12.12.12 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Table of Contents Procurement Authority...... 4 Scope of Service...... 5 Submittal Instructions...... 5 Required Forms...... 6 For Additional Project Information Contact:...... 7 Evaluation Process...... 7 Review Responses...... 7 Evaluation Criteria...... 8 Cone of Silence...... 9 Demonstrations...... 9 Pricing...... 9 Negotiation and Award...... 9 Public Art and Design Program...... 9 Posting of Solicitation and Proposed Contract Awards...... 10 Vendor Protest...... 10 Rejection of Responses...... 11 Public Records and Exemptions...... 11 Copyrighted Materials...... 12 Local Preference...... 12 State and Local Preferences...... 12 Right of Appeal...... 12 Projected Schedule...... 13 Responsiveness Criteria...... 14 Definition of a Responsive Bidder:...... 14 1. Joint Venture Enterprises...... 14 2. Lobbyist Registration - Certification...... 14 Responsibility Criteria...... 15 Definition of Responsible Bidder...... 15 1. Office of Economic and Small Business Development Program...... 15 2. Financial Information...... 17 3. Litigation History...... 17 4. Authority to Conduct Business in Florida...... 18 Evaluation Criteria...... 19 Project-Specific Criteria...... 19 Attached is a sample Certificate of Insurance Attachment K. It reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal but it is necessary to submit certificates indicating that the firm currently carries the insurance or to submit a letter from the carrier indicating upgrade availability...... 24 Legal Requirements...... 24 Tiebreaker Criteria...... 28 Required Forms to be Returned...... 31 Attachment “B” - Letter of Intent CBE...... 32 Attachment “D” - Application For Evaluation Of Good Faith Effort...... 33

Rev.12.12.12 Page 2 of 60 Attachment “E” - Vendor’s List (Non-Certified Subcontractors and Suppliers Information)...... 34 Attachment “G” - Domestic Partnership Certification...... 35 Attachment “H” - Lobbyist Registration – Certification...... 36 Attachment “J” - Litigation History...... 37 Attachment “K” - Insurance Requirements...... 38 Attachment “L” - Cone of Silence Certification...... 39 Attachment “N” - Drug Free Workplace Policy Certification...... 40 Attachment “O” - Non-Collusion Statement Form...... 41 Attachment “P” - Scrutinized Companies List Certification...... 42 Attachment “Q” - Local Vendor Certification...... 43 Attachment “R” - Volume of Work Over Five Years...... 44 Exhibits...... 45

Page 3 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Request for Proposals (RFP) RFP Number: R1090025P1 RFP Name: Retail Potable Water and Wastewater Master Plan Procurement Authority

Unchecked boxes do not apply to this solicitation.

Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Proposals for consideration to provide services on the following project: Standard Request for Proposals Construction General Contractor: Two-Step Process - (Step 1) Issue RFP to Short list firms - (Step 2) Issue Invitation for Bids to Shortlisted firms to obtain bids Establish Library of Firms for Services Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Proposals for consideration to provide Construction Manager at Risk Services on the following project. Standard Construction Manager at Risk Construction Manager at Risk (Modified): Two Step Process - (Step 1) Issue RFP to Short list firms (Step 2) Issue Invitation for Bids to Shortlisted firms to obtain bids Pursuant to Florida Statutes, Chapter 287.055 (Consultants’ Competitive Negotiation Act), the Broward County Commission invites qualified firms to submit Proposals for consideration to provide Professional Consulting Services on the following project. Non-Continuing Contract: (Check only one box) Professional services needed for a construction project where the construction costs exceed $ 325,000 Professional services needed for a planning or study activity where the fee for the professional services exceed $ 35,000 Continuing Contract :( Check only one box) Professional services needed for projects in which construction costs do not to exceed $2 million Professional services needed for study activities when the fee for such professional service does not exceed $ 200,000 Professional services needed for work of a specified nature Design-Build: (Check only one box) Qualification - Based with a Guaranteed Maximum Price and a Guaranteed Completion Date

Rev.12.12.12 Page 4 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Scope of Service

The Water and Wastewater Engineering Division is requesting a Consultant to develop a Retail Potable Water and Wastewater Master Plan for Water and Wastewater Services (WWS). The Consultant will provide Professional Engineering Services to evaluate current Water and Wastewater Systems and study future Utility improvements. – See Exhibit “1” – Detailed Scope of Work Submittal Instructions

Unchecked boxes do not apply to this solicitation.

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

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

1. A single PDF file that contains your entire response with each page of the response in the order as presented in the RFP document, including any attachments. 2. Responses to the Evaluation Criteria questions are to be provided in the following formats: a. Microsoft Word for any typed responses. b. Microsoft Excel for any spreadsheets Submit Five (5) total printed copies (hard copies) of your response. It is the responsibility of each firm to assure that the information submitted in both its written response and CDs are consistent and accurate. If there is a discrepancy, the information provided in the written response shall govern.

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

Balance of Page Left Blank Intentionally

Page 5 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Required Forms

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

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

Verification of return (Please Initial) Attachment A Bidders Opportunity List Removed – Not Included Attachment B Letter of Intent (CBE) ______Attachment D Application For Evaluation of Good Faith Effort ______Attachment E Vendor’s List (Non-Certified Subcontractors and Suppliers Information) ______Attachment F Contractors Assurance Statement Removed – Not Included Attachment G Domestic Partnership Certification ______Attachment H Lobbyist Registration – Certification (R) ______Attachment I Employment Eligibility Verification Program Contractor Certification Removed – Not Included Attachment J Litigation History ______Attachment K Insurance Requirements ______Attachment L Cone of Silence Certification ______Attachment M Living Wage Ordinance Removed – Not Included Attachment N Drug Free Workplace Policy Certification ______Attachment O Non-Collusion Statement Form ______Attachment P Scrutinized Companies List Certification ______Attachment Q Local Vendor Certification ______Attachment R Volume of Work Over Five Years ______Attachment S Proposal Bond Removed – Not Included Attachment T Certificate As To Corporate Principal Removed – Not Included Attachment U Pricing Sheets Removed – Not Included

Rev.12.12.12 Page 6 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Send all requested materials to: Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 RE: RFP Number: R1090025P1

The Purchasing Division must receive submittals no later than 5:00 pm on Monday, March 11, 2013. Purchasing will not accept electronically transmitted, late, or misdirected submittals. If fewer than three interested firms respond to this solicitation, the Director of Purchasing may extend the deadline for submittal by up to four (4) weeks. Submittals will only be opened following the final submittal due date.

For Additional Project Information Contact:

Najla Elshami-Zerrouki, Project Manager, W.W.E.D. Phone: 954-831-0791 Email: [email protected] Evaluation Process

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

Review Responses

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

Staff will also identify any incomplete responses. The Director of Purchasing will review the information provided in the matrix and will make a recommendation to the Evaluation Committee as to each firm’s responsiveness to the requirements of the RFP. The final determination of responsiveness rests solely on the decision of the Evaluation Committee. At any time prior to award, the awarding authority may find that an offeror is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the offeror has breached or failed to perform a contract, claims history of the offeror, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an offeror.

Balance of Page Left Blank Intentionally

Rev.12.12.12 Page 7 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Evaluation Criteria The following list of Evaluation Criteria total 100 points. Subsequent pages will further detail and define the Evaluation Criteria which are summarized with their numerical point ranges. Ability of Professional Personal 1. Describe qualifications and relevant experience of personnel that will be assigned to the project, 25 except modelers. Include resumes. 1.a. Project Manager(s) 1.b. Engineers 1.c. Geographic Information Systems (GIS) Manager 1.d. Other Essential staff

2. Describe the characteristics of the firm and staffing. 10 2.a. Total number of the firm and staffing 2.b. Length of the time the firm has been in operation 2.c. Annual income from potable water and wastewater projects

3. Describe qualifications and relevant experience of potable water modeling personnel that will be 15 assigned to the project with preference towards using Innovyze InfoWater Version 8.6 or later. Include resumes.

4. Describe qualifications and relevant experience of wastewater modeling personnel that 15 will be assigned to the project with preference towards using Innovyze InfoSWMM version 12.0 or later. Include resumes.

Past Performance: 5. Describe the firm’s experience producing potable water distribution system and/or wastewater 15 Collection system master plans for utilities of 20,000 customers or more, along with evidence of Satisfactory completion, both in time and within budget for the past (5) years. 5.a. Project Name 5.b. Project detailed description 5.c. Project cost 5.d. Project duration 5.e. Describe if deadline was met and if change orders were issued. If change orders were issued, describe their nature and their cost. 5.f. Provide contact name, address, phone and e-mail for all cited projects. Willingness to meet time and budget: 6. State your firm’s willingness to meet the projects deadline of 12 months and willingness 10 to keep project total costs below the projects $900,000 budget ceiling. Describe how your firm will meet the deadline. Location 7. Identify the office location responsibility for this project and the office location of the 10 staff that will be assigned to the project TOTAL POINTS 100

Rev.12.12.12 Page 8 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Cone of Silence

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

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

Demonstrations

If this box is checked, then this project will lend itself to an additional step where all firms demonstrate the nature of their offered solution. After receipt of submittals, all firms will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD or a combination of both) should be given to the Purchasing Agent at the meeting to retain in the Purchasing files.

Pricing

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

Negotiation and Award

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

Public Art and Design Program

Unchecked 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 Page 9 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

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).

Posting of Solicitation and Proposed Contract Awards

The 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 at http://www.broward.org/Purchasing/Pages/SolicitationResult.aspx

Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

(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 10 of 60 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 $3,000 Over $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.

Rejection of Responses

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

Public Records and 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. CD or DVD discs included in the submittal must also comply with this requirement and separate any materials claimed to be confidential. Failure to provide this information at the time of submittal and in the manner required above may result in a recommendation by the Director of Purchasing that the response is non-responsive.

Any claim of confidentiality on materials that the firm asserts to be exempt and placed elsewhere in the submittal will be considered waived by the firm upon submission, effective after opening. Please note that the financial statement exemption provided for in Section 119.071(1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project.

Please be aware that submitting confidential material may impact full discussion of your submittal by the 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 11 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Copyrighted Materials

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

Local Preference

In 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 Preferences

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

Right of Appeal

Pursuant 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.

Page 12 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Projected Schedule

RFP Advertised Date: February 15, 2013 RFP Open Date: March 11, 2013 Initial Evaluation Meeting: May 21, 2013 Final Evaluation Meeting: May 21, 2013 If three (3) or fewer responses are received, a combination Short List and Presentation/Ranking meeting may be held on May 21, 2013 http://www.broward.org/Commission/Pages/SunshineMeetings.aspx Please check this website for any changes to the above tentative schedule.

Balance of Page Left Blank Intentionally

Page 13 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Responsiveness Criteria

Definition of a Responsive 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.

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

***NOTICE TO PROPOSERS***

Proposers are invited to pay strict attention to the following requirements of this RFP. The information being requested in this section is going to be used by the Evaluation Committee during the 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.

1. Joint Venture Enterprises

Unchecked boxes do not apply to this solicitation Construction Licensing 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. 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.

2. Lobbyist Registration - Certification

A vendor who has retained a lobbyist(s) to lobby in connection with a competitive solicitation shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies, see Attachment H, that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances. If,

Rev.12.12.12 Page 14 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

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

The Lobbyist Registration Certification Form (Attachment H) should be completed and returned at the time of the RFP opening deadline and included within the submittal document. If not included with the RFP submittal at the time of the RFP opening deadline, the Lobbyist Certification Form must be completed and returned prior to contract award at a date and time certain established by the County. Responsibility Criteria

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.

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

1. Office of Economic and Small Business Development Program

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

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

Business Enterprise Category Assigned Participation Goal County Business Enterprise (CBE) 26%

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

If not provided with your submittal, the proposer must supply information within three business days of the Office of Economic and Small Business Development’s (OESBD) request. Proposer may be deemed non-responsible for failure to fully comply within stated timeframes.

Page 15 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

CBE Program Requirements for Submitting Bids: a proposer should include in its submittal Attachment “B“ Letter of Intent, for each certified CBE firm the proposer intends to use. Each Letter of Intent should include the following information:

The names and addresses of each CBE firm that will participate in the contract resulting from this bid;

A description of the work that each CBE firm will perform;

The percentage amount of the total contract value each CBE firm will receive under the contract resulting from this bid;

Written documentation of the proposer’s commitment to use each CBE firm submitted to meet the contract participation goal; and

Written confirmation from each CBE firm that it will participate in the contract.

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

Documentation of providing timely solicitation activities to CBE firms, including attendance at pre-bid meetings, advertisements, or written notices;

Documentation of identifying appropriate contract portions and scopes of work that CBE firms could potentially perform;

Documentation of providing timely and adequate information to the CBE firms (including plans and specifications);

Documentation of good faith negotiation with each interested CBE firm (including names and contact information of each CBE considered) with an explanation as to why an agreement could not be reached with a CBE firm; and

Documentation of investigating CBE qualifications and capabilities; list reason(s) if a CBE is rejected.

Additional factors in review of Good Faith Effort: the County may also consider the response of other proposer’s goal participation and the average goal participation obtained by other proposers in the evaluation of Good Faith Effort.

Program Requirements for CBE Participation:

A CBE firm must be certified to perform the work required at time of the proposal due date for Page 16 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

participation to be considered to CBE goal attainment.

A CBE firm may only participate in a contract if it is performing a commercially useful function and is not acting as a broker.

Only the work performed by a CBE firm’s own workforces shall be counted towards contract goal participation. This participation can include the cost of supplies and materials obtained by the certified CBE firm to perform the work and the amount of fees charged for bonds and insurance.

If a certified CBE firm subcontracts any part of the work to another firm, only subcontracted work to another certified CBE firm will be counted towards goal participation.

Only a CBE firm certified in the manufacture of, or certified as a regular dealer of, the materials and supplies being provided will be counted towards goal participation.

A certified CBE firm participating in a joint venture, will only have CBE participation counted for the distinct, clearly defined portion of work performed by the CBE firm, with its own workforces.

Nothing herein shall be construed to indicate that a higher level of CBE involvement above the stated goal in a solicitation will give that proposer the right of award over other proposers who have met the CBE goal or Good Faith Effort, as approved by the County.

The proposer shall only address the base bid for CBE goal participation. No alternate/optional bid item(s) shall be addressed. If the County chooses to exercise the right to award alternate/optional bid item(s), the CBE participation goal for this bid shall apply to the alternate/optional bid item(s) recommended to be awarded. The County shall issue a notice to the apparent successful proposer requiring the proposer to comply with the CBE participation goal for the alternate/optional bid item(s); proposer shall submit all required forms prior to award. Failure to submit the required forms may result in rejection of the bid.

The Office of Economic and Small Business Development maintains an on-line directory of CBE firms. The on-line directory is available for use by proposers at http://www.broward.org/smallbusiness.

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

2. Financial Information

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.

Page 17 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

3. 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.

4. Authority to Conduct Business in Florida

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

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

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

Failure to provide the County with any of the above referenced information at the required time may be cause for the response to the solicitation to be deemed non-responsible.

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

Balance of Page Left Blank Intentionally

Page 18 of 60 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 – Provide answers below. If you are submitting a response as a joint venture, Project-Specific Criteria you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. 1. Describe the qualifications and relevant experience of personnel that will be assigned to the project, except modelers, and include resumes. - Project Manager(s) - Engineers - Geographic Information Systems (GIS) manager - Other Essential Staff

2. Describe the characteristics of the firm and staffing. - Total number of current employees - Length of time the firm has been in operation - Annual income for potable water and wastewater projects

3. Describe qualifications and relevant experience of potable water modeling personnel that will be assigned to the project with preference towards using Innovyze InfoWater Version 8.6 or later, including resumes.

4. Describe qualifications and relevant experience of wastewater modeling personnel that will be assigned to the project with preference towards using Innovyze InfoSWMM Version 12.0 or later, including resumes.

Rev.12.12.12 Page 19 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

5. Describe the firm’s experience producing potable water distribution system and/or wastewater collection system master plans for utilities of 20,000 customers or more, along with evidence of satisfactory completion, both in time and within budget for the past (5) years - Project Name - Project detailed description - Project cost - Project duration - Describe if deadline was met and if change orders were issued. If change orders were issued, describe their nature and their cost. - Provide contact name, address, phone and email for all cited projects.

6. State your firm’s willingness to meet the project’s deadline of 12 months and willingness to keep project total costs below the project’s $900,000 budget ceiling. Describe how your firm will meet the deadline.

7. Identify the office location responsible for this project and the office location of the staff that will be assigned to the project.

Evaluation Criteria – Provide answers below. If you are Company Profile submitting a response as a joint venture, you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. 1. 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, YES NO

Page 20 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

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. (see below)

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

The financial statements should be submitted in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. CD or DVD discs included in the submittal must also comply with this requirement and separate any materials claimed to be confidential.

Failure to provide this information at the time

Page 21 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

of submittal and in the manner required above may result in a recommendation by the Director of Purchasing that the response is non-responsive. Furthermore, proposer’s failure to provide the information as instructed may lead to the information becoming public.

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

5. Litigation History Requirement: The County will consider a vendor's litigation history information in its review and determination of responsibility. All vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the vendor, any parent or subsidiary of the vendor, or any predecessor organization. If the vendor is a joint venture, the information provided should encompass the joint venture (if it is not newly- formed for purposes of responding to the solicitation) and each of the entities forming the joint venture. For purpose of this disclosure requirement, a “case” includes lawsuits, administrative hearings and arbitrations. A case is considered to be "material" if it relates, in whole or in part, to any of the following: 1. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; 2. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; 3. A vendor's default, termination, suspension, failure to perform, or

Page 22 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

improper performance in connection with any contract; 4. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or 5. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

Notwithstanding the descriptions listed in paragraphs 1 – 5 above, a case is not considered to be "material" if the claims raised in the case involve only garnishment, auto negligence, personal injury, workers' compensation, foreclosure or a proof of claim filed by the vendor.

For each material case, the vendor is required to provide all information identified, on the attached “Litigation History” form. (Attachment J)

A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the vendor's subcontractors/subconsultants proposed to work on this project.

Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the vendor being deemed non- responsive. Prior to making such determination, the vendor will have the ability to clarify the submittal and to explain why an undisclosed case is not material. 6. Has the interested firm, its principals, officers, YES NO or predecessor organization(s) been debarred or suspended from bidding by any government during the last three (3) years? If yes, provide details. 7. Has your company ever failed to complete YES NO any work awarded to you? If so, where and why? Page 23 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

8. Has your company ever been terminated YES NO from a contract? If so, where and why? 9. Insurance Requirements: Attached is a sample Certificate of Insurance Attachment K. It reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal but it is necessary to submit certificates indicating that the firm currently carries the insurance or to submit a letter from the carrier indicating upgrade availability.

Evaluation Criteria – Provide answers below. If you are submitting a response as a joint venture, Legal Requirements you must respond to each question for each entity forming the joint venture. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. 1. Standard Agreement Language: Identify any standard terms and conditions YES (Agree) with which the interested firm cannot agree. The standard terms and conditions for the resulting contract can be located at: NO http://www.broward.org/Purchasing/Documents/ca If no, you need to specifically identify the f202.pdf terms and conditions with which you are 2. If you do not have computer access to the taking exception since they will be internet, call the Project Manager for this RFP discussed with the Selection Committee. to arrange for mailing, pick up, or facsimile Please be aware that taking exceptions to transmission. the County’s standard terms and conditions may be viewed unfavorably by the Selection Committee and ultimately impact the overall evaluation of your submittal. 3. 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 ventures. The firm(s) submitting is expected to sign and Page 24 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

notarize the Cone of Silence Certification (Attachment L). 4. 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 ventures. 5. 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.

6. DRUG FREE WORKPLACE: 1. Do you have a drug free workplace policy? 1. YES NO 2. If so, please provide a copy of your drug free workplace policy in your proposal. 3. Does your drug free workplace policy 3. YES NO comply with Section 287.087 of the Florida Statutes? 4. If your drug free workplace policy complies 4. YES NO with Section 287.087 of the Florida Statutes, please complete the Drug Free Workplace Policy Certification Form. (Attachment N) 5. If your drug free workplace policy does not Page 25 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

comply with Section 287.087of the Florida 5. YES NO Statutes, does it comply with the drug free workplace requirements pursuant to Section 21.31.a.2 of the Broward County Procurement Code? 6. If so, please complete the attached Drug Free Workplace Policy Certification Form. 7. If your drug free workplace policy does not 7. YES NO comply with Section 21.31.a.2 of the Broward County Procurement Code, are you willing to comply with the requirements Section 21.31.a.2 of the Broward County Procurement Code? 8. If so, please complete the attached Drug Free Workplace Policy Certification Form. (Attachment N) Failure to provide a notarized Certification Form in your proposal indicating your compliance or willingness to comply with Broward County's Drug Free Workplace requirements as stated in Section 21.31.a.2 of the Broward County Procurement Code may result in your firm being ineligible to be awarded a contract pursuant to Broward County's Drug Free Workplace Ordinance and Procurement 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” (Attachment O) 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 Page 26 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

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. 8. Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a bid, proposal or response to a Broward County solicitation for goods or services in an amount equal to or greater than $1 million. Therefore, if applicable, each company submitting a bid, proposal or response to a solicitation must certify to the County that it is not on either list at the time of submitting a bid, proposal or response. The certification form is referenced as “Scrutinized Companies List Certification” (Attachment P) and should be completed and submitted with your proposal but must be completed and submitted prior to award.

Balance of Page Left Blank Intentionally

Page 27 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

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

LOCATION in BROWARD COUNTY 1. Is your firm located in Broward County? 1. YES NO 2. Does your firm have a valid current Broward 2. YES NO County Local Business Tax Receipt? 3. Has your firm (a) been in existence for at least 3. YES NO six (6) months prior to the proposal opening (b) providing services on a day to day basis (c) at a business address physically located within the limits of Broward County (d) in an area zoned for such business and (e) the services provided from this location are substantial component of the services offered in the firm's proposal? If so, please provide the interested firm's business address in Broward County, telephone number(s), email address, evidence of the Broward County Local Business Tax Receipt and complete the attached Local Vendor Certification Form. (Attachment Q)

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

Page 28 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

DOMESTIC PARTNERSHIP ACT

1. Do you have a domestic partnership program? 1. YES NO 2. If so, please provide a copy of your domestic 2. YES NO partnership program in your proposal and complete Attachment G “Domestic Partnership Certification Form.” Failure to provide a notarized Certification Form indicating in your proposal shall prevent your firm from receiving credit for having such a program under Broward County's tiebreaker criteria of Section 21.31.d of the Broward County Procurement Code. 3. Does your domestic partnership program provide benefits which are the same or 3. YES NO substantially equivalent to those benefits offered to other employees in compliance with the Broward County Domestic Partnership Act of 2011, Broward County Ordinance # 2011-26, as amended?

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

VOLUME OF WORK OVER FIVE YEARS $

Vendor that has the lowest dollar volume of work previously awarded by the County over a five (5) year period from the date of the submittal will receive the tie breaker preference. The work shall include any amount awarded to any parent or subsidiary of the vendor, any predecessor organization and any company acquired by the vendor over the past five (5) years. If the vendor is a joint venture, the information provided should encompass the joint venture and each of the

Page 29 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

entities forming the joint venture.

If applicable complete Attachment R. (Report only amounts awarded as Prime Vendor)

To be considered for the Tie Break preference, this completed Attachment R must be included with the RFP Submittal Response at the time of the opening deadline.

Balance of Page Left Blank Intentionally

Page 30 of 60 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535

Required Forms to be Returned

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

Balance of Page Left Blank Intentionally

Rev.12.12.12 Page 31 of 60 Attachment “B” - Letter of Intent CBE

OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMENT

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER (Form to be completed and signed for each CBE firm)

Solicitation Number: Project Title:

Bidder/Offeror Name: Address: ____ City: State: Zip: Authorized Representative: Phone:

CBE Subcontractor/Supplier Name: Address: ____ City: State: Zip: Authorized Representative: Phone:

A. This is a letter of intent between the bidder/offeror on this project and a CBE firm for the CBE to perform subcontracting work on this project. B. By signing below, the bidder/offeror is committing to utilize the above-named CBE to perform the work described below.

C. By signing below, the above-named CBE is committing to perform the work described below. D. By signing below, the bidder/offeror and CBE affirm that if the CBE subcontracts any of the work described below, it may only subcontract that work to another CBE.

Work to be performed by CBE Firm CBE Contract CBE Percentage of Description NAICS* Amount† Total Project Value

AFFIRMATION: I hereby affirm that the information above is true and correct.

CBE Subcontractor/Supplier Authorized Representative

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

(Signature) (Title) (Date)

* Visit http://www.census.gov/eos/www/naics/ to search. Match type of work with NAICS code as closely as possible. † To be provided only when the solicitation requires that bidder/offer include a dollar amount in its bid-offer.

In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of

Rev.12.12.12 Page 32 of 60 Intent and Affirmation shall be null and void. CBE Letter of Intent July 2012

Attachment “D” - Application For Evaluation Of Good Faith Effort

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT PURSUANT TO County Business Opportunity Act of 2012

RLI / BID NO.: ______PROJECT NAME: ______

______PRIME CONTRACTOR

______ADDRESS TELEPHONE

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

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

SIGNATURE: ______PRINT NAME / TITLE: ______DATE: ______

Page 33 of 60 Attachment “E” - Vendor’s List (Non-Certified Subcontractors and Suppliers Information)

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

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

1. Firm’s Name:______2. Firm’s Address:______3. Firm’s Telephone Number: ______Firm’s Email Address:______4. Contact Name and Position:______5. Alternate Contact Name and Position:______6. Alternate Contact Telephone Number: ______Email Address:______7. Bid/Proposal Number: ______Contracted Amount:______8. Type of Work/Supplies Bid: ______Award Date:______

1. Firm’s Name:______2. Firm’s Address:______3. Firm’s Telephone Number: ______Firm’s Email Address:______4. Contact Name and Position:______5. Alternate Contact Name and Position:______6. Alternate Contact Telephone Number: ______Email Address:______7. Bid/Proposal Number: ______Contracted Amount:______8. Type of Work/Supplies Bid: ______Award Date:______

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

Signature Title Date

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

Rev.12.12.12 Page 34 of 60 Attachment “G” - Domestic Partnership Certification

NOTE: In order to qualify for the Tie Break, this Form must be completed and returned with the RFP submittal at the time of the opening.

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

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

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

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

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

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

The Vendor employs less than five (5) employees.

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

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

The Vendor does not provide benefits to employees’ spouses.

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

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

I, ______, ______of ______(Name) (Title) (Vendor) hereby attests that I have the authority to sign this notarized certification and certify that the above-referenced information is true, complete and correct.

______Signature

______Print Name SWORN TO AND SUBSCRIBED BEFORE ME this ______day of ______, 20___

STATE OF ______COUNTY OF ______

______My commission expires: ______(SEAL) Notary Public (Print, type or stamp commissioned name of Notary Public)

Personally Known ______or Produced Identification ______Type of Identification Produced: ______

Page 35 of 60 Attachment “H” - Lobbyist Registration – Certification

This certification form should be completed and submitted with your proposal. If not included with the RFP submittal at the time of the RFP opening deadline, the Lobbyist Certification Form must be completed and returned by a date and time certain established by the County.

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

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

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

1.______It has not retained a lobbyist(s) to lobby in connection with this competitive solicitation.

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

______(Vendor Signature) ______STATE OF ______(Print Vendor Name)

COUNTY OF ______

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

______as ______of (Name of person 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: ______My commission expires: ______(Signature) ______(Print Name)

Page 36 of 60 Attachment “J” - Litigation History

Vendor : ______RFP#:______Vendor’s Parent Company:______MATERIAL CASE SYNOPSIS Vendor’s Subsidiary Company:______

Vendor’s Predecessor Organization: ______

Party Plaintiff Defendant

Case Name Case Number

Date Filed

Name of Court or other tribunal

Civil Administrative/Regulatory Type of Case Criminal Bankruptcy Claim or Cause of Action and Brief description of each Count

Brief description of the Subject Matter and Project Involved

Disposition of Case Pending Settled Dismissed

Judgment Vendor’s Favor (Attach copy of any applicable Judgment, Settlement Agreement Judgment Against Vendor and Satisfaction of Judgment.) If Judgment Against, is Judgment Satisfied? Yes No Name:

Email: Opposing Counsel Phone number:

NAME OF COMPANY: ______

Page 37 of 60 Attachment “K” - Insurance Requirements

Rev.12.12.12 Page 38 of 60 Page 39 of 60 Attachment “L” - Cone of Silence Certification

The undersigned vendor hereby certifies that:

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

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

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

______(Vendor Signature)

______(Print Vendor Name)

STATE OF ______

COUNTY OF ______

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

______as ______of (Name of person 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)

Rev.12.12.12 Page 40 of 60 Attachment “N” - Drug Free Workplace Policy Certification

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

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

AND/OR

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

AND/OR

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

(a) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (b) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The offeror's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (a); (d) Notifying all employees, in writing, of the statement required by subparagraph (a), that as a condition of employment on a covered contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five (5) days after such conviction. (e) Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (d) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (f) Within 30 calendar days after receiving notice under subparagraph (d) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs (a) through (f). OR

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

______(PRINT VENDOR NAME) STATE OF ______

COUNTY OF ______

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

______as ______of (Name of person 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)

Rev.12.12.12 Page 41 of 60 Attachment “O” - Non-Collusion Statement Form

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

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

NAME RELATIONSHIP

______

______(Vendor Signature)

______(Print Vendor Name)

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

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

Rev.12.12.12 Page 42 of 60 Attachment “P” - Scrutinized Companies List Certification

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

The Vendor, by virtue of the signature below, certifies that: a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

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

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

______(Authorized Signature)

______(Print Name and Title)

______(Name of Firm)

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

NOTARY PUBLIC:

______State of ______at Large (SEAL) (Signature)

______My commission expires: ______(Print name)

Page 43 of 60 Attachment “Q” - Local Vendor Certification

Tiebreaker Criteria (or Local Preference if Applicable)

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT:

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

AND

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

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

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

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

AND/OR

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

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

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

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

______(PRINT VENDOR NAME) STATE OF ______

COUNTY OF ______

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

______as ______of (Name of person 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 60 Attachment “R” - Volume of Work Over Five Years

Tie Breaker Criteria Broward County Projects

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

Solicitation Broward Contract County Item Project Title Date Awarded Awarded Number Bid – Department No. Dollar Quote – RLI - or Division Amount RFP 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Grand Total

Rev.12.12.12 Page 45 of 60 Exhibits

Balance of Page Left Blank Intentionally

Rev.12.12.12 Page 46 of 60 Retail Potable Water and Wastewater Master Plan Scope

For RFP

PREAMBLE

Water and Wastewater Services (WWS) is required by the Broward County Comprehensive Plan to update its retail Master Plan. This update will take the form of a complete rewrite of the last Master Plan which was published in 2002. While WWS owns and operates both regional and retail facilities, this Master Plan will address only the retail facilities. This Master Plan will address all four WWS service areas (known as “Districts” 1, 2, 3A and 3BC), which are managed as one entity with one set of common goals.

WWS recently published its “Alternative Water Supply Conceptual Master Plan” (AWSMP) which addressed potable water source of supply and treatment. Except for demand projections, the material covered in the AWSMP will be summarized but not redone as part of this Master Plan. However, CONSULTANT will redo demand projections as newer information has become available since the AWSMP was prepared.

GENERAL

CONSULTANT shall provide professional engineering services to COUNTY to develop a Retail Potable Water and Wastewater Master Plan (“MASTER PLAN”) for Water and Wastewater Services (WWS): 1. The MASTER PLAN document will be prepared using ESRI ArcGIS Desktop version 10 products for maps and Microsoft Office version 2010 products for word processing, spreadsheets and any other type of file. CONSULTANT will provide WWS all word processing, spreadsheet and other files used in the final version of the MASTER PLAN in electronic format. CONSULTANT will provide WWS with all ESRI MXD files and associated data files in electronic format. All files will be organized in such a manner that WWS can load the information directly onto their computers and use them without modification. 2. WWS uses the Innovyze products InfoWater version 8.6 (8000 link capacity) for its potable water distribution system modeling and InfoSWMM version 12.0 (1000 link capacity) for its wastewater collection system modeling. CONSULTANT will use this same software (most recent version) for all modeling work related to the MASTER PLAN. CONSULTANT will provide WWS all final version modeling files. All files will be organized in such a manner that WWS can load the information directly onto their computers and use them without modification.

Rev.12.12.12 Page 47 of 60 3. WWS will be afforded two to three weeks to review each portion of the MASTER PLAN as it is developed. All documents to be reviewed by WWS will be submitted as an Adobe Acrobat (PDF) file. WWS will make its best effort to compile review comments from its WWS stakeholders into a single Adobe Acrobat file. However, after being provided with WWS written comments, CONSULTANT will hold a review meeting to go over the comments, at which time WWS may have additional comments. CONSULTANT will resolve WWS comments by incorporating changes to the draft document or provide written explanation as to why changes should not be made, then produce a new version of the portion under review. It is possible that the new version may generate new WWS comments. The review process will be repeated until all WWS comments have been resolved. 4. All CONSULTANT meetings with WWS will be at WWS offices unless otherwise agreed to by WWS. CONSULTANT will organize, facilitate and produce minutes of all such meetings. CONSULTANT will also provide written documentation of all decisions made outside such meetings. 5. Security measures with MASTER PLAN information. CONSULTANT will be required to take WWS required security measures with all modeling files and GIS based information and files. CONSULTANT will remove these files and information from CONSULTANT’s computers once the master plan project is complete. CONSULTANT will not provide modeling information, files or results to third parties. CONSULTANT will not provide GIS based information or files to third parties. 6. The future forecast year for the Master Plan is 2040.

TASKS

TASK 1 – Project Kickoff, Project Schedule and Information Collection CONSULTANT will: 1. Hold a kickoff meeting with WWS stakeholders within two weeks of the Notice To Proceed (NTP). The roles of CONSULTANT staff and WWS stakeholders will be discussed. At the meeting the CONSULTANT will provide a list of information required to be provided by WWS, other than the information already identified under “Assumptions”. The group will determine the feasibility of providing the information and determine alternative methodologies for information that will not be provided. 2. Produce a schedule for completion of this scope of work within the allowed time. The schedule will be reviewed and modified if necessary pursuant to CONSULTANT additional information requests within 30 calendar days of the NTP. 3. Provide an updated schedule with each request for payment. The updated schedule will show how CONSULTANT intends to recover should the project be predicted to not be completed within the contract time of performance. Page 48 of 60 TASK 2 – Introduction CONSULTANT will prepare an Introduction chapter for the MASTER PLAN which will include sections covering at least: 1. Purpose and Scope. The scope will be a summary of the detailed scope which will be included as an appendix. 2. Water and Wastewater Services. The mission, organizational structure and history of WWS. This material will be provided to CONSULTANT by WWS for inclusion into the MASTER PLAN. 3. Service Areas. A general description of the four WWS service area Districts including their generalized location in the County.

TASK 3 - Potable Water Treatment and Source of Supply This MASTER PLAN will not cover details of potable water treatment and source of supply. However, CONSULTANT will: 1. For Districts 1 and 2, the MASTER PLAN will summarize the findings of the 2011 Alternative Water Supply Conceptual Master Plan. 2. For Districts 3A and 3BC the MASTER PLAN will summarize the potable water supply agreement with the City of Hollywood, which will be included as an Appendix. 3. For District 3A, determine if there are other viable treated potable water suppliers and if so, estimate the cost of changing to those suppliers. 4. For District 3BC, determine if there are other viable treated potable water suppliers and if so, estimate the cost of changing to those suppliers.

TASK 4 – Wastewater Treatment and Effluent Disposal This MASTER PLAN will not cover details of wastewater treatment and effluent disposal. However, CONSULTANT will: 1. For Districts 1 and 2, document the large user relationship with the North Regional Wastewater Treatment Plant and provide an overview of constructed and permitted treatment and effluent disposal capacity for the North Regional Wastewater Treatment Plant. 2. For Districts 3A and 3BC, summarize the wastewater treatment agreement with the City of Hollywood, which will be included as an Appendix. 3. For District 3A, determine if there are other viable wastewater treatment suppliers and if so, estimate the cost of changing to those suppliers. 4. For District 3BC, determine if there are other viable wastewater treatment suppliers and if so, estimate the cost of changing to those suppliers.

TASK 5 – Operational Goals CONSULTANT (in conjunction with WWS) will establish potable water distribution system operational goals for at least: 1. Pipe anticipated service life. 2. Potable water storage tank usable capacity and minimum fill rates. 3. Maximum pipe velocity and head loss. Page 49 of 60 4. Maximum water age.

WWS has previously established several potable water operational goals including, but not limited to: 1. Level of service standard for potable water distribution system and storage. 2. Minimum pipe size. 3. Generic fire protection goals for different types of structures. 4. Minimum distribution system pressures for typical, peak hour and maximum day plus fire flow conditions. 5. Hydraulic model calibration. 6. Operation and maintenance practices: A. Management of water loss. B. Water quality. C. Flushing. D. Isolation valve and hydrant maintenance. E. Emergency repair preparedness. F. Service meter replacement. CONSULTANT will review WWS previously established operational goals and make recommendations as needed.

The CONSULTANT (in conjunction with WWS) will establish wastewater collection system operational goals for at least: 1. Pipe anticipated service life. 2. Pump station anticipated service life by major components of wet well, pumps, piping and valves, valve vault, control panel/ electrical and site conditions. 3. Long term acceptable infiltration/ inflow in gravity pipes constructed prior to 1985. 4. Long term acceptable infiltration/ inflow in gravity pipes constructed since 1985. 5. Wastewater modeling criteria that determines when additional piping, pumping or wet well capacity is required.

WWS has previously established several wastewater collection operational goals including, but not limited to: 1. Level of service standard for wastewater collection system 2. Minimum pipe size. 3. Maximum pipe velocity and head loss. 4. Wetwell sizing. 5. Maintenance practices: A. Pumping station maintenance. B. Gravity pipe televising and cleaning C. Isolation valve maintenance. D. Emergency repair preparedness. CONSULTANT will review these WWS previously established operational goals and make recommendations as needed.

Page 50 of 60 CONSULTANT (in conjunction with WWS) will evaluate wastewater pumping station liquid level, force main pressure and rain gauge instrumentation/sensors to determine if more reliable and/or less maintenance options are viable.

CONSULTANT (in conjunction with WWS) will establish raw water piping system operational goals for at least: 1. Pipe anticipated service life. 2. Maximum pipe velocity and head loss. 3. Overall system reliability and redundancy. 4. Well maintenance program.

TASK 6 – Describe Existing Potable Water Distribution, Wastewater Collection and Raw Water Piping Systems The MASTER PLAN will include descriptions of the character and nature of the potable water distribution system for each District, including but not limited to: 1. A District boundary map with an aerial photographic background. 2. The location, type (ground or elevated), capacity and material of construction of all potable storage tanks 3. The fill and discharge strategy for each potable water tank 4. The capacity and operating strategy for storage tank pumping stations. 5. The location, type (manual or automatic), capacity (if known) of all emergency interconnects. 6. Water distribution system projects proposed in the most recently approved five year capital plan. 7. A table containing the footages of pipe by diameter, material and age; and the number of hydrants, isolation valves, air release valves and blow off valves. 8. A map or maps of the entire distribution system with transmission mains highlighted. The map will also show the name and location of storage tanks, pumping stations, emergency interconnects and master meters. 9. A map or maps of “high maintenance areas” as identified by WWS with a description as to the nature of the maintenance issues. 10. For District 3A, CONSULTANT will summarize the results of the recently published Fort Lauderdale – Hollywood International Airport Potable Water Master Plan.

The CONSULTANT will visit each remote potable water pumping station and storage facility, and interconnect to evaluate its physical condition and summarize the results in the MASTER PLAN.

The MASTER PLAN will include descriptions of the character and nature of the wastewater collection system for each District, including but not limited to: 1. A District boundary map with an aerial photographic background. 2. Wastewater collection system projects proposed in the most recently approved five year capital plan. 3. A table containing the footages of gravity pipe by diameter, material and age; and the number of maintenance access structures.

Page 51 of 60 4. A table containing the footages of force main pipe by diameter, material and age; and the number of isolation valves and air release valves. 5. A map or maps of the entire collection system with large diameter gravity mains and force main transmission mains highlighted. The map will also show the name and location of pumping stations and the force main connection point to the regional transmission system, or for Districts 3A and 3BC, to Hollywood. 6. A map or maps of “high maintenance areas” and high maintenance pumping stations as identified by WWS with a description as to the nature of the maintenance issues. 7. For District 3A, CONSULTANT will summarize the results of the recently published Fort Lauderdale – Hollywood International Airport Wastewater Master Plan

The CONSULTANT will randomly select and visit 20 wastewater pumping stations that are at least five years old, evaluate their physical condition and summarize the results in the MASTER PLAN.

The MASTER PLAN will include descriptions of the character and nature of the raw water piping systems for each of Districts 1 and 2, including but not limited to: 1. A table containing the footages of pipe by diameter, material and age; and the number of isolation valves, air release valves and blow off valves. 2. A table containing the physical capacity of each well, actual capacity of each well pump and normal pumping elevations or range of elevations. 3. A map or maps of the entire piping system. 4. A map or maps showing the location of each well site. 5. A map or maps of “high maintenance areas” as identified by WWS with a description as to the nature of the maintenance issues.

The CONSULTANT will randomly select and visit 6 retail raw water well sites, evaluate their above ground physical condition and summarize the results in the MASTER PLAN.

TASK 7 – Growth Forecasts WWS will prepare year 2000 census data population count, year 2010 census data population count and year 2010 residential and commercial annual average potable water billed flows on a UAZ (Utility Analysis Zone) basis. WWS will forecast population growth for the years 2015, 2020, 2025, 2030, 2035 and 2040 on a UAZ by UAZ basis. This will be total future population, not population connected to the potable water system or wastewater system. WWS will provide this information to CONSULTANT in the form of a spreadsheet and a narrative describing the methodology used. CONSULTANT will do a quality assurance check to assure themselves that the results follow the methodology and that there are no mathematical errors.

CONSULTANT will summarize in the MASTER PLAN WWS provided total future population projections to the District level (not by UAZ) and the WWS narrative describing the methodology used to make the population projections.

For potable water, CONSULTANT will (for each District): 1. Use daily flow information provided by WWS to determine “existing” average day potable water demand, using the 75th percentile methodology as documented in the AWSMP.

Page 52 of 60 2. Forecast average day potable water demand for the years 2015, 2020, 2025, 2030, 2035 and 2040. 3. Determine the maximum day factor using the 75th percentile methodology as documented in the AWSMP. 4. Determine the peak hour factor using the 75th percentile methodology as documented in the AWSMP. Peak hour determination will be based on approximately 25 CONSULTANT selected individual days of data (per District) for which WWS has sufficient data to support peak hour calculations. 5. Using year 2010 UAZ commercial and residential customer annual average potable water usage information provided by WWS as a guide, CONSULTANT will proportion existing average day flow plus system uses and losses allowance to each UAZ.

For wastewater, CONSULTANT will (for each District): 1. Calculate an estimate of current infiltration\ inflow rates and include documentation of the methodology used in the calculation. 2. Calculate the estimated 2040 average day wastewater flow on a UAZ by UAZ basis. This calculation will assume that all currently un-served areas will be served by the year 2040.

TASK 8 – Potable Water Modeling CONSULTANT will use hydraulic models to evaluate each District’s potable water system. 1. CONSULTANT will use models supplied by WWS to evaluate the potable water distribution systems. 2. CONSULTANT and WWS will work together to establish new pipe roughness factors and roughness factor change per year for the various materials of pipe used in the WWS system. 3. CONSULTANT and WWS will work together to establish testing locations for each District to evaluate the system. Approximately 75 locations will be established for each of District 1 and 2 and approximately 35 locations will be established for each of Districts 3A and 3BC. 4. After CONSULTANT has determined roughness factor information, existing system average day flow by UAZ, and max day and peak hour factors, WWS will load this information into its existing system model. WWS and CONSULTANT will meet so WWS can describe its model building process and assumptions. The model will then be given to CONSULTANT who will use the model to determine recommended improvements to the existing system that are not required by future growth. CONSULTANT and WWS will meet to review and agree upon existing system model results before CONSULTANT starts future growth modeling. 5. After CONSULTANT has determined recommended improvements to the existing system that are not required by future growth, the future growth analysis will begin. CONSULTANT will change flow loading information in the existing system model to the future condition and “age” roughness factors to their future condition. CONSULTANT will use the future model to determine recommended improvements to the existing system that are required by future growth. 6. In addition to modeling the existing and future conditions for each District, CONSULTANT will use the future models to determine the improvements necessary to provide water to the

Page 53 of 60 northeast portion of District 1 from District 2 and to provide water to District 2 from the northeast portion of District 1.

TASK 9 – Wastewater Modeling WWS has divided its existing wastewater system into several model areas; 6 for District 1, 14 for District 2, 1 for District 3A and 1 for District 3BC and has made some progress in developing models. The information WWS has is summarized below:

 Approximately 395 miles of gravity main, most of which probably does not require modeling. Approximately 225 pumping stations and 105 miles of force main, all of which should be included in models.  Defined “end” points of a model area.  Piping material, length, diameter and connectivity from its GIS mapping system  Inverts for some of the gravity piping.  Some understanding of flow direction where alternative force main flow paths exist.  Size and depth for most wet wells.  Pump on/ off levels for most pump stations.  Pump model numbers, impeller information and curves for some of the pump stations.  Annual average pump run times for almost all of the pump stations. What WWS does not have is:  Information on actual flow into the wastewater collection system  Backpressures where the end point of a model connects to the delivery point

CONSULTANT will:

1. In conjunction with WWS, develop a methodology to create wastewater models based upon the best available information. 2. In conjunction with WWS, develop pass/ fail criteria for evaluating modeling results for gravity pipes, force main and pumping stations. 3. Create each of the 22 existing system models based on the best available information. As part of model creation CONSULTANT will adjust model parameters to reasonably match pump run time on an average flow basis. CONSULTANT will document weaknesses in the best available information and the steps taken to adjust the model parameters. This documentation will be submitted separately from the MASTER PLAN. 4. Estimate peak flow factors and run the models in the peak flow scenario.

TASK 10 – Raw Water Modeling For raw water piping, CONSULTANT will (for District 1 and District 2): 1. Construct a model of the existing piping system from GIS data. 2. Include information on wells as pumping units. 3. Make field tests and use them to calibrate pipe roughness factors. 4. Use the model to evaluate the raw water piping system.

Page 54 of 60 TASK 11 – Recommended Improvements For potable water, CONSULTANT will (for each District): 1. Determine improvements necessary as a result of site visits to existing facilities. 2. Determine needed increases in potable water storage capacity. Capacity increases will not be related to a calendar year, but to the average day flow that triggers the need for the additional capacity. The approximate location of additional storage will also be determined. 3. Use the existing system model and established operational goals to determine improvements to the distribution system necessary to meet existing demands. 4. Review the existing system to determine what other improvements, such as looping dead end mains, which are required to meet operational goals other that those determined by modeling. 5. Use the future system model and established operational goals to determine improvements to the distribution system necessary to meet future demands.

For wastewater, CONSULTANT will (for each District): 1. Determine improvements necessary as a result of site visits to existing facilities. 2. Determine improvements necessary to provide wastewater service to areas not currently served. 3. In conjunction with WWS determine which of the 22 existing system models have data reliable enough to reasonably evaluate existing system performance in order to determine needed improvements, and then do the evaluations for those models. 4. In conjunction with WWS determine which of the 22 existing system models have data reliable enough to reasonably evaluate future system performance in order to determine needed improvements, and then do the evaluations for those models.

For raw water, CONSULTANT will (for each of District 1 and District 2): 1. Determine improvements necessary as a result of site visits to existing facilities. 2. Use the model developed by CONSULTANT and established operational goals to determine improvements to the raw water piping system necessary to convey water from the wells to the treatment plant. 3. Review the piping system to determine what other improvements are required to meet operational goals other than those determined by modeling.

CONSULTANT will organize and group improvements into meaningful projects and estimate the construction cost of each project: 1. Potable water, wastewater and raw water improvements will be presented separately. 2. Existing system improvements will be separate from improvements based on future demand. 3. Each improvement necessary as a result of site visits to existing facilities will be a separate project. 4. Each potable water storage increase in capacity will be a separate project. 5. Potable water transmission main improvements will be grouped into logical separate projects. 6. All other potable water distribution system improvements will be grouped by UAZ with each UAZ a separate project. 7. Wastewater transmission main improvements will be grouped into logical separate projects.

Page 55 of 60 8. All other wastewater collection system improvements will be grouped by UAZ with each UAZ a separate project. 9. All raw water piping improvements will be grouped by District as a project. 10. All raw water other than piping improvements will be grouped by District as a project. 11. Each project will be described in a narrative. 12. All components of each project will be shown on a map or maps of sufficient scale to allow for identification of each component. Each component will be labeled to tie the map to the narrative.

It is anticipated that there will be many projects spread across multiple locations. WWS desires to implement these projects in a manner that maximizes benefit and minimizes public inconvenience related to construction activities. CONSULTANT and WWS will jointly develop a methodology for prioritizing all projects except for the potable water storage projects, which will be published in the MASTER PLAN. CONSULTANT will then apply the prioritization methodology to develop an implementation sequence for the projects which will be included in the MASTER PLAN. Most projects will involve some form of construction in a road right-of-way. CONSULTANT will contact right-of-way authorities to determine if they have any planned projects that might impact WWS projects or need to be coordinated with WWS projects.

CONSULTANT will develop a document that describes the project cost estimating methodology, including unit price values, which will be included in the MASTER PLAN.

TASK 12 – Publish Master Plan 1. The final version of the MASTER PLAN will be published in one Adobe Acrobat file unless WWS agrees that some appendices are better published in a separate file or files. The maximum page size for the main body of the plan and the appendices is: A. Letter size for standard text pages B. 11 inches by 17 inches for tables, exhibits, figures, etc. C. 24 inches by 36 inches for maps. 2. The final version of an Executive Summary, along with the necessary cover page and table of contents will be published as a separate Adobe Acrobat file. The target audience for the Executive Summary is the Broward County Board of County Commissioners, County Administrator, Public Works Director, other high ranking County Administration officials, officials of regulatory agencies, officials of other utilities, etc. The maximum page size for the Executive Summary will be 11 inches by 17 inches. 3. All Adobe Acrobat files will have bookmarks for each chapter, major section, figure, table, exhibit and the table of contents, including links from the table of contents and list of figures to the subject matter. Figures, tables and appendices references in the text will be bookmarked to the subject matter. 4. CONSULTANT will not be required to provide paper copies of the final version of the MASTER PLAN or separate Executive Summary.

Page 56 of 60 5. The MASTER PLAN will contain secured information on physical facilities that should be distributed in a controlled manner. This information will be identified by WWS during the review process and will be presented in the MASTER PLAN in one or more appendices published in a separate Adobe Acrobat file. 6. The MASTER PLAN will contain at least the following components: A. Title Page and Cover Sheet B. Table of Contents C. List of Figures, Tables, Exhibits and Maps D. List of Appendices (if any) E. List of Acrynonyms and the following Chapters: A. Executive Summary B. Introduction C. Potable Water Treatment and Source of Supply D. Existing Potable Water Distribution Systems E. Existing Wastewater Collection Systems F. Existing Raw Water Piping Systems G. Potable Water Growth Forecasts H. Wastewater Growth Forecasts I. Wastewater Treatment and Effluent Disposal J. Determination of Potable Water System Operational Goals K. Determination of Wastewater Collection System Goals L. Determination of Raw Water Piping System Goals M. Evaluation of Existing Potable Water Distribution Facilities N. Evaluation of Existing Wastewater Collection Facilities O. Evaluation of Existing Raw Water Piping Facilities P. Determination of Future Potable Water Distribution Needs Q. Determination of Future Wastewater Collection Needs R. Determination of Future Raw Water Piping Needs S. Recommended District 1 Improvements T. Recommended District 2 Improvements U. Recommended District 3A Improvements V. Recommended District 3BC Improvements and at least the following Appendices: A. Consultant Scope of Work B. Potable Water Supply Agreement with Hollywood C. Wastewater Treatment Agreement with Hollywood D. Project Cost Estimating Methodology E. Secured Information

Page 57 of 60 TASK 13 – Presentation to Board of County Commissioners

CONSULTANT will develop a presentation of this MASTER PLAN to be given to the Broward County Board of County Commissioners. CONSULTANT will prepare for and attend up to two meetings of the Broward County Board of County Commissioners to formally present the MASTER PLAN for adoption. CONSULTANT will attend up to three meetings with WWS staff to coordinate preparation for the Commission meeting.

TASK 14 – Additional Services Additional Services may include additional effort related to or in support of Tasks 1 through 13. Services performed under this task must be initiated by a separate authorization from the Contract Administrator, and can only be utilized in association with this Scope of Work.

TIME OF PERFORMANCE The CONSULTANT will complete this scope of work for Tasks 1 through 12 within _____ calendar days of the NTP. Task 13 (Presentation to Board of County Commissioners) will be completed within _____ calendar days of the NTP. Task 14 (Additional Services) will be completed within _____ calendar days of the NTP.

ASSUMPTIONS 1. WWS shall furnish the following information within one week of the NTP: A. 2002 Retail Master Plan (PDF file) B. 2011 Alternative Water Supply Conceptual Master Plan (PDF file) C. Most recent WWS Annual Report (PDF file) D. GIS data for the potable water distribution system, wastewater collection system, raw water piping system, service area, UAZ borders and aerial photos (file geo database format) E. A document describing the WWS large user relationship with the North Regional Wastewater Treatment Plant (Word file) F. Operating permits for the North Regional Wastewater Treatment Plan (PDF file) G. Documentation of the “constructed capacity” of the North Regional Wastewater Treatment Plan (PDF file) H. WWS previously established potable water distribution system operational goals (Word file) I. WWS previously established wastewater collection system operational goals (Word file) J. The type (ground or elevated), capacity, material of construction and fill and discharge strategy for each potable water storage tank (Word file) K. The capacity and operating strategy for potable water storage tank pumping stations (Word file) L. The type (manual or automatic), capacity (if known) of all emergency interconnects (Word file) M. The most recently approved five year capital plan (PDF file) Page 58 of 60 N. The location of water distribution projects in the approved five year capital plan (GIS shapefile) O. The location of wastewater collection system projects in the approved five year capital plan (GIS shapefile) P. The location of raw water piping projects in the approved five year capital plan (GIS shapefile)

Q. Maps showing potable water distribution system high maintenance areas (paper or PDF file or GIS shapefile) R. Maps showing wastewater collection system high maintenance areas and high maintenance pumping stations (paper or PDF file or GIS shapefile) S. Maps showing raw water piping high maintenance areas (paper or PDF file or GIS shapefile) T. Fort Lauderdale – Hollywood International Airport Potable Water Master Plan (PDF file) U. Fort Lauderdale – Hollywood International Airport Potable Wastewater Master Plan (PDF file) V. Year 2000 census data population count on a UAZ by UAZ basis (Excel file) W. Year 2010 census data population count on a UAZ by UAZ basis (Excel file) X. Year 2010 residential and commercial annual average potable water billed flows on a UAZ by UAZ basis (Excel file) Y. Forecasted population growth for the years 2015, 2020, 2025, 2030, 2035 and 2040 on a UAZ by UAZ basis (Excel file) Z. Methodology used to forecast population (Word file) and a. Monthly average day and maximum day water consumption for each District for the years 2000-2012 (Excel file) b. Annual potable water system uses and losses for each District for the years 2000-2012 (Excel file) c. The mission, organizational structure and history of WWS (Word file) d. Potable water supply agreement with the City of Hollywood (PDF file) e. Wastewater treatment agreement with the City of Hollywood (PDF file) f. Hour by hour data for approximately 25 CONSULTANT selected individual days (per District), once the days are selected by the CONSULTANT. g. New pipe roughness factors and roughness factor change per year currently used by WWS to construct potable water models. h. A table containing the physical capacity of each raw water well, actual capacity of each well pump and normal pumping elevations or range of elevations. i. Raw water pump model number, pump curve and well drawdown information for each retail raw water well. j. For each wastewater pumping station (if available): size and depth of wetwell, pump on/ off levels, pump model numbers and impeller information, pump curves and annual average pump run times. k. Wastewater system model schematics for each of the 22 wastewater models.

Page 59 of 60 l. Wastewater pumping station liquid level, force main pressure and rain gauge instrumentation/ sensor documentation.

COUNTY shall furnish all other requested information (if available) within four weeks of its request

2. Several tasks build on previous tasks, thus it is important that WWS stakeholder input be received and incorporated into each deliverable prior to advancing to a subsequent dependent task. Therefore, COUNTY approval will be required for each deliverable before proceeding to dependent tasks.

Balance of Page Left Blank Intentionally

Page 60 of 60