Page 54 of 54

Table of Contents

Procurement Authority 4

Project Funding Source 5

Scope of Service 5

Submittal Instructions 5

Required Forms 7

For Additional Project Information Contact: 8

Pre-Submittal Conference 8

Evaluation Process 9

Review Responses 9

Evaluation Criteria 10

Cone of Silence 11

Demonstrations 12

Presentations 12

Pricing 12

Negotiation and Award 12

Public Art and Design Program 12

Posting of Solicitation and Proposed Contract Awards 13

Vendor Protest 13

Rejection of Responses 14

Public Records and Exemptions 14

Copyrighted Materials 15

Local Preference 15

State and Local Preferences 15

Right of Appeal 15

Negotiations 16

Projected Schedule 16

Responsiveness Criteria 17

Definition of a Responsive Proposer: 17

1. Joint Venture Enterprises 17

2. Lobbyist Registration - Certification 17

Responsibility Criteria 18

Definition of Responsible Proposer 18

1. Office of Economic and Small Business Development Program 18

2. Financial Information 19

3. Litigation History 19

4. Authority to Conduct Business in Florida 19

5. Employment Verification Program (E-Verify) 20

Evaluation Criteria 21

Project-Specific Criteria 21

Company Profile 23

Legal Requirements 27

Tiebreaker Criteria 30

Required Forms to be Returned 33

Attachment “B” - Letter of Intent CBE 34

Attachment “D” - Application for Evaluation of Good Faith Effort 35

Attachment “E” - Vendor’s List (Non-Certified Subcontractors and Suppliers Information) 36

Attachment “F” - Domestic Partnership Certification 37

Attachment “G” - Lobbyist Registration – Certification 38

Attachment “I” - Litigation History 39

Attachment “J” - Insurance Requirements 40

Attachment “K” - Cone of Silence Certification 41

Attachment “M” - Drug Free Workplace Policy Certification 42

Attachment “N” - Non-Collusion Statement Form 43

Attachment “O” - Scrutinized Companies List Certification 44

Attachment “P” - Local Vendor Certification 45

Attachment “Q” - Volume of Work Over Five Years 46

Exhibits 47

Exhibit - 1 - Detailed Scope of Work 48

Exhibit - 2 - Map 1 53

Exhibit - 3 - Map 2 54

Balance of Page Left Blank Intentionally

Page 54 of 54

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: R1142625P1

RFP Name: Convention Center Master Plan

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

FTAFunds

FAA Funds

Other ( )

Grant Funds:

Source of Grant Funds ( )

State Funds

County Funds

X

Scope of Service

The Greater Fort Lauderdale Convention and Visitors Bureau seek the services of a qualified firm to provide master planning services for the Convention Center site for Convention Center Expansion and a Headquarter Hotel. The consultant awarded this contract to produce the Convention Center Expansion and Headquarter Hotel Master Plan will be precluded from participation in any contract related to the Convention Expansion and Headquarter Hotel Project.

Specific scope of work and deliverables are noted in:

– Exhibit “1” – Detailed Scope of Work

Submittal Instructions

Unchecked boxes do not apply to this solicitation.

Only interested firms from the Sheltered Market may respond 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 eleven (11) 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 eight (8) 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 54 of 54

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 ______

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 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

Balance of Page Left Blank Intentionally

Page 54 of 54

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: R1142625P1

The Purchasing Division must receive submittals no later than 5:00 pm on July 29, 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: Jack Shim

Phone: 954-765-5925

Email:

Procurement Process Related Information Contact:

Purchasing Agent: Carolyn Messersmith

Phone: 954-357-5857

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. Representatives from the Greater Fort Lauderdale Convention & Visitors Bureau will be on hand to answer questions.

Pre-Submittal Conference
Date: July 11, 2012
Time: 9:30 am to 12:00 noon
Location: Broward County Convention Center
1950 Eisenhower Blvd.,
Fort Lauderdale, Florida 33316
Conference Rooms 220 and 221

Directions: I-95 South or North to State Road 84/Marina Mile, East thru Federal Highway to Port Everglades Security Gate, go to end of street (light) turn left the Convention Center is on the right. Park in the garage and use the second floor pedestrian connector to enter the Convention Center.

Directions: Federal Highway North or South to 17th Street Causeway go East to Eisenhower Boulevard, turn right go thru Port Everglades Security Gate the Convention Center is next light to the left. Park in the garage and use the second floor pedestrian connector to enter the Convention Center.

It is recommended that attendees wear comfortable shoes as the site tour of the facilities will be done entirely on foot. Allow for enough time parking and entry to facility.

Evaluation Process

An 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.

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.

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 54 of 54

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.

Qualifications, Experience, References, and Company Information / Points
1.  Ability of Professional Personnel -
Describe the qualifications and relevant experience of key design personnel assigned to this project, including the proposed Project Manager for the Prime proposer only, not to include any subconsultants. Include resumes for the Project Manager and all key personnel described. For all identified key personnel, identify the address of the consulting office where the cited key personnel are physically located. Include an Organizational Chart showing how key staff and sub-consultants will be utilized for the fulfillment of the scope of work. / 20
2.  Past Performance - Describe Prime proposer’s firm’s/team’s experience and provide specific examples of urban master planning projects of similar nature, scope, and duration along with evidence of satisfactory completion, both on time and within budget, for the past five (5) years.
For each project listed, identify your firm’s role as a prime consultant or as a sub-consultant. Further identify your firm’s role in the project for discipline, expertise, and work element provided.
Provide specific references for all cited projects – completed and active (Name, email, phone and address).
a.  Describe firm’s/team’s knowledge and experience of the prime proposer only in hotel and convention center planning and design.
b.  Describe firm’s/team’s experience of the prime proposer only and provide specific examples of developing parking plans which support mixed-use developments.
c.  Describe firm’s/team’s experience, approach and success of the prime proposer only in conducting public/stakeholder outreach as key component of a successful master plan development process.
d.  Describe firm’s/team’s experience and provide specific examples of professional planning services of the prime proposer only related to successful site plan regulatory agency coordination, review and approval. / 45
3.  Provide prime proposer’s firm’s/team’s familiarity with the site’s key issues and conditions including easements and utility infrastructure. / 10
4.  Willingness to Meet Time and Budget Requirements - State your firm’s/team’s willingness to meet the project’s June / 2014 completion date requirement and willingness to keep project total costs below the $500,000 project budget ceiling. / 10
5.  Location - Identify the office location responsible for this project.
Miles from Greater Fort Lauderdale Convention & Visitors Bureau / Numerical Score
0 – 50 / 5
51 – 100 / 3
Over 100 / 1
/ 5
6.  Workload of the Firm – 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 firmwill be working on in thenear future.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. / 5
7.  Volume of Work Previously Awarded to Each Firm - List all projects, including project number, with Broward County Board of County Commissioners during the past five (5) years – completed and active, with regard to the Prime Proposer only.
Volume of Work / Numerical Score
$0 – $150,000 / 5
$150,000 – $300,000 / 4
$300,001 – $500,000 / 3
$500,001 – $750,000 / 2
$750,001 – $1,000,000 / 1
Over $1,000,000 / 0
/ 5
TOTAL POINTS / 100 Points

Cone of Silence

At 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.