keyboard enterable version of web viewmicrosoft word for any typed responses. ... r0924308p1. the...

82

Upload: vukhanh

Post on 10-Feb-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals
Page 2: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

Request for Proposal (RFP)RFP Number: R0924308P1

RFP Name: Ground Transportation Management Services for Fort Lauderdale-Hollywood International Airport and Port Everglades

Procurement AuthorityUnchecked boxes do not apply to this solicitation.

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

Standard Request for Proposal

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

Establish Library of Firms for Services

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

Standard Construction Manager at Risk

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

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

Non-Continuing Contract: (Check only one box)

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

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

Continuing Contract :( Check only one box)

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

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

Professional services needed for work of a specified nature

Page 2 of 60

Page 3: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

Design-Build: (Check only one box)

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

Two-Step process - (Step 1) Issue RFI to Short list firms - (Step 2) Issue Request for Proposals to Shortlisted firms to obtain proposals

The scope of services shall include:Broward County is seeking a firm to manage the Ground Transportation Program (Program) for the Fort Lauderdale-Hollywood International Airport (FLL) for a three year contract with the County’s option to extend for two (2) successive one (1) year terms. The successful proposer “Proposer” will administer the Program to ensure all commercial vehicles and operators providing ground transportation services at FLL are properly enrolled to include decals/permits in accordance with the ground transportation program, issue and install Automatic Vehicle ID (AVI) tags on permitted vehicles and utilize the County procured AVI system/software to collect approved fees/charges. Proposer shall be required to maintain credit card clearing house agreements/services as needed. Proposer will also provide commercial vehicle operator orientation and enforce program rules.

The Proposer will have staffing and expertise needed to dispatch multiple taxicab companies collectively. (Approximately 600 to 800 taxicabs making approximately 500,000 taxi trips annually from FLL’s four (4) unit terminals or any future locations, which may include Port Everglades. Proposer will staff the taxicab/commercial vehicle holding lot(s) and designated passenger loading areas at each terminal. The Proposer will be required to make specific bus assignments to designated spaces during peak charter bus activity periods (currently Saturdays/Sundays). Proposer will be required to provide and maintain equipment needed to operate and monitor an efficient taxicab dispatch system including, but not limited to, handheld radios, uniforms and other equipment. The Proposer will also staff a separate designated curbside passenger loading area at each terminal and coordinate (call up from designated staging) shared ride vans and limousines ready for immediate passenger loading.

Broward County has a goal of ensuring that all taxicabs enrolled in the FLL taxicab dispatch system accept credit cards. Proposals should clearly state proposers experience with credit card programs and describe proposer’s recommendation to enable the County to reach the goal of providing a credit card program that is affordable, secure and easy to use for taxicab operators at no cost to taxicab patrons.

Additionally, the Proposer will staff a ground transportation information booth as determined by the Aviation Department for the purpose of (1) dissemination of ground transportation information to the traveling public (2) assisting passengers with obtaining ground transportation services at FLL (3) greeting pre-arranged ground transportation operators and passengers and performing operator credential checks as directed. During peak cruise/charter bus activity periods the Proposer will also assign designated charter bus spaces on the curb when notified by the charter operator that they have assembled the passengers and are ready for immediate loading. See attachment “A” for additional details for scope of services.

Page 3 of 60

Page 4: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

Submittal InstructionsUnchecked boxes do not apply to this solicitation.

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

This solicitation is open to the general marketplace.

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

Submit Twenty (20) CDs, containing the following files: CD or DVD discs included in the submittal must be finalized or closed so that no changes can be made to the contents of the discs.

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

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

B. Responses to the Evaluation Criteria questions are to be provided in the following formats: 1. Microsoft Word for any typed responses. 2. Microsoft Excel for any spreadsheets

Submit Eleven (11) total printed copies (hard copies) of your response. It is the responsibility of each firm to assure that the information submitted in both its written response and CDs are consistent and accurate. If there is a discrepancy, the information provided in the written response shall govern.

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

Send all requested materials to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301RE: RFP Number: R0924308P1

The Purchasing Division must receive submittals no later than 5:00 pm on Monday, July 18, 2011 Purchasing will not accept electronically transmitted, late, or misdirected submittals. If fewer than three interested firms respond to this solicitation, the Director of Purchasing may extend the deadline

Page 4 of 60

Page 5: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

for submittal by up to four (4) weeks. Submittals will only be opened following the final submittal due date.

Pre-Submittal Conference

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

Pre-Submittal Conference

DATE: Wednesday, June 29, 2011

TIME: 9:00 am - 12:00 noon

LOCATION: Broward County Aviation Auditorium100 Aviation BoulevardFort Lauderdale, FL 33315(Map - Attachment “J”)

Conference Call Line: 888-776-3766 Meeting number: *9941584 (Please mute your phones)

(If calling in, please call Laura Worline 954-357-6284 by June 28, 2011 and pre-register your company and name.)

For Additional Project Information Contact:

Karolynn WillmanPhone: 954-359-2318Email: [email protected]

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

Review ResponsesThe Purchasing Division delivers the RFP submittals to agency staff for summarization for the Evaluation Committee members. The Office of Economic and Small Business Development staff

Page 5 of 60

Page 6: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

evaluates submittals to determine compliance with the Office of Economic and Small Business Development Program requirements, if applicable. Agency staff will prepare an analysis report which includes a matrix of responses submitted by the firms.

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

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

Page 6 of 60

Page 7: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

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

RELATIVEWEIGHT

GRADED ITEM SCORE

20 Overall Experience, Qualifications and Performances on Previous Similar Projects Firms experience of similar scope of service

10 Organizational Structure/Resumes of Key Personnel Project Specific Organizational Chart Qualifications of Project Manager and Key Personnel

20 Management and Operating Plan (Project-Specific Criteria, item #7) Human Resources Management Plan Standard Operating Procedures Contingency Planning Employee Safety Program Revenue Control Ground Transportation Program Orientation Credit Card Acceptance Program (Scope of Service Attachment “A”, item #13)

5 Customer Service Initiatives and/or Operational

Programs 10 Safety Record35 Cost Proposal

100 TOTAL SCORE

* Total points awarded for price will be determined by applying the following formula:(Lowest Proposed Price/Proposer’s Price) x 35 = Price ScorePlease note that prices may be negotiated in the best interest of the County after the scoring is completed.

Page 7 of 60

Page 8: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

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

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

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

demonstrate the nature of their offered solution. In those cases, staff, and sometimes members of the EC, may request a representative display or demonstration. If the EC decides that demonstrations are necessary, firms will receive a description of, and arrangements for, the desired demonstration.

PricingUnchecked boxes do not apply to this solicitation.

Price may be considered in the final evaluation and rating of the firms. If the EC will consider price, staff will provide each firm with a pricing submittal instrument and instructions for its preparation and delivery. Price will not be a factor in evaluating or rating the interested firms.

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

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

Section 1-88, as amended, of the Broward County Code (of Ordinances) contains the requirements for the Broward County’s Public Art and Design Program.  It is the intent of Broward County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project.  The bidder 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 Mary Becht at (954) 357-7456).

Page 8 of 57

Page 9: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

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

Vendor Protest

Sections 21.118 and 21.119 of the Broward County Procurement Code set forth procedural requirements that apply if a vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

A. Any protest concerning the bid or other solicitation specifications or requirements must be made and received by the County within seven (7) business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest bid specifications or requirements is a waiver of the ability to protest the specifications or requirements.

B. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the bid opening, shall be submitted in writing and received by the County within five (5) business days from the posting of the recommendation of award on the Purchasing Division's website.

C. Any actual or prospective bidder or offeror who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award on the Purchasing Division's website.

D. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a solicitation or proposed contract award shall be a waiver of the vendor's right to protest.

E. Protests arising from the decisions and votes of a Selection Committee or Evaluation Committee shall be limited to protests based upon the alleged deviations from established Committee procedures set forth in the Broward County Procurement Code and existing written Guidelines. Any allegations of misconduct or misrepresentation on the part of a competing vendor shall not be considered a protest.

F. As a condition of initiating any RFP protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Page 9 of 57

Page 10: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

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

If no contract bid 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.

Employment Verify Program (E-Verify)Unchecked boxes do not apply to this solicitation.

If this service is funded by the State of Florida, complete and return Attachment “___”, Employment Eligibility Verification Program Contractor Certification”.

Rejection of ResponsesThe Evaluation Committee may recommend to the Director of Purchasing the rejection of all responses to this solicitation.

Public Records and Exemptions

Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Any firm that intends to assert any materials to be exempted from public disclosure under Chapter 119, Florida Statutes must submit the document(s) in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law.

Failure to provide this information at the time of submittal may result in a recommendation by the Director of Purchasing that the response is non-responsive.

Any claim of confidentiality on materials that the firm asserts to be exempt and placed elsewhere in the submittal will be considered waived by the firm upon submission, effective after opening.Please be aware that submitting confidential material may impact full discussion of your submittal by the Selection/Evaluation Committee because the Selection/Evaluation Committee will be unable to talk about the details of the confidential material(s) at the public Selection/Evaluation Committee meeting. Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project.

Page 10 of 57

Page 11: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

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

Domestic Partner This solicitation may include preference for county contractors providing for nondiscrimination of benefits for domestic partners. (Reference Ordinance No. 1999-18, as amended)

In accordance with Broward County Code, Chapter 16 ½ , section 16 ½ -157 and the Broward County Administrative Code, Subsections 21.31.a.,6.,7.,8., the Broward County Board of County Commissioners reserves the right to apply a preference in the award of a contract to those Contractors providing for nondiscrimination of benefits for domestic partners.

This preference may be applied to all awards of $250,000 per annum or more. The determination to apply this preference shall be made by the Board of County Commissioners.

To be eligible for the domestic partnership preference, a contractor’s program eligibility criteria must be substantially equivalent to those established in Section 16 ½ -153 (b), Broward County Code. A contractor will be deemed ineligible for the domestic partnership preference if its benefits program discriminates against employees in violation of the Broward County Human Rights Act.

Local PreferenceIn accordance with Broward County Ordinance No. 2004-29, the Broward County Board of County Commissioners provides a local preference. This preference includes any county with which the Broward County Board of County Commissioners has entered into an inter-local agreement of reciprocity. Except where otherwise provided by federal or state law or other funding source restrictions, a local proposer whose submittal is within 5% of the highest total ranked proposer outside of the preference area will become the firm with whom the County will proceed with negotiations for a final contract.

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

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

Page 11 of 57

Page 12: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

***NOTICE TO PROPOSERS***

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

Definition of a Responsive Bidder:

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

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

A. Office of Economic and Small Business Development Program – (See Office of Economic and Small Business Development Program requirements below and Attachments “E”, F”, “G” and “H”).

Office of Economic and Small Business Development Program RequirementsThe Broward County Business Opportunity Act of 2004 and the County Business Enterprise (CBE) Act of 2009 establish the County’s policies for participation by small business enterprises, county business enterprises, and federal disadvantaged business enterprises in all County contracts and in other selected activities.

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

The Office of Economic and Small Business Development has assigned a 14% Airport Concession Disadvantaged Business Enterprise (ACDBE) participation goal for the Fort Lauderdale-Hollywood International Airport portion of this project.

Proposers should note that the Airport Concession Disadvantaged Business Enterprise (“ACDBE”) regulations are exclusively applicable to the Airport, and therefore, if the County, at any time, determines to include the Seaport under the Ground Transportation Program, then the Proposer will

Page 12 of 57

Page 13: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

also be required to meet County Business Enterprise (“CBE”) program requirements for its Seaport operations.

Airport Concession Disadvantaged Business Enterprise: The Airport Concession Disadvantaged Business Enterprise (ACDBE) regulations (49CFR Part 23) establish requirements for setting an overall goal for ACDBE participation in all concessions activities. This rule requires recipients of Federal funds to use a methodology based on demonstrable data of relevant market conditions and is designed to reach a goal the recipient would expect ACDBE’s to achieve in the absence of discrimination.

Broward County has established a policy relating to Disadvantaged Business Enterprises (“DBE”) participation in all County contracts and other selected activities, which includes concessions under an Airport Concession Disadvantaged Business Enterprises (ACDBE) program.

This Agreement is subject to the requirements of the U.S. Department of Transportation's regulations, 49 CFR Part 23, Subpart F and 49 CFR Part 26. The Concessionaire agrees that it will not discriminate against any business owner because of the owner's race, gender, color, national origin, religion, sexual orientation, marital status, political affiliation, age or physical or mental disability in connection with the award or performance of this Agreement, which is covered by 49 CFR, Part 23, Subpart F and 49 CFR Part 26. The Concessionaire agrees to include the above statements in any subsequent agreements that it enters into for services under this Agreement and shall cause those businesses to similarly include the statements in further agreements.

THE PROPOSER SHALL SUBMIT, AS PART OF ITS PROPOSAL, A DETAILED ACDBE PARTICIPATION PLAN UTILIZING THE FOLLOWING: Submit the forms and documentation detailed below and attached to this RLI Attachment “E” “ACDBE Schedule of Participation” and Attachment “F” “ACDBE Letters of Intent”.  Forms are also available on the Internet at:  www.broward.org/smallbusiness/compliance.htm.  If the firm does not have access to the Internet, contact the Project Manager to receive copies by mail or fax.  Each ACDBE listed on the Schedule of ACDBE Participation must be certified prior to bid submittal as ACDBE in order to be counted towards the total level of participation.

Note that DBE firms certified under Federal Regulations CFR 49 Part 26 are eligible to participate as an ACDBE provided they meet the eligibility standards under CFR 49 Part 23.

Form Content

Attachment “E” ACDBE Schedule of    Participation

List each of the proposed Airport Concession Disadvantaged Business Enterprise certified subcontractors or sub-consultants, the type of work each firm will perform, and the projected subcontract dollar amount and/or percentage of professional fees to be awarded, if selected. 

Attachment “F” For each participating Airport Concession Disadvantaged Business Page 13 of 57

Page 14: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

ACDBE Letters of Intent

Enterprise certified firm, indicate the agreed subcontract amount executed with the responding firm’s signature and countersigned by the proposed subcontractor or sub-consultant listed on the Schedule of Participation form. 

Attachment “G” ACDBE Unavailability Report

For any instances where the specific goals were not achieved, list the Airport Concession Disadvantaged Business Enterprise subcontractors or subconsultants formally contacted and the reason unavailable to perform or whose bid was not considered. 

A comprehensive listing of certified DBE Directory by Florida Department of Transportation (FDOT) can be viewed at the following Unified Certification Program (UCP) Website – www.bipincwebapps.com/biznetflorida. Contact the Office of Economic and Small Business Development at (954) 357-6400 for more information.

1. Concessionaire hereby acknowledges and agrees to abide by the rules, regulations and provisions promulgated by the Disadvantaged Business Enterprise Program for the Aviation Department, Broward County, Florida, as provided by the Board of County Commissioners, Broward County, Florida, pursuant to 49 CFR Parts 23 and 26, of the Regulations of the Office of the Secretary of the United States Department of Transportation. Concessionaire shall be required to comply with any and all additional applicable provisions of 49 CFR Parts 23 and 26. Concessionaire shall submit such reports as may be required by County in the form specified by the County, for the purpose of demonstrating compliance with this subsection.

2. The Concessionaire agrees that throughout the term of this Agreement, the ownership interests held by the firms or the subcontracted services as listed on Attachment E shall remain at least at the percentage levels set forth therein. In the event that Concessionaire desires to replace or change the percentage ownership of the DBE participant identified on Attachment E, attached hereto, the Concessionaire must first obtain the written consent of the Office of Economic and Small Business Development (OESBD) and provide such documentation as OESBD may request and must also obtain the written consent of the Aviation Department. Concessionaire must make good faith efforts to replace any entity with a certified DBE. If such is not possible, the Concessionaire must provide documentation to that effect to OESBD, or its designee, that is satisfactory to such office.

3. It is the policy of Broward County OESBD to ensure that ACDBE’s, as defined in 49 CFR Part 23, can compete fairly for opportunities to participate as subcontractors and suppliers on all contracts awarded by the County to ensure a level playing field. Therefore, good-faith efforts must be made to provide DBE’s an opportunity to participate in the project in accordance with the ACDBE Program Plan.

4. Contract Assurances: The following clauses pertaining to compliance with 49 C.F.R. Part 23 shall become a part of your Contract with Broward County upon award and shall be incorporated into the terms of your solicitations, subcontracts, material supply contracts and purchase orders. In the event the following clauses conflict with any other terms or provisions of

Page 14 of 57

Page 15: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

these Contract Documents, the clauses set forth in this Airport Concession Disadvantaged Business Enterprise shall control:

(a) Nondiscrimination; Remedies - The Concessionaire or subconcessionaire shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Concessionaire shall carry out applicable requirements of 49 CFR Part 23 in the award and administration of USDOT-assisted contracts. Failure by the Concessionaire to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate.

(b) Participation by DBEs – It is the policy of Broward County that ACDBE firms, as defined herein, can compete fairly for opportunities as subconcessionaires, suppliers on all contracts awarded by the County to ensure a level playing field and other contracts funded in whole or in part by the FAA, FHWA, or FDOT. The Concessionaire hereby agrees to take all necessary and reasonable steps, including compliance with the matters set forth in the ACDBE Section, in accordance with 49 C.F.R. Part 23, as amended, to ensure that the ACDBE firms have fair opportunity to compete for and perform contracts.

(c) Prompt Payment - The Concessionaire hereby agrees to pay its subcontractors and suppliers within ten (10) days following receipt of the supplies. A finding of nonpayment to subconcessionaire and suppliers is a material breach of this agreement. The Concessionaire shall include the foregoing prompt payment language in all of its contracts with subconcessionaires who participate on federally funded County projects. Designated staff of the Broward County OESBD will conduct meetings with parties involved in prompt payment disputes to facilitate an amicable resolution.

(d) Contract Compliance Monitoring - Compliance monitoring is conducted to determine if Concessionaire, subconcessionaire and/or subcontractors are complying with the requirements of the ACDBE Program. Failure of the Concessionaire to comply with this provision may result in the County imposing penalties or sanctions pursuant to the provisions of the DBE regulation, 49 CFR Part 23 and 26 and the County’s Business Opportunity Act of 2004, Ordinance 2004-07. Contract compliance will encompass monitoring for contract dollar achievement and ACDBE concessionaire and or any DBE subcontractors utilization. The OESBD shall have the authority to audit and monitor all contract agreement and contract-related documents related to Broward County projects. The requirements of the ACDBE Program are applicable to all concessionaires, general concessionaires and subconcessionaire. Concessionaire shall be responsible for ensuring proper documentation with regard to its utilization of ACDBE sublessees and utilization and payment of DBE subcontractors.

5. Concessionaire’s ACDBE participation plan is set forth in Attachment E attached hereto and made a part hereof. Subject to the approval of the OESBD, said participation plan may be revised and updated by the Concessionaire, which upon OESBD’s approval; Attachment “E” shall be revised and replaced with same.

Page 15 of 57

Page 16: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

6. Concessionaire shall submit, within twenty (20) days of the end of each calendar quarter, a report detailing its ACDBE participation for the previous calendar quarter, on a form provided by the Office of Economic and Small Business Development (OESBD) – Attachment “H”.This report shall be submitted to:

Director, Office of Economic and Small Business Development115 South Andrews Avenue, A-680Fort Lauderdale, FL 33301

With a copy provided to

Small Business Development ManagerBroward County Aviation Department100 Aviation BoulevardFort Lauderdale, FL 33315

And an additional copy to:

Karolynn WillmanFort Lauderdale-Hollywood International Airport100 Aviation BoulevardFort Lauderdale, FL 33315

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

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

D. Completion of. Exhibit 1 Price Sheets in Microsoft Excel as formatted.

JOINT VENTURE ENTERPRISES

Construction Licensing

Page 16 of 57

Page 17: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

A Joint Venture is required to provide evidence with its response that the Joint Venture, or at least one of the Joint Venture partners, holds the specified Construction License issued either by the State of Florida or Broward County. If not with its response, the Joint Venture is required to provide evidence prior to contract execution that the Joint Venture holds the specified Construction License issued either by the State of Florida or Broward County. A Joint Venture is also required to provide with its response a Statement of Authority indicating that the individual submitting the Joint Venture’s proposal has the legal authority to bind the Joint Venture. Failure to provide any of this information to the County at the required time may be cause for the response to the solicitation to be deemed non-responsive.

Florida RegistrationA Joint Venture is required to provide evidence with its response that the Joint Venture, or at least one of the Joint Venture partners, holds a Certificate of Authority from the Florida Department of State, Division of Corporations to transact business in Florida. If not with its response, the Joint Venture is required to provide evidence prior to contract execution that the Joint Venture is registered by the State of Florida and is allowed to transact business in Florida. Failure to provide any of this information to the County at the required time may be cause for the response to the solicitation to be deemed non-responsive.

Definition of Responsible Bidder:

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

Responsibility Criteria

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

1. Financial Information

2. Litigation History

Additionally, the awarding authority may consider the following factors, without limitation: debarment or removal from the authorized vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the offeror has breached or failed to perform a contract, claims history of the offeror, performance history on a County contract(s),

Page 17 of 57

Page 18: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an offeror.

Right of AppealPursuant to Section 21.83 of the Broward County Procurement Code, any vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Evaluation Committee's determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Code. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Evaluation Committee to be deemed timely. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a person having standing to protest and must comply with all other requirements of this section. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

Projected ScheduleRFP Advertised Date: June 17, 2011Pre-Submittal Conference: June 29, 2011RFP Open Date:   July 18, 2011Initial Evaluation Meeting: September 22, 2011Final Evaluation Meeting: October 13, 2011

Page 18 of 57

Page 19: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

Evaluation Criteria

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

Project-Specific Criteria

Provide answers below. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

1. Describe the qualifications and relevant experience of the proposed Project Manager and all key personnel that will be assigned to this project. The assigned Project Manager should have verifiable experience staffing, supervising and managing personnel performing the services contemplated in this procurement. Include resumes for the Project Manager and all key personnel.

2. Provide experience, including verifiable references on projects of similar nature, scope, in third party dispatching of taxicabs and other commercial vehicles at airports or similar passenger terminal facilities and cashiering services in airport ground transportation or parking operations including credit card acceptance and processing and duration along with evidence of satisfactory completion, both on time and within budget.

3. Provide a project specific, detailed organization chart identifying team members, firm name and project responsibilities. Do not submit a corporate organizational chart.

4. The successful proposer shall recommend a credit card acceptance program including equipment that enables the County to achieve its goal of having all authorized taxicabs accept major credit cards. The credit card acceptance program shall be instituted at no cost to the public and a reasonable cost to the taxicab operator.

Page 19 of 57

Page 20: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

Please describe how you propose to meet this requirement.

5. Describe your relevant experience meeting Payment Card Industry Data Security Standards (PCI-DSS) in similar environments.

6. Demonstrate how your company is going to provide cashiering and funds transfers associated with clearing house functions/services in ground transportation operations.

7. Provide with proposal a Management and Operating Plan (See Agreement in accordance with Exhibit D)

8. Provide with proposal a minimal staffing schedule. (See Scope of Service Attachment “A”, item #12)

9. List and describe specific customer service initiatives and/or operational programs your firm has implemented at other airports and describe any innovative improvements you recommend to improve ground transportation services at FLL.

10. Provide your firm’s safety record related to the performance of the service contemplated in this procurement. Please list and describe any accidents and/or injury which have occurred in conjunction with the performance of service contemplated in this procurement regardless of fault and provide the current status.

11. Provide the point of contact for all correspondence related to this RFP. Point of contact information shall include full name, address, phone number (3), fax number, and e-mail address.

12. List all contracts, including contracts with Broward County during the past five (5) years-completed and active.

Page 20 of 57

Page 21: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

Evaluation Criteria –

Company Profile

Provide answers below. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

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

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

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

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

Page 21 of 57

Page 22: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

The financial statements should be submitted in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. Failure to provide this information at the time of submittal may result in a recommendation by the Director of Purchasing that the response is non-responsive. Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project.

5. List and describe all bankruptcy petitions (voluntary or involuntary) and liens which have been filed by or against the interested firm, its parent or subsidiaries, predecessor organization(s), or any wholly-owned subsidiary during the past three (3) years. Include in the description the disposition of each such bankruptcy petition and lien.

6. List all business related claims, arbitrations, administrative hearings, and lawsuits that are pending or were filed during the last three (3) years brought by or against the firm, its predecessor organization(s), or any wholly-owned subsidiary including but not limited to those claims, arbitrations, administrative hearings and lawsuits that allege negligence, error, or omission, or default, termination, suspension, failure to perform, or improper performance of an obligation of a contract or a legal duty related to a contract. The list should include all case names; case, arbitration, or hearing identification numbers; identification of the project involved in the dispute; a description of the subject matter of the dispute; and the final outcome or current status if the matter has not become final.

Page 22 of 57

Page 23: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

7. List and describe all criminal proceedings or hearings concerning business related offenses in which the interested firm, its principals, officers, predecessor organization(s), or wholly owned subsidiaries were defendants.

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

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

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

11. Insurance Requirements: Attached is a sample Certificate of Insurance-Attachment “B”. It reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal but it is necessary to submit certificates indicating that the firm currently carries the insurance or to submit a letter from the insurance agent/insurance carrier indicating upgrade availability.

Evaluation Criteria –

Legal Requirements

Provide answers below. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

1. Standard Agreement Language: Identify any standard terms and conditions with which the interested firm cannot agree. The standard terms and conditions for the resulting contract can be located at: (See Agreement)

Page 23 of 57

Page 24: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

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

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

4. No Contingency Fees: By responding to this solicitation, each firm warrants that it has not and will not pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure an agreement pursuant to this solicitation. For Breach or violation of this provision, County shall have the right to reject the firm’s response or terminate any agreement awarded without liability at its discretion, or to deduct from the agreement price or otherwise recover the full amount of such fee, commission, percentage, gift, or consideration.

Submit an attesting statement warranting that the Responder has not and will not pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure an agreement pursuant to this solicitation.

Page 24 of 57

Page 25: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

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

6. DRUG FREE WORKPLACE:

A. Do you have a drug free workplace policy? B. If so, please provide a copy of your drug free workplace policy in your proposal. C. Does your drug free workplace policy comply with Section 287.087 of the Florida Statutes?D. If your drug free workplace policy complies with Section 287.087 of the Florida Statutes; please complete the attached Drug Free Workplace Policy Certification Form. E. If your drug free workplace policy does not comply with Section 287.087of the Florida Statutes, does it comply with the drug free workplace requirements pursuant to Section 21.31.a.2 of the Broward County Procurement Code? F. If so, please complete the attached Drug Free Workplace Policy Certification Form. G. If your drug free workplace policy does not comply with Section 21.31.a.2 of the Broward County Procurement Code, are you willing to comply with the requirements Section 21.31.a.2 of the Broward County Procurement Code? H. If so, please complete the attached Drug Free Workplace Policy Certification Form.

Failure to provide a notarized Certification Form in your proposal indicating your compliance or willingness to comply with Broward County's Drug Free Workplace

Page 25 of 57

Page 26: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

requirements as stated in Section 21.31.a.2of the Broward County Procurement Code may result in your firm being ineligible to be awarded a contract pursuant to Broward County's Drug Free Workplace Ordinance and Procurement Code

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

Page 26 of 57

Page 27: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

Evaluation Criteria –

Tiebreaker Criteria

Provide answers below. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable.

LOCATION in BROWARD COUNTYA. Is your firm located in Broward County?B. Does your firm have a valid current Broward County Local Business Tax Receipt? C. Has your firm (a) been in existence for at least six (6) months prior to the proposal opening (b) providing services on a day to day basis (c) at a business address physically located within the limits of Broward County (d) in an area zoned for such business and (e) the services provided from this location are substantial component of the services offered in the firm's proposal?If so, please provide the interested firm's business address in Broward County, telephone number(s), email address, evidence of the Broward County Local Business Tax Receipt and complete the attached Local Vendor Certification Form (Tiebreaker Criteria Form 1).

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

DOMESTIC PARTNER BENEFITA. Do you have a domestic partnership benefit program?

B. If so, please provide a copy of your domestic partnership benefit program in your proposal and complete the attached Domestic Partnership

Page 27 of 57

Page 28: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

Benefit Certification Form (Tiebreaker Criteria Form 2).

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

C. Does your domestic partnership benefit program provide benefits which are the same or substantially equivalent to those benefits offered to other employees in compliance with the Broward County Domestic Partnership Act of 1999, Broward County Ordinance # 1999-03, as amended?

D. If so, please complete the attached Domestic Partnership Benefit Certification Form.

Failure to provide a notarized Certification Form in your proposal indicating that the company provides domestic partnership benefits which are the same or substantially equivalent to the requirements of the Broward County Domestic Partnership Act of 1999, Broward County Ordinance # 1999-03, as amended, shall prevent your firm from receiving any preference(s) allowed under the Act if applicable to this solicitation.

VOLUME OF WORK OVER FIVE YEARSVendor that has the lowest dollar volume of work previously awarded by the County over a five (5) year period from the date of the submittal.

(only as the Prime Vendor)

$

Page 28 of 57

Page 29: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

ATTACHMENT A

Additional Detail for Scope of Services

The tasks which the successful Proposer will be expected to perform include, but are not limited to, the following:

1. Prepare and maintain, subject to County approval, an operating plan containing procedures and operating rules specific to FLL and general office support.

2. Assist the County with the preparation of program documents (guides, rules, publications).

3. Conduct driver orientations.4. Issue FLL decals/permits to eligible participants and install AVI tags on authorized

vehicles.5. Provide enforcement, in accordance with approved policy and procedure, for all aspects

of the Program. 6. Utilizing a County procured Automatic Vehicle Identification System (AVI) and related

Ground Transportation Management Software the Proposer will set up billing accounts and will provide for electronic fee collection from the permittee’s. The Proposer will maintain credit card clearing house agreements and capabilities. Proposer will retain applicable accounting information in accordance with County retention policy.

7. The Proposer will conduct periodic inspections of participating vehicles for general compliance with Program rules and standards.

8. The Proposer will coordinate access to the designated commercial vehicle ground transportation pick-up area(s) for on-demand shared ride and limousine when notified by the on-demand shared ride concessionaire that it is ready for immediate passenger loading.

9. The Proposer will dispatch taxicabs and other authorized commercial vehicles from the hold lot to designated staging areas and ultimately the terminal curbside for passenger loading.

10. On peak cruise ship charter bus days (typically Saturdays and Sundays) the Proposer will maintain phone coordination with cruise line meter/greeter personnel and bus operators and coordinate access to specific bus loading areas when notified by cruise line representatives that the entire group has been located and is ready for bus loading.

11. The Proposer will staff Ground Transportation Information Booths in each of the terminals and provide information and pamphlets on all ground transportation options available at FLL. This information booth will also be the designated area for pre-arranged ground transportation service providers to meet their customers. Proposer will

Page 29 of 60

Page 30: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

from time to time check pre-arranged ground transportation service providers documentation (trip sheets, permits) for compliance with program rules.

12. The Proposer shall hire and staff a sufficient number of employees to fully staff all shifts on a daily basis, including weekends and holidays. The Proposer will manage and staff the ground transportation operation according to the following staffing levels: The Proposer shall staff (1) at a minimum of one uniformed Taxi Starter at each of the four terminals during flight activity, estimate 20 hours per day, barring any irregular operation i.e. weather delays (2) at a minimum of one uniformed supervisor, roving, 24/7 (3) at a minimum of one uniformed commercial vehicle lane employee at each of the four terminals during flight activity, estimate 20 hours per day, barring any irregular operation i.e. weather delays (4) at a minimum of one uniformed dispatcher in the Hold Lot 24/7 (5) at a minimum of one uniformed Ground Transportation Booth employee at each of the four booth locations during flight activity, estimate 20 hours per day, barring any irregular operation i.e. weather delays (6) one Project Manager whom shall be on-call 24 hours per day including weekends and holidays and shall respond to all ground transportation operation emergencies to be defined by the Management and Operating Plan (7) at a minimum of two Administrative employees i.e. payroll/human resources.

13. The County intends to mandate that all FLL taxicab patrons be offered a cashless payment solution. The Proposer will fully investigate and recommend a secure and convenient cashless payment solution to all patrons using FLL authorized taxicabs. The solution must be accepted as ride payment by cabdrivers and the cab companies. The system must ensure passenger credit card information is kept secure and out of the hands of taxicab drivers. Passengers need to be in control of the transaction and not reliant on the driver for authorization or approval. 24 hour customer service must be available to field all passenger questions or comments.

The system should be free of charge to the taxicab patron and have low equipment acquisition and per transaction cost to the taxicab operator or taxicab permit holder. If the recommended system has a voucher and redemption component the redemption options need to be conveniently located at FLL taxicab staging and/or other authorized locations.

Equipment needs to be made rugged to withstand the weather extremes and usage requirements associated with Broward County, Florida. The provider must satisfy airport requirements regarding equipment service, appearance and passenger/driver satisfaction.

Page 30 of 57

Page 31: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

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

Point of sale devices need to be secure and include the latest encryption technology. These devices should be sufficiently low maintenance and easy enough to operate by passengers that they are not dependent on taxicab starter support. They should include redundant power and connectivity options and have remote monitoring capabilities to reduce the effects of down time.

The solution recommended must be complaint with Payment Card Industry Data Security Standard (PCI-DSS) to the extent applicable to the services and/or hardware or software implemented.

14. The Proposer shall find that the Management and Operating Plan (Plan) is a graded item and is referenced in Item #7, Evaluation Criteria, Project-Specific Criteria, in the RFP. The Proposer shall describe the Plan in detail, as outlined in the Agreement, Exhibit D, and shall demonstrate how all policy and procedures will be applied uniformly to all commercial vehicle operators. The Plan also requires the Proposer to explain in detail the procedures for taxicab dispatch, taxicab passenger loading, use of assigned office space, taxicab service interruptions, information booth, hold lot(s) use, commercial vehicle operators rules enforcement and driver disciplinary policy/procedures.

If the Proposer has at any time a financial, legal or other business/commercial interest in a Ground Transportation Vehicles (GTV) provider, the Proposer shall describe how it intends to ensure there is separation between its lines of business and adequate firewalls to protect integrity of the management responsibility required of the Proposer under this RFP.  The final terms and conditions to implement the separation of lines of business and firewalls will be negotiated as part of the final Agreement with the selected Proposer.

Page 31 of 57

Page 32: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

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

Attachement “B” Fort Lauderdale, FL 33301(954) 357-6065 FAX (954) 357-8535

Page 32 of 60

Page 33: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

ATTACHMENT “C “

1 REQUEST FOR LETTERS OF INTEREST (RFI) OR REQUEST FOR PROPOSALS (RFP) SUPPLEMENTAL SPECIAL INSTRUCTIONS TO PROPOSERS

LIVING WAGE ORDINANCE

THE FOLLOWING IS A SUMMARY OF REQUIREMENTS CONTAINED WITHIN BROWARD COUNTY ORDINANCE 2008-45, AS AMENDED (“LIVING WAGE ORDINANCE”). THIS SUMMARY IS NOT ALL-INCLUSIVE OF THE REQUIREMENTS OF THE LIVING WAGE ORDINANCE. IF THERE IS ANY CONFLICT BETWEEN THE FOLLOWING SUMMARY AND THE LANGUAGE IN THE LIVING WAGE ORDINANCE, THE LANGUAGE IN THE LIVING WAGE ORDINANCE SHALL PREVAIL. THESE TERMS MAY SUPPLEMENT THE SPECIFIC REQUIREMENTS OF THE LIVING WAGE ORDINANCE IN ORDER TO EFFECTUATE ITS INTENT.

FOR FURTHER INFORMATION ABOUT PROPOSER’S OBLIGATIONS UNDER THE LIVING WAGE ORDINANCE, AN ELECTRONIC VERSION OF THE FULL LIVING WAGE ORDINANCE MAY BE OBTAINED FROM THE PURCHASING DIVISION’S WEBSITE AT HTTP://WWW.BROWARD.ORG/PURCHASING/ BY CLICKING ON “LIVING WAGE INFORMATION” OR BY GOING TO HTTP://WWW.BROWARD.ORG/PURCHASING/DOCUMENTS/LIVINGWAGEORDINANCE.PDF .

THE PROPOSER, UNDER THE TERMS OF A CONTRACT AWARDED SUBJECT TO THE LIVING WAGE ORDINANCE MUST COMPLY WITH THE FOLLOWING REQUIREMENTS. BY SUBMITTING A PROPOSAL PURSUANT TO THESE PROCUREMENT SPECIFICATIONS, A PROPOSER IS HEREBY AGREEING TO COMPLY WITH THE PROVISIONS OF THE LIVING WAGE ORDINANCE AND ACKNOWLEDGES AWARENESS OF THE PENALTIES FOR NON-COMPLIANCE.

I. LIVING WAGE REQUIREMENT:A. All covered employees, including those of the Proposer’s subcontractors, providing services

pursuant to the Proposer’s contract, shall be paid wage rates in accordance with the Living Wage Ordinance, as adjusted. The Proposer and covered subcontractors, hereinafter referred to as “covered employer” may comply with this living wage provision by choosing to pay no less than the lower specified hourly wage rate when said employer also provides health benefits to its covered employees. Proof of the provision of health care benefits must be submitted to the County to qualify for the living wage rate for employees with health care benefits. To comply with this requirement, the notarized compliance affidavit, Living Wage Ordinance Compliance Affidavit, Exhibit 1 of this proposal attachment, should be returned with the proposal but must be received prior to award.

B. Covered employees shall be paid not less than bi-weekly and without subsequent deduction or rebate. The covered employer shall pay living wage rates in accordance with federal and all other applicable laws such as overtime and similar wage laws.

C. The covered employer must post in a prominent place at the site of the work and where paychecks are distributed, a notice (Living Wage rates poster) specifying the wages/benefits to be paid under the Living Wage Ordinance. This poster will be made available by the County. Proposers shall provide a copy of the requirements of the Living Wage Ordinance to any subcontractor submitting a proposal for a subcontract under this contract, prior to their submitting a proposal to the Proposer.

D. The covered employer shall provide the three-language statement to each covered employee with the employee’s first paycheck and every six (6) months thereafter in the manner set forth by the Living Wage Ordinance.

Page 33 of 57

Page 34: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

ATTACHMENT “C” (CONTINUED)

1 REQUEST FOR LETTERS OF INTEREST (RFI) OR REQUEST FOR PROPOSALS (RFP) SUPPLEMENTAL SPECIAL INSTRUCTIONS TO PROPOSERS

LIVING WAGE ORDINANCE

LIVING WAGE - INDEXING:THE LIVING WAGE RATE AND THE HEALTH BENEFITS PAYMENT SHALL BE ANNUALLY INDEXED TO INFLATION CONSISTENT WITH INDEXING METHODOLOGY SET FORTH IN THE LIVING WAGE ORDINANCE. THE LIVING WAGE RATES WILL BE PUBLISHED BY THE COUNTY ON AN ANNUAL BASIS.

III. SANCTIONS FOR UNPAID WAGES:IN THE EVENT OF ANY UNDERPAYMENT OF REQUIRED WAGE RATES BY THE COVERED EMPLOYER, CIVIL AND/OR ADMINISTRATIVE PENALTIES MAY BE ASSESSED TO INCLUDE SANCTIONING A SERVICE CONTRACTOR BY REQUIRING THE SERVICE CONTRACTOR TO PAY WAGE RESTITUTION TO THE AFFECTED EMPLOYEE OR SUBCONTRACTOR OR BY OTHER MEANS OF SANCTIONING IN ACCORDANCE WITH THE LIVING WAGE ORDINANCE.

IV. PAYROLL; BASIC RECORDS; REPORTING:A. Each covered employer shall maintain payroll records for all covered employees and basic records relating thereto

and shall preserve them for a period of three (3) years beyond the termination or expiration of this contract. The covered employer shall make the covered employees’ payroll records required available for inspection, copying or transcription by authorized representatives of the County for a period of three years from the termination date of any County Service Contract, and shall permit such representative to interview employees during working hours. Failure to submit the required reports upon request or to make records available may be grounds for termination of the contract. The service contractor is responsible for the submission of the information required by the Living Wage Ordinance and for the maintenance of records and provision of access to same by all covered subcontractors.

B. The covered employer shall submit the payroll information required every six months, to the applicable agency’s Contract Administrator, including a copy of the complete payroll for one payroll period showing employer’s payroll records for each covered employee working on the contract for covered services.

C. Exemption: The covered employer may request and obtain an exemption from the requirement to report and file payroll records every six (6) months from the Director of Purchasing under the conditions set forth in the Application for Exemption, Exhibit 2 of this proposal attachment.

V. SUBCONTRACTS:COVERED EMPLOYEES OF PROPOSER’S SUBCONTRACTORS, PROVIDING COVERED SERVICES PURSUANT TO THE PROPOSER’S CONTRACT, SHALL BE PAID WAGE RATES, AS ADJUSTED, IN ACCORDANCE WITH THE LIVING WAGE ORDINANCE. THE PROPOSER SHALL INSERT IN ANY SUBCONTRACTS THE APPLICABLE CLAUSES AS REQUIRED BY THE LIVING WAGE ORDINANCE AND ALSO A CLAUSE REQUIRING THE SUB-CONTRACTORS TO INCLUDE THESE CLAUSES IN ALL OTHER SUBCONTRACTS. THE PROPOSER SHALL BE RESPONSIBLE FOR COMPLIANCE BY ANY SUBCONTRACTOR WITH THE LIVING WAGE ORDINANCE AS IT APPLIES TO THEIR SUBCONTRACT.

VI. COMPLAINTS AND HEARINGS; TERMINATION AND DEBARMENT:IF A COVERED EMPLOYEE BELIEVES THAT HE OR SHE IS NOT BEING PAID IN ACCORDANCE WITH THE LIVING WAGE ORDINANCE THE EMPLOYEE MAY FILE A COMPLAINT WITH THE PROFESSIONAL STANDARDS SECTION OF THE INTERNAL INVESTIGATIONS AND OVERSIGHT DIVISION IN ACCORDANCE WITH THE COUNTY’S LIVING WAGE COMPLAINT PROCEDURES. COMPLAINTS WILL BE INVESTIGATED, DETERMINATIONS ISSUED, AND HEARINGS AFFORDED TO THE EFFECTED PARTIES IN ACCORDANCE WITH THE COUNTY’S LIVING WAGE COMPLAINT PROCEDURES. COVERED EMPLOYERS FOUND TO HAVE VIOLATED THE LIVING WAGE ORDINANCE MAY SUFFER ANY OR ALL SANCTIONS PROVIDED FOR IN THE LIVING WAGE ORDINANCE, INCLUDING WAGE RESTITUTION, DAMAGES, TERMINATION OR SUSPENSION OF PAYMENT UNDER THE CONTRACT, TERMINATION OF THE CONTRACT, AND DEBARMENT. THE LIVING WAGE ORDINANCE ALSO PROVIDES EMPLOYEES WITH A PRIVATE RIGHT OF ACTION IN COURT.

Page 34 of 57

Page 35: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

ATTACHMENT “D”BROWARD COUNTY - LIVING WAGE ORDINANCE COMPLIANCE AFFIDAVIT

(THIS CERTIFICATION MUST BE PROVIDED PRIOR TO AWARD OF THE CONTRACT)

COVERED EMPLOYER:

ADDRESS:

PHONE NUMBER: LOCAL CONTACT:

BID/CONTRACT NUMBER: ADDRESS:

CONTRACT AMOUNT: PHONE NUMBER:

DEPARTMENT SERVED:

BRIEF DESCRIPTION OF SERVICE PROVIDED:

PLEASE CHECK ONE :BY SIGNING BELOW I HEREBY CERTIFY THAT THE COVERED EMPLOYEES LISTED BELOW:

A. ___ RECEIVE A MINIMUM PAY OF $_______ PER HOUR AND ARE PROVIDED HEALTH BENEFITS VALUED AT $_______ PER HOUR.

B. ___ RECEIVE A MINIMUM PAY OF $_______ PER HOUR AND ARE NOT PROVIDED HEALTH BENEFITS.

PROVIDE NAMES OF EMPLOYEES AND JOB CLASSIFICATIONS PROVIDING COVERED SERVICES FOR THE ABOVE REFERENCED CONTRACT:

NAME JOB CLASS A OR B NAME JOB CLASS A OR B___________________ ___________ ___________________ ___________

___________________ ___________ ___________________ ___________

___________________ ___________ ___________________ ___________

___________________ ___________ ___________________ ___________

___________________ ___________ ___________________ ___________

(ATTACH ADDITIONAL SHEETS IN THE FORMAT ABOVE, IF NEEDED)

I, ____________________________, _____________________________ OF ____________________________________________ HEREBY ATTEST THAT (NAME) (TITLE) (COMPANY)

(1) I HAVE THE AUTHORITY TO SIGN THIS NOTARIZED COMPLIANCE AFFIDAVIT, (2) THE FOLLOWING INFORMATION IS TRUE, COMPLETE AND CORRECT AND (3) THE COMPANY CERTIFIES THAT IT SHALL:

PAY ALL EMPLOYEES WORKING ON THIS CONTRACT/PROJECT, WHO ARE COVERED BY THE BROWARD COUNTY LIVING WAGE ORDINANCE, AS AMENDED, IN ACCORDANCE WITH WAGE RATES AND PROVISIONS OF THE LIVING WAGE ORDINANCE;

PROVIDE THE APPLICABLE LIVING WAGE STATEMENT REGARDING WAGE RATES WITH THE EMPLOYEE'S FIRST PAYCHECK OR DIRECT DEPOSIT RECEIPT AS REQUIRED BY THE LIVING WAGE ORDINANCE, AS AMENDED; AND

(IF APPLICABLE) IF HEALTH CARE BENEFITS ARE PROVIDED UNDER "A" ABOVE, THE HEALTH CARE BENEFIT MEETS THE STANDARD HEALTH BENEFIT PLAN AS DESCRIBED IN SECTION 627.6699 (12)(B)(4), FLORIDA STATUTES, AS AMENDED. AS A PRINCIPLE OFFICER OF THE COVERED EMPLOYER, THE UNDERSIGNED AFFIRMS THAT THE REFERENCED FLORIDA STATUTE HAS BEEN REVIEWED AND THE COVERED EMPLOYER’S HEALTH PLAN MEETS ALL THE ELEMENTS REQUIRED BY THE STATUTE, AS AMENDED.

_______________________________________________ ________________________________________ SIGNATURE TITLE

SWORN TO AND SUBSCRIBED BEFORE ME THIS ________DAY OF 20___

STATE OF ______________________ COUNTY OF ___________________

_________________________________ MY COMMISSION EXPIRES: _________________________ NOTARY PUBLIC

Page 35 of 57

Page 36: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

(PRINT, TYPE OR STAMP COMMISSIONED NAME OF NOTARY PUBLIC)

PERSONALLY KNOWN ________ OR PRODUCED IDENTIFICATION _________

TYPE OF IDENTIFICATION PRODUCED: ______________

ATTACHMENT “D” (CONTINUED)

EXHIBIT 2APPLICATION FOR EXEMPTION FROM LIVING WAGE ORDINANCE REPORTING REQUIREMENTS

IN ACCORDANCE WITH BROWARD COUNTY ORDINANCE NO. 2008-45, AS AMENDED, “LIVING WAGE ORDINANCE” (LWO), ALL COVERED EMPLOYERS ARE SUBJECT TO THE LWO REQUIREMENT FOR PAYROLL REPORTING UNLESS AN EXEMPTION APPLIES AND HAS BEEN GRANTED. COVERED EMPLOYERS MAY SUBMIT THIS AFFIDAVIT WITH THEIR PROPOSAL OR PROPOSAL TO APPLY FOR AN EXEMPTION FROM THESE REPORTING REQUIREMENTS. EXEMPTIONS BASED ON THE CATEGORIES LISTED BELOW MAY BE GRANTED BY THE DIRECTOR OF PURCHASING PRIOR TO CONTRACT AWARD; HOWEVER, AN EXEMPTION MAY BE CANCELED AT ANY TIME BY WRITTEN NOTICE TO THE COVERED EMPLOYER. TO REQUEST AN EXEMPTION, THE COVERED EMPLOYER MUST SUBMIT THEIR EXEMPTION APPLICATION PRIOR TO AWARD.

SECTION 1: COVERED EMPLOYER INFORMATION (SERVICE CONTRACTOR )

COMPANY NAME: ______________________________________ CONTACT PERSON:___________________________________

COMPANY ADDRESS: __________________________________________________________________________________________

CITY: _______________________________ STATE: ___________ ZIP: ____________ PHONE: _____________________

SECTION 2: USING AGENCY AND CONTRACT INFORMATION

USING AGENCY: _________________________________________________ PROPOSAL/CONTRACT #: ______________________________

CONTRACT TITLE: _______________________________________________________________________________________________

NAME OF AGENCY CONTACT: _____________________________________ AGENCY CONTACT PHONE: _______________________

PROPOSAL/CONTRACT AMOUNT: $________________________________ START DATE: ____________ END DATE: ___________

PURPOSE/SERVICE PROVIDED: _____________________________________________________________________________________

SECTION 3: EXEMPTION BASIS (CHECK ONE OF THE OPTIONS BELOW AND SUBMIT SUPPORTING DOCUMENTATION AS REQUESTED.)

□ (LWO 26.103(E)(1); WAGE HISTORY: COVERED EMPLOYER DEMONSTRATES TO THE SATISFACTION OF THE DIRECTOR OF PURCHASING THAT ITS COVERED EMPLOYEES HAVE BEEN CONTINUOUSLY PAID THE APPLICABLE LIVING WAGE RATES OR HIGHER WAGES FOR AT LEAST ONE (1) YEAR PRIOR TO ENTERING INTO THE SERVICE CONTRACT.

REQUIRED DOCUMENTATION : PROVIDE OR ATTACH PRIOR PAYROLL RECORDS OR PAY SCALE RECORDS (BY JOB CLASSIFICATIONS) CONFIRMING THIS BASIS FOR EXEMPTION.

□ (LWO 26.103(E)(2): CONTRACTUAL: COVERED EMPLOYER DEMONSTRATES TO THE SATISFACTION OF THE DIRECTOR OF PURCHASING THAT THE AMOUNTS PAID TO ITS COVERED EMPLOYEES ARE REQUIRED BY LAW OR ARE REQUIRED PURSUANT TO A CONTRACTUAL OBLIGATION, SUCH AS A COLLECTIVE BARGAINING AGREEMENT (CBA), UNION SCALE, ETC.

REQUIRED DOCUMENTATION: A COPY OF THE CBA OR OTHER CONTRACTUAL AGREEMENT MUST BE SUBMITTED WITH THIS APPLICATION WITH THE CONTROLLING LANGUAGE CLEARLY MARKED, OR A LETTER FROM THE UNION STATING THAT THE UNION HAS AGREED TO ALLOW THE CBA TO SUPERSEDE THE LWO OR OTHER RECOGNIZED COMPANY PAY SCHEDULE AS THE BASIS FOR COMPENSATION PROVIDED THAT IT EXCEEDS THE LWO WAGE RATE AMOUNTS.

SECTION 4: CERTIFICATION AND NOTARIZED COMPLIANCE AFFIDAVIT

I, ____________________________, _______________________________OF __________________________________________ HEREBY ATTEST THAT (NAME) (TITLE) (COMPANY)

(1) I HAVE THE AUTHORITY TO SIGN THIS NOTARIZED COMPLIANCE AFFIDAVIT, (2) THE FOLLOWING INFORMATION IS TRUE, COMPLETE AND CORRECT AND (3) THE COMPANY CERTIFIES THAT ITS WAGES PAID TO EMPLOYEES PROVIDING COVERED SERVICES UNDER THIS CONTRACT/PROJECT ARE AT LEAST EQUAL TO OR GREATER THAN THE LIVING WAGE PER THE EXEMPTION BASIS SELECTED ABOVE AND IN ACCORDANCE WITH WAGE RATES AND PROVISIONS OF THE LIVING WAGE ORDINANCE, AS AMENDED.

_____________________________________________SIGNATURE

SWORN TO AND SUBSCRIBED BEFORE ME THIS ________DAY OF 200___

STATE OF ______________________ COUNTY OF ___________________

_________________________________ MY COMMISSION EXPIRES: _________________________ NOTARY PUBLIC

Page 36 of 57

Page 37: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

(PRINT, TYPE OR STAMP COMMISSIONED NAME OF NOTARY PUBLIC)

PERSONALLY KNOWN ________ OR PRODUCED IDENTIFICATION _________

TYPE OF IDENTIFICATION PRODUCED: ______________

Page 37 of 57

Page 38: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Tiebreaker Criteria - Form 1: (or Local Preference if applicable)

Local Vendor Certification

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

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

AND

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

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

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

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

AND/OR

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

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

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

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

______________________________________(VENDOR SIGNATURE)

______________________________________(PRINT VENDOR NAME)

STATE OF __________________

COUNTY OF ________________

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

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

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

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

NOTARY PUBLIC:

________________________________(Signature)

________________________________ My commission expires: _______________________

Page 38 of 57

Page 39: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

(Print Name)

Page 39 of 57

Page 40: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Tiebreaker Criteria - Form 2: Domestic Partnership Benefit Certification

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

1. _____ THE VENDOR HAS A DOMESTIC PARTNERSHIP PROGRAM AND THE DOMESTIC PARTNERSHIP BENEFITS ARE AS IDENTIFIED IN THE COMPANY POLICY ATTACHED TO THIS CERTIFICATION.

AND/OR

2. _____THE VENDOR HAS A DOMESTIC PARTNERSHIP PROGRAM THAT IS IN COMPLIANCE WITH THE BROWARD COUNTY DOMESTIC PARTNERSHIP ACT OF 1999, BROWARD COUNTY ORDINANCE # 1999-03, AS AMENDED, AND OUTLINED AS FOLLOWS:

A. VENDOR'S EMPLOYEE BENEFITS PROGRAM INCLUDES THE FOLLOWING MINIMUM STANDARDS:

1. Any vendor's employee who is a party to a domestic partnership relationship is entitled to elect insurance coverage for his or her domestic partner or a dependent of such domestic partner on the same basis in which any other vendor's employee may elect insurance coverage for his or her spouse or dependents. A vendor's employee's right to elect insurance coverage for his or her domestic partner, or the partner's dependent, extends to all forms of insurance provided by the vendor to the spouses and dependents of vendor's employees.

2. Any vendor's employee who is a party to a domestic partnership relationship is entitled to use all forms of leave provided by the vendor including, but not limited to sick leave and annual leave to care for his or her domestic partner or the dependent of the domestic partner as applicable.

3. All other benefits available to the spouses and dependents of vendor's employees are made available on the same basis to the domestic partner, or dependent of such domestic partner, of a vendor's employee who is party to a domestic partnership relationship.

4. It is within the vendor's discretion as to what benefits are provided to its employees and whether vendor's employees who are party to a domestic partnership relationship must be registered in accordance with Broward County Ordinance No. 1999-03, as amended, in order to be eligible for access to employee benefits.

B. VENDOR'S DOMESTIC PARTNERSHIP EILIGIBILITY CRITERIA ARE SUBSTANTIALLY EQUIVALENT TO THE FOLLOWING:

1. Each domestic partner is at least 18 years old and competent to contract.2. Neither domestic partner is married nor a partner to another domestic partnership relationship.3. The domestic partners are not related by blood.4. Consent of either domestic partner to the domestic partnership relationship has not been obtained

by force, duress, or fraud.5. Each domestic partner agrees to be jointly responsible for each other's basic food and shelter.

__________________________________(VENDOR SIGNATURE)

__________________________________(PRINT VENDOR NAME)

STATE OF __________________

COUNTY OF ________________

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

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

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

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

NOTARY PUBLIC:

________________________________(Signature)

________________________________(Print Name)

My commission expires: _______________________

Page 40 of 57

Page 41: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Tiebreaker Criteria - Form 3: BROWARD COUNTY PROJECTS AWARDED

(Volume of work awarded to the Prime only over the past five years)

Item No.

Project Title Solicitation Contract Number (RLI, RFP,Bid or Quote)

Broward County Department/Division (Area work performed)

Awarded Amount

Year Awarded

1.

2.

3.

4.

5.6.

7.

8.

9.

10.11.12.

13.

14.

15.

16.

17.

18.

19.

20.

Grand Total __$______________

Page 41 of 57

Page 42: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Drug Free Workplace Policy CertificationTHE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

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

AND/OR

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

AND/OR

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

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

against employees for violations of such prohibition;(b) Establishing a continuing drug-free awareness program to inform its employees about:

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

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

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

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

the employee;(f) Within 30 calendar days after receiving notice under subparagraph (d) of a conviction, taking one of the following actions with

respect to an employee who is convicted of a drug abuse violation occurring in the workplace:(i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency;

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

OR

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

______________________________________(VENDOR SIGNATURE)

______________________________________(PRINT VENDOR NAME)

STATE OF __________________

COUNTY OF ________________

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

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

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

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

NOTARY PUBLIC:

________________________________(Signature)

________________________________ My commission expires: _______________________ (Print Name)

Page 42 of 57

Page 43: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Non-Collusion Statement Form

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

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

NAME RELATIONSHIP

____________________________ _________________________________________________________ _________________________________________________________ _________________________________________________________ _____________________________ ____________________________ _________________________________________________________ _____________________________ ____________________________ _____________________________

_____________________________________(Vendor Signature)

_____________________________________(Print Vendor Name)

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

Page 43 of 57

Page 44: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

CONE OF SILENCE CERTIFICATION

The undersigned vendor hereby certifies that:

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

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

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

_____________________________________(Vendor Signature)

_____________________________________(Print Vendor Name)

STATE OF __________________

COUNTY OF ________________

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

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

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

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

NOTARY PUBLIC:

________________________________

(Signature)

_______________________________ My commission expires: _______________________ (Print Name)

Page 44 of 57

Page 45: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 45 of 57

Attachment E

Page 46: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 46 of 57

Attachment F

Page 47: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 47 of 57

Page 48: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 48 of 57

Attachment G

Page 49: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 49 of 57

Attachment H

Page 50: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Vendor’s List (Non-Certified Subcontractors and Suppliers Information)

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

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

1. Firm’s Name:_____________________________________________________________________

2. Firm’s Address:___________________________________________________________________

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

4. Contact Name and Position:__________________________________________________________

5. Alternate Contact Name and Position:__________________________________________________

6. Alternate Contact Telephone Number: _________________Email Address:___________________

7. Bid/Proposal Number: ______________________________Contracted Amount:_______________

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

1. Firm’s Name:_____________________________________________________________________

2. Firm’s Address:___________________________________________________________________

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

4. Contact Name and Position:__________________________________________________________

5. Alternate Contact Name and Position:__________________________________________________

6. Alternate Contact Telephone Number: _________________Email Address:___________________

7. Bid/Proposal Number: ______________________________Contracted Amount:_______________

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

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

Signature Title Date

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

Page 50 of 57

Page 51: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

EXHIBIT 2 - Posted as Excel Workbook

Pricing Workbook IndexFor

Fort Lauderdale-Hollywood International Airport (FLL)RFP Number R0924308P1

1. Pricing Instructions

2. Billable HR-LW (Living Wage) Worksheet - Must be filled out/signed and submitted

3. Billable HR-NLW (Non-Living Wage) Worksheet - Must be filled out/signed and submitted

4. Hours LW (Living Wage) - Must be filled out/signed and submitted

5. Hours NLW (Non-Living Wage - Must be filled out/signed and submitted

6. Burdened Rate Includes

PRICING PACKET INSTRUCTIONS

Respondents are required to fill out the pricing sheets, posted as Exhibit 2, which will show their fully burdened billable hourly rate for their proposed staffing and operating plan to meet FLL’s ground transportation service management needs.

The pricing sheets are to be signed and submitted with firms submittal.

The pricing proposal (Exhibit 2) shall serve as the baseline for final fee negotiation with the County.

Staffing hours are subject to passenger loading demand and seasonality factors.

Page 51 of 57

Page 52: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 52 of 57

Page 53: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 53 of 57

Page 54: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 54 of 57

Page 55: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 55 of 57

Page 56: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 56 of 57

Page 57: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 57 of 57

Page 58: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 58 of 57

Page 59: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 59 of 57

Page 60: Keyboard Enterable Version of Web viewMicrosoft Word for any typed responses. ... R0924308P1. The Purchasing ... at a minimum of one uniformed Taxi Starter at each of the four terminals

Page 60 of 57