gresham Smith Strengths Gensler Architecture, Design & Planning P.C. Strengths Weaknesses DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 White & Smith Planning and Law Group Strengths Proposal demonstrated firm's strong national and legal experience in zoning / codes; local experience. Proposal provided a clear organizational structure. Proposal demonstrated firm's specialized knowledge in zoning law. Proposal demonstrated firm's overview of local context. Firm provided detailed task and subtasks. Firm's proposal demonstrated and/or provided required information, with the exception of the below noted weaknesses. Weaknesses Some reference projects were not of similar size. Firm's proposed project approach lacked detail. Proposal was unclear for who would complete market analysis. Proposal was unclear is firm would be available for all services listed in scope of work for this RFQ. Proposal lacked detail for who would provide transportation services. Town Planning & Urban Design Collaborative LLC Strengths Proposal demonstrated firm's experience with bike/ped, landscaping architecture planning, traffic, stormwater, and environmental planning. Proposal demonstrated previous team collaboration experience. Proposal demonstrated proposed team Metro connection. Proposal demonstrated specialized knowledge in FBC, comp plans and graphic design resources. Firm provided clear task and subtasks, to include engagement tools and process. Firm's proposal demonstrated and/or provided required information, with the exception of the below noted weaknesses. Weaknesses Proposal lacked detail for firm's adaptability to different contexts or circumstances. Proposal was unclear of firm's role for Community Viz. Reference projects were not of similar size. Proposal failed to address specific services of RFQ. Proposal focused primarily on zoning and code. Skidmore, Owings and Merrill LLP Strengths Proposal demonstrated firm's experience providing scope of work services. Proposal demonstrated firm's city design practice experience. Proposal demonstrated proposed tam experience. Reference projects were of similar size, scope and complexity. Proposal demonstrated firm's understanding of project. Firm provided a detailed project approach, to include outlines, service descriptions and GIS tools. Proposal demonstrated firm's on-call experience, to include national experience. Firm's proposal demonstrated and/or provided required information, with the exception of the below noted weaknesses. Weaknesses Proposal lacked detail demonstrating firm's feasibility study experience. Proposal lacked detail addressing public engagement and transportation planning. Opticos Design Inc. Strengths Proposal demonstrated firm's experience on DTC. Proposal demonstrated firm's specialized knowledge in FBC, missing middle and form based codes. Proposal demonstrated firm's understanding of local conditions. Proposal provided a detailed communications process for quality control and quality assurance. Proposal demonstrated firm's detailed and clear communications process. Reference projects were of similar size, scope and complexity. Proposal demonstrated firm's engagement material skills. Proposal demonstrated firm's experience working on TDOT projects (Memphis). Proposal demonstrated firm's status as National leader in zoning. Firm's proposal demonstrated and/or provided required information, with the exception of the below noted weaknesses. Weaknesses Cover letter failed to address services offered, and was unclear, proposal demonstrated firm to be unclear/unfamiliar with Metro policies and/or practices. Proposal failed to address market analysis. Proposal failed to demonstrate firm's clear understanding of scope of work. Lamar Dunn & Associates Inc. Strengths Proposal demonstrated program manager experience for NDOT bike/ped program. Firm's proposal demonstrated and/or provided required information, with the exception of the below noted weaknesses. Weaknesses Proposal focused on infrastructure planning and management, which is covered through an NDOT contract - not a part of this scope of work. Proposal failed to demonstrate current studies or plans of similar size, scope or complexity. Provided project overview was unclear, did not focused of scope of work services for this RFQ. Reference projects failed to demonstrate firm's participation on projects, firm's role/responsibilities were unclear. Firm's statement of understanding was unclear, firm's descriptions were unclear as to whether firm was referring to parks or open space. Kimley-Horn and Associates Inc. Strengths Proposal firm's local and National transportation experience. Proposal demonstrated firm's access to local and National resources for transportation needs. Proposal demonstrated firm's parking and mobility strategy experience. Proposal demonstrated firm's on-call NEPA experience with TDOT. Proposal demonstrated firm's understanding of local transportation issues. Firm provided a clear team organizational plan. Firm provided a detailed project approach for transportation that included interdisciplinary, implementation focused, innovative, flexible; GIS tools. Proposal provided firm's proposed quality assurance and quality control plan. Firm identified potential risks providing the scope of work. Firm's proposal demonstrated and/or provided required information, with the exception of the below noted weaknesses. Weaknesses Proposal more focused on transportation. Proposal lacked detail for demonstrating firm's planning experience. Firm's proposed economic development plan lacked detail. Firm's understanding of environmental planning was unclear. Reference projects were not of similar scope. DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 Enter Solicitation Title & Number Below Planning & Infrastructure Studies; RFQ 245239 Deemed Responsive 15% SBE/SDV Requirement Offeror's Name AECOM Technical Services, Inc. Yes Gresham Smith Yes Gensler Architecture, Design & Planning P.C. Yes Hastings Architecture LLC Yes KCI Technologies Inc. Yes Kimley-Horn and Associates Inc. Yes Lamar Dunn & Associates Inc Yes Opticos Design Inc. Yes Skidmore, Owings & Merrill LLP Yes Town Planning & Urban Design Collaborative LLC Yes White & Smith Planning and Law Group Yes DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 BAO Specialist: Angie Martin Contract Specialist: Christina Alexander Date: 9/13/22 Department Name: Planning Commission RFQ#: 245239 Primary Contractor* Acknowledged SBE Requirement ? Gensler Architecture, Design & Planning, P.C. Yes Project Name: Planning & Infrastructure Studies BAO Small Business Assessment Sheet Comments Prime is not approved SBE/SDV and acknowledged that they can achieve the 15% SBE/SDV requirement over the life of the project consistent with the procurement code, actual dollar amounts and percentages will be confirmed during contract negotiations DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 Kathleen Kemezis/ John Houghton DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 BAO Specialist: Angie Martin Contract Specialist: Christina Alexander Date: 9/13/22 Department Name: Planning Commission RFQ#: 245239 Primary Contractor* Acknowledged SBE Requirement ? Hastings Architecture, LLC Yes Project Name: Planning & Infrastructure Studies BAO Small Business Assessment Sheet Comments Prime is not approved SBE/SDV and acknowledged that they can achieve the 15% SBE/SDV requirement over the life of the project consistent with the procurement code, actual dollar amounts and percentages will be confirmed during contract negotiations DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 Statement of M/WBE Utilization A&E ONLY Proposer's/Firm's Name:HASTINGS Architecture, LLC Solicitation Title: Planning & Infrastructure Studies Indefinite Delivery / Indefinite Quantity Solicitation #: 245239 EBO Goal (%): 9.00 MBE% _7 __ WBE% The following MWBE* subcontractor(s)/supplier(s) will be utilized for the performance of this project: MBE/WBE Firm Name MBE/WBE Firm Address Phone /E-Mail Certificate Type (MBEorWBE) * MBE/WBE GroupTyJJI:! * Proposer's Phone#: 615.329.1399 Proposer's Email Address: whastings@hastingarchitecture.com Total Bid Amount: N/A EBO Goal Met? (Y/N) Y Code# UNSPS/NAICS Description of Work 1 Pillars Development 1 2083rdAvenueSou th. Suite7. Nashville. TN37210 615.953.9696 MBE 4 541820 Public and Stakeholder Engagement 2 Hawkins Partners, Inc. 110 s 10th Street, Nashville, TN 37206 615.255.5218 WBE 3 Morgan & Morgan 1812 Pearl Street, Nashville, TN 37203 615.255.5218 MBE Select Select Select 7 Select 5 4 Select Select Select Select / om the duly authorized representative and certify the facts and representations contained in this form and supporting documents ore true and correct. Authorized Representative (Printed Name/Title/Signature) William W. Hastings, Principal 541320 Landscape Architecture 541690 Technical Consultant Services Date 07/07/2022 •Note: MWBE is defined as business enterprise maintaining a significant business prescience in the Program Area & performing a commercial useful function that is owned by one or more of the following: fl} African Americans (Z} Native Americans, (3) Hispanic Americans, (4) Asian Americans, and (5) Women. Yes as Prime Complied with EBO Goal? BAO Representative: Angie Martin 9/13/22 For Internal Office Use ONLY BAO Only If No, Good Faith Efforts Met? BAO NOTES: Prime acknowledges they can achieve both M/WBE subcontracting goals. Consistent with the procurement code, actual dollar amounts and percentages will be confirmed during contract negotiations. Metro Buyer: Christina Alexander Project Manager: Kathleen Kemezis/John Houghton DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 BAO Specialist: Angie Martin Contract Specialist: Christina Alexander Date: 9/13/22 Department Name: Planning Commission RFQ#: 245239 Primary Contractor* Acknowledged SBE Requirement ? KCI Technologies, Inc Yes Project Name: Planning & Infrastructure Studies BAO Small Business Assessment Sheet Comments Prime is not approved SBE/SDV and acknowledged that they can achieve the 15% SBE/SDV requirement over the life of the project consistent with the procurement code, actual dollar amounts and percentages will be confirmed during contract negotiations DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 Kathleen Kemesis/John Houghton DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 BAO Specialist: Angie Martin Contract Specialist: Christina Alexander Date: 9/29/22 Department Name: Planning Commission RFQ#: 245239 Primary Contractor* Acknowledged SBE Requirement ? Kimley-Horn and Associates Inc. Yes Project Name: Planning & Infrastructure Studies BAO Small Business Assessment Sheet Comments The prime is not an approved SBE/SDV and acknowledged that they can achieve the 15% SBE/SDV requirement over the life of the project. Consistent with the procurement code, actual dollar amounts and percentages will confirmed during contract negotiations. DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 The following MWBE* subcontractor(s)/supplier(s) will be utilized for the performance of this project: MBE/WBE Firm Name MBE/WBE Firm Address Phone/E‐Mail Certificate Type (MBE or WBE) * MBE/WBE Group Type * Code # UNSPS/NAICS Description of Work MBE/WBE Dollars ($) Percent of Total Contract 1 2 3 4 5 6 7 ___________________% $_______________ ___________________% $_______________ ___________________% $_______________ EBO Goal Met? (Y/N) *Note: MWBE is defined as business enterprise maintaining a significant business prescience in the Program Area & performing a commercial useful function that is owned by one or more of the following: (1) African Americans (2) Native Americans, (3) Hispanic Americans, (4) Asian Americans, and (5) Women. Solicitation #: Statement of M/WBE Utilization Proposer's/Firm's Name: Solicitation Title: Proposed EBO Goal (%): MBE% WBE% I am the duly authorized representative and certify the facts and representations contained in this form and supporting documents are true and correct. Authorized Representative (Printed Name/Title/Signature) Date Proposer's Phone #: Proposer's Email Address: Amount Self‐performed : Proposer's/Firm's Ownership: Total Bid Amount: BAO Representative: Total MBE Subcontracting Total WBE Subcontracting Total MBE/WBE Participation: For Internal Office Use ONLY Has Prime Complied with EBO Goal? If No, Good Faith Efforts Met? ____________________ Project Manager: Date:Metro Buyer: BAO Notes: _____________________ Kimley-Horn and Associates, Inc. 615-564-2701 Planning and Infrastructure Studies Indefinite Delivery/Indefinite Quantity (IDIQ) chris.rhodes@kimley-horn.com 245239 TBD Non-M/WBE TBD 9 7 YES Culture Shift Team, Inc. 585 Hill Creek Drive, Nashville, TN 37203 615-480-8667/connect@cultureshiftteam.comMBE 3 UNSPSC 80140000; UNSPSC 82000000; UNSPSC 82100000; UNSPSC 82130000; UNSPSC 82140000; UNSPSC 83110000; UNSPSC 93120000 Public Stakeholder Engagement TBD 3 Fairpointe Planning, LLC 704 Wesleywood Drive, Nashville, TN 37205 615-657-9685/hallt@fairpointeplanning.comMBE 1 UNSPSC 80101500; UNSPSC 80101600; UNSPSC 80141500; UNSPSC 80161500 Public and Stakeholder Engagement; Technical Writing and Reports; Transportation PlanningTBD 6 Hawkins Partners, Inc 110 South 10th Street, Nashville, TN 37206 615-255-5218/k.copeland@hawkinspartners.comWBE 5 UNSPSC 60105504; UNSPSC 70131701; UNSPSC 771016; UNSPSC 77101601; UNSPSC 81101517; UNSPSC 81101524; UNSPSC 93142001Graphic Design and Architectural Renderings; Land Use Planning; Zoning AnalysisTBD 7 WBE Select MBE Select WBE Select Select Select Christopher D. Rhodes, P.E., Vice President 07/14/2022 YES BAO Only Angie Martin Christina Alexander Kathleen Kemezis/John Houghton 09/29/22 TBD TBD TBD TBD TBD TBD Prime acknowledges they can acheive both M/WBE subcontracting goals. Consistent with the procurement code, actual dollar amounts and percentages will be confirmed during contract negotiations. DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 BAO Specialist: Angie Martin Contract Specialist: Christina Alexander Date: 9/13/22 Department Name: Planning Commission RFQ#: 245239 Primary Contractor* Acknowledged SBE Requirement ? Opticos Design, Inc Yes Project Name: Planning & Infrastructure Studies BAO Small Business Assessment Sheet Comments Prime is not approved SBE/SDV and acknowledged that they can achieve the 15% SBE/SDV requirement over the life of the project consistent with the procurement code, actual dollar amounts and percentages will be confirmed during contract negotiations DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 Statement of M/WBE Utilization A&E ONLY Proposer's/Firm's Name:Opticos Design Inc Proposer's Phone#: 510.367.3595 Solicitation Title: Planning & Infrastructure Studies Proposer's Email Address: Marketing@Opticosdesign.com Solicitation#: 245239,4 Total Bid Amount: $0.00 (We did not propose a budget at this stage) EBO Goal(%): 9.00 MBE% _7 __ WBE% The following MWBE* subcontractor(s)/supplier(s) will be utilized for the performance of this project: MBE/WBE Firm Name MBE/WBE Firm Address Phone/E-Mail Certificate Type * MBE/WBE (MBE or WBE) Group TyJJI:! * EBO Goal Met? (Y/N) Yes Code# UNSPS/NAICS Description of Work 1 Hawkins Partners Inc 110South10thst,NashvilleTN37206 615.255.5218 WBE 5 541320 Landscape Architecture 2 Pillars Development 1208 3rd Ave, Ste 7, Nashville TN 37210 915.953.9696 MBE 1 uNsPsc ao101soo Master Planning, Design Construction Select Select Select Select Select Select Select Select 7 Select Select I am the duly authorized representative and certify the facts and representations contained in this form and supporting documents are true and correct. Authorized Representative (Printed Name/Title/Signature) Date Karen Parolek, Principal + CFO Karen Parolek 08/19/2022 •Note: MWBE is defined as business enterprise maintaining a significant business prescience in the Program Area & performing a commercial useful function that is owned by one or more of the following: fl} African Americans (Z} Native Americans, (3) Hispanic Americans, (4) Asian Americans, and (5) Women. Has Prime Acknowledged EBO Goals yes 'Acheivement? BAO Representative : Angie Martin Project Manager: BAO Notes: For Internal Office Use ONLY BAO Only If No, Good Faith Efforts Met? Metro Buyer: Christina Alexander 09/13/22 Date: Prime acknowledges they can achieve both M/WBE subcontracting goals. Consistent with the procurement code, actual dollar amounts and percentages will be confirmed during contract negotiations. Kathleen Kemezis/John Houghton DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 BAO Specialist: Angie Martin Contract Specialist: Christina Alexander Date: 9/13/22 Department Name: Planning Commission RFQ#: 245239 Primary Contractor* Acknowledged SBE Requirement ? Skidmore, Owings & Merrill LLP Yes Project Name: Planning & Infrastructure Studies BAO Small Business Assessment Sheet Comments Prime is not approved SBE/SDV and acknowledged that they can achieve the 15% SBE/SDV requirement over the life of the project consistent with the procurement code, actual dollar amounts and percentages will be confirmed during contract negotiations DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 Kathleen Kemezis/ John Houghton DocuSign Envelope ID: 5E7FD06D-55FB-463B-817B-A2CCD46F1922 Certificate Of Completion Envelope Id: 5E7FD06D55FB463B817BA2CCD46F1922 Status: Completed Subject: Intent to Award - RFQ # 245239 for Planning and Infrastructure Studies Source Envelope: Document Pages: 17 Signatures: 2 Envelope Originator: Certificate Pages: 2 Initials: 2 Christina Alexander AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 730 2nd Ave. South 1st Floor Nashville, TN 37219 christina.alexander@nashville.gov IP Address: 170.190.198.190 Record Tracking Status: Original 9/29/2022 10:13:30 AM Holder: Christina Alexander christina.alexander@nashville.gov Location: DocuSign Security Appliance Status: Connected Pool: StateLocal Storage Appliance Status: Connected Pool: Metropolitan Government of Nashville and Davidson County Location: DocuSign Signer Events Signature Timestamp Michelle A. Hernandez Lane michelle.lane@nashville.gov Chief Procurement Officer/Purchasing Agent Metro Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 172.58.147.75 Signed using mobile Sent: 9/29/2022 10:18:19 AM Viewed: 9/29/2022 1:59:34 PM Signed: 9/29/2022 2:01:11 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Michelle A. Hernandez Lane michelle.lane@nashville.gov Chief Procurement Officer/Purchasing Agent Metro Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 172.58.147.75 Signed using mobile Sent: 9/29/2022 2:01:14 PM Viewed: 9/29/2022 2:01:25 PM Signed: 9/29/2022 2:01:48 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 9/29/2022 10:18:19 AM Certified Delivered Security Checked 9/29/2022 2:01:25 PM Signing Complete Security Checked 9/29/2022 2:01:48 PM Completed Security Checked 9/29/2022 2:01:48 PM Payment Events Status Timestamps

730 SECOND AVENUE, SOUTH, SUITE 112, NASHVILLE, TENNESSEE 37210Location

Address: 730 SECOND AVENUE, SOUTH, SUITE 112, NASHVILLE, TENNESSEE 37210

Country : United StatesState : Tennessee

You may also like

Contract 14-24 Engineering Design & Studies Services 2025 - 2029

Due: 22 Apr, 2024 (in 24 days)Agency: Platteville Public Taxi Service

Contract 14-24 Engineering Design & Studies Services 2025 - 2029

Due: 22 Apr, 2024 (in 24 days)Agency: Platteville Public Taxi Service

Capital Planning Study and School Feasibility Study

Due: 30 Apr, 2024 (in 1 month)Agency: Ontario First Nations Technical Services Corporation

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.