ADDENDUM 1 TO REQUEST FOR QUALIFICATIONS FOR MASTER AND STATEGIC PLANNING SERVICES for the CANAVERAL PORT AUTHORITY PUR-RFQ-15-3.

Similar documents
WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

Request for Proposals Fiber Optic Upgrades To Support a 10 Gbps Backbone Introduction Instructions and Requirements for Vendors NOT

Response to Question Related to the RFP for Call Center Services Broward County. Question: Is the November 1 start date flexible?

STATE OF MAINE Department of Economic and Community Development Office of Community Development

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

Request for Qualifications Construction Manager

REQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS (RFP)

REGISTERED DIETITIAN

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Proposals To Provide External Audit Services For Fiscal Year Ending June 30, 2018

REQUEST FOR QUALIFICATIONS AND PRICE PROPOSALS

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM

Request for Qualifications CULTURAL COMPETENCY TRAINING

East Coast Migrant Head Start Project REQUEST FOR PROPOSAL

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

REQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SEALED BID NO. : BID TITLE: DUE DATE/TIME: prior to 2:00 p.m. SUBMITTED BY: (Name of Company)

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

OKEE-TANTIE CAMPGROUND AND MARINA RFP # 2014-??? Page 0 of 16

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

KELLER INDEPENDENT SCHOOL DISTRICT

REQUEST FOR PROPOSAL AUDITING SERVICES RFP #

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Request for Proposals. For RFP # 2011-OOC-KDA-00

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Request for Qualifications for Assistive Technology Consultant Services

REQUEST FOR QUALIFICATIONS FOR ENGINEERING DESIGN SERVICES ADAPTIVE SIGNAL CONTROL TECHNOLOGIES SYSTEMS ENGINEERING ANALYSIS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

Exhibit A. Purchasing Department School District of Osceola County, Florida

REQUEST FOR PROPOSALS FOR LEGAL SERVICES

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

Arizona Department of Education

PART V PROPOSAL REQUIREMENTS

REQUEST FOR QUALIFICATIONS. Design Professional Services

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

Appendix III. Service Provider Application Formats

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services

(RFP) UEST REQU FOR RFP. Submit To:

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSAL. for. Brazos Valley Workforce Development Area Rapid Response Services

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

REQUEST FOR STATEMENTS OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ANIMAL INDUSTRY

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

REQUEST FOR PROPOSALS

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Jean Monestime Miami-Dade County Commissioner, District 2 Mom And Pop Small Business Grant Program

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

CITY OF BUNNELL INVITATION TO BID NO GRANT WRITING AND ADMINISTRATIVES SERVICES

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Florida International University Project Fact Sheet Construction Manager Continuing Services Contact

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

Application for Pre-Qualification as a Professional Consultant CCNA

SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:

Alabama Workforce Investment System

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

INVITATION FOR BID (IFB) COLOR/BLACK & WHITE COPIER/PRINTER

Request for Proposal Youth Motivational and Workshop Speakers

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Pierce County Community Connections

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

Dakota County Technical College. Pod 6 AHU Replacement

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

2016 Park Assessment

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

Request for Proposal Event Services Annual Bike Race

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSALS

Transcription:

ADDENDUM 1 TO REQUEST FOR QUALIFICATIONS FOR MASTER AND STATEGIC PLANNING SERVICES for the CANAVERAL PORT AUTHORITY March 25, 2015 This addendum is issued as part of the Bidding Documents for the above described project. The changes incorporated in this addendum shall be considered as a part of the documents and shall supersede, amend, add to, clarify, or subtract from those conditions shown in the original documents. The bidder shall take care to coordinate modifications herein with all trades and disciplines related to the work. The Bidder shall acknowledge receipt of this addendum on the Bid Form by addendum number and date. Failure to do so may subject Bidder to disqualification. SENT VIA HIGHTAIL 22 PAGES TOTAL (including attachments) (NAME OF YOUR COMPANY) NOTE: PLEASE SIGN AND RETURN THIS FIRST SHEET ONLY VIA E-MAIL OR FAX to KAREN PAPPAS. KPAPPAS@PORTCANAVERAL.COM or (321) 783-3522 Fax THIS VERIFIES THAT YOU HAVE RECEIVED THE ADDENDUM. GENERAL 1. THE PROPOSAL SUBMISSION DATE HAS BEEN CHANGED TO WEDNESDAY, APRIL 29, 2015 at 2:00 PM (EDT). SPECIFICATIONS 1. See attached revised Master and Strategic Planning Services RFQ with revisions highlighted on the following pages: 1, 2, 3, 4, 5, 6, 11. DRAWINGS 1. N/A QUESTIONS AND RESPONSES: 1. CIF-001: How do respondents' submittals achieve the maximum page limit of 55 pages? Item 5 under "Qualification Package Guidelines" of the RFQ states that the maximum page limit is 55 single-sided pages. However, the page limitations listed in the sections under "Qualification Package - Required Tabbed Sections" add up to only 47 pages, including the forms as part of ADDENDUM 1/PAGE 1 OF 2

MASTER AND STATEGIC PLANNING SERVICES PUR-RFQ-15-1 Tabs 6, 7, 8, 9, and 10 (assuming these tabs are part of the page limit). RESPONSE: See revised RFQ. Page count now up to 65. All pages count towards the total. The additional pages could be from fold outs on 11x17 paper that would count as 2 pages in the total page count. (Example: Tab states 10 single sided pages but a firm includes a layout that one of those single sided sheets is 11x17. Still 10 single side sheets under the tab but total page count in now 11. The Port understands that some illustration may require a larger page for legibility but does not want the entire proposal submitted on the larger sheets. 2. CIF-001: Are proposed subconsultants required to submit the forms contained in Tabs 6, 7, 8, 9, and 10? If so, do Tabs 6, 7, 8, 9, and 10 count in the 55-page limit? RESPONSE: Yes. If a subconsultant plays a direct role in the selection to meet the qualifications, they need to submit those qualifications. END OF ADDENDUM #1 Issued via Hightail (f/k/a U-Send-It) by authority of the Canaveral Port Authority ADDENDUM 1/PAGE 2 OF 2

MASTER AND STRATEGIC PLANNING SERVICES for the CANAVERAL PORT AUTHORITY The purpose of this Request for Qualifications (RFQ) is to solicit and select the most highly qualified Firm to provide master and strategic planning services at Port Canaveral, Florida. Submittals will be reviewed and evaluated as to qualifications to perform the master plan based on criteria established by a Selection Committee consisting of Canaveral Port Authority (CPA or The Port) staff and its consultant; the selection committee will make a recommendation and present it to the Canaveral Port Authority Board of Commissioners for review and consideration for approval. Only one Firm will be selected to provide the necessary services for the project outlined herein in accordance with Florida Statute 287.055. Expressions of interest and qualification data will be received at the Canaveral Port Authority s Purchasing Department located at 445 Challenger Road, Suite 301, Cape Canaveral, FL 32920, until 2:00 PM (EDT) on Wednesday, April 29, 2015. Submittals received after this deadline will not be considered for award. Proposer shall provide the following information on the outside of the sealed Qualification Package: QUALIFICATION PACKAGE FOR: MASTER AND STRATEGIC PLANNING SERVICES for the CANAVERAL PORT AUTHORITY QUALIFICATION NUMBER: QUALIFICATION DUE DATE: April 29, 2015 @ 2:00PM EDT QUALIFICATION PACKAGE FROM: (Name of Firm) CONTACT: CONTACT PHONE & E-MAIL: (Name of Person representing Firm) (Phone number & e-mail address of Contact) Deliver To: Karen Pappas, Director of Purchasing Canaveral Port Authority PURCHASING DEPARTMENT 445 Challenger Road, Ste 301 Cape Canaveral, FL 32920 Hand-carried packages must be turned in at the receiving area of Canaveral Port Authority (Maritime Center), 445 Challenger Rd., Cape Canaveral, Florida 32920. The Receiving Area is in the rear of building, on the east end, and will be manned weekdays from 8 a.m. to 12 noon and from 1 p.m. to 5 p.m. (DO NOT LEAVE SEALED PACKAGES WITH 1st FLOOR RECEPTIONIST). The responsibility for delivering the Qualification Package to the Canaveral Port Authority on or before the stated time and date is solely the responsibility of the Proposer. The Canaveral Port Authority is not responsible for delays caused by the mail service or any other occurrence. Delivery of a package to any Canaveral Port Authority location other than the Purchasing Department does not constitute official receipt by the Canaveral Port Authority. Page 1 of 20

Time is scrupulously observed. Under no circumstances will late packages be accepted. Any late packages will be returned to the Proposer unopened. Proposer shall not include information or responses to qualification requests for more than one project in any one envelope or box. PURPOSE This document shall serve to provide interested parties with specific information as to the Procedures for Selection of a MASTER AND STRATEGIC PLANNING SERVICES Firm where the method of compensation is a Negotiated Fee or other methods of compensation depending upon the scope of services. Pursuant to the Florida Consultant s Competitive Negotiation Act, Section 287.055 Florida Statutes, the Canaveral Port Authority intends to contract with one Firm, which may or may not represent a comprehensive master planning team, to provide professional services as outlined herein. In determining whether a consultant team is qualified, the Canaveral Port Authority shall consider such factors as the abilities and maritime/port-relevant experience of principals and supporting professional personnel; past experience and project performance especially as it relates to port and/or maritime master planning; client references; and public outreach and stakeholder relations. PROJECT DESCRIPTION Port Canaveral is Florida s fastest growing cruise port and is among the top three busiest cruise ports in the world. The Port has recently completed, and is currently considering, a number of cruise, cargo and commercial development projects. These projects may include new cruise and cargo terminals, parking garages, harbor channel widening and deepening, rail access and connections. The Port has also recently opened an iconic Exploration Tower that serves as a centerpiece for The Cove commercial district, home to restaurants, retail, entertainment and a variety of maritime uses. The goal of this RFQ is to prepare a new comprehensive master plan for The Port that will identify, examine, and position The Port to address future needs for planning horizons of 10, 20 and 50 years. The Master Plan is intended to set policies that will guide future development at the Port. It will not authorize any specific capital expenditures. Rather, each component of the Master Plan will be individually reviewed and approved by the Port at the appropriate time. Approval of specific components is contingent on funding and an analysis of return-on-investment, among other things. That said, the consulting team must work with the Port to identify specific demand thresholds for cruise, cargo, commercial development and recreation facilities such that appropriate triggers are defined for planning, programming, design & construction of required plan elements and respective projects. All aspects of the master plan will require proven qualifications in analyzing real estate fundamentals. This Port master plan must address all Port owned or controlled assets including core Port property, inland port and logistics properties, and transportation assets related to and serving port operations. Project will require expertise in the following areas: Cruise, Cargo and Commercial & recreation facility development planning Demand Forecasting with demand threshold expertise Capacity Analysis Land use planning Intermodal Transportation planning Public outreach Environmental planning Sustainability planning Page 2 of 20

Alternatives Identification & Analysis Capital improvements & Implementation planning Financial with focus on asset-based analysis Graphical presentation/visual communications Land valuation analysis Real estate portfolio life cycle analysis Public participation is critical to this process. The Canaveral Port Authority intends to enter into an agreement with a single master planning team for the project. The consultant team will be responsible for producing a plan consistent with all local, state and federal requirements, including The Port s charter and state statutes governing Port operations. SUBMITTAL REQUIREMENTS Firms interested in providing Master and Strategic Planning Services to the Canaveral Port Authority for development of The Port s master plan shall submit two (2) original, marked "ORIGINAL", five (5) each marked "COPY", and one (1) COMPLETE electronic copy on a CD or USB drive in PDF format, of the requested qualification data for evaluation. Failure to provide the required copies may result in the proposal not being considered. QUESTIONS CONCERNING RFQ Karen Pappas, Director of Purchasing, will be responsible for facilitating the solicitation process. Ms. Pappas shall be the sole point of contact for all Respondents. Questions concerning any portion of this RFQ shall be directed in writing (fax and e-mail accepted, e-mail preferred) to the Purchasing Manager as listed below. Questions should be submitted at least fourteen (14) days before the closing date using the attached Inquiry Form. Submit questions to: Karen Pappas 445 Challenger Road, Suite 301 Cape Canaveral, FL 32920 kpappas@portcanaveral.com Fax 321-783-3522 Failure by a potential Respondent to ask questions or request changes by the dates indicated shall constitute the Respondent's acceptance of the requirements set forth in this RFQ. No answers given in response to questions submitted shall be binding upon this RFQ unless released in writing as an addendum to the RFQ. This solicitation is governed by CPA Policy 2011-02, Establishment of a Limited Communications Period with Respect to Procurement Procedures (copy attached). Proposers should read this policy carefully and conduct themselves accordingly. Improper communications may result in disqualification from the solicitation process. C&S Companies, specifically Matt Taylor and the Land Use & Market Strategies team, has been retained as the owner s advisor and facilitator for the master plan process. As such, CPA Policy 2011-02 extends to include the owner s advisor as well. ECONOMY OF PRESENTATION Each qualifications package shall be prepared simply and economically, providing a straightforward, concise description of the Respondent s capabilities to satisfy the conditions and Page 3 of 20

requirements of this RFQ. Submittals shall be indexed by subject, typed on letter size paper and individually bound. Fancy bindings, colored displays, and promotional material are not desired. Elaborate and verbose proposals are discouraged. Special and elaborate printing of proposals beyond that which is normal for your profession is discouraged. Information in addition to that specifically requested (i.e. video recordings, photographs, in-depth Firm history, lengthy and repetitive resumes, etc.) is strongly discouraged. The information requested should be submitted in a concise, easy to read format. Emphasis in each qualifications package must be on completeness and clarity of content. To expedite the evaluation of qualifications packages, it is mandatory that Respondents follow the format and instructions contained herein. CPA is not liable or responsible for any costs incurred by any Respondent in responding to this RFQ including, without limitation, costs for presentations and/or demonstrations if requested. Applications that do not comply with the instructions including information outlined in the Qualification Package Guidelines will not be considered. All information received will be maintained with the project file and cannot be returned. QUALIFICATION PACKAGE GUIDELINES 1. To facilitate analysis of its qualifications package, the Respondent shall prepare its qualifications package in accordance with the instructions outlined in this section. If the Respondent s qualifications package deviates from these instructions, such qualifications package may, in The Port s sole discretion, be rejected. 2. The Canaveral Port Authority emphasizes that the Respondent concentrate on accuracy, completeness, and clarity of content. 3. Cross Referencing - To the greatest extent possible, each section shall be written on a stand-alone basis so that its contents may be evaluated with a minimum of cross-referencing to other sections of the qualifications package. Information required for evaluation of qualifications, which is not found in its designated section, will be assumed to have been omitted from the qualifications package. 4. Glossary of Abbreviations and Acronyms - Each section shall contain a glossary of all abbreviations and acronyms used, with an explanation for each. If no abbreviations and/or acronyms are used, then a glossary is not required. 5. Page Size and Format - Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. The text size shall be 11 point or larger. Use at least three-quarter (3/4) inch margins on all sides. Pages shall be numbered sequentially by section. Maximum number of pages shall not exceed 65 single-sided pages, including tables of content, text, photos, charts, glossaries and appendices. Covers and backs will not be considered part of the 65 page count. Divider tabs will not count as pages provided no additional information or company propaganda is included on those pages. 6. Legible tables, charts, graphs and figures shall be used wherever practical to depict organizations, systems and layouts, implementation schedules, plans, etc. These displays shall be uncomplicated, legible and shall not exceed eleven (11) by seventeen (17) inches in size. Foldout pages shall fold entirely within the section, and count as two pages. Foldout pages may only be used for large tables, charts, graphs, diagrams and schematics; and not for pages of text. 7. Binding and Labeling - All sections of the qualifications package should be bound, with section tabs, which shall permit the qualifications package to lie flat when opened. Staples shall not be used. Page 4 of 20

PART 1 - INTRODUCTION QUALIFICATION PACKAGE REQUIRED TABBED SECTIONS Tab 1 General Information and Table of Contents. (1 point) Provide general information of the Firm including Principal contact person, title, address, phone, facsimile and e-mail, not to exceed 1 single-sided page maximum. The principal identified should be the person authorized to make representations and negotiate on behalf of the proposing entity. Receipt of any addenda issued by The Port shall be noted here by the Respondent. Tab 2 Letter of Introduction. (4 points) Provide a brief profile of the Firm, including a brief history of the company which clearly identifies the following in tabular or bullet points: 1. Principal or Corporate office location. 2. Location of office which will be responsible for implementation of this project. 3. Location of other offices from which resources may be drawn. 4. Length of time the Firm has been in business under its current name, and date started. Include any pertinent Dun and Bradstreet numbers. 5. Former names of the company and the years in business under each. Include any pertinent Dun and Bradstreet numbers. 6. State if the Firm is a corporation, partnership, individual, joint venture or other. 7. State the date of incorporation or date of organization. 8. Name the corporate officers or general partners. 9. Identify all subconsultants and corresponding area of project responsibility. For each subconsultant, identity the subconsultant s office location in which a majority of the work will be performed. (2 single-sided pages maximum) PART 2 MASTER PLAN The consultant team/firm will be selected based on experience, demonstrated ability, and competencies in preparing a master plan for the maritime industry and/or ports of similar size and larger. The Firm and its staff must demonstrate for the Canaveral Port Authority that they will be able to provide master planning services in the specific discipline areas delineated in the project description section of this RFQ and deliver the completed project in a timely manner. Both the Firm and its staff must also demonstrate specific port/maritime master planning experience. Tab 3 Project Personnel Staffing & Qualifications (30 points) NOTE: Key personnel identified in the submittal must be available during the selection interview process and for the duration of the project. Substitutions would require Port approval at port s sole discretion. A. Provide staffing organizational chart (prime Firm and subconsultants) clearly outlining key personnel and roles proposed to accomplish the services necessary for the master plan, clearly identifying Principal-in-Charge and Project Manager roles. (1 single-sided page maximum) B. Outline proposed project team and the capability and experience of each team member. Discuss overall experience of project team with particular attention to Page 5 of 20

demonstrated port and maritime industry expertise and performance of master plans for same. (3 single-sided pages maximum) C. Include resumes of key personnel assigned to this project with specific attention to past experience with maritime industry and ports for each team member (2 pages maximum per resume). All key personnel must have maritime industry and port experience. Project manager and prime Firm must have completed 2 or more seaport master plans since 2000. (20 single-sided pages maximum) D. Comment on ability and availability of key personnel to commit to this project. Commit to the availability of the Project Manager for the duration of the master plan process and discuss current work load and time commitments of Project Manager. (1 single-sided page maximum) E. Outline your team s advantage and special attributes and demonstrate why CPA needs to select your team. Please describe unique talents, resources and/or capabilities your team brings to this process to provide optimal outcomes to the Canaveral Port Authority. (1 single-sided page maximum) F. Identify prior project assignments in which the proposed personnel have worked collaboratively. Tab 4 Consultant Team/Firm Experience (30 points) List and describe relevant seaport master plan projects for comparable ports having diverse business lines and real estate activities (up to 3 projects) with references, including name and full contact information. For each project, indicate project location and current status, Firm s role and scope of involvement, key personnel involved and responsibilities, length of project, dates of performance, and contracted fee. Please describe unique challenges faced and customized solutions provided by your team during the project and master planning process. (3 single-sided pages maximum per project = total of 9 single-sided pages maximum) Must have demonstrated project experience with seaport master plans, completing at least one such project since the year 2000; proven understanding of maritime operations, cruise and cargo operations for ports of comparable size and operation or larger; and demonstrated planning expertise in cruise, cargo and commercial development. Tab 5 Public Outreach (15 points) Describe a project in which you successfully implemented a public outreach program to broadly solicit public input for a large-scale public project. What special tools, methods or specific techniques have you employed to reach the broadest audience during the course of a project with a public outreach and participation component? Inclusion of specific examples (images, info-graphics, screenshots, etc.) is encouraged to illustrate application and use. (3 single-sided pages maximum) Tab 6 Samples (15 points) Provide excerpts from 3 master plan projects (at least one excerpt from a seaport master plan) which demonstrate your team s capability to convey complex information Page 6 of 20

to stakeholders effectively, efficiently and especially creatively. (10 single-sided pages maximum) PART 3 GENERAL Tab 7 Tab 8 Tab 9 Tab 10 Tab 11 Non-Collusion Clause. (1 point) Complete the non-collusion clause form included in this package. Public Entity Crimes. (1 point) Complete the sworn statement on public entity crimes form included in this package. Conflict of Interest Disclosure Form. (1 point) Complete the conflict of interest form included in this package. Certificate Regarding Debarment. (1 point) Complete the certificate regarding debarment included in this package. WOTC & WTW. (1 point) Acknowledge work opportunity tax credit and welfare to work tax credit included in this package. TOTAL NUMBER OF POINTS POSSIBLE FOR QUALIFICATIONS SUBMITTAL: 100 Page 7 of 20

SELECTION PROCESS Following the receipt and initial review of submittals, the members of the Evaluation Committee will convene to independently review, evaluate and rank each RFQ submittal in accordance with the evaluation criteria set forth herein. Each evaluation criterion will have a value from one to the maximum point value assigned to that criterion with a maximum total of 100 points for the perfect score. Firms will be ranked according to their submittals and documented qualifications to perform and deliver the proposed master plan project. A shortlist, which includes a number of the top ranked Firms, will be identified. At the Authority s sole discretion, a limited number of proposers will be invited to make in-person oral interviews/presentations prior to the final selection. Additional specifics governing the selection process follow: 1. The Chief Executive Officer of the Canaveral Port Authority or designee will designate staff members who have relevant knowledge and expertise to serve on a selection committee. The Selection Committee will review all qualifications submittals received on time and score the submittals in accordance with the criteria listed in this RFQ. In addition to the materials provided in the written responses to this RFQ, the Canaveral Port Authority will require formal interviews or presentations from a minimum of the top two (2) ranked Respondent(s) submitting qualifications packages. The Port may decide to conduct interviews instead of having formal presentations with the top ranked Firms. Pursuant to F.S. 287.055, for the services to be performed under this resulting contract, the Canaveral Port Authority shall evaluate current statements of qualifications and performance data on file with The Port, together with those that may be submitted by other Firms regarding the services to be performed under this resulting contract, and shall conduct discussions with, and require presentations by, no fewer than two (2) Firms regarding their qualifications, approach to the project, and ability to furnish the required services. Discussions may be held between the Selection Committee and the Firms selected for presentation/interview based upon data submitted by each Firm. Firms will be notified in writing as to whether or not they have been selected for an interview or oral presentation. 2. The Canaveral Port Authority, at its sole discretion, may ask any Respondent to make an oral presentation and/or demonstration without charge to The Port. The Canaveral Port Authority reserves the right to require any Respondent to demonstrate to the satisfaction of the Canaveral Port Authority that the Respondent has the fiscal and technical ability to furnish the service(s) or product(s) as proposed. The demonstration must satisfy The Port, and the Canaveral Port Authority shall be the sole judge of compliance. 3. The Canaveral Port Authority reserves the right to conduct discussions with any Respondent(s) who has (have) a realistic possibility of Contract award. 4. Respondents are cautioned not to assume that they will be asked to make a presentation and should include all pertinent and required information in their original qualifications package. 5. Following the interviews, the Respondents will be evaluated based on their submission, references, and presentation. A final ranking of Respondents will be determined based on their interview or presentation. 6. Once the Selection Committee has ratified the final rankings, the Canaveral Port Authority Board of Commissioners shall engage, or authorize one or more persons to engage, one or more of the highest ranked Firms, in negotiations for purposes of defining a scope of work and corresponding cost for purposes of executing contract to perform the work. At Page 8 of 20

the conclusion of negotiations, the Canaveral Port Authority Board of Commissioners or its designee anticipates that a contract shall have been negotiated that is fair, competitive, and reasonable. 7. Should the Canaveral Port Authority Board of Commissioners or its designee be unable to negotiate a satisfactory contract with the highest ranked Firm, the Canaveral Port Authority Board of Commissioners or its designee shall formally terminate negotiations and then may elect to undertake negotiations with the next highest ranked Firm. Failing accord with the second most qualified Firm, the Canaveral Port Authority Board of Commissioners or its designee shall formally terminate negotiations with such Firm and may elect to then undertake negotiations with the next highest ranked Firm. TERMS AND CONDITIONS 1. The Canaveral Port Authority Board of Commissioners has the sole discretion and reserves the right to cancel this RFQ, to reject any and all submittals, to waive any and all informalities and/or irregularities, or to re-advertise with either the identical or revised specifications, if it is deemed to be in the best interest of the Canaveral Port Authority to do so. 2. The Canaveral Port Authority Board of Commissioners reserves the right to make award to the response(s) deemed to be most advantageous to The Port. 3. The Canaveral Port Authority Board of Commissioners reserves the right to award the Contract to the next most qualified Firm if an acceptable agreement cannot be negotiated. 4. The successful Firm shall not discriminate against any person in accordance with federal, state, or local law. 5. The Canaveral Port Authority Board of Commissioners reserves the right to award the Contract to a single Firm or make multiple awards to multiple Firms if it is in the best interest of the Canaveral Port Authority. 6. Firms will be notified in writing as to whether or not they have been selected for this Contract. 7. By submitting a proposal on this solicitation, Respondents agree to the General Terms and Conditions outlined herein. DISCLOSURE OF PROPOSAL CONTENT All material submitted becomes the property of the Canaveral Port Authority and may be returned only at The Port s option. The Canaveral Port Authority has the right to use any or all ideas presented in any reply to this Request for Qualifications. EXPENSES INCURRED This invitation does not commit the Canaveral Port Authority to award a contract. Nor shall the Canaveral Port Authority be responsible for any cost or expense incurred by any Respondent in preparing and submitting a reply, nor for any cost or expense incurred by any Respondent prior to the execution of a contract agreement. AMERICANS WITH DISABILITIES ACT Individuals covered by the Americans with Disabilities Act of 1990 in need of accommodations to attend public openings and meetings should contact the Canaveral Port Authority Purchasing Department; Karen Pappas, 445 Challenger Road, Suite 301 Cape Canaveral, FL 32920. kpappas@portcanaveral.com, phone 321-783-7831, extension 219. Page 9 of 20

DEFINITIONS Port The Canaveral Port Authority. Owner (Canaveral Port Authority) or Buyer The Entity with whom the Respondent has entered into the Agreement and for whom the work is to be performed. Canaveral Port Authority, Florida the public body, agency or instrumentality for which contract is to be performed. In the event the Canaveral Port Authority exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to The Port's authority as a governmental body and shall not be attributable in any manner to The Port as a party to the Contract. Board The Canaveral Port Authority Board of Commissioners, its successors and assigns. Purchasing Representative Purchasing Director or designee for the Canaveral Port Authority. Consultant Independent contractors who are considered to have education, specialized knowledge, experience or abilities not generally available within The Port. This includes but is not limited to: accountants, actuarials, appraisers, architects, artists, auditors, counselors, designers, economists, educators, engineers, financial analysts, management and systems analysts, medical practitioners, planners, promoters, researchers, scientists, sociologists, surveyors, trainers, and other professionals as designated by the Purchasing Manager. Firm Any business Firm that will be or has been awarded a contract by The Port. Respondent The person, Firm, or corporation who submits a response. Contract Agreement between the Respondent and the Canaveral Port Authority for services as defined in the Scope of Services. Florida Statutes A permanent collection of state laws organized by subject area into a code made up of titles, chapters, parts, and sections. The Florida Statutes are updated annually by laws that create, amend, or repeal statutory material. Page 10 of 20

TENTATIVE PROJECT MILESTONES Tuesday March 17, 24, 31, 2015 Legal Advertisements Wednesday April 29, 2015 Responses to RFQ due 2:00 PM EDT Wednesday April 29, 2015 Submittals Distributed to Selection Committee Members For Review Friday May 8, 2015 Selection Committee Meeting to Shortlist Candidates for Oral Presentations and/or Interviews Location: Canaveral Port Authority Maritime Center Thursday May 21, 2015 Notification of Selected Shortlist Candidates Tuesday June 16, 2015 Oral Presentations and/or Interviews from Shortlisted Candidates Location: Canaveral Port Authority Maritime Center Tuesday June 16, 2015 Selection Committee Meeting to Rank Candidates and Recommend Selection of Successful Firm Location: Canaveral Port Authority Maritime Center Wednesday June 24, 2015 Canaveral Port Authority Board of Commissioners Meeting: Selection of Successful Team for Master and Strategic Planning Services Location: Canaveral Port Authority Maritime Center Page 11 of 20

INQUIRY FORM PROJECT NAME: Master and Strategic Planning Services UTILIZE A SINGLE FORM FOR EACH INQUIRY ADDRESS ALL INQUIRIES TO THE DIRECTOR OF PURCHASING AT THE CANAVERAL PORT AUTHORITY: QUESTIONS RECEIVED LESS THAN FOURTEEN (14) DAYS PRIOR TO THE DATE SUBMITTALS ARE DUE MAY NOT BE ANSWERED. MAIL: Karen Pappas, Director of Purchasing Canaveral Port Authority 445 Challenger Road, Suite 301 Cape Canaveral, FL 32920 VIA FAX: 321/783-3522 Phone: 321/783-7831 Ext. 219 E-MAIL: kpappas@portcanaveral.com Date: Name of Company: Address: Individual to Contact: Phone: ( )- Fax: ( )- Reference: Page: Section: QUESTION: Page 12 of 20

NON-COLLUSION CLAUSE By signing this offer, the Proposer certifies that this offer is made independently and free from collusion. Proposer shall disclose below, to the best of his or her knowledge, any Canaveral Port Authority officer or employee, or any relative of any such officer or employee as defined in Section 112.3135(1), Florida Statutes, who is an officer or director, of, or has a material interest in the Proposer's business and who is in a position to influence this procurement. Any Canaveral Port Authority officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest in he or she directly or indirectly owns more than 5 percent of the total assets or capital stock of any business entity, or if he or she otherwise stands to personally gain if the contract is awarded to this proposer. Failure of a Proposer to disclose any relationship described herein shall be reason for disqualification and/or termination in accordance with the provisions of the Canaveral Port Authority. NAME RELATIONSHIPS If the Proposer does not indicate any relationship by leaving the above section blank, it shall be deemed to be an affirmation by the Proposer that no such relationship exists. Signature Company Name Print Name of Certifying Official Business Address City, State, Zip Code Page 13 of 20

SWORN STATEMENT PURSUANT TO SECTION 287.133(3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to by for (print individual s name and title) (print name of entity submitting sworn statement) whose business address is (print name of the public entity) and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the Individual signing this sworn statement:.) 2. I understand that a public entity crime as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that convicted or conviction as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an affiliate as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term affiliate includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a person as defined in Paragraph 287.133(1)(C), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid Page 14 of 20

on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term person includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Indicate which statement applies.) Neither the entity submitting this sworn statement nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) Sworn to and subscribed before me this day of, 20. Personally known Or Produced identification Notary Public State of My Commission Expires (Type of identification) (Printed typed or stamped commissioned name of notary public) Page 15 of 20

CONFLICT OF INTEREST CERTIFICATE Bidder must execute either Section I or Section II hereunder relative to Florida Statute 112.313(12). Failure to execute either section may result in rejection of this bid proposal. SECTION I I hereby certify that no official or employee of the City or independent agency requiring the goods or services described in these specifications has a material financial interest in this company. Signature Name of Official (type or print) Company Name Business Address City, State, Zip Code SECTION II I hereby certify that the following named City official(s) and employee(s) having material financial interest(s) (in excess of 5%) in this company have filed Conflict of Interest Statements with the Supervisor of Elections prior to bid opening. Name Title or Position Date of Filing Signature Print Name of Certifying Official Company Name Business Address City, State, Zip Code PUBLIC OFFICIAL DISCLOSURE Section 126.111 of the Purchasing Code requires that a public official who has a financial interest in a bid or contract make a disclosure at the time that the bid or contract is submitted or at the time that the public official acquires a financial interest in the bid or contract. Please provide disclosure, if applicable, with bid. Public Official Position Held Position or Relationship with Bidder Page 16 of 20

CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS Applicants should refer to the regulations cited below to determine the certification to which they are required to attest. Applicants should also review the instructions for certification included in the regulations before completing this form. Signature of this form provides for compliance with certification requirements under the applicable CFR covering New Restrictions on Government-wide Debarment and Suspension (Nonprocurement). The certification shall be treated as a material representation of fact upon which reliance will be placed when the Agency determines to award the covered transaction or cooperative agreement. As required by Executive Order 12549, Debarment and Suspension, and implemented under the applicable CFR, for prospective participants in covered transactions, as defined in the applicable CFR 215.13. A. The applicant certifies that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, sentenced to a denial of Federal benefits by a State or Federal court, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal State or local) with commission of any of these offenses enumerated in paragraph (1) (b) of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State or local) terminated for cause or default; and B. Where the applicant is unable to certify to any of the statements in this certification, he or she shall attach an explanation to this application. Company Name: Project: Authorized Signature Printed or Typed Name Title Address: Page 17 of 20

WORK OPPORTUNITY TAX CREDIT & WELFARE TO WORK TAX CREDIT Section 320.20(4)(b) Paragraph 2 of the Florida Statutes encourages employment of participants in the welfare transition program on construction projects funded under the Florida Seaport Transportation and Economic Development Program. Two programs, Work Opportunity Tax Credit (WOTC) and the Welfare to Work Tax Credit (WtW) Programs assist employers in employing individuals eligible or participating in the welfare transition program. WOTC provides a tax incentive to employers for hiring individuals from certain target groups to help them enter or re-enter the labor force. WtW provides a tax incentive to employers for hiring individuals who have been on long-term family assistance to enter or re-enter the work force. More detailed information regarding the WOTC and WtW programs is available at the U.S. Department of Labor website at: www.uses.doleta.gov/tax.asp. The Agency for Workforce Innovation, Tallahassee, FL, provides a handbook describing the WOTC and WtW programs and provides assistance in reviewing applicants and completing and submitting the required forms. The contact information is below: Agency for Workforce Innovation WOTC & WtW Programs MSC #G-300, The Caldwell Building 107 East Madison Street Tallahassee, Florida 32399-4140 Ms. Gloria Harrison, WOTC & WtW Program Coordinator: PH 850-921-3299 Mr. Carver Spence, WOTC & WtW Specialist: PH 850-921-3379 Mr. John Bartosik, WOTC & WtW Specialist: PH 850-921-3255 Website: www.floridajobs.org/wotc/index.html Signature Company Name Print Name of Certifying Official Business Address City, State, Zip Code Page 18 of 20

Page 19 of 20

Page 20 of 20