Rev 5.15.13

Table of Contents

Procurement Authority 4

Project Funding Source 5

Scope of Service 5

NOTE: THERE WILL BE TWO EVALUATIONS. 7

Submittal Instructions 7

Required Forms 9

For Additional Project Information Contact: 10

Pre-Submittal Conference 10

Evaluation Process 11

Review Responses 11

Evaluation Criteria 12

Cone of Silence 13

Demonstrations 13

Presentations 13

Pricing 13

Negotiation and Award 14

Public Art and Design Program 14

Posting of Solicitation and Proposed Contract Awards 14

Vendor Protest 14

Rejection of Responses 15

Public Records and Exemptions 15

Copyrighted Materials 16

Local Preference 16

State and Local Preferences 17

Right of Appeal 17

Projected Schedule 17

Responsiveness Criteria 18

Definition of a Responsive Proposer: 18

1. Domestic Partnership Act 18

2. Bond Requirements 19

3. Joint Venture Enterprises 19

4. Lobbyist Registration - Certification 19

5. Pricing Sheets 20

Responsibility Criteria 20

Definition of Responsible Proposer 20

1. Office of Economic and Small Business Development Program 20

2. Financial Information 21

3. Litigation History 21

4. Authority to Conduct Business in Florida 21

Evaluation Criteria 23

Project-Specific Criteria 23

Company Profile 24

Legal Requirements 28

Tiebreaker Criteria 32

Required Forms to be Returned 35

Attachment “B” - Letter of Intent CBE 36

Attachment “D” - Application for Evaluation of Good Faith Effort 37

Attachment “E” - Vendor’s List (Non-Certified Subcontractors and Suppliers Information) 38

Attachment “F” - Domestic Partnership Certification 39

Attachment “G” - Lobbyist Registration – Certification 40

Attachment “I” - Litigation History 41

Attachment “J” - Insurance Requirements 42

Attachment “K” - Cone of Silence Certification 43

Attachment “L” - Living Wage Ordinance 44

Attachment “M” - Drug Free Workplace Policy Certification 48

Attachment “N” - Non-Collusion Statement Form 49

Attachment “O” - Scrutinized Companies List Certification 50

Attachment “P” - Local Vendor Certification 51

Attachment “Q” - Volume of Work Over Five Years 52

Attachment “R” - Proposal Bond 53

Attachment “S” - Certificate As To Corporate Principal 55

Attachment “T” - Pricing and Budget Sheets - Instructions 56

Exhibits 59

Exhibit - 1 - Detailed Scope of Work 60

Balance of Page Left Blank Intentionally

Rev 5.15.13

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: R1138035P1

RFP Name: Parking Management Services

for Various Broward County Agencies

Procurement Authority

Unchecked 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

Pursuant to Florida Statutes, Chapter 287.055 (Consultants’ Competitive Negotiation Act), the Broward County Commission invites qualified firms to submit Proposals for consideration to provide Professional Consulting Services on the following project.

Non-Continuing Contract: (Check only one box)

Professional services needed for a construction project where the construction costs exceed $ 325,000

Professional services needed for a planning or study activity where the fee for the professional services exceed $ 35,000

Continuing Contract :( Check only one box)

Professional services needed for projects in which construction costs do not to exceed $2 million

Professional services needed for study activities when the fee for such professional service does not exceed $ 200,000

Professional services needed for work of a specified nature

Design-Build: (Check only one box)

Qualification - Based with a Guaranteed Maximum Price and a Guaranteed Completion Date

Project Funding Source

This 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 Service

Broward County is seeking qualified firm(s) through this Request For Proposal (RFP) process to provide Parking Management Services for parking operations at Various Broward County parking facilities. Parking Management Services for the Various Broward County parking facilities have been unbundled into two separate groupings of parking facilities, which will be awarded as two separate contracts as stated below. Group 1 is for Facilities Management Division parking facilities and Group 2 is for Port Everglades Department parking facilities. The agreements will be for an initial one-year term with four one-year renewal options.

The successful proposer(s) (Operator(s)) shall have the exclusive rights to manage all employee and public parking facilities listed in Group 1 and/or Group 2 of this RFP. Car Care (washing and detailing of vehichles) may be operated as a Concession within the Agreement for the Group 1 Facilities Management Division parking facilities. Valet parking may be operated as a Concession within the Agreement for the Group 2 Port Everglades Department parking facilities. The County may, during the term of the contract, add or delete parking locations, wholly or in part. In the event that a location listed herein is deleted, the quoted cost for service being deleted shall be removed from the monthly invoice amount, if applicable. In the event that a location not listed herein is added to the contract, the bidder shall invoice the same amount as prices quoted herein for similar locations.

Group 1 - Contract A: Facilities Management Division (FMD)

Currently the facilities are managed by a Private Parking Management Firm, utilizing Web Parc/s Parking Access and Revenue Control Systems provided by CTR Systems Parking, Inc.. The parking facilities are comprised of the following:

·  Government Center: 1200 Garage: Seven story 1,200 space parking garage (Employee and Public) and 350 Garage: Five story 350 space parking garage (Employee)

o  The 1200 garage and the 350 garage are hereinafter collectively referred to as the “GC garages”

·  Broward County Judicial Complex East Parking Garage hereinafter referred to as the BCJC garage: Five story 2,100 space parking garage.

·  New Courthouse Employee Parking Garage: Four story 1,000 space parking garage.

Group 2 - Contract B: Port Everglades Department

Currently the facilities are managed by a Private Parking Management Firm, utilizing Federal APD Parking Systems Revenue Control System. The maintenance of the revenue system is provided by a Federal APD certified vendor. The parking facilities are comprised of the following:

·  Northport Parking Garage: Six story 2,300 space parking garage

·  Midport Parking Garage: Three story 2,000 space parking garage

·  Terminal 29: Parking facility atop of Terminal 29 consisting of approximately 120 spaces

·  Terminal 4 Ground lot consisting of approximately 127 spaces available in late 2014

·  Terminal 18 Ground lot consisting of 600 surface spaces

·  Terminal 19 Ground lot consisting of 400 surface spaces

·  Other facilities, ground lots or areas within the Port to provide overflow event parking, and on occasion, valet parking that may be designated by the Port Department

Additional details for scope of services are described in Exhibit 1. – See Exhibit “1” – Detailed Scope of Work

NOTE: THERE WILL BE TWO EVALUATIONS.

ONE FOR GROUP 1 – CONTRACT A: FACILITIES MANAGEMENT DIVISION

and ONE FOR GROUP 2 – CONTRACT B: PORT EVERGLADES DEPARTMENT

IT IS THE INTENT OF THE COUNTY TO AWARD TWO SEPARATE CONTRACTS. BOTH CONTRACTS “A” AND “B” WILL BE AWARDED TO THE RESPONSIVE AND RESPONSIBLE PROPOSER(S), BASED UPON THE EVALUATION FACTORS SET FORTH IN THIS SOLICITATION, SUBJECT TO THE BEST INTERESTS OF THE COUNTY.

Proposers are invited to submit proposals for one group (either Group 1 or Group 2) or both groups (Group 1 and Group 2). Proposers submitting proposals for more than one group shall submit individual proposals for each group.

Submittal Instructions

Unchecked boxes do not apply to this solicitation.

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 five (5) 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

Rev 5.15.13

Broward County Purchasing Division

115 S. Andrews Avenue, Room 212

Fort Lauderdale, FL 33301

(954) 357-6065 FAX (954) 357-8535

Required Forms

This 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 Verification
Program Contractor Certification Removed – Not Included

Attachment I Litigation History ______

Attachment J Insurance Requirements ______

Attachment K Cone of Silence Certification ______

Attachment L Living Wage Ordinance ______

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 (R) ______

Attachment S Certificate As To Corporate Principal ______

Attachment T Pricing Sheets (R) ______

Balance of Page Left Blank Intentionally

Rev 5.15.13

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 Division

115 South Andrews Avenue, Room 212

Fort Lauderdale, FL 33301

RE: RFP Number: R1138035P1

The Purchasing Division must receive submittals no later than 5:00 pm on July 15, 2013. 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: Kevin Bellamy, Contracts/Grants Administrator III

Phone: 954-357-6112

Email:

Procurement Process Related Information Contact:

Purchasing Agent: Mark Roberts

Phone: 954-357-6164

E-mail:

Pre-Submittal Conference

Attendance at the Pre-Submittal Conference is optional. This information session presents an opportunity for proposers to clarify any concerns regarding the solicitation requirements. The proposer is cautioned that, although the Pre-submittal Conference is optional, no modification or any changes will be allowed in the pricing because of the failure of the proposer(s) to have attended the conference.

There will be a meeting and an organized facility tour on the following date(s):

Pre-Submittal Conference

DATE: June 24, 2013

TIME: 9:00 a.m. (with parking garage tours to follow immeditately thereafter*)

LOCATION: Governmental Center (GC), 115 S. Andrews Avenue, GC Conference Room 301

Fort Lauderdale, FL 33301

(Parking is available available in the GC parking garage to the west side of the GC on SW 2nd Street or the adjacent metered parking lot behind the GC Annex.

Attendees are responsible for their parking fees related to the meeting/tours.

*SITE VISITS: Parking garage tours will follow the meeting at the following locations:

Facilities Maintenance Division (FMD) GC Garages, est. start time: 10:00 a.m

Broward County Judicial Garage; estimated start time: 11:00 a.m

Port Everglades Garages; to begin at 1:30 p.m. from the Port Administration

Building, 1850 Eller Drive, Fort Lauderdale, FL 33316

Because of site visit limitations, each firm is limited to a maximum of 3 attendees.

It is recommended that attendees wear comfortable shoes as the site tour of the facilities will be done entirely on foot.

THIS WILL BE THE ONLY OPPORTUNITY TO TOUR THESE PARKING FACILITIES

Any questions generated as a result of the parking garage tours must be submitted in writing to the Project Manager within three (3) business days of the pre-submital meeting.

Evaluation Process

A Evaluation Committee (EC) will be responsible for recommending the most qualified firms and rating them. The process for this procurement may proceed in the following manner:

Review Responses

The 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.