Solicitation X1249133P1 Economic Impact Analysis for Port

Transcription

Solicitation X1249133P1 Economic Impact Analysis for Port
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 1 of 48
Solicitation X1249133P1
Economic Impact Analysis for Port Everglades
Bid designation: Public
Broward County Board of County Commissioners
3/9/2015 2:27 PM
p. 1
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 2 of 48
Bid X1249133P1
Economic Impact Analysis for Port Everglades
Bid Number
X1249133P1
Bid Title
Economic Impact Analysis for Port Everglades
Bid Start Date
In Held
Bid End Date
May 4, 2015 5:00:00 PM EDT
Question &
Answer End Date
Apr 22, 2015 5:00:00 PM EDT
Bid Contact
Jeannette Ferrell
Purchasing
954-468-3517
[email protected]
Contract Duration
3 years
Contract Renewal
2 annual renewals
Prices Good for
Not Applicable
Bid Comments
Scope of Services: The Port Everglades Department seeks the Professional Services of a qualified Consultant
to develop both cargo and cruise economic maritime-specific impact model(s) to measure the local, regional
and state economic impacts generated by the maritime activity at the maritime container, break bulk, liquid
bulk and dry bulk cargo terminals as well as cruise terminals at Port Everglades. These model(s) will be
developed specifically for Port Everglades and will be commodity-type specific and designed to separately
identify four quantifiable impacts of jobs (direct/induced/indirect/related user), personal income, revenue and
taxes. The model(s) are to be used to test the sensitivity of impacts to changes in passenger and tonnage
levels, commodity mix, vessel calls, inland transportation modal mix, port and labor productivity, and new
construction and/or terminal expansion or improvement.
Question and Answers: The County is not obligated to respond to any questions received after listed deadline.
Vendors must submit questions through the Question and Answer Section (available in BidSync).
Item Response Form
Item
X1249133P1--01-01 - Consulting Services
Quantity
1 contract
Prices are not requested for this item.
Delivery Location
Broward County Board of County Commissioners
PRT014
PORT EVERGLADES
PORT DIRECTOR'S OFFICE
1850 ELLER DRIVE 6TH FLOOR
FORT LAUDERDALE FL 33316
Qty 1
Description
Price will not be considered in the final evaluation and rating of the qualified firms.
3/9/2015 2:27 PM
p. 2
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 3 of 48
SCOPE OF SERVICES
Economic Impact Analysis for Port Everglades
BACKGROUND SUMMARY
The Broward County Port Everglades Department located in the State of Florida, is a public agency
that creates jobs by advancing maritime trade and commerce, promoting industrial growth, and
stimulating economic development. Port Everglades is one of the top container, cruise, and petroleum
ports in North America, and one of 15 deepwater ports in the State of Florida. With its containerized
cargo, liquid and dry/neo-bulk commodities, and cruise activities, Port Everglades is one of the most
diversified ports in the State of Florida. In fiscal year 2014 the Port produced more than $153 million
of operating revenue from cruises, containerized cargoes, roll on/roll off (RO/RO), bulk, break-bulk,
liquid-bulk, heavy-lift cargoes, and other non-waterborne activities. Port Everglades encompasses
about 2,190 acres of land. Its facilities include petroleum pipelines and other petroleum-specific
facilities, cruise terminals, parking facilities, marine terminals, near-dock rail facility, handling
equipment, docks, commercial real estate properties, warehouses, including Foreign Trade Zone
(FTZ) No. 25 with both onsite and off-site sub-zones, and other amenities available to lease or
develop.
As an Enterprise Fund of Broward County (the “County”), Port Everglades Department’s policies are
set and/or approved by an elected nine-member Board of County Commissioners (BOCC). The
BOCC appoints a County Administrator who oversees the businesses of the County. The County
Administrator in turn appoints a Chief Executive/Port Director to negotiate business deals and manage
the Port’s day-to-day operations. The Port primarily operates as a “landlord Port”, with many of its
businesses being operated by private operators on long-term leases.
The Port Everglades Department seeks the Professional Services of a qualified Consultant to develop
both cargo and cruise economic maritime-specific impact model(s) to measure the local, regional and
state economic impacts generated by the maritime activity at the maritime container, break bulk, liquid
bulk and dry bulk cargo terminals as well as cruise terminals at Port Everglades. These model(s)
should be developed specifically for Port Everglades and should be commodity-type specific and
designed to separately identify four quantifiable impacts of jobs (direct/induced/indirect/related user),
personal income, revenue and taxes. The model(s) are to be used to test the sensitivity of impacts to
changes in passenger and tonnage levels, commodity mix, vessel calls, inland transportation modal
mix, port and labor productivity, and new construction and/or terminal expansion or improvement.
The Request for Proposal (RFP) response should describe the proposed methodology and approach
to be used for the economic impact model(s) and analyses to achieve the desired results of Port
Everglades and should address the tasks and deliverables in EXHIBIT-1. The RFP response should
also contain examples of how the consultant has worked with other ports or maritime-related
organizations to identify and use highly leveraged data and other variables to develop maritimespecific Economic Impact Model(s) and conduct local, regional, and state economic impacts analyses.
3/9/2015 2:27 PM
p. 3
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 4 of 48
SCOPE OF SERVICES
MEASURING THE ECONOMIC IMPACTS OF CARGO AND CRUISE ACTIVITY AT PORT
EVERGLADES
The selected firm will develop Maritime-specific Economic Impact Model(s) and conduct local,
regional, and state economic impacts analyses for the Port Everglades Department of Broward
County. The following tasks in EXHIBIT-1, detail the approach that may be taken to measure the
economic impacts generated by seaport activity at Port Everglades (Port).
The Model(s) and the economic impact analysis should analyze and document economic impacts
such as the direct, indirect and induced impacts of the Port in terms of jobs, business revenues, local
purchases, personal earnings and state and local taxes. The Model(s) and economic impact analysis
should also quantify the impacts associated with “users and related-users” of the Port’s facilities. Many
businesses may not be “dependent” upon Port Everglades but they are regular users of its facilities
and therefore accrue benefits because of the facilities. Likewise, many local businesses may not be
direct users of the Port’s facilities but are “dependent” on the Port’s operation, and therefore also
accrue benefits. The Model(s) and economic impact analysis should also be able to address the
quantity and quality of jobs supported by Port-related activities; and includes the economic sectors
and commodity groups for each of the activities.
The impacts should be presented for each of the five distinct economic sectors involved in port activity,
as listed in EXHIBIT-1, under Task-1. Additionally, the Port is expecting a breakdown of the impacts of
Cruise Activity at Port Everglades. The seaport economic model(s) should also be capable of showing
the geographic distribution of the impacts by Broward County cities, Broward County Commission
districts, and/or South Florida counties for the economic sectors.
The approach taken should be commodity-type specific and designed to isolate four quantifiable
impacts: jobs, personal income, revenue and taxes. The resulting seaport economic impact model(s)
should be used to test the sensitivity of impacts to changes in passenger and tonnage levels,
commodity mix, vessel calls, inland transportation modal mix, port and labor productivity, and new
construction and terminal expansion and/or improvements. The impacts should be terminal specific as
well as commodity. Also, the resulting model(s) should be so designed to be used to update the
impacts on a regular basis. To gather input data, the Consultant may use a combination of personal
interviews, telephone interviews, published state and county data, and econometric models developed
from local data that would result in the specific tasks and listed in EXHIBIT-1.
Utilizing the model(s) developed, the Consultant will prepare a comprehensive annual Port Everglades
Local and Regional Economic Impact Analysis Report by Fiscal Year. In addition, the Consultant will
utilize the model(s) developed to conduct cargo and/or cruise economic impact model runs for specific
individual projects as needed by the Port, which will be provided to the Port in the form of a written
report. In addition, on an As-Requested Basis by the Port, the Consultant is expected to be prepared
to carry out Optional Services noted in EXHIBIT-2, including a recalibration of the model(s).
3/9/2015 2:27 PM
p. 4
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 5 of 48
EXHIBIT-1
Tasks and Deliverables
The results of the Model(s)’ economic impact analysis will be used in a variety of ways to advance the
work of Port Everglades (Port). The results will serve as the foundation for communication with the
general public, media and elected officials about the critical role of Port Everglades to the local,
regional, and state’s trade economy. Additionally, this information will supplement business proposals,
grant and other funding requests, etc. As such, it is imperative that the methodology used to develop
the Model(s) and the resulting economic impact analysis be transparent, sound, and consistent with
the areas covered in past Port Everglades economic impact analyses. The methodology should also
be consistent with other methodology employed for economic impact analysis studies conducted
within the maritime sector. The Consultant will detail the steps to be taken in the method(s) developed,
and/or list justifiable data and data sources that will be used.
The RFP response should describe the proposed methodology and approach to be used for the
economic impact model(s) and analyses, acceptable to Port Everglades, and should address the
following tasks and deliverables:
TASKS
TASK 1:
DEFINE PORT PARTICIPANTS AND STUDY STRUCTURE
This is a crucial task, as it is necessary to rigidly define what is to be measured and to further identify
the interrelationships between the various impact sectors.
Subtask 1.1: Identify Port Participants
Waterborne cargoes handled at public and private terminals at the Port generate economic activity in
various business sectors of the local economy. Specifically, five distinct economic sectors are
involved in port activity. These are:
x
Surface Transportation Sector - This sector consists of the railroads and trucking firms that
move cargoes to and from the Port.
x
Maritime Service Sector - This sector includes those firms engaged in arranging marine
transportation, vessel operations and cargo handling; local service industries; and U.S. and
state government agencies.
x
Banks and Insurance Firms - This sector is not directly involved in cargo handling or vessel
operations, however, it does provide services such as financing export/import transactions and
insuring cargoes and ships (including cruise ships).
x
Shippers/Consignees - This sector includes those firms that ship or receive cargoes via Port
Everglades. For the purpose of the Economic Impact analysis, shippers/consignees will be
divided into two categories. The first category should consist of those users dependent upon
the Port and usually located within the Port's immediate hinterland. The second category of
shippers/consignees should consist of those Port users that could and do use competing ports.
For example, if the Port were not available, members of the first category would likely be driven
out of business in the near term, while members of the second category will shift to another
port.
3/9/2015 2:27 PM
p. 5
Broward County Board of
County Commissioners
x
Bid X1249133P1
Exhibit 1
Page 6 of 48
Port Everglades Department - This sector includes the employees of the Port Everglades
Department and contractors dedicated to seaport operations, the income received by these
employees and the revenue received by the Port from maritime operations.
Within each of the five economic sectors noted above, a list of relevant firms should be compiled from
Port’s records and the Port directory of services. These Port participants may represent the
population from which the majority of data required for the impact analysis will be extracted.
Subtask 1.2: Identify Major Commodity Groups
Since the impacts could be commodity-type specific, the major commodity groups to be used in the
analysis will be identified and agreed upon with Port Everglades Department. Commodities normally
reflect the method of handling, which could have a significant effect on the economic impacts
generated. The commodities/commodity handling types should include but not limited to such
commodities as:
x
x
x
x
x
x
x
x
Containerized cargo (including dry and refrigerated containers)
Breakbulk cargo:
i Steel rebar;
i Coils;
i Lumber;
i Vehicles and yachts; and
i Miscellaneous breakbulk;
Aggregates;
Cement;
Gypsum;
Other dry bulk cargo;
Petroleum; and
Other liquid bulk cargo.
Having identified the Port’s participants and the commodity-group categories, as agreed to by the Port,
the input data to be collected for the economic impact analysis, are described in Task 2, below.
TASK 2:
COLLECT DATA
In this task, data required to estimate the impacts may be collected through a combination of personal
and telephone interviews; the use of port-specific data regarding surface transportation patterns,
service and commodity origins/destinations (O/Ds) and the use of state and county specific data
published by the U.S. Bureau of Census (i.e., County Business Patterns, Census of Service Industries,
Census of Retail Trade, Census of Wholesale Trade, Census of Construction, etc.). Additional data
sources and/or collect methods may also be identified and proposed; subject to acceptance by the
Port.
TASK 3:
ESTIMATE DIRECT JOB IMPACTS
Four types of employment impacts will be generated by the Models:
¾ Direct Jobs - the jobs directly dependent upon the shipment and receipt of cargo via Port
Everglades (These are jobs that would cease if the Port were to close). The jobs included are with
cargo operations, surface transportation operations, cruise operations, shipyard and repair
3/9/2015 2:27 PM
p. 6
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 7 of 48
operations, exporters and importers directly dependent upon the shipment and receipt of cargo via
the Port.
¾ Induced Jobs - the jobs generated in Broward County due to the in-state purchases of goods and
services by those directly employed in port-related activity.
¾ Indirect Jobs - the jobs generated due to the local purchases by directly dependent firms.
¾ Related User Jobs - the jobs with shippers/consignees using Port Everglades. These jobs are not
completely dependent upon the Port.
In this task, the direct job impacts should be estimated separately for each of the following economic
impact sectors:
x
x
x
x
x
Surface Transportation;
Maritime Services;
Banking and Insurance;
Shippers and Consignees; and
Port Department.
Direct jobs may be estimated on the basis of interview results. Jobs dependent on port-specific
tonnage (by major commodity group) and vessel calls (associated with major commodities) may be
estimated using labor productivity and ship call data collected during the interviews. The direct job
impact should be estimated on a county, city-specific and Broward County Commission District basis,
based on the location of employees' residences (zip codes), as identified through interviews,
International Longshoremen's Association (ILA), Teamsters, and non-Union records, and port records.
The methodology that may be used to measure jobs for each sector is described in the following
subtasks. Additional methodology may also be identified and proposed; subject to acceptance by the
Port:
Subtask 3.1: Estimate Surface Transportation Sector Direct Job Impacts
The surface transportation sector may consist of railroads and trucking firms moving cargo to and from
Port Everglades:
x
x
Railroad Employment Impact; and
Truck Employment Impact.
Subtask 3.2: Estimate Maritime Service Sector Direct Job Impacts
The Model(s) developed should be used to estimate commodity-specific job impacts from the
categories listed below: The job impacts in this category may be obtained directly from interviews,
supplemented, as necessary, by published local data.
x
x
x
x
x
x
Terminal, Crane Operation, and other Longshore jobs (both ILA, Teamsters, and non-Union);
Pilots;
Towing/barge operators;
Marine terminal construction;
Warehousing and Cargo Screening Facility (CFS) operations;
Crane and other heavy equipment rental services; and
3/9/2015 2:27 PM
p. 7
Broward County Board of
County Commissioners
x
Bid X1249133P1
Exhibit 1
Page 8 of 48
Other maritime service sector (this category include security, agents, freight forwarders, nonvessel operating common carriers (NVOCC), surveyors, customhouse brokers, container repair
and leasing, chandlers, bunkering firms, barge operators, etc.)
Subtask 3.3: Estimate Banking and Insurance Sector Job Impacts
The jobs generated by port cargo activity in the banking and insurance sector may be estimated
directly from interview results. The Consultant’s proposal should specify how the jobs will be allocated
and analyzed.
The jobs generated by port activity in the banking and insurance sector related to vessel or equipment
purchase and/or leasing may also be estimated directly from interview results. Where possible, the
jobs may be allocated to specific commodities such as container leases to containerized cargo.
Subtask 3.4: Estimate Shipper/Consignee Job Impacts
Two types of shippers/consignees are associated with port activity. The first type consists of users
totally dependent upon Port Everglades. It is this category of shippers/consignees that is of interest in
estimating employment impacts. The jobs in these firms that are totally dependent upon port activity
should be estimated based on the responses to the interviews. These port dependent exporters and
importers should be identified from Port Everglades marketing officials, industry-specific data, as well
as interviews with the terminal operators. The Consultant’s model(s) are to profile all aspects of the
dependent exporters and importers and document the impact of the value of the cargo moving via the
Port on employment by these dependent port users. Local purchases from the economy to support
the import and export operations should also be identified and used to estimate indirect jobs with port
dependent exporters and importers. Based on the interviews, the Consultant is to develop industry
production economic value, by type of industry.
For imported cargo used by local industry, the Consultant may use a similar method -- develop
production functions for the consuming industry that will translate imported cargo over Port Everglades
into direct jobs, at each stage of the import process.
The production function data may be developed from survey data as well as data from the U.S.
Bureau of Economic Analysis Regional Input-Output Modeling System; or via other justifiable
source(s)/method(s) developed by the Consultant and approved by the Port.
The second type of shippers/consignees consists of users of the Port who are not totally dependent
upon the Port. These should be included with related-user jobs, as described in Task 8.
Subtask 3.5: Estimate Port Everglades Department Job Impacts
Jobs within the Port Everglades Department dedicated to seaport operations are to be estimated
directly from Port records, and include the following:
x
x
x
Broward County payroll records of Port Everglades Department employees and the budgeted
salaries of all approved but vacant positions in the Port’s complement;
Broward County payroll records of employees of County departments which are set up solely
to provide support for Port Everglades onsite such as the Seaport Engineering and
Construction Division, Purchasing, Human Resources and County Attorney sections and
include the budgeted salaries of all approved but vacant positions in their complements;
Pro rata impact of Broward County allocated support services such as accounting, payroll,
computer support and services, and purchasing; and
3/9/2015 2:27 PM
p. 8
Broward County Board of
County Commissioners
x
Bid X1249133P1
Exhibit 1
Page 9 of 48
The number of contract employees working under agreements with Port Everglades for
activities such as crane maintenance, parking, ID office, security, and fire safety (with salaries
based in contract rates).
Subtask 3.6: Estimate the Geographic Scope of the Impacts
The direct job impacts are to be estimated at a Broward County Commission district, city and county
level of detail. The specific Broward County Commission districts and cities for which the impacts are
to be estimated will be provided by Port Everglades. The city, county and state specific impacts
should be based on the residency of the direct employees (including Port contract employees), as
determined through the surveys and ILA, Teamsters, and/or non-Union records.
TASK 4:
ESTIMATE INCOME IMPACTS
For participants in each of the five economic impact sectors, the average annual earnings per person
should be estimated from the questionnaire results or from secondary research data. The family wage
jobs should be identified based on the income impact, by job category, commodity, and line of
business.
To estimate the effect of the re-spending of port-generated income throughout Broward County, a
regional income multiplier may be applied. The appropriate state income multiplier may be obtained.
The re-spending effect may then be used to estimate induced jobs, as described in the following Task
5.
TASK 5:
ESTIMATE INDUCED AND INDIRECT IMPACTS
The induced and indirect models developed in the seaport analysis should also be used in the other
impact models. Each is described in the following two subtasks:
Subtask 5.1: Induced Impacts
In this task, the Consultant should isolate that fraction of the personal income impact used by
individuals to purchase goods and services produced in the local and regional economy and the
resulting induced employment generated by Broward County residents.
It is important to emphasize that these jobs are generated due to the purchases by individuals
employed due to port activity, not by firms supplying services at the Port.
Subtask 5.2: Indirect Impacts
The Consultant is to indicate what method or means will be used to develop this estimate. Indirect
impacts are to be estimated for Broward County, as well as the state of Florida.
TASK 6:
ESTIMATE BUSINESS REVENUE IMPACTS
The revenue or output impacts, as measured by the level of gross sales generated by maritime activity
at Port Everglades, are to be estimated for each of the five economic sectors and allocated by
commodity where possible.
3/9/2015 2:27 PM
p. 9
Broward County Board of
County Commissioners
TASK 7:
Bid X1249133P1
Exhibit 1
Page 10 of 48
ESTIMATE STATE & LOCAL TAX IMPACTS
State and local tax impacts, as well as state and local tax burdens, are to be estimated. These may be
done by using tax data from the State; and/or from the Tax Foundation; or via a justifiable
source(s)/method(s) developed by the Consultant.
TASK 8:
RELATED USERS
Related impacts with users of the public and private port facilities may be estimated by determining the
key local shippers/consignees using Port Everglades marine terminals; or via a justifiable method
developed by the Consultant. The Consultant will detail the steps to be taken in the method
developed, and/or justifiable data sources that will be used.
For imported cargo, the Consultant is to also determine whether the cargo is a raw material or
consumer good. For cargo that is a raw material or primary input into a local industrial user, the
Consultant will develop output to dollar value of input ratios for each user industry. The Consultant is
to estimate output, personal income and taxes in state for the related users. The Consultant will detail
the steps to be taken in the method developed, and/or justifiable data and sources that will be used.
TASK 9:
PREPARE SEAPORT CARGO IMPACT MODEL
The Consultant will be prepared to carry out this task as described in DELIVERABLE 1 below.
The Seaport Economic Impact Model(s) should enable the Consultant to evaluate the specific
economic impacts associated with alternative terminal development, i.e., new breakbulk terminal vs.
container terminal, vs. a dry bulk facility.
Subtask 9.1: Develop Seaport Cargo Model(s) to Estimate the Potential Economic Impacts
of New Cargo Service(s) at Port Everglades.
The Seaport Economic Impact Model(s) should enable the Consultant to evaluate the specific
economic impacts associated with new cargo service(s) at Port Everglades.
TASK 10:
ESTIMATE THE ECONOMIC IMPACTS OF CURRENT PASSENGER SERVICE AND
DEVELOP A MODEL TO ESTIMATE THE POTENTIAL IMPACTS OF NEW CRUISE
SERVICE AT PORT EVERGLADES
The Consultant will be prepared to carry out this task as described in DELIVERABLE 1 below.
In this task, the Consultant, via the developed Model(s), should evaluate current impacts generated by
passenger activity at Port Everglades, as well as develop a cruise passenger model by which the Port
can estimate the impacts associated with potential cruise services calling the Port.
Passenger activity at Port Everglades affects three sectors of the local and regional economy. These
sectors are the:
x
x
x
Maritime Service Sector;
Air Transportation Sector; and
Visitor Industry Sector.
3/9/2015 2:27 PM
p. 10
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 11 of 48
The maritime service sector includes those firms that provide services to the cruise vessels while in
port, such as:
x
x
x
x
x
x
x
x
x
Chandlers and other local retailers and wholesalers that provide ship stores and provisions to
be used by passengers and crew;
Towing services that assist vessels in docking and undocking;
Pilots;
ILA members involved in loading ship supplies and baggage handling;
U. S. Customs and Border Protection (CBP);
Security;
Bunkering firms that provide fuel to the vessels;
Shore excursion companies and other charters; and
Vessel crew stationed in Fort Lauderdale.
The air transportation sector includes both public and private organizations support from airlines to
terminal operation. This category includes:
x
x
x
x
x
x
x
Domestic and international air carriers and their staff;
Fixed base operators (including ramp and baggage handling, aircraft maintenance and fueling);
Airport concession/retail operators;
Airport Service providers;
Government agencies including the Federal Aviation Administration (FAA), U. S. Customs and
Border Protection, Transportation Security Administration (TSA), and other security personnel;
Aviation Department staff and operations; and
Ground transportation (including airport to seaport transport).
The visitor industry sector consists of firms providing services to the passengers and crew of the
current and potential cruise and passenger services. Included in this category are:
x
x
x
x
x
x
Hotels and motels;
Restaurants/bars;
Water Taxi;
Retail goods;
Entertainment establishments such as movies, bowling, amusements, etc.; and
Rental cars, limos, and cabs.
Subtask 10.1: Estimate Maritime Service Sector Direct Impacts
Firms in this sector are to be identified from the Port Services Directory, Port Everglades staff and the
local chamber of commerce. Telephone interviews may be conducted with all firms identified to
determine:
x
x
x
x
x
Number of full-time equivalent jobs dedicated to servicing passenger vessels now calling Port
Everglades (including security);
Average annual salary;
Annual revenue received from the passenger vessel activity;
Employee residence by Broward County cities, Broward County Commission districts, and/or
South Florida counties; and
Local purchases of supplies.
3/9/2015 2:27 PM
p. 11
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 12 of 48
Telephone interviews may also be conducted with the cruise lines now calling Port Everglades as a
point of embarkation. The purpose of these interviews should be to determine the amount of
purchases, by type, made or potentially made by each vessel call; as well as the amount and types of
services procured or potentially procured by each ship call. Types of vessel purchases/services may
include:
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
Ship stores;
Bunkers;
Water;
Liquor;
Flowers;
Pilots;
Tugs;
Entertainment;
Fumigation & Quarantines;
Travel Agencies;
Equipment Rental;
Local advertising;
Linehandling;
Stevordoring and Other Porter Services;
Retail items;
Maintenance and repair;
Trash disposal;
Laundry;
Crew allowance; and
Wharfage and dockage.
Other areas of interest during the interviews with passenger services now calling Port Everglades may
include the residency of the employees, average salary and operating revenue, and taxes paid to the
State of Florida.
The results of these interviews should be used to develop a typical ship disbursement account profile.
Associated with each vessel expenditure category will be jobs to sales ratios, as developed from the
interviews with the local firms supplying the goods and services to the vessels. An estimate of the
total direct job impacts in the maritime service sector will then be developed. This estimate should be
compared with the number of direct jobs, by type of firm, developed from the interviews with the local
firms in the maritime service sector. The Consultant will detail the steps to be taken and the method
that will be used, including justifiable data sources that will be used to determine this estimate.
The revenue impacts will be estimated directly from the expenditure profiles. Direct income will be
estimated from the average annual salaries developed by type of firm, from the interviews.
Subtask 10.2: Estimate Direct Visitor Industry Impacts
The jobs generated in the Visitor Industry/Tourism Sector (for example, hotels, restaurants, etc.)
should be estimated and may be done by using typical passenger expenditure profiles. The passenger
expenditure profiles will be identified from interviews with current cruise lines. Of particular interest will
be the total number of passengers per vessel call, and the estimated percent of those passengers that
will likely stay in local hotels prior to the cruise. The Consultant will detail the steps to be taken and the
3/9/2015 2:27 PM
p. 12
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 13 of 48
method(s) that will be used, including justifiable data and data sources that will be used to determine
this estimate.
Subtask 10.3: Develop a Computer Model Framework for Cruise Service Sensitivity Analysis
A spreadsheet framework will be developed that can be used to assess the impacts of changes in
such factors as:
x
x
x
x
x
x
Number of cruise vessel calls;
Passenger levels;
Passenger characteristics:
- Local expenditures;
- Local residents versus tourists;
- Length of time and where stayed before embarkation and after disembarking;
Different types of cruise service, including:
- Panama Canal Cruises;
- Gulf of Mexico Cruises;
- Caribbean Cruises;
- South American Cruises;
- Bahamas and other Ferry Services
Number of crew; and
Size of vessel.
TASK 11:
COMPLETION OF ANNUAL COMPREHENSIVE LOCAL AND REGIONAL
ECONOMIC IMPACT REPORT FOR PORT EVERGLADES BY FISCAL YEAR (FY)
The Consultant will be prepared to carry out this task as described in DELIVERABLE 2 below.
TASK 12:
PORT SUPPORT – INDIVIDUAL CARGO AND CRUISE PROJECT MODEL RUNS;
AND ANNUAL UPDATE/REVIEW
The Consultant will be prepared to provide the following:
Subtask 12.1: Prepare Individual Cargo and Cruise Project Model Runs
The Consultant will be prepared to carry out this task as described in DELIVERABLE 3 below.
On an As-Requested Basis by the Port, the Consultant will conduct individual model runs (analysis) for
any individual cargo or cruise related project to determine the estimated economic impacts of such
project and provide written report of the results. This will be done within three (3) business days of
such request by the Port for thirty-six (36) months from the date of execution of the Agreement, and for
any renewal terms.
Subtask 12.2: Conduct Annual Update/Review
The Consultant will be prepared to carry out this task as described in DELIVERABLE 1 below.
For three (3) fiscal years after setup of the model(s), the Consultant will provide an annual update and
review of the model(s) after receipt of required Port and industry-specific data.
3/9/2015 2:27 PM
p. 13
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 14 of 48
DELIVERABLES
DELIVERABLE 1:
DEVELOP SEAPORT CARGO AND CRUISE ECONOMIC IMPACT MODEL(S)
x
The Consultant will develop the cargo and cruise economic impact model(s), to be approved by
Port Everglades, by conducting interviews and administering a survey with the firms providing
service to the cargo and vessels handled at the Port’s cargo and cruise terminals. The data
collected during this process may be used to develop operational models of the terminals at
the port.
x
The Consultant will provide an annual update and review of the Model(s) after obtaining Port
and industry-specific data.
DELIVERABLE 2:
COMPLETION OF ANNUAL COMPREHENSIVE LOCAL AND REGIONAL
ECONOMIC IMPACT REPORT OF PORT EVERGLADES FOR FISCAL YEARS
(FY) 14/15; FY15/16 & FY 16/17
The Consultant will prepare a Comprehensive Report titled “The Local and Regional Economic
Impacts of Port Everglades” on an annual basis, by Fiscal Year, using the previously developed
economic impact model(s) to measure local, regional and state economic impacts generated by
maritime activity at Port Everglades.
x
The consultant will provide the report for each Fiscal Year as specified in an NTP to be issued
by the Port. The report will contain:
o
o
An Executive Summary: Summarizing key findings in the report and compelling
statistics grounded in context, comparisons, and clear methodology.
A Comprehensive Report: Providing citations of studies/information used to compile
the report, methodology used to determine the findings, explanation of defensibility of
the models/methodology used, and data results both in numeric (including appropriately
titled tables, etc.) and analytical format. The Report will be compiled into two sections,
with each section documenting the Port’s local, regional, and State economic impacts
of its cargo-related operation and its cruise operations. The Report will also contain
relevant comparison tables and analysis of the previous year’s performances/economic
impacts relative to current findings.
x
The Consultant will provide draft version(s) of the report for review/comment by Port. The
Consultant will provide a Port Comments/Response matrix for the report and conduct
teleconference with Port staff to review and discuss this matrix to clarify any remaining issues.
After which, the consultant will finalize the report and submit as required under this Deliverable
2.
x
The Report will include, but not limited to, the contents of EXHIBIT-1
DELIVERABLE 3: CARGO AND CRUISE ECONOMIC IMPACT MODEL RUNS FOR INDIVIDUAL
PORT PROJECTS
The Consultant will run estimated economic impacts for any individual Port project within three (3)
business days of such request by the Port and provide written report of the results, using a
combination of analytical text and numeric format (including appropriately titled tables, etc.). The result
3/9/2015 2:27 PM
p. 14
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 15 of 48
of the individual Model-runs for specific project should also address the quantity and types of jobs
supported by the specific project/port-related activity; and include the overall local, regional, and state
impacts for such project or port-related activity. These services will begin on the date of execution of
Agreement and extend thirty six (36) months from that date, and for any renewal terms.
PROJECTED SCHEDULE AND DELIVERABLES
The projected schedule noted below is subject to final Contract Negotiation
DELIVERABLES
DELIVERABLE 1:
DEVELOP CARGO
MODELS.
SCHEDULE
90 Calendar Days from NTP
AND
CRUISE
ECONOMIC
IMPACT
DELIVERABLE 2:
30 Calendar Days from NTP
COMPLETION OF ANNUAL COMPREHENSIVE LOCAL AND
REGIONAL ECONOMIC IMPACT REPORT OF PORT
EVERGLADES FOR 14/15; FY15/16 & FY 16/17
DELIVERABLE 3:
Within Three (3) Business
CARGO AND CRUISE ECONOMIC IMPACT MODEL RUNS FOR Days Of Request
INDIVIDUAL PORT PROJECTS.
(For 36 Months and for any
renewal terms)
OPTIONAL SERVICES:
As Needed and Requested
The Consultant will provide to Port additional Optional Services on By Port – Prior to Contract
an As-Requested basis by the Port. These services include, but Final Completion
not limited to, those listed in EXHIBIT-2.
3/9/2015 2:27 PM
p. 15
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 16 of 48
EXHIBIT-2
OPTIONAL SERVICES
PORT EVERGLADES ECONOMIC IMPACT MODELS AND ANALYSIS
The Consultant will be prepared to provide to Port additional Optional Services on an As-Requested
basis by the Port. These services may include the following:
x
x
x
x
x
x
x
x
x
x
x
x
x
x
Deep Draft Navigation Project Analyses
Maritime Market Analyses
Capital Projects Economic and Financial Feasibility Analyses
Ocean Carrier Cost Analyses
Commodity Flow Analyses and Forecasting
Logistics Cost Analyses
Intermodal Analyses
Cost/Benefit Analysis
Financial/Strategic Assessment of New Vessel Services
Competitive Market/Cost Analyses
Strategic Pricing Analyses
Real Estate Impact Analyses
Revenue Modeling and Lease Structure Analyses
Recalibration of Seaport Economic Impact Model(s)
3/9/2015 2:27 PM
p. 16
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 17 of 48
Standard Instructions for Vendors
Request for Letters of Interest, Request for Proposals, or Request for Qualifications
Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or
failure to comply with instructions may lead to a Vendor’s submittal being rejected.
A. Responsiveness Criteria:
In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder
[Vendor] means a person who has submitted a proposal which conforms in all material respects to
a solicitation. The solicitation submittal of a responsive Vendor 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 Vendor is non-responsive by the Director of Purchasing. The Selection or
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.
Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for
Additional Responsiveness Criteria requirement(s).
1. Lobbyist Registration Requirement Certification
Refer to Lobbyist Registration Requirement Certification . The completed form should
be submitted with the solicitation response but must be submitted within three business days
of County’s request. Vendor may be deemed non-responsive for failure to fully comply within
stated timeframes.
2. Addenda
The County reserves the right to amend this solicitation prior to the due date. Any change(s)
to this solicitation will be conveyed through the written addenda process. Only written
addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and
submit required information, forms, or acknowledge addendum, as instructed therein. It is the
responsibility of all potential Vendors to monitor the solicitation for any changing information,
prior to submitting their response.
B. Responsibility Criteria:
Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County
Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to
perform the contract requirements, and the integrity and reliability which will assure good faith
performance.
The Selection or Evaluation Committee will recommend to the awarding authority a determination of
a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is
not responsible to receive a particular award.
Failure to provide any of this required information and in the manner required may result in a
recommendation by the Director of Purchasing that the Vendor is non-responsible.
3/9/2015 2:27 PM
p. 17
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Below are standard responsibility criteria; refer to Special Instructions to Vendors, for AdditionalPage 18 of 48
Responsibility Criteria requirement(s).
1. Litigation History
a. 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.
b. For each material case, the Vendor is required to provide all information identified on the
Litigation History Form.
c.
The County will consider a Vendor's litigation history information in its review and
determination of responsibility.
d. If the Vendor is a joint venture, the information provided should encompass the joint venture
and each of the entities forming the joint venture.
e. 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.
f. 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.
2. Financial Information
a. All Vendors are required to provide the Vendor's financial statements at the time of submittal
in order to demonstrate the Vendor's financial capabilities.
b. Each Vendor shall submit its most recent two years of financial statements for review. The
financial statements are not required to be audited financial statements. The annual financial
statements will be in the form of:
i.
ii.
iii.
Balance sheets, income statements and annual reports; or
Tax returns; or
SEC filings.
c. If a Vendor has been in business for less than the number of years of required financial
statements, then the Vendor must disclose all years that the Vendor has been in business,
including any partial year-to-date financial statements.
d. The County may consider the unavailability of the most recent year’s financial statements and
whether the Vendor acted in good faith in disclosing the financial documents in its
evaluation.
e. Any claim of confidentiality on financial statements should be asserted at the time of
submittal. Refer to Standard Instructions to Vendors, Public Records and Exemptions
and to Submission of Sealed Submittals for instructions on submitting confidential financial
statements. The Vendor’s failure to provide the information as instructed may lead to the
information becoming public.
f. 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 (Public Record
3/9/2015 2:27 PM
p. 18
Broward County Board of
Bid X1249133P1
County Commissioners
Exhibit 1
p
q
(
and Exemptions section) may result in a recommendation of non-responsiveness by thePage 19 of 48
Director of Purchasing.
3. Authority to Conduct Business in Florida
a. A Vendor must have the authority to transact business in the State of Florida and be in good
standing with the Florida Secretary of State. For further information, contact the Florida
Department of State, Division of Corporations.
b. The County will review the Vendor’s business status based on the information provided in
response to this solicitation.
c. It is the Vendor’s responsibility to comply with all state and local business requirements.
d. Vendor should list its active Florida Department of State Division of Corporations Document
Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question
No. 10.
e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the
authority to transact business in the State of Florida or show evidence of application for the
authority to transact business in the State of Florida, upon request of the County.
f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a
submission to this solicitation may be deemed non-responsible.
g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in
good standing throughout the contractual period of performance.
C. Additional Information and Certifications
The following forms and supporting information (if applicable) should be returned with Vendor’s
submittal. If not provided with submittal, the Vendor must submit within three business days of
County’s request. Failure to timely submit may affect Vendor’s evaluation.
1. Vendor Questionnaire
Vendor is required to submit detailed information on their firm. Refer to the Vendor
Questionnaire and submit as instructed.
2. Standard Certifications
Vendor is required to certify to the below requirements. Refer to the Standard Certifications
and submit as instructed.
a.
b.
c.
d.
e.
Cone of Silence Requirement Certification
Drug-Free Workplace Certification
Non-Collusion Certification
Public Entities Crimes Certification
Scrutinized Companies List Certification
3. Subcontractors/Subconsultants/Suppliers Requirement
The Vendor shall submit a listing of all subcontractors and major material suppliers, if any,
and the portion of the contract they will perform. Vendors must follow the instructions
included on the Subcontractors/Subconsultants/Suppliers Requirement Form and
submit as instructed.
D. Standard Agreement Language Requirements
3/9/2015 2:27 PM
p. 19
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
1. The acceptance of or any exceptions taken to the terms and conditions of the County ’sPage 20 of 48
Agreement shall be considered a part of a Vendor’s submittal and will be considered by the
Selection or Evaluation Committee.
2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special
Instructions to Vendors.
3. Vendors are required to review the applicable terms and conditions and submit the Agreement
Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall
be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as
disclosed in the solicitation.
4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it
is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying
a section or article number is not sufficient to state an exception. Provide either a redlined
version of the specific change(s) or specific proposed alternative language. Additionally, a brief
justification specifically addressing each provision to which an exception is taken should be
provided.
5. Submission of any exceptions to the Agreement does not denote acceptance by the County.
Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably
by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a
Vendor’s submittal.
E. Insurance Requirements
The Insurance Requirement Form 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 Vendor currently carries the insurance or to
submit a letter from the carrier indicating it can provide insurance coverages.
F. Evaluation Criteria
1. Vendors are evaluated as per the Evaluation Criteria. The County reserves the right to obtain
additional information from Vendors.
2. Vendors have a continuing obligation to provide the County with any material changes to the
information requested.
3. For Request for Proposals, points for each Evaluation Criteria is identified in the solicitation;
available points totals to 100 points.
4. For Request for Proposals that include a request for pricing, the total points awarded for price is
determined by applying the following formula:
(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price
Score
5. Prices may be negotiated in the best interest of the County after the scoring is completed.
G. Demonstrations
If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to
demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a
description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard
3/9/2015 2:27 PM
p. 20
Broward County Board of
Bid X1249133P1
County Commissioners
Exhibit 1
p
g
py
(
copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at thePage 21 of 48
demonstration meeting to retain in the Purchasing files.
H. Presentations
If applicable, as indicated in Special Instructions to Vendors, all Vendors that are found to be both
responsive and responsible to the requirements of the solicitation will have an opportunity to make
an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this
project and the Vendor’s ability to perform. The committee may provide a list of subject matter for
the discussion. All Vendor’s will have equal time to present but the question-and-answer time may
vary.
I. Public Art and Design Program
If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,
Broward County Code of Ordinances, applies to this project. It is the intent of the County to
functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts
into this improvement project. The Vendor 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.
J. Committee Appointment
The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation
Committee appointment and for County Commissioners and Commission staff at the time of the
Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation
Committee. The committee members appointed for this solicitation are available on the Purchasing
Division’s website under Committee Appointment.
K. Committee Questions, Request for Clarifications, Additional Information
At any committee meeting, the Selection or Evaluation Committee members may ask questions,
request clarification, or require additional information of any Vendor’s submittal or proposal. It is not
mandatory for Vendors to attend committee meetings; however it is highly recommended Vendors
attend to answer any committee questions (if requested) including a representative of the Vendor
that has the authority to bind.
Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the
Purchasing Agent prior to the meeting, a conference call number will be made available for Vendors
to participate via teleconference. Only Vendors that are found to be both responsive and responsible
to the requirements of the solicitation are requested to participate in a final (or presentation)
Selection or Evaluation committee meeting.
L. Vendor Questions
Any questions concerning the instructions, specifications, or requirements of this solicitation shall be
directed in writing to the Purchasing Division by the deadline listed in the solicitation. Vendors should
submit questions regarding this solicitation through the “Q&A” section on BidSync. Questions will be
routed to the Purchasing Agent for review; answers will be posted through BidSync or through an
addendum issued through BidSync. No interpretation(s) shall be considered binding unless provided
to all Vendors in writing.
M. Public Records and Exemptions
1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all
response submittals become "public records" and shall be subject to public disclosure
3/9/2015 2:27 PM
p. 21
Broward County Board of
County Commissioners
p
p
consistent with Chapter 119, Florida Statutes.
Bid X1249133P1
j
p
Exhibit 1
Page 22 of 48
2. Any Vendor 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 document labeled
"Name of Vendor, Attachment to Proposal Package, Solicitation No. # - Confidential Matter."
The Vendor must identify the specific statute and subsection that authorizes the exemption
from the Public Records law. CD/DVD discs or flash drives included in the submittal must
also comply with this requirement and separate any files claimed to be confidential.
3. 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 Vendor is nonresponsive.
4. Except for the materials submitted in compliance with the forgoing, any claim of confidentiality
on materials that the Vendor asserts to be exempt and placed elsewhere in the submittal will
be considered waived by the Vendor.
5. Submitting confidential material may impact full discussion of your submittal by the Selection
or Evaluation Committee because the Committee will be unable to talk about the details of
the confidential material(s) at the public Sunshine meeting.
N. Copyrighted Materials
Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes.
Copyrighted 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. Therefore, such material will be subject to viewing by the public, but copies of the material
will not be provided to the public.
O. State and Local Preferences
If 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 Local Preference Ordinance
and Broward County Procurement Code will not be applied in the procurement process.
P. Local Preference
Except where otherwise prohibited by federal or state law or other funding source restrictions, a
local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the
preference area will become the Vendor with whom the County will proceed with negotiations for a
final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further
information.
Q. Tiebreaker Criteria
In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria
shall be applied based upon the information provided in the Vendor's response to the solicitation. In
order to receive credit for any tiebreaker criterion, complete and accurate information must be
contained in the Vendor’s submittal.
1. Local Vendor Certification Form (Preference and Tiebreaker);
2. Domestic Partnership Act Certification (Requirement and Tiebreaker);
3. Tiebreaker Criteria Form: Volume of Work Over Five Years
R. Posting of Solicitation Results and Recommendations
3/9/2015 2:27 PM
p. 22
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
The Broward County Purchasing Division's website is the location for the County's posting of allPage 23 of 48
solicitations and contract award results. It is the obligation of each Vendor to monitor the website in
order to obtain complete and timely information.
S. Review and Evaluation of Responses
A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s).
The process for this procurement may proceed in the following manner:
1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for
the committee members. Agency staff prepares a report, including a matrix of responses
submitted by the Vendors. This may include a technical review, if applicable.
2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information
and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s
responsiveness to the requirements of the solicitation. The final determination of responsiveness
rests solely on the decision of the committee.
3. At any time prior to award, the awarding authority may find that a Vendor 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
Vendor has breached or failed to perform a contract, claims history of the Vendor, 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 Vendor.
T. Vendor Protest
Sections 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:
1. Any protest concerning the solicitation or other solicitation specifications or requirements
must be made and received by the County within seven 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.
2. Any protest concerning a solicitation or proposed award above the award authority of the
Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and
received by the Director of Purchasing within five business days from the posting of the
recommendation of award on the Purchasing Division's website.
3. Any actual or prospective Vendor 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.
4. 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
proposed contract award shall be a waiver of the Vendor's right to protest.
5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be
limited to protests based upon the alleged deviations from established committee
3/9/2015 2:27 PM
p. 23
Broward County Board of
Bid X1249133P1
County Commissioners
Exhibit 1
p
p
g
procedures set forth in the Broward County Procurement Code and existing written Page 24 of 48
guidelines. Any allegations of misconduct or misrepresentation on the part of a competing
Vendor shall not be considered a protest.
6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a
nonrefundable filing fee in accordance with the table below.
Estimated Contract Amount
$30,000 - $250,000
$250,001 - $500,000
$500,001 - $5 million
Over $5 million
Filing Fee
$ 500
$1,000
$3,000
$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.
U. Right of Appeal
Pursuant to Section 21.83.d 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 Selection or
Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to
Section 21.120 of the Broward County Procurement Code.
1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar
days of the determination by the Selection or Evaluation Committee to be deemed timely.
2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a
Vendor having standing to protest and must comply with all other requirements of this
section.
3. 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.
V. Rejection of Responses
The Selection or Evaluation Committee may recommend rejecting all submittals as 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.
W. Negotiations
The County intends to conduct the first negotiation meeting no later than two weeks after approval of
the final ranking as recommended by the Selection or Evaluation Committee. At least one of the
representatives for the Vendor participating in negotiations with the County must be authorized to
bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe
(notification will be provided to the Vendor) an impasse will be declared and negotiations with the
first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such
time that all requirements of Broward County Procurement Code have been met.
3/9/2015 2:27 PM
p. 24
Exhibit 1
Page 25 of 48
Special Instructions to Vendors
Solicitation Name: Economic Impact Analysis for Port Everglades
Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or
failure to comply with instructions may lead to a Vendor’s submittal being rejected.
A. Additional Responsiveness Criteria:
In addition to the requirements set forth in the Standard Instructions to Vendors, the following
criteria shall also be evaluated in making a determination of responsiveness:
1. Domestic Partnership Act Requirement:
This solicitation requires that the Vendor comply with Domestic Partnership Act unless it is
exempt from the requirement per Ordinance. Vendors must follow the instructions included
in the Domestic Partnership Act Certification Form (Requirement and Tiebreaker) and
submit as instructed.
B. Standard Agreement Language Requirements:
The applicable Agreement terms and conditions for this solicitation can be located at:
http://www.broward.org/Purchasing/Documents/bcf101.pdf
Refer to Standard Instructions for Vendors and the requirements to review the applicable
terms and conditions (and submission of the Agreement Exception Form).
C. Demonstrations:
Not applicable to this solicitation.
D. Presentations:
Applies to this solicitation. Refer to Standard Instructions to Vendors for additional information
and requirements.
E. Public Art and Design Program:
Not applicable to this solicitation.
F. Procurement Authority:
Pursuant to Section 21.32, Competitive Sealed Proposals, of the Broward County Procurement
Code.
G. Project Funding Source - this project is funded in whole or in part by:
County Funds
H. Projected Schedule:
Initial Shortlisting or Evaluation Meeting (Sunshine Meeting):
Final Evaluation Meeting (Sunshine Meeting):
Check this website for any changes to the above tentative schedule for Sunshine Meetings:
http://www.broward.org/Commission/Pages/SunshineMeetings.aspx.
Broward County Board of
County Commissioners
I.
Bid X1249133P1
Exhibit 1
Page 26 of 48
Project Manager Information:
Project Manager: Arlene Davis, AICP, Senior Seaport Planner
Email: [email protected]
Vendors are required to submit questions regarding this solicitation through the “Q&A” section
on BidSync. Answers will be posted through BidSync.
J. Submittal Instructions:
1. Vendor should submit five (5) total printed copies (hard copies) of its response and eight (8)
CDs or flash drives of its response. Submittals should be clearly labeled with Vendor Name,
Solicitation Number (X1249133P1) and Project Title (Economic Impact Analysis for Port
Everglades).
2. Vendor should provide responses to the Evaluation Criteria, Questions 1 through 6, in
numeric sequence; and in both Microsoft Word and PDF formats on the CDs or flash drives.
3. Vendor must refer to Submission of Sealed Submittals for detailed submittal instructions.
Balance of page left blank.
3/9/2015 2:27 PM
p. 26
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 27 of 48
Evaluation Criteria
1. Ability of Professional Personnel:
Describe the qualifications and relevant experience of the Project Manager and all key staff that
are intended to be assigned to this project. Include resumes for the Project Manager and all key
staff described. Include the qualifications and relevant experience of all subconsultants’ key staff
to be assigned to this project.
Maximum Points Value: 25
Click here to enter a brief summary of response and/or reference the page/section of firm’s
detailed response in the hardcopy submittal.
2. Project Approach:
2.1.
Describe the prime Vendor’s approach to the project. Include how the prime Vendor will
use subconsultants in the project.
2.2.
Describe your firm’s approach to the Scope of Services. Include the firm’s proposed
methodology that will be used to develop the Seaport Economic Impact Model(s),
proposed data and data source to be used.
2.3.
Describe the firm’s approach in providing the task order type services or completing the
requested services within Port’s delivery schedule.
2.4.
Describe how the firm plans to communication and coordination between the project
team, the Port’s Project Manager and the various stakeholders.
Maximum Points Value: 30
Click here to enter a brief summary of response and/or reference the page/section of firm’s
detailed response in the hardcopy submittal.
3. Past Performance:
References and performance evaluations will be considered in evaluation of Vendor’s past
performance. A minimum of three references, include project name, contact’s name, phone
number, and email; should be provided for the projects identified in the following:
3.1.
Describe prime Vendor’s experience on projects of similar nature, scope and duration,
along with evidence of satisfactory completion, both on time and within budget, for the
past five years.
3.2.
Describe the firm’s experience with public port authorities to conduct economic impact
studies, including the provision of specific examples of port specific maritime economic
impact model development and analyses similar in nature, scope and duration along
with evidence of satisfactory completion, both on time and within budget.
3.3.
Describe the firm’s experience and provide specific examples of a variety of maritime
economic analyses services including deep draft navigation project analyses, maritime
market analyses, capital projects economic/financial analyses, ocean carrier cost
analyses, commodity flow analyses and forecasting, logistics cost analyses, intermodal
analyses, cost/benefit analyses, financial/strategic assessment of new vessel services,
competitive market/cost analyses, strategic pricing analyses, real estate impact analyses
and revenue modeling and lease structure analyses.
Maximum Points Value: 30
Click here to enter a brief summary of response and/or reference the page/section of firm’s
detailed response in the hardcopy submittal.
3/9/2015 2:27 PM
p. 27
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 28 of 48
4. Workload of the Firm:
For the prime Vendor only, list all completed and active projects that Vendor has managed
within the past five years. In addition, list all projected projects that Vendor will be working on in
the near future. Projected projects will be defined as a project(s) that Vendor is awarded a
contract but the Notice to Proceed has not been issued. Identify any projects that Vendor
worked on concurrently. Describe Vendor’s approach in managing these projects. Were there
or will there be any challenges for any of the listed projects? If so, describe how Vendor dealt or
will deal with the projects’ challenges.
Maximum Points Value: 5
Click here to enter a brief summary of response and/or reference the page/section of firm’s
detailed response in the hardcopy submittal.
5. Location:
Refer to Vendor’s Business Location Attestation Form and submit as instructed.
Maximum Points Value: 5
A Vendor meeting all of the local business requirements will receive five points; a Vendor not
meeting all of the local business requirements will receive zero points. The following applies for
a Vendor responding as a Joint Venture (JV): if a member of the JV has 51% or more of the
equity and meets all of the local business requirements, the JV will receive three points; if a
member of the JV has 30 to 50% of the equity and meets all of the local business requirements,
the JV will receive two points; and if a member of the JV has 10% to 29% of the equity and
meets all of the local business requirements, the JV will receive one point.
6. Willingness to Meet Time Requirements:
State the Vendor’s willingness to meet the project’s completion dates requirement as listed in
projected deliverable and schedule.
Maximum Points Value: 5 (Yes = 5 / No = 0)
Yes
3/9/2015 2:27 PM
No
p. 28
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 29 of 48
Submission of Sealed Submittals
Request for Letters of Interest, Request for Proposals, or Request for Qualifications
1. Vendor should submit the number of printed copies and electronic copies (CD/DVD/flash drive)
as requested, per Special Instructions to Vendors for this solicitation. Electronic response
should contain a single PDF file that contains your entire response with each page of the
response in the order as presented in the solicitation document, including any attachments.
CD/DVDs/Flash drives included in the submittal must be finalized or closed so that no changes
can be made to the contents of the files. Electronic submission of submittal does not eliminate
the required printed copies of solicitation.
2. In lieu of CD/DVD/flash drives, the Vendor may submit electronic copies of its submittal via
BidSync; however, the submission requirements are the same as those for CD/DVD/flash drive
as stated in these instructions. If submitting electronic copy through BidSync, Vendor should
upload additional documents on the Line Item section (“Place Offer”). File name should indicate
Vendor name and title of the document.
3. It is the responsibility of the Vendor to assure that the information submitted in both its hardcopy
written response and electronic response are consistent and accurate. If there is a discrepancy,
the information provided in the written response shall govern.
4. Confidential information on CD/DVD/flash drive (i.e. financial statements), must be submitted in a
separate bound document labeled "Name of Vendor, Attachment to Proposal Package,
SOLICITATION# - Confidential Matter". The Vendor must identify the specific section of the
Florida Statutes that authorizes the exemption from the Public Records Law. CD/DVDs/flash
drives included in the submittal must also comply with this requirement and separate any
materials claimed to be confidential. Confidential information should not be submitted through
BidSync.
5. It is important that each CD/DVD/flash drive be labeled with the Vendor name, solicitation number
and title, and placed in an individual disc envelope (if CD/DVD).
6. The Purchasing Division must receive hardcopy and electronic submittals no later than 5:00 pm
on required due date. Purchasing will not accept late or misdirected submittals. If fewer than
three Vendors 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.
7. Send all printed solicitation submittals to:
Broward County Purchasing Division
115 South Andrews Avenue, Room 212
Fort Lauderdale, FL 33301
Re: Solicitation Number:
3/9/2015 2:27 PM
p. 29
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 30 of 48
LOBBYIST REGISTRATION REQUIREMENT CERTIFICATION FORM
The completed form should be submitted with the solicitation response but must be submitted within
three business days of County’s request. Vendor may be deemed non-responsive for failure to fully
comply within stated timeframes.
The Vendor certifies that 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 Broward County Lobbyist Registration Act, Section 1-262,
Broward County Code of Ordinances; and 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.
The Vendor hereby certifies that: (select one)
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.
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 Broward County Lobbyist Registration Act, Section 1-262, Broward County
Code of Ordinances.
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:
Authorized
Signature/Name
3/9/2015 2:27 PM
Print Name of Lobbyist
Print Lobbyist’s Firm
Print Name of Lobbyist
Print Lobbyist’s Firm
Title
Vendor Name
Date
p. 30
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 31 of 48
DOMESTIC PARTNERSHIP ACT CERTIFICATION FORM (REQUIREMENT AND TIEBREAKER)
Refer to Special Instructions to identify if Domestic Partnership Act is a requirement of the solicitation or acts only as a
tiebreaker. If Domestic Partnership is a requirement of the solicitation, the completed and signed form should be returned
with the Vendor’s submittal. If the form is not provided with submittal, the Vendor must submit within three business days of
County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes. To qualify for
the Domestic Partnership tiebreaker criterion, the Vendor must currently offer the Domestic Partnership benefit and the
completed and signed form must be returned at time of solicitation submittal.
The Domestic Partnership Act, Section 16 ½ -157, Broward County Code of Ordinances, requires all Vendors contracting
with the County, in an amount over $100,000 provide benefits to Domestic Partners of its employees, on the same basis as
it provides benefits to employees’ spouses, with certain exceptions as provided by the Ordinance.
For all submittals over $100,000.00, the Vendor, by virtue of the signature below, certifies that it is aware of the
requirements of Broward County’s Domestic Partnership Act, Section 16-½ -157, Broward County Code of Ordinances;
and certifies the following: (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: (check only one
below).
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 governmental entity, not-for-profit corporation, or charitable organization.
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).
Authorized Signature/Name
3/9/2015 2:27 PM
Title
Vendor Name
Date
p. 31
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 32 of 48
VENDOR QUESTIONNAIRE FORM
The completed Vendor Questionnaire should be submitted with the solicitation response but must be submitted within
three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.
If a response requires additional information, the Vendor should attach a written detailed response; each
response should be numbered to match the question number. The completed questionnaire and attached
responses will become part of the procurement record. It is imperative that the person completing the Vendor
Questionnaire be knowledgeable about the proposing Vendor’s business and operations.
1. Legal business name:
2. Federal Employer I.D. no. (FEIN):
Dun and Bradstreet No.:
4. Doing Business As/ Fictitious Name (if applicable):
5. Website address (if applicable):


6. Principal place of business address:


7. Office location responsible for this project:
8. Telephone no.:
Fax no.:
9. TYPE OF BUSINESS (check appropriate box):
Corporation (Specify the State of Incorporation):
Sole Proprietor
Limited Liability Corporation
(LLC)
General Partnership (State and County filed in)
Limited Partnership
Other – Specify
10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious
name):
11. List name and title of each principal, owner, officer, and major shareholder:
a)
b)
c)
d)
12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:
Name:
Title:
Telephone Number:
Fax Number:
E-mail:
Name:
3/9/2015 2:27 PM
Title:
p. 32
Broward County Board of
County Commissioners
Telephone Number:
Bid X1249133P1
Exhibit 1
Page 33 of 48
Fax Number:
E-mail:
13.
Has your firm ever failed to complete any services and/or delivery of products
during the last three (3) years? If yes, specify details in an attached written
response.
Yes
No
14.
Is your firm or any of its principals or officers currently principals or officers of
another organization? If yes, specify details in an attached written response.
Yes
No
15.
Have any voluntary or involuntary bankruptcy petitions been filed by or against your
firm, its parent or subsidiaries or predecessor organizations during the last three
years? If yes, specify details in an attached written response.
Yes
No
16.
Has your firm, its principals, officers or predecessor organization(s) been
debarred or suspended by any government entity within the last three years? If
yes, specify details in an attached written response.
Yes
No
17.
Has your firm’s surety ever intervened to assist in the completion of a contract or
have Performance and/or Payment Bond claims been made to your firm or its
predecessor’s sureties during the last three years? If yes, specify details in an
attached written response, including contact information for owner and surety.
Yes
No
18.
Has your firm ever failed to complete any work awarded to you, services and/or
delivery of products during the last three (3) years? If yes, specify details in an
attached written response.
Yes
No
19.
Has your firm ever been terminated from a contract within the last three years? If
yes, specify details in an attached written response.
Yes
No
20.
Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a
result of the Ordinance for this solicitation, provide the following for informational
purposes only. Response is not considered in determining the award of this
contract. Living Wage had an effect on the pricing.
If yes, Living Wage increased the pricing by
by
3/9/2015 2:27 PM
Yes
N/A
No
% or decreased the pricing
%.
p. 33
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 34 of 48
STANDARD CERTIFICATIONS
The completed and acknowledged certifications should be submitted with the solicitation response but must be
submitted within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.
Cone of Silence Requirement Certification:
The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as amended, prohibits certain
communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members.
Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint
venturers. After the application of the Cone of Silence, inquiries regarding this solicitaiton 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.
The Vendor hereby certifies that: (check each box)
The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances, as
amended; and
The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning
upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation
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.
The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.
Drug-Free Workplace Requirements Certification:
Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring
Board award be made only to firms certifying the establishment of a drug free workplace program. The program must
consist of:
1. 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;
2. Establishing a continuing drug-free awareness program to inform its employees about:
a. The dangers of drug abuse in the workplace;
b. The offeror's policy of maintaining a drug-free workplace;
c. Any available drug counseling, rehabilitation, and employee assistance programs; and
d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;
3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph
1;
4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of
employment on a covered contract, the employee shall:
a. Abide by the terms of the statement; and
b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any
violation of Chapter 893 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 days after such conviction.
5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision
4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include
the position title of the employee;
6. Within 30 calendar days after receiving notice under subparagraph 4 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:
a. Taking appropriate personnel action against such employee, up to and including termination; or
b. 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; and
7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs
3/9/2015 2:27 PM
p. 34
g g
1 through 6.
Broward County Board of
County
Commissioners
g
p
p
Bid X1249133P1
g
g
p
p
g p Exhibit 1
Page 35 of 48
The Vendor hereby certifies that: (check box)
Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.
Non-Collusion Certification:
Vendor shall disclose, 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, 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. 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.
The Vendor hereby certifies that: (select one)
Vendor certifies that this offer is made independently and free from collusion; or
Vendor is disclosing names of officers or employees who have a material interest in this procurement and
is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with
its submittal.
Public Entities Crimes Certification:
In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the
convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods
or services; for construction or repair of a public building or public work; for leases of real property to a public entity;
and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with
any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s.
287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.
The Vendor hereby certifies that: (check box)
Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or
has not been found to commit a public entity crime, as described in the statutes.
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 response to a
solicitation for goods or services in an amount equal to or greater than $1 million.
The Vendor hereby certifies that: (check each box)
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
The Vendor, owners, or principals, are eligible to participate in this solicitation and are 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
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
I hereby certify the information provided in the Vendor Questionnaire Form and Standard Certifications:
*AUTHORIZED SIGNATURE/NAME
TITLE
DATE
Vendor Name:
3/9/2015 2:27 PM
p. 35
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 36 of 48
* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal,
designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor’s authorized
representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor ’s response, are accurate, true
and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor ’s response may be used
by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment
of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor’s response is made without prior
understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in
all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation,
acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).
3/9/2015 2:27 PM
p. 36
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 37 of 48
LITIGATION HISTORY FORM
The completed form(s) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor
must submit within three business days of County’s request. Vendor may be deemed non-responsive for failure to
fully comply within stated timeframes.
There are no material cases for this Vendor; or
Material Case(s) are disclosed below:
Is this for a: (check type)
Parent,
Subsidiary, or
Predecessor Firm?
Party
If Yes, Name of Parent/Subsidiary/Predecessor:
or No
Vendor is Plaintiff
Vendor is Defendant
Case Number, Name,
and Date Filed
Name of Court or other tribunal
Type of Case
Bankruptcy
Civil
Criminal
Administrative/Regulatory
Claim or Cause of Action and
Brief description of each Count
Brief description of the
Subject Matter and Project
Involved
Disposition of Case
Pending
(Attach copy of any applicable
Judgment, Settlement
Agreement and Satisfaction of
Judgment.)
Settled
Judgment Vendor’s Favor
Dismissed
Judgment Against Vendor
If Judgment Against, is Judgment Satisfied? Yes
No
Name:
Opposing Counsel
Email:
Telephone Number:
Vendor Name:
3/9/2015 2:27 PM
p. 37
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 38 of 48
AGREEMENT EXCEPTION FORM
The completed form(s) should be returned with the Vendor’s submittal. If not provided with submittal, it shall be
deemed an affirmation by the Vendor that it accepts the terms and conditions of the County’s Agreement as disclosed
in the solicitation.
The Vendor must either provide specific proposed alternative language on the form below. Additionally, a brief
justification specifically addressing each provision to which an exception is taken should be provided.
There are no exceptions to the terms and conditions of the County Agreement as referenced in the
solicitation; or
The following exceptions are disclosed below: (use additional forms as needed; separate each
Article/ Section number)
Term or Condition
Article / Section
Insert version of exception or specific
proposed alternative language
Provide brief justification for
change
Vendor Name:
3/9/2015 2:27 PM
p. 38
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 39 of 48
LOCAL VENDOR CERTIFICATION FORM (PREFERENCE AND TIEBREAKER)
The completed and signed form should be returned with the Vendor’s submittal to qualify for Local
Preference, however it must be returned at time of solicitation submittal to qualify for the Tie Break
criteria. If not provided with submittal, the Vendor must submit within three business days of
County’s request for evaluation of Local Preference. Proof of a local business tax must be returned at
time of solicitation submittal to qualify for the Tie Break criteria. Failure to timely submit this form or
local business tax receipt may render the business ineligible for application of the Local Preference.
Failure to timely submit this form or local business tax receipt at time of submittal will disqualify the
Vendor for this Tie Breaker.
In accordance with Section 21.31.d. of the Broward County Procurement Code, to qualify for the Tie
Break Criteria, the undersigned Vendor hereby certifies that (check box if applicable):
The Vendor is a local Vendor in Broward County and:
a.
has a valid Broward County local business tax receipt;
b.
has been in existence for at least six-months prior to the solicitation opening;
c.
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
d.
services provided from this location are a substantial component of the services offered in
the Vendor's proposal.
In accordance with Local Preference, Section 1-74, et. seq., Broward County Code of Ordinances, and
Broward County’s Interlocal Reciprocity Agreement with Miami-Dade County, a local business meeting
the below requirements is eligible for Local Preference. To qualify for the Local Preference, the
undersigned Vendor hereby certifies that (check box if applicable):
The Vendor is a local Vendor in Broward County and:
a.
has a valid corresponding County local business tax receipt;
b.
has been in existence for at least one-year prior to the solicitation opening;
c.
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
d.
the services provided from this location are a substantial component of the services offered
in the Vendor's proposal.
Vendor does not qualify for Tie Break Criteria or Local Preference, in accordance with the
above requirements.
AUTHORIZED SIGNATURE/ NAME
3/9/2015 2:27 PM
TITLE
COMPANY
DATE
p. 39
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 40 of 48
VOLUME OF PREVIOUSLY WORK ATTESTATION FORM
The completed and signed form should be returned with the Vendor’s submittal. If not provided with submittal,
the Vendor must submit within three business days of County’s request. Failure to provide timely may affect the
Vendor’s evaluation. This completed form must be included with the Vendor’s submittal at the time of the
opening deadline to be considered for a Tie Breaker criterion (if applicable).
The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board
of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The
calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a
Joint Venture firm is based on the actual equity ownership of the Joint Venture firm.
In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest
dollar volume of work previously paid by the County over a five-year period from the date of the submittal
opening will receive the Tie Breaker.
Vendor must list all projects it received payment from Broward County Board of County Commissioners during
the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the
joint venture and each of the entities forming the joint venture. The Vendor attests to the following:
Item
No.
Project Title
Solicitation/
Contract
Number:
Department or
Division
Date
Awarded
Paid to Date
Dollar Amount
1
2
3
4
5
Grand Total
Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the County?
Yes
No
If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.
Vendor Name:
Authorized Signature/ Name
3/9/2015 2:27 PM
Title
Date
p. 40
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 41 of 48
VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM
If applicable, this form and additional required documentation should be submitted with the Vendor’s submittal. If
not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to
timely submit this form and supporting documentation may affect the Vendor’s evaluation.
The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a
Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Volume of Previous Work is
not based the total payments to the Joint Venture firm.
Vendor must list all projects it received payment from Broward County Board of County Commissioners during
the past five years as a member of a Joint Venture. The Vendor attests to the following:
Item
No.
Project Title
Solicitation/
Contract
Number:
Department
or Division
Date
Awarded
JV
Equity
%
Paid to Date
Dollar
Amount
1
2
3
4
5
Grand Total
Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project
listed above. Each agreement must be executed prior to the opening date of this solicitation.
Vendor Name:
Authorized Signature/ Name
3/9/2015 2:27 PM
Title
Date
p. 41
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 42 of 48
VENDOR'S BUSINESS LOCATION ATTESTATION FORM
The completed and signed form and supporting information (if applicable, for Joint Ventures) should
be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit
within three business days of County’s request. Failure to timely submit this form and supporting
information may affect the Vendor’s evaluation.
Vendor Name:
The Vendor attests that it understands the County’s definition of a local business is as defined by the
Broward County Local Preference Ordinance, “Principal place of business means the nerve center
or center of overall direction, control and coordination of the activities of the bidder. If the bidder has
only one (1) business location, such business location shall be considered its principal place of
business.” The Vendor further attests that it understands that as defined by the US Supreme Court
“principal place of business is best read as referring to the place where a corporation's officers
direct, control, and coordinate the corporation's activities. It is the place that Courts of Appeals have
called the corporation's ‘nerve center’ and in practice it should normally be the place where the
corporation maintains its headquarters; provided that the headquarters is the actual center of
direction, control, and coordination, i.e., the ‘nerve center’, and not simply an office where the
corporation holds its board meetings (for example, attended by directors and officers who have
traveled there for the occasion).”
The Vendor also attests to the following:
1. Vendor’s address listed in its proposal is:
2. Vendor’s address as listed in the Florida Department of State Division of Corporations is:
3. If these two addresses are the same, this business address is the “nerve center” for the
Vendor.
4. If these two addresses are not same, the Vendor attests that the following business address
is the “nerve center” for the Vendor:
5. Vendor has been located at the listed “nerve center” address for at least six (6) months prior
to the opening date of this solicitation, which is:
6. If the Vendor has not been located at the address listed in #5 for at least six (6) months prior to
the opening date of this solicitation, the following address is the previous business location:
7. Vendor has not merged with another firm that is not headquartered in Broward County and is
not a wholly owned subsidiary or a holding company of another firm that is not headquartered
in Broward County.
8. If awarded a contract, it is the intent of the Vendor to remain at the referenced address for the
duration of the contract term, including any renewals, extensions or any approved interim
3/9/2015 2:27 PM
p. 42
Broward County Board of
County
g yCommissioners
Bid X1249133P1
Exhibit 1
Page 43 of 48
y pp
contracts for the services provided under this contract.
9. The Vendor understands that if after awarding a contract in connection with the solicitation, the
County learns that the attestation 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. Further any misleading, inaccurate,
false information or documentation submitted by any party affiliated with this procurement may
lead to suspension and/or debarment from doing business with Broward County as outlined in
the Procurement Code, Section 21.119.
If the Vendor is submitting a response as a Joint Venture, the following information is required to be
submitted:
1. Name of the Joint Venture Partnership
2. Percentage of Equity for all Joint Venture Partners
3. A copy of the executed Agreement(s) between the Joint Venture Partners
The signature below must be by an individual who is authorized to bind the Vendor. Your signature
below is an attestation that all information listed above and provided to Broward County is true and
accurate.
Authorized Signature/Name
3/9/2015 2:27 PM
Title
Vendor Name
Date
p. 43
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 44 of 48
SUBCONTRACTORS/SUBCONSULTANTS/SUPPLIERS INFORMATION FORM
The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not
provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely
submit may affect Vendor’s evaluation.
A.
The Vendor shall submit a listing of all subcontractors, subconsultants and major material suppliers (firms),
if any, and the portion of the contract they will perform. A major material supplier is considered any firm
that provides construction material for construction contracts, or commodities for service contracts in
excess of $50,000, to the Vendor.
B.
If participation goals apply to the contract, only non-certified firms shall be identified on the form. A non
certified firm is a firm that is not listed as a firm for attainment of participation goals (ex. County Business
Enterprise or Disadvantaged Business Enterprise), if applicable to the solicitation.
C.
This list shall be kept up-to-date for the duration of the contract. If subcontractors, subconsultants or
suppliers are stated, this does not relieve the Vendor from the prime responsibility of full and complete
satisfactory performance under any awarded contract.
D.
After completion of the contract/final payment, the Vendor shall certify the final list of non-certified
subcontractors, subconsultants, and suppliers that performed or provided services to the County for the
referenced contract.
If none, state “none” on this form. Use additional sheets as needed.
1. Subcontracted Firm’s Name:
Subcontracted Firm’s Address:
Subcontracted Firm’s Telephone Number:
Contact Person’s Name and Position:
Contact Person’s E-Mail Address:
Estimated Subcontract/Supplies Contract Amount:
Type of Work/Supplies Provided:
2. Subcontracted Firm’s Name:
Subcontracted Firm’s Address:
Subcontracted Firm’s Telephone Number:
Contact Person’s Name and Position:
3/9/2015 2:27 PM
p. 44
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 45 of 48
Contact Person’s E-Mail Address:
Estimated Subcontract/Supplies Contract Amount:
Type of Work/Supplies Provided:
I certify that the information submitted in this report is in fact true and correct to the best of my knowledge.
Authorized Signature/Name
3/9/2015 2:27 PM
Title
Vendor Name
Date
p. 45
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 46 of 48
Port Everglades Security Requirements:
A.
The Department of Port Everglades requires persons to present, at port entry, a valid
driver’s license and valid reason for wishing to be granted port access in order to obtain
a temporary/visitor ID badge. For persons who will visit the Port more than 15 times in a
90 day period, a permanent identification badge must be obtained and paid for by the
Vendor for all employees, subcontractors, agents and servants visiting or working on
the Port project. A restricted access badge application process will include a
comprehensive background check. Badges must be renewed as required and the fees
paid pursuant to Broward County Administrative Code, Section 42.6. For further
information, please call (954) 765-4225.
B.
All vehicles that are used regularly on the dock apron must have a Dockside Parking
Permit. Only a limited number of permits will be issued per business entity. The fee is
$100.00 per permit/vehicle. Individuals requesting a permit must possess a valid Portissued Restricted Access Area badge with a “Dock” destination. Requests for Dockside
Parking Permits must be submitted in writing, on Vendor letterhead, to the ID Badge
Office. Applicants must demonstrate a need for access to the dock apron. Requests
shall be investigated, and approved, if appropriate justification is provided. Supporting
documentation must be supplied, if requested. Dock permits are not transferable and
must be affixed to the lower left corner of the permitted vehicle’s windshield. Should the
permit holder wish to transfer the permit to another vehicle during the term of issuance,
the permit will be removed and exchanged at no charge for a new permit. Only one
business entity representative will be permitted on the dock at a time at the vessel
location.
C.
The Federal Government has instituted requirements for a Transportation Worker
Identification Credential (TWIC) for all personnel requiring unescorted access to
designated secure areas within Port Everglades. The contractor will be responsible for
complying with the applicable TWIC requirements. For further information, please call 1866-347-8942, or go on line to http://www.tsa.gov/stakeholders/transportation-workeridentification-credential-twic%C2%AE.
3/9/2015 2:27 PM
p. 46
Broward County Board of
County Commissioners
3/9/2015 2:27 PM
Bid X1249133P1
Exhibit 1
Page 47 of 48
p. 47
Broward County Board of
County Commissioners
Bid X1249133P1
Exhibit 1
Page 48 of 48
Question and Answers for Bid #X1249133P1 - Economic Impact Analysis for Port Everglades
Overall Bid Questions
There are no questions associated with this bid.
3/9/2015 2:27 PM
p. 48