keyboard enterable version of r1181403p1 (doc)  · web view1) provide word processing files in...

96
Rev 12-24-13

Upload: others

Post on 22-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Rev 12-24-13

Page 2: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Table of ContentsProcurement Authority.........................................................................................................................4Project Funding Source........................................................................................................................5Scope of Service...................................................................................................................................5Submittal Instructions..........................................................................................................................5

Required Forms..................................................................................................................................7For Additional Project Information Contact:........................................................................................8

Evaluation Process...............................................................................................................................8Review Responses.............................................................................................................................8Evaluation Criteria.............................................................................................................................10Cone of Silence.................................................................................................................................12Demonstrations.................................................................................................................................12Presentations....................................................................................................................................12Pricing...............................................................................................................................................12Negotiation and Award......................................................................................................................13Public Art and Design Program.........................................................................................................13Posting of Solicitation and Proposed Contract Awards.....................................................................13Vendor Protest..................................................................................................................................13Rejection of Responses....................................................................................................................14Public Records and Exemptions.......................................................................................................14Copyrighted Materials.......................................................................................................................15Local Preference...............................................................................................................................15State and Local Preferences.............................................................................................................16Right of Appeal..................................................................................................................................16Negotiations......................................................................................................................................16Projected Schedule...........................................................................................................................17

Responsiveness Criteria....................................................................................................................18Definition of a Responsive Proposer:................................................................................................18

1. Domestic Partnership Act...................................................................................................182. Lobbyist Registration - Certification....................................................................................19

Responsibility Criteria........................................................................................................................19Definition of Responsible Proposer...................................................................................................19

1. Office of Economic and Small Business Development Program........................................192. Financial Information...........................................................................................................203. Litigation History..................................................................................................................204. Authority to Conduct Business in Florida............................................................................21

Evaluation Criteria..............................................................................................................................22Project-Specific Criteria.....................................................................................................................22Company Profile................................................................................................................................25Legal Requirements..........................................................................................................................28Tiebreaker Criteria............................................................................................................................31

Required Forms to be Returned........................................................................................................33Attachment “B” - Letter of Intent CBE............................................................................................34Attachment “D” - Application for Evaluation of Good Faith Effort...............................................35

Page 2 of 64REV 12-24-13

Page 3: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “E” - Vendor’s List (Non-Certified Subcontractors and Suppliers Information)...........36Attachment “F” - Domestic Partnership Certification.......................................................................37Attachment “G” - Lobbyist Registration – Certification....................................................................38Attachment “I” - Litigation History...................................................................................................39Attachment “J” - Insurance Requirements......................................................................................40Attachment “K” - Cone of Silence Certification................................................................................41Attachment “M” - Drug Free Workplace Policy Certification...........................................................42Attachment “N” - Non-Collusion Statement Form...........................................................................43Attachment “O” - Scrutinized Companies List Certification.............................................................44Attachment “P” - Local Vendor Certification....................................................................................45Attachment “Q” - Volume of Work Over Five Years........................................................................46Attachment “U” - Self-Certification: Owner Ethnicity/Gender (Optional).........................................47

Exhibits................................................................................................................................................48Exhibit 1 - Detailed Scope of Work.................................................................................................49Exhibit 2 - Evidence of Authorization to do Business......................................................................63

Balance of Page Left Blank Intentionally

Page 3 of 64REV 12-24-13

Page 4: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Request for Proposals (RFP)

RFP Number: R1181403P1RFP Title: Airport Planning Consultant Services

Procurement AuthorityUnchecked boxes do not apply to this solicitation.

Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Proposals for consideration to provide services on the following project:

Standard Request for Proposals

Construction General Contractor: Two-Step Process - (Step 1) Issue RFP to Short list firms - (Step 2) Issue Invitation for Bids to Shortlisted firms to obtain bids

Establish Library of Firms for Services

Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Proposals for consideration to provide Construction Manager at Risk Services on the following project.

Standard Construction Manager at Risk

Construction Manager at Risk (Modified): Two Step Process - (Step 1) Issue RFP to Short list firms (Step 2) Issue Invitation for Bids to Shortlisted firms to obtain bids

Balance of Page Left Blank Intentionally

Page 4 of 64REV 12-24-13

Page 5: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Project Funding SourceThis project is funded in whole or in part by:

   Federal Funds:                ARRA Funds                FTA  Funds                FAA Funds                Other ( )

Grant Funds:                Source of Grant Funds ( )

State Funds

County Funds X

Scope of ServiceThe Broward County Aviation Department seeks up to two qualified firms experienced in the area of (i) Airside Planning Support Services, (ii) Landside and Facilities planning Support Services, and (iii) General Airport Planning and Master Plan Implementation Services at Broward County airports. The initial term of the agreement shall be for three years. At its option, the County may renew the agreement for two additional one-year periods. These are Broward County airport support services only, that may include, but are not limited to, the following: aviation facility planning, aviation systems planning, forecasting, schematic designs, feasibility studies, concessions planning, terminal demand/capacity studies, airfield capability/capacity analysis, ground transportation analysis, site planning, environmental services, financial project and program analysis, land use analysis specific to Broward County and the State of Florida, and airport business and marketing-related planning services for Broward County Airports. If more than one vendor is selected to perform planning consultant services per this Request For Proposal (RFP), the issuance of individual work authorizations will be at the discretion of the assigned Broward County Aviation Division (BCAD) Contracts Administrator and solely based on the needs of the Broward County airport(s). – See Exhibit “1” – Detailed Scope of Work

Submittal InstructionsUnchecked boxes do not apply to this solicitation.

Only interested firms from the Sheltered Market may respond to this solicitation.

Page 5 of 64REV 12-24-13

Page 6: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

This solicitation is open to the general marketplace.

Interested firms may supply requested information in the “Evaluation Criteria” section by typing right into the document using Microsoft Word. Firms may also prepare responses and any requested ancillary forms using other means but following the same order as presented herein.

Submit Ten [10] CDs, containing the following files: CD or DVD discs included in the submittal must be finalized or closed so that no changes can be made to the contents of the discs.

IT IS IMPORTANT THAT EACH CD BE LABELED WITH THE COMPANY NAME, RFP NUMBER AND TITLE, AND THEN PLACED IN AN INDIVIDUAL DISC ENVELOPE.

1. A single PDF file that contains your entire response with each page of the response in the order as presented in the RFP document, including any attachments.

2. Responses to the Evaluation Criteria questions are to be provided in the following formats: 

a. Microsoft Word for any typed responses. b. Microsoft Excel for any spreadsheets

Submit Six [6] total printed copies (hard copies) of your response. It is the responsibility of each firm to assure that the information submitted in both its written response and CDs are consistent and accurate. If there is a discrepancy, the information provided in the written response shall govern.

This is of particular importance in the implementation of the County's tiebreaker criteria. As set forth in Section 21.31.d of the Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the firm's response to the solicitation. Therefore, in order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the written submittal.

Balance of Page Left Blank Intentionally

Page 6 of 64REV 12-24-13

Page 7: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Required FormsThis Request for Proposal requires the following CHECKED forms to be returned:(Please initial each Attachment being returned)

Documents submitted to satisfy responsiveness requirement(s) indicated with an (R) must be attached to the RFP submittal and returned at the time of the opening deadline.

Verification of return (Please Initial)

Attachment A Proposers Opportunity List Removed – Not Included

Attachment B Letter of Intent (CBE) _________________

Attachment D Application For Evaluation _________________of Good Faith Effort

Attachment E Vendor’s List (Non-Certified _________________Subcontractors and Suppliers Information)

Attachment F Domestic Partnership Certification(R) _________________

Attachment G Lobbyist Registration – Certification(R) _________________

Attachment H Employment Eligibility VerificationProgram Contractor Certification Removed – Not Included

Attachment I Litigation History _________________

Attachment J Insurance Requirements _________________

Attachment K Cone of Silence Certification _________________

Attachment L Living Wage Ordinance Removed – Not Included

Attachment M Drug Free Workplace Policy Certification _________________

Attachment N Non-Collusion Statement Form _________________

Attachment O Scrutinized Companies List Certification _________________

Attachment P Local Vendor Certification _________________

Attachment Q Volume of Work Over Five Years _________________

Attachment R Proposal Bond Removed – Not Included

Attachment S Certificate As To Corporate Principal Removed – Not Included

Attachment T Pricing Sheets Removed – Not Included

Attachment U Self-Certification: Owner Ethnicity/ _________________Gender (Optional)

Page 7 of 64REV 12-24-13

Page 8: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Send all requested materials to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301RE: RFP Number: R1181403P1

The Purchasing Division must receive submittals no later than 5:00 pm on May 5, 2014. Purchasing will not accept electronically transmitted, late, or misdirected submittals. If fewer than three interested firms respond to this solicitation, the Director of Purchasing may extend the deadline for submittal by up to four (4) weeks. Submittals will only be opened following the final submittal due date.

For Additional Project Information Contact:Additional Project Specific Information Contact:Project Manager: Scarlet HammonsPhone:  954-359-6258Email:  [email protected]

Procurement Process Related Information Contact:Purchasing Agent: Mark RobertsPhone: 954-357-6164E-mail: [email protected]

Evaluation ProcessAn Evaluation Committee (EC) will be responsible for recommending the most qualified firm(s). The process for this procurement may proceed in the following manner:

Review ResponsesThe Purchasing Division delivers the RFP submittals to agency staff for summarization for the Evaluation Committee members. The Office of Economic and Small Business Development staff evaluates submittals to determine compliance with the Office of Economic and Small Business Development Program requirements, if applicable. Agency staff will prepare an analysis report which includes a matrix of responses submitted by the firms. This may include a technical review, if applicable.

Staff will also identify any incomplete responses. The Director of Purchasing will review the information provided in the matrix and will make a recommendation to the Evaluation Committee as to each firm’s responsiveness to the requirements of the RFP. The final determination of responsiveness rests solely on the decision of the Evaluation Committee.

Page 8 of 64REV 12-24-13

Page 9: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

At any time prior to award, the awarding authority may find that an offeror is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the offeror has breached or failed to perform a contract, claims history of the offeror, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an offeror.

Balance of Page Left Blank Intentionally

Page 9 of 64REV 12-24-13

Page 10: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Evaluation Criteria The following list of Evaluation Criteria total 100 points.  Subsequent pages will further detail and define the Evaluation Criteria which are summarized with their numerical point ranges.

Evaluation Criteria – Project Specific CriteriaMaximum Number of Points

1. Ability of Professional Personnel (25 Points)a) Identify the Project Manager and three (3) Key Personnel; include a job title and a brief description of

qualifications for each.b) Include an Organizational Chart showing key staff and subconsultant(s) which may be utilized for this

project.c) List subconsultant(s) that may be used on this project.d) List subconsultant(s) that are CBE’s that may be used on this project.

25

2.

d)

e)f)g)h)i)

j)

k)

Project Approach (35 Points)Describe your firm’s project approach to each of the following planning consultant services:

a) Airside Planning Support Services6

b) Landside and Facilities planning Support Services 6c) General Airport Planning and Master Plan Implementation Services 6Provide supporting information to the items listed below as it relates to each of the above services:

d) Describe firms experience related to communication with some or all of the following: citizens groups, stakeholders, airport tenants, local communities, local planning boards, and neighborhood groups.

e) Describe firms knowledge and experience with the following governing bodies and agencies: Broward County; City of Dania Beach; City of Ft. Lauderdale; City of Hollywood; South Florida Regional Planning Council; South Florida Water Management District; Broward Metropolitan Planning Organization; Florida Growth Management Legislation; Florida Statues; Florida Development of Regional Impact Legislation; Florida Department of Transportation; Florida Department of Economic Opportunity; Florida Department of Environmental Protection.

f) Describe firm’s knowledge and experience preparing Airport Master Plans; Airport Layout Plans; Airport Security Master Plans and Part 150 Evaluations.

g) Describe firm’s knowledge and understanding of Federal Aviation Administration standards and procedures.

h) Describe experience with conducting public meetings with diverse audiences.

17

3. Past Performance (20 Points)a) Provide examples of three (3) projects of a similar nature which were completed in the past five (5)

years. Include a brief description of the scope of work, the timeframe of the project, the budget and the completion date. The projects should be able to demonstrate the firm’s ability to provide satisfactory services, both on time and within budget.

b) Provide specific references for all cited projects – completed and active. Make sure to include contact names and all contact information for the references. Include current contact information if an individual is no longer with the referenced agency.

20

Page 10 of 64REV 12-24-13

Page 11: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

4. Willingness to Meet Time and Budget Requirements (5 Points)Provide examples of three (3) projects of a similar nature which were completed in the past five (5) years. Include a brief description of the scope of work, the timeframe of the project, the budget and the completion date. The projects should be able to demonstrate the firm’s ability to provide satisfactory services, both on time and within budget. This solicitation is for the award of a continuing contract. The specific projects requiring professional services under the contract have not yet been identified. However, in general, please explain your firm’s approach in meeting “project specific” time and budget requirements and indicate whether your firm is committed to meet these requirements when identified under this contract.

5

5. Location (5 Points)Identify the exact office location responsible for this project. A proposer with a primary business location within Broward County will receive five points. All others will receive zero points.Submit your firm’s State of Florida Department of Corporations website listing as evidence of your firm’s primary business location.

5

6. Workload of the Firm (5 Points)a) For the Prime Proposer only, list all completed and active projects that your firm has managed within

the past five (5) years. In addition, list all projected projects that your firm will be working on in the near future.

b) Projected projects will be defined as a project(s) that your firm has been awarded a contract but the Notice To Proceed has not been issued. Identify any projects that your firm worked on concurrently. Describe your approach in managing these projects.

c) Were there or will there be any challenges for any of the listed projects? If so describe how your firm dealt or will deal with the challenges.

5

7. References and Performance Evaluations (5 Points)Named references provided by the proposer and Performance Evaluations. 5

Balance of Page Left Blank Intentionally

Page 11 of 64REV 12-24-13

Page 12: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Cone of SilenceAt the time of the Evaluation Committee appointment (which is typically prior to the advertisement of the solicitation document) in this RFP process, a Cone of Silence will be imposed. Section 1-266, Broward County Code of Ordinances as revised, provides that after Evaluation Committee appointment, potential vendors and their representatives are substantially restricted from communicating regarding this RFP with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff, or any person appointed to evaluate or recommend selection in this RFP process. For communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the Initial Evaluation Committee Meeting. After the application of the Cone of Silence, inquiries regarding this RFP should be directed to the Director of Purchasing or designee.

The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

Demonstrations If this box is checked, then this project will lend itself to an additional step where all firms

demonstrate the nature of their offered solution. After receipt of submittals, all firms will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD or a combination of both) should be given to the Purchasing Agent at the meeting to retain in the Purchasing files.

Presentations If this box is checked, all firms that are found to be both responsive and responsible to

the requirements of the RFP will have an opportunity to make an oral presentation to the EC on the firm’s approach to this project and the firm’s ability to perform. The EC may provide a list of subject matter for the discussion. The firms will have equal time to present but the question-and-answer time may vary.

PricingUnchecked boxes do not apply to this solicitation.

Price will be considered in the final evaluation and rating of the qualified firms. Included in this RFP solicitation is a Price Sheet which must be completed and returned with the RFP Submittal at the time of the opening deadline.Price will not be considered in the final evaluation and rating of the qualified firms. Price will be considered in the final evaluation and rating of the qualified firms. Included in this RFP solicitation is a Price Sheet which must be completed and returned with the RFP Submittal at the time of the opening deadline.

County staff and the top ranked firm will negotiate fees for pre-construction services during the Negotiation Phase of this process. Generally, the Parties negotiate a Guaranteed Maximum Price (GMP) for construction services during the course of pre-construction services.

Page 12 of 64REV 12-24-13

Page 13: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Negotiation and AwardThe Purchasing Negotiator, assisted by County staff, will attempt to negotiate a contract with the first ranked firm. If an impasse occurs, the County ceases negotiation with the firm and begins negotiations with the next-ranked firm. The final negotiated contract will be forwarded to the awarding authority for approval.

Public Art and Design ProgramUnchecked boxes do not apply to this solicitation.

Section 1-88, as amended, of the Broward County Code (of Ordinances) contains the requirements for the Broward County’s Public Art and Design Program.  It is the intent of Broward County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project.  The proposer may be required to collaborate with the artist(s) on design development within the scope of this request.  Artist(s) shall be selected by Broward County through an independent process.  (For additional information contact the Broward County Cultural Division).

Posting of Solicitation and Proposed Contract AwardsThe Broward County Purchasing Division's website is the official location for the County's posting of all solicitations and contract award results. It is the obligation of each vendor to monitor the website in order to obtain complete and timely information. The website is located athttp://www.broward.org/Purchasing/Pages/SolicitationResult.aspx

Vendor ProtestSections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a vendor intends to protest a solicitation or proposed award of a contract and state in part the following:(a) Any protest concerning the proposal or other solicitation specifications or requirements must be made and received by the County within seven (7) business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements. (b) Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the proposal opening, shall be submitted in writing and received by the County within five (5) business days from the posting of the recommendation of award on the Purchasing Division's website.(c) Any actual or prospective proposer or offeror who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award on the Purchasing Division's website.

Page 13 of 64REV 12-24-13

Page 14: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

(d) For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a solicitation or proposed contract award shall be a waiver of the vendor's right to protest.(e) Protests arising from the decisions and votes of an Evaluation Committee shall be limited to protests based upon the alleged deviations from established Committee procedures set forth in the Broward County Procurement Code and existing written Guidelines. Any allegations of misconduct or misrepresentation on the part of a competing vendor shall not be considered a protest. (f) As a condition of initiating any RFP protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

Rejection of ResponsesThe Evaluation Committee may recommend rejecting all proposals in the best interests of the County. The rejection shall be made by the Director of Purchasing except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

Public Records and ExemptionsBroward County is a public agency subject to Chapter 119, Florida Statutes.  As required by Chapter 119, Florida Statutes, the Contractor and all sub-contractors for services shall comply with Florida's Public Records Law.  To the extent Contractor is acting on behalf of the COUNTY pursuant to Section 119.0701, Florida Statutes, the Contractor and its subcontractors shall:

b) Keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service;

c) Provide the public with access to such public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed that provided in Chapter 119, Fla. Stat., or as otherwise provided by law;

d) Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and

e) Meet all requirements for retaining public records and transfer to the County, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the agency.

Page 14 of 64REV 12-24-13

Page 15: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Any firm that intends to assert any materials to be exempted from public disclosure under Chapter 119, Florida Statutes must submit the document(s) in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. CD or DVD discs included in the submittal must also comply with this requirement and separate any materials claimed to be confidential.Failure to provide this information at the time of submittal and in the manner required above may result in a recommendation by the Director of Purchasing that the response is non-responsive.

Any claim of confidentiality on materials that the firm asserts to be exempt and placed elsewhere in the submittal will be considered waived by the firm upon submission, effective after opening.

Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project.

Please be aware that submitting confidential material may impact full discussion of your submittal by the Evaluation Committee because the Evaluation Committee will be unable to talk about the details of the confidential material(s) at the public Evaluation Committee meeting.

Copyrighted MaterialsCopyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

Local PreferenceIn accordance with Broward County Ordinance No. 2004-29, the Broward County Board of County Commissioners provides a local preference. This preference includes any county with which the Broward County Board of County Commissioners has entered into an inter-local agreement of reciprocity.

Except where otherwise provided by federal or state law or other funding source restrictions, a local proposer whose submittal is within 5% of the highest total ranked proposer outside of the preference area will become the firm with whom the County will proceed with negotiations for a final contract.

Page 15 of 64REV 12-24-13

Page 16: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Local business means the vendor has a valid occupational license issued by the county within which the vendor conducts their business at least one year prior to bid or proposal opening, that authorizes the business to provide the goods, services or construction to be purchased and a physical address located within the limits of said county, in an area zoned for the conduct of such business, from which the vendor operates or performs business on a day-to-day basis that is a substantial component of the goods or services being offered. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing a physical address.

State and Local PreferencesIf the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the County's Local Preference Ordinance and Procurement Code will not be applied in the procurement process.

Right of AppealPursuant to Section 21.83 of the Broward County Procurement Code, any vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Code.

The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Evaluation Committee to be deemed timely. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a person having standing to protest and must comply with all other requirements of this section. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

NegotiationsIt is the County’s intent to conduct the first negotiation meeting no later than two (2) weeks after approval of the final ranking as recommended by the Committee. At least one of the representatives for the firm participating in negotiations with the County must be authorized to bind the firm.

In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the firm) an impasse will be declared and negotiations with the first-ranked firm will cease. Negotiations will begin with the next ranked firm, etc. until such time that all requirements of Procurement Code, Section 21.85.c.8 have been met.

Page 16 of 64REV 12-24-13

Page 17: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Projected ScheduleRFP Advertised Date: April 1, 2014RFP Open Date: May 5, 2014  Initial Evaluation Meeting: June 17, 2014 Final Evaluation Meeting: July 1, 2014

If three (3) or fewer responses are received, a combination Initial and Final Evaluation meeting may be held.

http://www.broward.org/Commission/Pages/SunshineMeetings.aspx Please check this website for any changes to the above tentative schedule.

Balance of Page Left Blank Intentionally

Page 17 of 64REV 12-24-13

Page 18: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Responsiveness Criteria

Definition of a Responsive Proposer:

In accordance with Broward County Procurement Code Section 21.8.b.66, a Responsive Proposer means a person who has submitted a proposal which conforms in all material respects to a solicitation. The proposal of a Responsive Proposer must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below, at the time of submittal opening may result in a recommendation of non-responsive by the Director of Purchasing.  The Evaluation Committee will determine whether the firm is responsive to the requirements specified herein.  The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

***NOTICE TO PROPOSERS***

Proposers are invited to pay strict attention to the following requirements of this RFP. The information being requested in this section is going to be used by the Evaluation Committee during the evaluation process and further consideration for contract award. Please be aware that proposers have a continuing obligation to provide the County with any material changes to the information being requested in this RFP.

1. Domestic Partnership Act

The Broward County Domestic Partnership Act (Section 16-1/2 – 157 of the Broward County Code of Ordinances, as amended) requires that, for projects where the initial contract term is valued at more than $100,000, that at the time of RFP submittal, the vendor shall certify that the vendor currently complies or will comply with the requirements of the Domestic Partnership Act by providing benefits to Domestic Partners of its employees on the same basis as it provides benefits to employee’s spouses.

The Domestic Partnership Certification Form (Attachment F) should be completed, for all submittals over $100,000, and returned with the RFP Submittal Response at the time of the opening deadline, but no later than five (5) business days from request of the Purchasing agent. Failure to meet this requirement shall render your submittal non-responsive.

Page 18 of 64REV 12-24-13

Page 19: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

2. Lobbyist Registration - Certification

A vendor who has retained a lobbyist(s) to lobby in connection with a competitive solicitation shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies, see Attachment G, that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances. If, after awarding a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon investigation determines that the error was willful or intentional on the part of the vendor, the County may, on the basis, exercise any contractual right to terminate the contract for convenience.

The Lobbyist Registration Certification Form (Attachment G) should be completed and returned at the time of the RFP opening deadline and included within the submittal document.

Responsibility Criteria

Definition of Responsible Proposer

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsible Proposer or Offeror means an offeror who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Evaluation Committee will recommend to the awarding authority a determination of a firm’s responsibility. At any time prior to award, the awarding authority may find that an offeror is not responsible to receive a particular award. The following criteria shall be evaluated in making a determination of responsibility:

1. Office of Economic and Small Business Development Program

(See Office of Economic and Small Business Development Program requirements below).

Office of Economic and Small Business Development Program RequirementsIn accordance with Ordinance No. 2012-33, Broward County Business Opportunity Act of 2012, the County Business Enterprise (CBE) Program shall apply to this contract. All proposers responding to this solicitation shall utilize, or attempt to utilize, CBE firms in performing the contract in at least the assigned percentage amount for this solicitation. The assigned CBE participation goal for this contract is listed below.

In accordance with the Acts, participation for this contract is as follows:

Page 19 of 64REV 12-24-13

Page 20: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Business Enterprise Category Assigned Participation Goal County Business Enterprise (CBE) 13%

Compliance with CBE participation goal requirements is a matter of responsibility; required information should be submitted with submittal.

If not provided with your submittal, the proposer must supply information within three business days of the Office of Economic and Small Business Development’s (OESBD) request. Proposer may be deemed non-responsible for failure to fully comply within stated timeframes.CBE Program Requirements for Submitting Proposals: a proposer should include in its submittal Attachment “B“ Letter of Intent, for each certified CBE firm the proposer intends to use. Each Letter of Intent should include the required information.

CBE Program Requirements for Submitting Good Faith Effort: If a proposer is unable to attain the CBE participation goal, the proposer should include in its submittal Attachment “D“, Application for Evaluation of Good Faith Effort and all of the required supporting information.

The Office of Economic and Small Business Development maintains an on-line directory of CBE firms. The on-line directory is available for use by proposers at https://bcegov3.broward.org/SmallBusiness/SBDirectory.aspx

For detailed information regarding the County Business Enterprise Program contact the Office of Economic and Small Business Development at (954) 357-6400 or visit the website at: http://www.broward.org/EconDev/SmallBusiness/Pages/Default.aspx

2. Financial Information

All firms are required to provide Broward County the firm's financial statements at the time of submittal in order to demonstrate the firm's financial capabilities. Failure to provide this information at the time of submittal may result in a recommendation by the Director of Purchasing that the response is non-responsive. Each firm shall submit its most recent two (2) years of financial statements for review. The financial statements are not required to be audited financial statements.

Although the review of a vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements as stated in the Evaluation Criteria and Public Record and Exemptions sections may result in a recommendation of non-responsive by the Director of Purchasing.

3. Litigation History

A The County will consider a vendor's litigation history information in its review and determination of responsibility. All vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the vendor, any parent or subsidiary of the vendor, or any predecessor organization. If the vendor is a joint venture, the information

Page 20 of 64REV 12-24-13

Page 21: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

provided should encompass the joint venture (if it is not newly-formed for purposes of responding to the solicitation) and each of the entities forming the joint venture.

Although the review of a vendor's litigation history is an issue of responsibility, the failure to provide litigation history as required in the Evaluation Criteria may result in a recommendation of non-responsive by the Director of Purchasing.

4. Authority to Conduct Business in Florida

A Florida corporation or partnership is required to provide evidence with its response that the firm is authorized to transact business in Florida and is in good standing with the Florida Department of State. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent. A foreign (out-of-state) corporation or partnership is required to provide evidence with its response that the firm is authorized to transact business in Florida and is in good standing with the Florida Department of State. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent.

A joint venture is required to provide evidence with its response that the joint venture, or at least one of the joint venture partners, is authorized to transact business in Florida and is in good standing with the Florida Department of State. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent. However, the joint venture is required to provide evidence prior to contract execution that the joint venture is authorized to transact business in Florida and provide the County with a copy of the joint venture Agreement. A joint venture is also required to provide with its response a Statement of Authority indicating that the individual submitting the joint venture’s proposal has the legal authority to bind the joint venture. If not with its response, such evidence must be submitted to the County no later than 5 business days from request of the Purchasing agent.

Failure to provide the County with any of the above referenced information at the required time may be cause for the response to the solicitation to be deemed non-responsible. An acceptable document of evidence may be similar to the document attached as Exhibit 3.

Balance of Page Left Blank Intentionally

Page 21 of 64REV 12-24-13

Page 22: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Evaluation CriteriaWith regard to the Evaluation criteria, each firm has a continuing obligation to provide the County with any material changes to the information requested. The County reserves the right to obtain additional information from interested firms.

Evaluation Criteria – Project-Specific Criteria

Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

1. Ability of Professional Personnel a) Identify the Project Manager and three (3) Key Personnel; include a

job title and a brief description of qualifications for each.b) Include an Organizational Chart showing key staff and

subconsultant(s) which may be utilized for this project.c) List subconsultant(s) that may be used on this project.d) List subconsultant(s) that are CBE’s that may be used on this

project.

2. Project ApproachDescribe your firm’s project approach to each of the following planning consultant services:

a) Airside Planning Support Services

b) Landside and Facilities planning Support Services

c) General Airport Planning and Master Plan Implementation Services

Provide supporting information to the items listed below as it relates to each of the above services:

d) Describe firms experience related to communication with some or all of the following: citizens groups, stakeholders, airport tenants, local communities, local planning boards, and neighborhood groups.

e) Describe firms knowledge and experience with the following governing bodies and agencies: Broward County; City of Dania

Page 22 of 64REV 12-24-13

Page 23: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Beach; City of Ft. Lauderdale; City of Hollywood; South Florida Regional Planning Council; South Florida Water Management District; Broward Metropolitan Planning Organization; Florida Growth Management Legislation; Florida Statues; Florida Development of Regional Impact Legislation; Florida Department of Transportation; Florida Department of Economic Opportunity; Florida Department of Environmental Protection.

f) Describe firm’s knowledge and experience preparing Airport Master Plans; Airport Layout Plans; Airport Security Master Plans and Part 150 Evaluations.

g) Describe firm’s knowledge and understanding of Federal Aviation Administration standards and procedures.

h) Describe experience with conducting public meetings with diverse audiences.

3. Past Performance a) Provide examples of three (3) projects of a similar nature which were

completed in the past five (5) years. Include a brief description of the scope of work, the timeframe of the project, the budget and the completion date. The projects should be able to demonstrate the firm’s ability to provide satisfactory services, both on time and within budget.

b) Provide specific references for all cited projects – completed and active. Make sure to include contact names and all contact information for the references. Include current contact information if an individual is no longer with the referenced agency.

4. Willingness to Meet Time and Budget Requirements Provide examples of three (3) projects of a similar nature which were completed in the past five (5) years. Include a brief description of the scope of work, the timeframe of the project, the budget and the completion date. The projects should be able to demonstrate the firm’s ability to provide satisfactory services, both on time and within budget. This solicitation is for the award of a continuing contract. The specific projects requiring professional services under the contract have not yet been identified. However, in general, please explain your firm’s approach in meeting “project specific” time and budget requirements and indicate whether your firm is committed to meet these requirements when identified under this contract.

5. LocationIdentify the exact office location responsible for this project. A proposer with a primary business location within Broward County will receive five points. All others will receive zero points.Submit your firm’s State of Florida Department of Corporations

Page 23 of 64REV 12-24-13

Page 24: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

website listing as evidence of your firm’s primary business location.6. Workload of the Firm

a) For the Prime Proposer only, list all completed and active projects that your firm has managed within the past five (5) years. In addition, list all projected projects that your firm will be working on in the near future.

b) Projected projects will be defined as a project(s) that your firm has been awarded a contract but the Notice To Proceed has not been issued. Identify any projects that your firm worked on concurrently. Describe your approach in managing these projects.

c) Were there or will there be any challenges for any of the listed projects? If so describe how your firm dealt or will deal with the challenges.

7. References and Performance Evaluations Named references provided by the proposer and Performance Evaluations.

Balance of Page Left Blank Intentionally

Page 24 of 64REV 12-24-13

Page 25: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Evaluation Criteria – Company Profile

Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

8. Supply legal firm name, headquarters address, local office addresses, state of incorporation, and key firm contact names with their phone numbers and e-mail addresses.

9. Supply the interested firm’s federal ID number and Dun and Bradstreet number.

10. Is the interested firm legally authorized, pursuant to the requirements of the Florida Statutes, to do business in the State of Florida?

YES NO

11. All firms are required to provide Broward County the firm's financial statements at the time of submittal in order to demonstrate the firm's financial capabilities. 

Failure to provide this information at the time of submittal may result in a recommendation by the Director of Purchasing that the response is non-responsive. Each firm shall submit its most recent two (2) years of financial statements for review. The financial statements are not required to be audited financial statements. With respect to the number of years of financial statements required by this RFP, the firm must fully disclose the information for all years available; provided, however, that if the firm has been in business for less than the required number of years, then the firm must disclose for all years of the required period that the firm has been in business, including any partial year-to-date financial statements. The County may consider the unavailability of the most recent year’s financial statements and whether the firm acted in good faith in disclosing the financial documents in its evaluation. Any claim of confidentiality on financial statements should be asserted at the time of submittal. (see below)

Page 25 of 64REV 12-24-13

Page 26: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

*****ONLY “IF” claiming Confidentiality*****

The financial statements should be submitted in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. CD or DVD discs included in the submittal must also comply with this requirement and separate any materials claimed to be confidential.Failure to provide this information at the time of submittal and in the manner required above may result in a recommendation by the Director of Purchasing that the response is non-responsive. Furthermore, proposer’s failure to provide the information as instructed may lead to the information becoming public.

Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project.

Litigation History Requirement:12. The County will consider a vendor's litigation history information

in its review and determination of responsibility. All vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the vendor, any parent or subsidiary of the vendor, or any predecessor organization. If the vendor is a joint venture, the information provided should encompass the joint venture (if it is not newly-formed for purposes of responding to the solicitation) and each of the entities forming the joint venture. For purpose of this disclosure requirement, a “case” includes lawsuits, administrative hearings and arbitrations. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

a. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;b. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;c. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;d. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership;

Page 26 of 64REV 12-24-13

Page 27: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

ore. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

Notwithstanding the descriptions listed in paragraphs 1 – 5 above, a case is not considered to be "material" if the claims raised in the case involve only garnishment, auto negligence, personal injury, workers' compensation, foreclosure or a proof of claim filed by the vendor.For each material case, the vendor is required to provide all information identified, on the attached “Litigation History” form. (Attachment I)

A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the vendor's subcontractors/subconsultants proposed to work on this project.Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the vendor being deemed non-responsive. Prior to making such determination, the vendor will have the ability to clarify the submittal and to explain why an undisclosed case is not material.

13. Has the interested firm, its principals, officers, or predecessor organization(s) been debarred or suspended from bidding by any government during the last three (3) years? If yes, provide details.

YES NO

14. Has your company ever failed to complete any work awarded to you? If so, where and why?

YES NO

15. Has your company ever been terminated from a contract? If so, where and why?

YES NO

Insurance Requirements:16. Attached is a sample Certificate of Insurance

Attachment J. It reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal but it is necessary to submit certificates indicating that the firm currently carries the insurance or to submit a letter from the carrier indicating upgrade availability.

Balance of Page Left Blank Intentionally

Page 27 of 64REV 12-24-13

Page 28: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Evaluation Criteria – Legal Requirements

Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

17. Standard Agreement Language: Identify any standard terms and conditions with which the interested firm cannot agree. The County Attorney Form (CAF) Form, Standard Airport Non-Design Consultant Agreement Form (CAF #403), for the resulting contract is located at the following link: (CAF) Form #403

If you do not have computer access to the internet, call the Project Manager for this RFP to arrange for mailing, pick up, or facsimile transmission.

YES (Agree)

NOIf no, you need to specifically identify the terms and conditions with which you are taking exception since they will be discussed with the Evaluation Committee. Please be aware that taking exceptions to the County’s standard terms and conditions may be viewed unfavorably by the Evaluation Committee and ultimately impact the overall evaluation of your submittal.

18. Cone of Silence: This County’s ordinance prohibits certain communications among vendors, county staff, and Evaluation Committee members. Identify any violations of this ordinance by any members of the responding firm or its joint venturers. The firm(s) submitting is expected to sign and notarize the Cone of Silence Certification (Attachment K).

19. Public Entity Crimes Statement: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit an offer to perform work as a consultant or contract with a public entity, and may not transact business with Broward County for a period of 36 months from the date of being placed on the convicted vendor list. Submit a statement fully describing any violations of this statute by members of the interested firm or its joint venturers.

20. No Contingency Fees: By responding to this solicitation, each firm warrants that it has not and will not pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure an agreement pursuant to this solicitation. For Breach or violation of this provision, County

Page 28 of 64REV 12-24-13

Page 29: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

shall have the right to reject the firm’s response or terminate any agreement awarded without liability at its discretion, or to deduct from the agreement price or otherwise recover the full amount of such fee, commission, percentage, gift, or consideration. Submit an attesting statement warranting that the Responder has not and will not pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure an agreement pursuant to this solicitation.

21. If this box is checked, then the provisions of the Broward County Living Wage Ordinance 2008-45, as amended, (“Living Wage Ordinance”) will apply to this agreement. in accordance with the living wage ordinance, certain employers who do business with the county shall pay a living wage to its employees who work on service contracts providing covered services identified under the living wage ordinance. (Attachment L) (If living wage applies, check this statement and include the living wage attachment to the RFP solicitation).

22. DRUG FREE WORKPLACE:1. Do you have a drug free workplace policy? 2. If so, please provide a copy of your drug free workplace policy in your proposal. 3. Does your drug free workplace policy comply with Section 287.087 of the Florida Statutes?4. If your drug free workplace policy complies with Section 287.087 of the Florida Statutes, please complete the Drug Free Workplace Policy Certification Form. (Attachment M)5. If your drug free workplace policy does not comply with Section 287.087of the Florida Statutes, does it comply with the drug free workplace requirements pursuant to Section 21.31.a.2 of the Broward County Procurement Code? 6. If so, please complete the attached Drug Free Workplace Policy Certification Form (Attachment M). 7. If your drug free workplace policy does not comply with Section 21.31.a.2 of the Broward County Procurement Code, are you willing to comply with the requirements Section 21.31.a.2 of the Broward County Procurement Code? 8. If so, please complete the attached Drug Free Workplace Policy Certification Form. (Attachment M) Failure to provide a notarized Certification Form in your proposal indicating your compliance or willingness to comply with Broward County's Drug Free Workplace requirements as stated in Section 21.31.a.2 of the Broward County Procurement Code may result in your firm being ineligible to be awarded a contract pursuant to Broward County's Drug Free Workplace Ordinance and Procurement

1. YES NO

3. YES NO

4. YES NO

5. YES NO

7. YES NO

Page 29 of 64REV 12-24-13

Page 30: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Code

23. Non-Collusion Statement:  By responding to this solicitation, the vendor certifies that this offer is made independently and free from collusion.  Vendor shall disclose on the attached “Non-Collusion Statement Form” (Attachment N) to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135(1) (c), Florida Statutes (1989), who is an officer or director of, or had a material interest in, the vendor’s business, who is in a position to influence this procurement.  Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor.  Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

24. Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a bid, proposal or response to a Broward County solicitation for goods or services in an amount equal to or greater than $1 million. The certification form is referenced as “Scrutinized Companies List Certification” (Attachment O) and should be completed and submitted with your proposal but must be completed and submitted prior to award.

Balance of Page Left Blank Intentionally

Page 30 of 64REV 12-24-13

Page 31: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Evaluation Criteria – Tiebreaker Criteria

Provide answers below. If you are submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. Furthermore, to receive credit for a tiebreaker criterion, each entity forming the joint venture must meet the tiebreaker criteria. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

LOCATION in BROWARD COUNTY1. Is your firm located in Broward County?2. Does your firm have a valid current Broward County Local Business Tax Receipt?

3. Has your firm (a) been in existence for at least six (6) months prior to the proposal opening (b) providing services on a day to day basis (c) at a business address physically located within the limits of Broward County (d) in an area zoned for such business and (e) the services provided from this location are substantial component of the services offered in the firm's proposal?If so, please provide the interested firm's business address in Broward County, telephone number(s), email address, evidence of the Broward County Local Business Tax Receipt and complete the attached Local Vendor Certification Form.(Attachment P)

Failure to provide a valid Broward County Local Business Tax Receipt and the attached notarized Certification Form in your proposal shall prevent your firm from receiving credit under Broward County's tiebreaker criteria of Section 21.31.d of the Broward County Procurement Code and, if applicable, shall prevent your firm from receiving any preference(s) allowed under Broward County's Local Preference Ordinance.

1. YES NO2. YES NO

3. YES NO

DOMESTIC PARTNERSHIP ACT

1. Do you have a domestic partnership program?2. If so, please provide a copy of your domestic partnership program in your proposal and complete Attachment F “Domestic

Page 31 of 64REV 12-24-13

Page 32: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Partnership Certification Form.” Failure to provide a notarized Certification Form indicating in your proposal shall prevent your firm from receiving credit for having such a program under Broward County's tiebreaker criteria of Section 21.31.d of the Broward County Procurement Code.

3. Does your domestic partnership program provide benefits which are the same or substantially equivalent to those benefits offered to other employees in compliance with the Broward County Domestic Partnership Act of 2011, Broward County Ordinance # 2011-26, as amended?

Failure to provide a notarized Certification Form in your proposal indicating that the company provides domestic partnership benefits which are the same or substantially equivalent to the requirements of the Broward County Domestic Partnership Act of 2011, Broward County Ordinance # 2011-26, as amended, shall prevent your firm from receiving any preference(s) allowed under the Act if applicable to this solicitation.

1. YES NO

2. YES NO

3. YES NO

VOLUME OF WORK OVER FIVE YEARS

Vendor that has the lowest dollar volume of work previously awarded by the County over a five (5) year period from the date of the submittal will receive the tie breaker preference. The work shall include any amount awarded to any parent or subsidiary of the vendor, any predecessor organization and any company acquired by the vendor over the past five (5) years. If the vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. Volume of work also includes Purchase Orders, and Work Authorizations.If applicable complete Attachment Q. (Report only amounts awarded as Prime Vendor)To be considered for the Tie Break preference, this completed Attachment Q must be included with the RFP Submittal Response at the time of the opening deadline.

$

Balance of Page Left Blank Intentionally

Page 32 of 64REV 12-24-13

Page 33: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Required Forms to be Returned(Forms that follow this Title Page that need to be returned, i.e. Attachments B, D, E, etc.)

Balance of Page Left Blank Intentionally

Page 33 of 64REV 12-24-13

Page 34: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “B” - Letter of Intent CBEOFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMENT

LETTER OF INTENT BETWEEN PROPOSER/OFFEROR AND COUNTY BUSINESS ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

(Form to be completed and signed for each CBE firm)

Solicitation Number: Project Title:

R1181403P1 Airport Planning Consultant Services

Proposer/Offeror Name: _______________________________________________________________________

Address: _____________________________________ City: ____ State: ____ Zip:_____

Authorized Representative: ____________________________________ Phone: ______

CBE Subcontractor/Supplier Name: __________________________________________________________

Address: _____________________________________ City: ____ State: ____ Zip:_____

Authorized Representative: _____________________________________ Phone: ______

A. This is a letter of intent between the proposer/offeror on this project and a CBE firm for the CBE to perform subcontracting work on this project.B. By signing below, the proposer/offeror is committing to utilize the above-named CBE to perform the work described below.C. By signing below, the above-named CBE is committing to perform the work described below.D. By signing below, the proposer/offeror and CBE affirm that if the CBE subcontracts any of the work described below, it may only subcontract that work to another CBE.

Work to be performed by CBE Firm

Description NAICS*CBE ContractAmount†

CBE Percentage ofTotal Project Value

AFFIRMATION: I hereby affirm that the information above is true and correct.CBE Subcontractor/Supplier Authorized Representative

(Signature) (Title) (Date)Proposer/Offeror Authorized Representative

(Signature) (Title) (Date)

* Visit http://www.census.gov/eos/www/naics/ to search. Match type of work with NAICS code as closely as possible.† To be provided only when the solicitation requires that proposer/offer include a dollar amount in its bid-offer.In the event the proposer/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void.CBE Letter of Intent July 2012

Page 34 of 64REV 12-24-13

Page 35: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “D” - Application for Evaluation of Good Faith Effort

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT PURSUANT TO

County Business Opportunity Act of 2012

RFP / BID NO.: ___________ PROJECT NAME: _______________________________

______________________________________________________________________PRIME CONTRACTOR

___________________________________________________ __________________ADDRESS TELEPHONE

The undersigned representative of the prime contractor represents that his/her firm has contacted County Business Enterprise (CBE) certified firms in a good faith effort to meet the CBE goal for this solicitation but has not been able to meet the goal. Consistent with the requirements of the Business Opportunity Act of 2012 (the Act), the prime contractor hereby submits documentation (attached to this form) of good faith efforts made and requests to be evaluated under Section 1-81.5(e) of the Act.

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prime contractor as an attachment to this application and the other factors listed in Section 1-81.5(e) of the CBE Act, as those factors are applicable with respect to this solicitation. The prime contractor acknowledges that the determination of good faith effort is made by the Director of the Office of Economic and Small Business Development, and is not subject to appeal.

SIGNATURE: ________________________________________________

PRINT NAME / TITLE: ________________________________________________

DATE: ________________________________________________

Page 35 of 64REV 12-24-13

Page 36: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “E” - Vendor’s List (Non-Certified Subcontractors and Suppliers Information)

THIS FORM SHOULD BE SUBMITTED WITH THE RFP; HOWEVER, IT MUST BE SUBMITTED WITHIN 5 CALENDAR DAYS OF COUNTY’S REQUEST.

Provide this information for any sub vendor(s) who will provide a service to the County for this solicitation. This includes major suppliers as well.

1. Firm’s Name:_____________________________________________________________________

2. Firm’s Address:___________________________________________________________________

3. Firm’s Telephone Number: _________________________Firm’s Email Address:_________________

4. Contact Name and Position:__________________________________________________________

5. Alternate Contact Name and Position:__________________________________________________

6. Alternate Contact Telephone Number: _________________Email Address:___________________

7. Bid/Proposal Number: ______________________________Contracted Amount:_______________

8. Type of Work/Supplies Bid: __________________________Award Date:_____________________

1. Firm’s Name:_____________________________________________________________________

2. Firm’s Address:___________________________________________________________________

3. Firm’s Telephone Number: _________________________Firm’s Email Address:_________________

4. Contact Name and Position:__________________________________________________________

5. Alternate Contact Name and Position:__________________________________________________

6. Alternate Contact Telephone Number: _________________Email Address:___________________

7. Bid/Proposal Number: ______________________________Contracted Amount:_______________

8. Type of Work/Supplies Bid: __________________________Award Date:_____________________

I certify that the information submitted in this report is in fact true and correct to the best of my knowledge

Signature Title Date

Note: the information provided herein is subject to verification by the Purchasing Division.Use additional sheets for more subcontractors or suppliers as necessary.

Page 36 of 64REV 12-24-13

Page 37: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “F” - Domestic Partnership CertificationNOTE: This Form must be completed in order to be considered for a contract award.

Additionally, in order to receive credit for “tie breaker” purposes, this Form must be returned with the RFP submittal at the time of the opening.

The Vendor, by virtue of the signature below, certifies that it is aware of the requirements of Broward County’s Domestic Partnership Act, (Section 16-1/2 -157 of the Broward County Code of Ordinances, as amended); and certifies the following: (Please check only one below).

1. The Vendor currently complies with the requirements of the County’s Domestic Partnership Act and provides benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees’ spouses

2. The Vendor will comply with the requirements of the County’s Domestic Partnership Act at time of contract award and provide benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees’ spouses

3. The Vendor will not comply with the requirements of the County’s Domestic Partnership Act at time of award

4. The Vendor does not need to comply with the requirements of the County’s Domestic Partnership Act at time of award because the following exception(s) applies: (Please check only one below).

The Vendor’s price proposal for the initial contract term is $100,000 or less.

The Vendor employs less than five (5) employees.

The Vendor is a governmental entity, not-for-profit corporation, or charitable organization.

The Vendor is a religious organization, association, society, or non-profit charitable or educational institution.

The Vendor does not provide benefits to employees’ spouses.

The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in compliance with the Act stating the efforts taken to provide such benefits and the amount of the cash equivalent.)

The Vendor cannot comply with the provisions of the Domestic Partnership Act because it would violate the laws, rules or regulations of federal or state law or would violate or be inconsistent with the terms or conditions of a grant or contract with the United States or State of Florida. Indicate the law, statute or regulation. (State the law, statute or regulation and attach explanation of its applicability.)

I, ____________________________, _______________________________of __________________________________________ (Name) (Title) (Vendor)

hereby attests that I have the authority to sign this notarized certification and certify that the above-referenced information is true, complete and correct.

__________________________________ Signature

__________________________________Print Name

SWORN TO AND SUBSCRIBED BEFORE ME this ________day of ____________________, 20___

STATE OF ______________________ COUNTY OF ___________________

_________________________________ My commission expires: _________________________ (SEAL) Notary Public (Print, type or stamp commissioned name of Notary Public)

Personally Known ________ or Produced Identification _________ Type of Identification Produced: ______________

Page 37 of 64REV 12-24-13

Page 38: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “G” - Lobbyist Registration – CertificationThis certification form should be completed and submitted with your proposal. If not included with the RFP submittal at the time of the RFP opening deadline, the Lobbyist Certification Form must be completed and returned by a date and time certain established by the County.

The Vendor, by virtue of the signature below, certifies that:

a. It understands if it has retained a lobbyist(s) to lobby in connection with a competitive solicitation, it shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances; and

b. It understands that if, after awarding a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon investigation determines that the error was willful or intentional on the part of the vendor, the County may, on that basis, exercise any contractual right to terminate the contract for convenience.

Based upon these understandings, the vendor further certifies that: (Check One)

1.______It has not retained a lobbyist(s) to lobby in connection with this competitive solicitation; however, if retained after the solicitation, the County will be notified..

2.______It has retained a lobbyist(s) to lobby in connection with this competitive solicitation and certified that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances.

3.______It is a requirement of this solicitation that the names of any and all lobbyists retained to lobby in connection with this solicitation be listed below:

_____________________________________ ___________________________________________ Print Name of Lobbyist Print Lobbyist’s Firm_____________________________________ ___________________________________________ Print Name of Lobbyist Print Lobbyist’s Firm

_____________________________________(Vendor Signature)

____________________________________STATE OF __________________ (Print Vendor Name)

COUNTY OF ________________

The foregoing instrument was acknowledged before me this ____day of ________________, 20___, by

_________________________________________________ as _________________________ of (Name of person whose signature is being notarized) (Title)

__________________________________ known to me to be the person described herein, or who produced(Name of Corporation/Company)

____________________________________________ as identification, and who did/did not take an oath.(Type of Identification)

NOTARY PUBLIC:____________________________________ My commission expires: _______________________ (Signature)_______________________(Print Name)

Page 38 of 64REV 12-24-13

Page 39: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “I” - Litigation History

RFP#:______________

MATERIAL CASE SYNOPSIS

Vendor : ______________________________________________

Vendor’s Parent Company:________________________________

Vendor’s Subsidiary Company:_____________________________

Vendor’s Predecessor Organization: _________________________

Party Plaintiff Defendant

Case Name

Case Number

Date Filed

Name of Court or other tribunal

Type of Case Civil Administrative/Regulatory

Criminal Bankruptcy Claim or Cause of Action and Brief description of

each Count

Brief description of the Subject Matter and

Project Involved

Disposition of Case

(Attach copy of any applicable Judgment, Settlement Agreement

and Satisfaction of Judgment.)

Pending Settled Dismissed

Judgment Vendor’s Favor

Judgment Against Vendor

If Judgment Against, is Judgment Satisfied? Yes No

Opposing Counsel

Name:

Email:

Phone number:

NAME OF COMPANY: ______________________________________________

Page 39 of 64REV 12-24-13

Page 40: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “J” - Insurance Requirements

Page 40 of 64REV 12-24-13

Page 41: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “K” - Cone of Silence Certification

The undersigned vendor hereby certifies that:

1. _____ the vendor has read Broward County's Cone of Silence Ordinance, Section 1-266, Article xiii, Chapter 1 as revised of the Broward County Code; and

2. _____ the vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Evaluation Committee (for Requests for Proposals - RFPs) or Selection Committee (for Request for Letters of Interest - RLIs) for communication regarding this RFP/RLI with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

3.______the vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

_____________________________________(Vendor Signature)

_____________________________________(Print Vendor Name)

STATE OF __________________

COUNTY OF ________________

The foregoing instrument was acknowledged before me this ____day of ________________, 20___, by

_________________________________________________ as _________________________ of (Name of person whose signature is being notarized) (Title)

____________________________________________ known to me to be the person described herein, or who produced(Name of Corporation/Company)

____________________________________________ as identification, and who did/did not take an oath.(Type of Identification)

NOTARY PUBLIC:

________________________________

(Signature)

_______________________________ My commission expires: _______________________ (Print Name)

Page 41 of 64REV 12-24-13

Page 42: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “M” - Drug Free Workplace Policy Certification

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

1. _____ THE VENDOR HAS A DRUG FREE WORKPLACE POLICY AS IDENTIFIED IN THE COMPANY POLICY ATTACHED TO THIS CERTIFICATION.

AND/OR

2. _____ THE VENDOR HAS A DRUG FREE WORKPLACE POLICY THAT IS IN COMPLIANCE WITH SECTION 287.087 OF THE FLORIDA STATUTES.

AND/OR

3. _____ THE VENDOR HAS A DRUG FREE WORKPLACE POLICY THAT IS IN COMPLIANCE WITH THE BROWARD COUNTY DRUG FREE WORKPLACE ORDINANCE # 1992-08, AS AMENDED, AND OUTLINED AS FOLLOWS:

(a) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

(b) Establishing a continuing drug-free awareness program to inform its employees about:(i) The dangers of drug abuse in the workplace;(ii) The offeror's policy of maintaining a drug-free workplace;(iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

(c) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (a);(d) Notifying all employees, in writing, of the statement required by subparagraph (a), that as a condition of employment on a covered

contract, the employee shall:(i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five (5) days after such conviction.

(e) Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (d) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

(f) Within 30 calendar days after receiving notice under subparagraph (d) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:(i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency;

(g) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs (a) through (f).

OR

4.____ THE VENDOR DOES NOT CURRENTLY HAVE A DRUG FREE WORKPLACE POLICY BUT IS WILLING TO COMPLY WITH THE REQUIREMENTS AS SPECIFIED IN NO. 3

______________________________________(VENDOR SIGNATURE)

______________________________________(PRINT VENDOR NAME)

STATE OF __________________

COUNTY OF ________________

The foregoing instrument was acknowledged before me this ____day of ________________, 20___, by

_________________________________________________ as _________________________ of (Name of person whose signature is being notarized) (Title)

____________________________________________ known to me to be the person described herein, or who produced(Name of Corporation/Company)

____________________________________________ as identification, and who did/did not take an oath.(Type of Identification)

NOTARY PUBLIC:

________________________________(Signature)

________________________________ My commission expires: _______________________ (Print Name)

Page 42 of 64REV 12-24-13

Page 43: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “N” - Non-Collusion Statement Form

By signing this offer, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose below, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Fla. Stat. (1989), who is an officer or director of, or has a material interest in, the vendor’s business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor.

Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

NAME RELATIONSHIP

_______________________________ ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ ____________________________________

__________________________________________(Vendor Signature)

__________________________________________(Print Vendor Name)

In the event the vendor does not indicate any names, the County shall interpret this to mean that the vendor has indicated that no such relationships exist.

(Form is to be signed even if no names are listed)

Page 43 of 64REV 12-24-13

Page 44: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “O” - Scrutinized Companies List Certification

This certification form should be completed and submitted with your proposal but must be completed and submitted prior to award.

The Vendor, by virtue of the signature below, certifies that:a. The Vendor, owners, or principals are aware of the requirements of Section 287.135,

Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

b. The Vendor, owners, or principals, are eligible to participate in this solicitation and not listed on either the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

c. If awarded the Contract, the Vendor, owners, or principals will immediately notify the COUNTY in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

_________________________________________(Authorized Signature)

_________________________________________(Print Name and Title)

____________________________________________(Name of Firm)

STATE OF ___________________COUNTY OF _________________The foregoing instrument was acknowledged before me this day of ___________, 20___, by ____________________________ (name of person whose signature is being notarized) as ______________________________ (title) of ______________________ (name of corporation/entity), known to me to be the person described herein, or who produced _____________________________ (type of identification) as identification, and who did/did not take an oath.

NOTARY PUBLIC:

__________________________ State of ___________________ at Large (SEAL)(Signature)

__________________________ My commission expires: _______________(Print name)

Page 44 of 64REV 12-24-13

Page 45: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “P” - Local Vendor Certification

Tiebreaker Criteria(or Local Preference if Applicable)

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

1. _____ THE VENDOR IS A LOCAL VENDOR IN BROWARD COUNTY AND HAS A VALID BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT WHICH IS ATTACHED TO THIS CERTIFICATION

AND

2. _____ THE VENDOR IS A LOCAL VENDOR IN BROWARD COUNTY AND:

(a) Has been in existence for at least six (6) months prior to the proposal opening;

(b) Provides services on a day to day basis at a business address physically located within the limits of Broward County and in an area zoned for such business; and

(c) The services provided from this location are a substantial component of the services offered in the vendor's proposal.

AND/OR

3. _____ THE VENDOR IS A LOCAL VENDOR IN BROWARD OR MIAMI-DADE COUNTY AND HAS A VALID CORRESPONDING COUNTY LOCAL BUSINESS TAX RECEIPT WHICH IS ATTACHED TO THIS CERTIFICATION AND:

(a) Has been in existence for at least ONE YEAR prior to the proposal opening;

(b) Provides services on a day to day basis at a business address physically located within the limits of Broward or Miami-Dade County and in an area zoned for such business; and

(c) The services provided from this location are a substantial component of the services offered in the vendor's proposal.

______________________________________(VENDOR SIGNATURE)

______________________________________(PRINT VENDOR NAME)

STATE OF __________________

COUNTY OF ________________

The foregoing instrument was acknowledged before me this ____day of ________________, 20___, by

_________________________________________________ as _________________________ of (Name of person whose signature is being notarized) (Title)

____________________________________________ known to me to be the person described herein, or who produced(Name of Corporation/Company)

____________________________________________ as identification, and who did/did not take an oath.(Type of Identification)

NOTARY PUBLIC:

________________________________(Signature)

________________________________ My commission expires: _______________________ (Print Name)

Page 45 of 64REV 12-24-13

Page 46: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “Q” - Volume of Work Over Five YearsTie Breaker CriteriaBroward County Projects

The work shall include any amount awarded to any parent or subsidiary of the vendor, any predecessor organization and any company acquired by the vendor over the past five (5) years. If the vendor is a joint venture, the information provided should encompass the joint venture and each of the entitiesforming the joint venture. (Report only amounts awarded as a Prime Vendor including any Amendments, Purchase Orders, Change Orders and Work Authorizations) IF no work has been performed, show a Grand Total of $0

Item No.

Project TitleSolicitation

Contract Number Bid – Quote – RLI -

RFP

Broward County

Department or Division

Date Awarded Awarded Dollar

Amount

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

Grand Total

Page 46 of 64REV 12-24-13

Page 47: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Attachment “U” - Self-Certification: Owner Ethnicity/Gender (Optional)

The information requested is voluntary and not a requirement to respond to a Broward County solicitation. However, in the event that your company becomes the recommend vendor for award, this information will be required prior to award. Recommended vendor for award must submit within three business days of County’s request.

In order for the County to ensure that all prospective vendors have an equal opportunity to participate in County procurements, the following information is requested regarding each prospective vendor. Please read the following and determine which is applicable.

The following gender applies to the primary owner of firm:

Female Male Equally–Owned (Female and Male)

The following ethnicity applies to the primary owner of firm:

African American/Black/Afro-Caribbean Native American

Asian Pacific Subcontinent Asian

Caucasian/White Other

Hispanic/Latino

Under penalties of perjury, I declare that I have read the foregoing document and that the facts stated in it are true.

____________________________ _______________________________ (Vendor signature) (Print vendor name)

STATE OF __________________

COUNTY OF ________________

The foregoing instrument was acknowledged before me this ____day of ________________, 20___, by

_________________________________________________ as _________________________ of (Name of person who's signature is being notarized) (Title)

____________________________________________ known to me to be the person described herein, or who produced(Name of Corporation/Company)

____________________________________________ as identification, and who did/did not take an oath. (Type of Identification)

NOTARY PUBLIC:

___________ (Signature)________________________________(Print Name)

My commission expires: _______________

Page 47 of 64REV 12-24-13

Page 48: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Exhibits

Balance of Page Left Blank Intentionally

Page 48 of 64REV 12-24-13

Page 49: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Exhibit 1 - Detailed Scope of Work

SCOPE OF SERVICESAIRPORT PLANNING CONSULTANT SERVICES

There are three task groups that comprise Exhibit A. Listed under these task groups are services that cover the anticipated professional airport planning consultant needs of the Broward County Aviation Department (BCAD).

A detailed scope for each selected service will be developed upon direction from BCAD. A detailed fee proposal, and work schedule will be produced accordingly.

In addition, consultants may be asked to provide aviation related training, on-call or on-site staff support, or assist BCAD with other more general urban planning issues that may impact the Airport but are not necessarily aviation specific. Therefore, Task Group 3 will cover the general airport planning support, planning studies and issues that encompass the Airport as a whole (airside and landside), finance and forecasting analysis as well as master plan implementation support needs of BCAD.

Task Group 1: Airside Planning Support Services

Task Group 1 is intended to provide BCAD with planning support relative to the airside facilities and operations at Fort Lauderdale–Hollywood International Airport (FLL) and North Perry Airport (HWO). Included in the list of services below are items that will address existing and expected future conditions associated with the airfields at both airports, including the extension of the South Runway (10R\28L) and associated enabling projects. This includes studies that are principally focused on the runways, the airspace, the taxiway system, ramp areas (interface with the terminal complex), and aircraft holding areas. Additionally, dedicated extension of staff support may be provided as required by BCAD to evaluate and manage work efforts by others.

Services under this category may also be authorized in concert with other category tasks for combined efforts such as; physical and operational planning with financial feasibility analysis, simulation modeling services, and planning initiatives that need to be coordinated with ongoing and proposed airport projects. The Consultant may be asked to provide review services relative to existing analyses provided to BCAD by other consultants.

Airside planning support can entail a range of analyses aimed at meeting Federal, State and County regulatory requirements, and maintaining or improving the service provided to airport tenants and users. Planning studies can be focused on near, mid, or longer term needs. They can include evaluations of existing airport operations, assistance with the definition and evaluation of improvements to facilities and operating procedures, maintenance of operations, evaluation of tenant requests, assistance with requests from within various BCAD/County departments, maintenance and updating of the Airport Layout Plans, and coordination with Federal Aviation Administration (FAA), Florida Department of Transportation (FDOT), Florida Department of Economic Opportunity (DEO), and other agencies to respond to their requirements.

Page 49 of 64REV 12-24-13

Page 50: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

The scope of services listed below is not intended to be all inclusive of the work which may be performed. This generalized scope has been prepared so that responses will be written using a common base. • Airside facilities and operations planning and support• Airside simulations and support• Airspace planning and support• Construction phasing planning• Obstructions analysis including survey• TERPS and Part 77 Analysis• Threshold siting analysis• Analysis of actual flight track data• Preparation of airspace drawings• Independent review of FAA airspace determinations• Assessment of FAA Air Traffic Control procedures including changes to flight tracks, utilizations, new technology applications (Le. RNA V), Standard Operating Procedure (SOP) changes• Coordination with staff at the local FAA ATCT and TRACON facilities• Coordination with stakeholders• Computer-Aided Design and Drafting (CADD)/Geographic Information System (GIS) and Airport Layout Plan (ALP) Update support• Land use planning• Utility infrastructure planning• Demand forecasting• LOI application support• Environmental permitting• Outreach program• Airfield signage and marking support• Taxiway and airfield nomenclature support• Sustainability initiative analysis and support• Airside Simulation Modeling Support• Simulation of Existing Conditions• Simulation of Alternatives• General Airside Simulation Modeling Support

Task Group 2: Landside & Facilities Planning Support Services

The landside and facilities planning support task will serve BCAD's needs relative to ground transportation and land use issues which can include Airport roadways, parking, rental cars, site analysis, public transportation studies, site planning, facilities studies and land use analysis.

Landside planning studies may involve analyzing current circulation issues, ways to manage/reduce congestion on existing roadways, utilization of parking facilities, as well as future needs.

Proposed near-term improvements to the airside and terminal complex may require modifications or improvements (physical or procedural) to the ground transportation system as well as analysis of the current facilities and infrastructure needs of the Airport. Long-term improvements proposed in the Master Plan may also necessitate further analysis of the ground transportation network and facilities/infrastructure requirements. Land use analysis may evaluate the highest and best use of property.

Page 50 of 64REV 12-24-13

Page 51: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Facilities analysis will identify current and proposed facility needs. With rehabilitation and repair, the extension to the South Runway, and terminal improvements, BCAD will use the listed services to address any planning issues related to US-1, the 1-595 and 1-95 Corridors, Griffin Road, the FEC railroad, Perimeter Road, access to parking by passengers and employees, and Terminal 4 access issues. Landside studies may also be needed to plan for the transportation of cruise passenger traffic between the Airport and Port Everglades as well as multimodal transportation connectivity. Facilities planning, land use analysis and site planning and analysis may also be provided to determine the best use of land and determination of facility improvements.

Services may consist of providing support in the planning and implementation of landside improvements including ground transportation analyses, airport roads, curb optimization and analysis, parking, land use evaluation, rental car facilities and ground transportation centers.

Public, airport vehicle, and service access may be evaluated as a part of this effort. Physical, operational and financial aspects of the various issues will be addresses as requested. Services may include short-term and long-term development programs. Planning initiatives will be coordinated with ongoing and proposed airport projects.

Critical issues identified during the last Master Plan Update effort include near term evaluation of curb utilization, both in terms of physical layout and use, and in terms of airport policies regarding private vehicle use, commercial vehicle use, access to parking, and taxi/limo pools and queuing. Also, parking for employees, public, and staging of various support and courtesy vehicles require near-term analysis and long-term phasing of use to accommodate progress on various anticipated projects.

Additionally, services may include analysis and coordination with the adjacent transportation network of roadways, bike paths, waterways, and public transportation that may include future passenger rail service.

This task also provides BCAD with planning support related to the passenger terminal complex at FLL. The components of the terminal complex include the terminal buildings and their internal functional components such as ticketing, security, baggage handling, hold rooms, concessions, etc.; the aircraft gates and how they interface with the airside system; and the terminals interface with the ground transportation system including curb frontage, parking and other connections to ground transportation. Terminal planning studies at FLL can include the development and evaluation of conceptual plans for existing and future terminal space, development of tenant/terminal design guidelines, analysis of passenger flows through the various functional areas, passenger level of service evaluations, development of future space requirements to support various functions, airline space optimization analysis, gate utilization analysis and maintenance of operations. These and other related issues may need to be analyzed in coordination of the ongoing Terminal 4 redevelopment and expansion, the proposed renovation/upgrade of Terminals 1-3, and other proposed master plan improvements. FLL will also need assistance with ad-hoc analyses that arise as a result of requests from airlines, Transportation Security Administration (TSA) or other terminal tenants regarding existing or future space needs.

Services may consist of providing support in the planning and implementation of terminal complex analyses, renovations, and development. Services are anticipated to include short, mid, and long-term development programs on single and/or multiple terminals. Functional areas of analysis may include ticketing, security, holdroom, baggage system, baggage claim, passenger support facilities, airline operations, airport operations, and concessions operations

Page 51 of 64REV 12-24-13

Page 52: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

and configuration. Curbside configuration/utilization as well as apron analysis and gate utilization issues may also be addressed as a part of these services.

Planning initiatives will be coordinated with ongoing and proposed airport projects. The current Master Plan identifies a near/mid-term scenario which will require continued analysis of the existing terminals to maximize the life of these facilities to defer major capital expenses relative to terminal development. Related airside and landside development will be addressed in the evaluation, as well as gate utilization, terminal connectivity, international use, and coordination with current ongoing initiatives such as the in-line baggage system development. New technologies, including common use systems, will be integral to the evaluations undertaken in these analyses. Services provided in this Task Group include more specific terminal project definition analyses and documents beyond what is in a typical Master Plan document. The goal of the terminal project definition analysis is to provide the design and development direction necessary to proceed with final design and coordination throughout development stages.

The scope of services listed below is not intended to be all inclusive of the work to be performed. This generalized scope has been prepared so that responses will be written using a common base.

• Terminal optimization analysis and planning• Cruise Ship Check-in Operational Analysis and planning• Gate Utilization Study• Terminal facilities requirements, including detailed facility space programs and space

numbering• Advanced planning• Facility concept analysis• Conceptual terminal and concourse site plans• Terminal envelope interface with airside and landside facilities• Preferred concepts evaluation• Coordination with the airlines• Ticketing, security and baggage handling requirements• Gate and hold room layout• Gate, apron, and ramp layout including passenger boarding bridge requirements• Conceptual design of floor plans for terminal facilities• Interior layout, configuration, and passenger flow analyses• Special terminal security and concessions analyses• Federal Inspection Services (FIS) requirements, including U.S. Customs and

Immigration services• Concessions planning• Computer simulations of terminal passenger flows• Computer modeling of aircraft parking• Computer simulation of aircraft movements on the apron and taxilanes• CADD support• Gate requirements modeling• Gate surface marking evaluation and support• Fuel hydrant placement evaluation and support• Loading bridge analyses• Jet blast analyses• Terminal Program Development• Terminal Project Definition• Terminal Design Guidelines• Tenant/Concession Design Guidelines• Green/LEED building analysis and support

Page 52 of 64REV 12-24-13

Page 53: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

• Sustainability initiative analysis and support• Airport access, circulation and frontage roadway planning• Airport parking strategies• Automated people-mover needs assessment and demand forecasting• Busing analysis• Commercial vehicle policy and procedures• Commercial vehicle service contracting• Customer surveys• Dwell-time analysis• Ground Transportation Comprehensive Analysis• Landside master planning• Multi-modal transportation facility planning, inter-agency coordination and support• Rental car facility analysis and planning• Roadway facility simulation and planning• Signage, marking, wayfinding, and signalization studies• Site development studies, including but not limited to Cargo, General Aviation,

Administrative Offices, On-airport/Off-Airport and similar type of site plan and site specific studies.

• Site Development/Land Development design guidelines• Space allocation of terminal curb fronts• Traffic data collection• Traffic demand forecasting and demand management planning• Traffic noise studies• Transportation project financing• Transportation systems management planning• Alignment studies• Contingency/backup planning including busing analysis• Environmental benefits assessment (i.e., emissions reductions, surface transportation\

congestion reductions, ground noise reductions)• Financial planning including PFC and multi-modal facility financing• Hotel siting analysis• Related support facilities analysis

Task Group 3: General Airport Planning and Master Plan Implementation Services

Through these tasks the Consultant will provide assistance to BCAD with general planning support and master plan implementation services not already covered in other tasks, on-call/on-site staff support, finance and forecast analysis services, sustainability initiatives support, and potential for aviation related staff training. The scope of services listed below is not intended to be all inclusive of the work to be performed. This generalized scope has been prepared so that responses will be written using a common base.

Services may include, but are not limited to:• General site planning support• Environmental planning support• Preparation of Airport Master Plan Updates• Preparation of F.A.R. Part 150 Study• Development of Noise Contours• Cargo and land use planning support• General aviation planning support• On-Call and On-Site staff support• Security Master Planning

Page 53 of 64REV 12-24-13

Page 54: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

• CADD/GIS support• Stakeholder coordination support• Strategic Assistance Supporting Airline Approvals• Support with integration of planning studies• Third party review• Assistance with integration of BCAD planning with Broward County planning studies,

programs or initiatives• Program or Project management support with plan implementation and/or construction• Assistance in software development and application• Planning and development analysis and forecasts• Airfield and airspace issues• Passenger terminal development• Parking, ground transportation and airport access roadways• Preparation and interpretation of industry survey responses• Environmental plans, including noise and environmental reviews and assessments• Specialized noise compatibility and alternatives analysis• Terminal project definition services• Landside project definition services• Conceptual designs and criteria development• Outreach program• Master signing plan• Early Master Plan Implementation projects• Concessions space planning and analysis• Curb frontage and access analysis• Design guidelines and standards• Level of service evaluations• Inter-agency coordination and compliance• Environmental permitting and compliance• Utility index, inventory and planning• Environmental Analysis, including NEPA and due diligence• Electronic ALP update• Land Use and environmental planning and compliance, including noise• Analysis and planning for:

Airport access roads Parking and ground transportation demand, efficiency and operations Terminal and facilities development Land use planning

• Staff specialized training and support• Zoning analysis• Property acquisition analysis• Utility impacts/needs• Permitting• Facility relocation/site planning• Specialized staff training• Comparable facility analysis• Property Utilization Study (Highest and Best Use)• Sustainability initiative analysis and support• Finance and Forecast Analysis and support• Market assessments or studies including but not limited to Cargo, General Aviation, or

International Traffic• Aviation demand forecast analysis• Gate utilization, analysis and forecast

Page 54 of 64REV 12-24-13

Page 55: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

• Revenue enhancement analysis• Financial planning model support• Airline use and lease agreement planning assistance• Cost center planning and analysis• Financial Planning Traffic Forecast• Capital program (CIP) definition and decision support• Guidance on renewal and replacement reserves and funding levels• Capital project funding, including cash flow planning and funding source analysis• Analysis of rates and charges and ratemaking methodologies• Debt capacity and debt structure analysis• Bond Issue support including but not limited to ASR Bond issues• Review and interpretation of financial, legal and contractual documents• Preparation of benefit-cost analysis based on FAA's BCA guidance• Simulation modeling and other benefit assessments• Cost estimating• Federal grant assistance and strategy planning, including coordination with the FAA

preparation of the Airport Capital Improvement Program (ACIP), for AlP Entitlement, Noise Discretionary, capacity discretionary and LOI grants

• TSA grant assistance for security infrastructure improvements• State of Florida Department of Transportation (FOOT) grant assistance, including

preparation of the Joint Airport Capital Improvement Program (JACIP)• PFC application support• PFC Noise Mitigation Bank strategy• Financial feasibility analysis (for both debt issuance and policy decision support)• Letter of Intent (LOI) applications• Operating and maintenance (O&M) expense analysis• "Life-cycle cost" analyses of planned facilities and renewal and replacement of existing

assets• Grant writing• Airline approval support• Budget preparation and rate-setting• Economic impact study or analysis• Assistance with Noise Mitigation and related issues• Organization, management, and compensation studies, including salary surveys• Rental car business planning, including services related to development and

implementation of a rental car concession business plan• Services related to development and implementation of a rental car operating and facility

use plan• Rental Car financial analysis• Concessions financial analysis and lease\bid preparation• Surveys of financial and business practices, revenues, expenses, debt, rates, and other

matters• Development of airline gate allocation assignment protocols• Parking rate evaluations and surveys• Assessment of new information technology tools and software• Assistance in evaluating and enhancing customer service levels• Temporarily assistance filling vacant staff positions• Other matters affecting airport-airline business relations• Other issues affecting long-term financial plans for airport development• Other business or financial planning issues

BCAD ELECTRONIC MEDIA SUBMITTAL REQUIREMENTS

Page 55 of 64REV 12-24-13

Page 56: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

The BCAD will be utilizing electronic media as the principal way it develops, communicates and archives information concerning its various construction programs.

To that end, County's standard Professional Services Agreements for Consultant/Contractor services require submittal of documents produced on electronic media. Requirements for that media are presented below. Certain requirements may not be applicable to all contracted services and should be verified via checklist and with the contract administrator during the development of the scope of services.ELECTRONIC MEDIA

(A) General Requirements:1) All Work, including surveying work, drawings, maps, details or other drawing

information to be provided in electronic media by Consultant/Contractor shall be accomplished and developed using computer-aided design (CAD), geographic information system (GIS), and other software and procedures conforming to the following criteria. Electronic data submittals shall also include PDF versions of pages and documentation. The Consultant/Contractor shall expect to produce three primary sets of electronic deliverables:

• CAD - Engineering Design Drawings• GIS - FAA AGIS Submittal, eALP, and BCAD GIS Use• PDF - Electronic Document Review and Storage/As-Builts

(B) CAD and GIS Formats:1) Provide all CAD data in Autodesk, Inc.'s AutoCAD release 2010 or higher for

Windows in native .dwg electronic digital format. Provide copies of all drawing sheets or other CAD produced documents intended for hardcopy plotting or printing in plot (.plt) and drawing web format (.dwf) versions of all sheets/documents documents formatted to fit BCAD standard cover sheet and title block (Refer to Section (C)(1) below). All GIS shall be delivered in ESRI ArcGIS version 9.3 or higher. Specific format/s (Shape file, Layer files, geodatabase, and/or other file type/structure shall be of the Aviation BCAD's choosing and must also conform to FAA and BCAD). All deliverables shall include appropriate Metadata conforming to BCAD and FAA standards. Consultant/Contractor will be required to ensure that all data is formatted and in compliance for submission to the FAA AGIS system without any additional changes required by BCAD staff. Consultant/Contractor must ensure compliance with all standards set forth in latest versions of FAA Advisory Circulars (AlC): 150/5300-16, 150/5300-17, and 150/5300-18.

2) Target platform: Windows operating system.

3) Ensure that all digital files and data (e.g., constructs, elements, base files, prototype drawings, reference files, blocks, attribute links, and other files external to the drawing itself) are compatible with the BCADs target CAD and GIS systems (i.e., basic and advanced CAD and GIS software, platforms, database software/s, geodatabases, etc.), and adhere to the standards and requirements specified herein.

Page 56 of 64REV 12-24-13

Page 57: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

4) The term "compatible" means that data can be accessed directly by the target CAD and GIS systems without translation, pre-processing, or post-processing of the electronic digital data files. It is the responsibility of Consultant/Contractor to ensure this level of compatibility.

5) Any non-graphical database delivered with prepared drawings: provide in relational database format compatible with Microsoft Access 2007 or higher, and other (if requested by the BCAD) compatible format. Data shall be delivered in an ESRI Geodatabase format of BCAD's choosing upon request. GIS and CAD data deliverable shall conform to the latest BCAD and FAA standards, including but not limited to, AC 5300/150-16. 17, and 18, and US National CAD Standards.

6) Maintain all linkages of non-graphical data with graphic elements, relationships between database tables, and report formats. Consultant/ Contractor should work with BCAD to ensure linkages will conform/match those already in place or generated to create such links.

7) All database tables: conform to the structure and field-naming guidance provided upon request by BCAD. Specifically, all database tables shall conform to all FAA and BCAD standards. All databases shall be compliant with at least MS Access 2007 and/or other format (Sal, ESRI Geodatabase, other) as requested by BCAD. Formats may change, at BCADs request, depending on the particulars of the project/so Consultant/Contractor shall inform BCAD of the most suitable format for a given project and explain, in writing, the benefits of that format versus alternatives. BCAD has the final decision as to format regardless of Consultant's/Contractor's written explanation.

8) All CAD and GIS files shall meet FAAINGS spatial accuracy requirements and be georeferenced as follows:

North American Datum (NAD) 83, HARN, Feet State Plane Florida East North American Vertical Datum (NAVO) 88

9) All data collected shall meet or exceed data acquisition standards established in AC 5300/150-16, 17, and 18, if applicable.

(C) Standards:1) Standard plotted drawing size: 22 inch x 34 inch sheets unless otherwise

specified by BCAD. All drawings shall be formatted to use the BCAD standard Cover Page and Title Block.

2) Coordinate with BCAD concerning the standard file naming protocol to be utilized. Consultant/Contractor may be required to submit drawing files with several naming conventions to satisfy various submittal requirements.

3) Unless otherwise stated, all CAD files shall conform to US National CAD standards (BCADs adopted CAD standard) in addition to FAA standards for submission into the FAA AGIS system.

Page 57 of 64REV 12-24-13

Page 58: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

a. All building floor plans/elevations shall be drawn and provided in Architectural Units (unless otherwise requested by BCAD).

b. All other plans (site plans, airfield plans, ALPs, etc.) shall be submitted in Engineering Units (unless otherwise requested by BCAD).

4) Layering:

a. Conform to the guidelines defined by the US National CAD Standards, appropriate FAA Advisory Circulars and standards, and BCAD standards.

b. Provide an explanatory list of which layer is used at which drawing and an explanatory list of all layers which do not conform to the standards listed above. Submission of layers that do not conform to the standards listed above will require advance BCAD approval.

c. Raster: All raster files (aerial photography, TIN, OEM, etc.) shall be delivered in georeferenced SID and TIFF formats as defined by BCAD. If files must be tiled, a reference map will be provided depicting the location of each tile image. All raster files shall be tiled if file size reaches a size in excess of what BCAD finds difficult to use.

5) Attribute Definitions:

a. Obtain latest guidance from BCAD concerning attribute definition, database linking and other information embedding requirements prior to production of documents. All database information shall conform to the latest versions of FAA AlCs 150/5300-16, 17, and 18, and other BCAD standards. Additional attributes may be required at the discretion of BCAD.

6) Conformance:

a. Submit a written request for approval of any deviations from the established CAD/GIS standards. Pre-coordinate the development, use and submittal of 3-D modeling, Building Information Models (BIM), photorealistic renderings, animations, presentations and other visualization/ information tools utilized during the design and construction process to ensure compatibility of submittal with County's uses and information systems.

b. No deviations from BCADs established CAD/GIS standards will be permitted unless prior written approval of such deviation has been received from BCAD.

(D) Non-CAD/GIS Graphic Format: Provide digital photography files (unless required in an alternate format such as that needed for CAD/GIS) and other miscellaneous graphics in JPEG and TIFF formats. Photos shall be georeferenced in accordance with BCAD standards, if applicable.

(E) Non-Graphic Format:

Page 58 of 64REV 12-24-13

Page 59: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map and vector graphics and other information necessary for remote printing.

2) Provide spreadsheet files in Microsoft Excel 2007 for windows compatible file formats including all fonts. typefaces, bit-map and vector graphics and other information necessary for remote printing.

3) Provide database files in relational database format compatible with Microsoft Access 2007 or higher, and/or other compatible Sal format database including all tables, form and report formats, fonts, typefaces, bit-map and vector graphics and other information necessary for remote printing. Ensure integrity of relational database structure. Consultant/Contractor may be required to ensure that database formats conform and can be integrated with other BCAD legacy applications and systems.

(F) Delivery Media and Format:1) Submit copies of all CADD/GIS/PDF data and other electronic files developed

under this contract on electronic digital media as required for project phase submittals.

2) Provide electronic digital data and files shall be provided on DVD/CD or via secure file transfer protocol (FTP) site.

3) The electronic digital media shall be in the format which can be read and processed by the BCAD's target CAD/GIS systems.

4) The external label for each electronic digital media shall contain, as a minimum, the following information:

a. The Project Number, Project Title and date

b. The Facility Name

c. The format and version of operating system software

d. The name and version of utility software used for preparation (e.g., compression/ decompression) and copying files to the media

e. The sequence number of the digital media

f. A list of the filenames

g. All requirements to meet or exceed FAA and BCAD standards

5) Before all files are placed on the delivery electronic digital media, the following procedures shall be performed:

a. Ensure that drawing sheets, viewports, paperspace, line weights, fonts, and other drawing components are correctly configured for BCAD's viewing and plotting.

Page 59 of 64REV 12-24-13

Page 60: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

b. Make sure all reference files are attached without device or directory specifications.

c. Compress and reduce all design files using compatible file compression/decompression software approved by BCAD. If the file compression/decompression software is different from that specified above, then an electronic digital media copy of the file compression/ decompression software shall be purchased for BCAD and provided to BCAD with the delivery media.

d. Include all files, both graphic and non-graphic, required for the project. All blocks not provided as BCAD-furnished materials must be provided to BCAD as a part of the electronic digital deliverables.

e. Make sure that all support files such as those listed above are in the same directory and that references to those files do not include device or directory specifications.

f. Include any standard sheets (i.e., abbreviation sheets, standard symbol sheets, or other listing) necessary for a complete project. These shall conform to BCAD standard Cover sheet and title block pages.

g. Document any fonts, tables, or other similar customized drawing element developed by Consultant/Contractor or not provided among BCAD furnished materials. The contractor shall obtain BCAD's approval before using anything other than BCAD's standard fonts, line types, tables, blocks, or other drawing elements available from BCAD.

(G) Drawing Development Documentation:1) Provide the following information for each finished drawing:

a. How the data were input (e.g., keyed in, downloaded from a survey total station instrument (include name and model), and other identification data).

b. Brief drawing development history (e.g., date started, modification date(s) with brief description of item(s) modified, author's name, and other identifying data.).

c. The names of the reference, blocks, symbols, details, tables, and schedule files required for the finished drawing.

d. Layer assignments and lock settings.

e. Text fonts, line styles\types used, and GIS layer file settings.

f. Any additional information per FAA AlCs and BCAD standards.

(H) Submittal:1) Submit as Project Record Documents specified above and as required for

project phase submittals and project record documents.

Page 60 of 64REV 12-24-13

Page 61: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

2) Submit electronic media with a transmittal letter containing, as a minimum, the following information:

a. The information included on the external label of each media unit (label), along with the total number being delivered, and a list of the names and descriptions of the files on each one.

b. Brief instructions for transferring the files from the media.

c. Certification that all delivery media are free of known computer viruses. A statement including the name(s) and release date(s) of the virus-scanning software used to analyze the delivery media, the date the virus-scan was performed, and the operator's name shall also be included with the certification. The release or version date of the virus-scanning software shall be the current version which has detected the latest known viruses at the time of delivery of the digital media.

d. The following "File Development and Project Documentation Information" as an enclosure or attachment to the transmittal letter provided with each electronic digital media submittal.

1. Documentation of the plot file for each drawing which will be needed to be able to duplicate the creation of the file by BCAD at a later date. This documentation shall include configuration settings (e.g., drawing size and configuration), and any other special instructions.

2. List of any deviations from BCAD's standard layer/level scheme and file-naming conventions.

3. List of all new symbol blocks created for project, which was not provided to Consultant/Contractor with the BCAD-furnished materials.

4. List of all new figures, symbols, tables, schedules, details, and other blocks created for the project, which was not provided to Consultant/Contractor with the BCAD-furnished materials, and any associated properties.

5. List of all database files associated with each drawing, as well as a description and documentation of the database format and schema design. All information shall conform to FAA and BCAD standards.

6. All metadata per BCAD, FAA, FDOT, or other entity standards.

(I) Ownership:1) County will have ownership of all information and materials developed under

these and other contractual requirements including but not limited to reports, and listings, and all other items pertaining to the work created or developed in connection with the services provided pursuant to the agreement with Broward County including any copyright.

2) Ownership rights under the contract are rights to use, re-use, duplicate, or disclose text, data, drawings, and information, in whole or in part in any

Page 61 of 64REV 12-24-13

Page 62: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

manner and for any purpose whatsoever without compensation to or approval from Consultant/Contractor.

3) BCAD will at all reasonable times have the right to inspect the work and will have access to and the right to make copies of the above-mentioned items.

4) All text, electronic digital files, data, and other products generated under this contract shall become the property of County except where otherwise limited within the Contract.

5) All files/drawings shall be furnished to BCAD upon request from BCAD.

6) No portion of any "application" (e.g. database, GIS portal, web application, or customized document or tool) developed for BCAD shall be used as a template for non Broward County projects unless the prior approval in writing is obtained from BCAD.

(J) BCAD-Furnished Materials to the Consultant/Contractor:

1) BCAD and Consultant/Contractor may make various electronic files available to the Contractor during the Pre-Construction and Construction phases of the Project. To this end, Consultant/Contractor shall make the following information available to the Contractor in electronic format:

a. Work-files: Selected work product files, reports, spreadsheets, databases, specifications, drawings and other documentation of Consultant's/Contractor's work in progress may be provided to the Contractor, Managing General Contractor, or other County consultant on an as required basis. Consultant/Contractor shall cooperate and facilitate the exchange of these electronic media documents.

b. Where electronic media submittals of final site surveys are required, Consultant will provide electronic copies of any existing site survey data already on electronic media.

c. Where Electronic Project Record Documents are required, Consultant will provide the Contractor one set of AutoCAD electronic file format contract drawings, to be used for as-built drawings at the Contractor's option. Make electronic file drawings available on DVD/CD ROM media.

d. BCAD will supply Consultant/Contractor with all necessary BCAD standard cover page and title block files and formats.

(K) Other Digital Information:1) A variety of digital information may be generated by participants in the design

process including BCAD, Consultant, sub consultants, Contractor, subcontractors; BCAD's commissioning authority, local jurisdictional authorities and other project team members.

2) Consultant/Contractor shall facilitate and participate wherever possible in this digital exchange of information by conforming to the standards expressed above.

Page 62 of 64REV 12-24-13

Page 63: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Balance of Page Left Blank Intentionally

Page 63 of 64REV 12-24-13

Page 64: Keyboard Enterable Version of R1181403P1 (DOC)  · Web view1) Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map

Exhibit 2 - Evidence of Authorization to do Business

Page 64 of 64REV 12-24-13