Rev. 2018-09-12
CITY OF TAMPA, FLORIDA - RFQ
c
/o Contract Administration Department
306 East Jackson Street #280A4N
Tampa, Florida 33602
19-C-00052; Tampa Convention Center New Meeting Rooms and Renovations Design-Build
PUBLIC ANNOUNCEMENT IN COMPLIANCE WITH REQUIREMENTS OF SECTION 287.055, FLORIDA STATUTES (CONSULTANTS’ COMPETITIVE NEGOTIATION ACT)
APPLICABLE LAW, EXECUTIVE ORDERS, RULES, REGULATIONS, AND THE CITY’S STANDARD PROCEDURES. A NOTICE OF INTENT TO AWARD SHALL BE POSTED, IF AT ALL,
ON THE CITY’S WEBSITE ACCESSIBLE BY UTILIZING THIS WEBSITE LINK: www.tampagov.net/contract-adm
inistration/programs/architectural-engineering-construction-and-related-rfqs .
The City of Tampa desires to obtain Professional Design-Build
Services for the Tampa Convention New Meeting Rooms and
Renovations Project which may include: 18 new meeting rooms,
new service elevator, renovation of existing meeting rooms,
improvements to the Riverwalk, site improvements, renovation of
existing passenger elevators, new rest rooms, renovation of
approximately 3 existing sets of rest rooms on the upper floors,
conversion of exterior space to dry storage, wall finishes, carpeting,
FF& E, chiller work, HVAC renovations and refurbishment of air
handler units, refurbishment of existing air walls, new air wall
systems, Ball Room upgrades, interior sign packages, badge access
systems and controls, automatic door replacements at entrances,
exterior door refurbishment , smoke hatch/exhaust fan
replacements, various LED lighting upgrades, and controls system
upgrades to DESIGO.
The project includes but is not limited to design and construction of,
and performing public relations for, various renovations and capital
improvements to the Convention Center property. The Owner will
require the use of the Target Value Design process within the
delivery Design/Build Delivery Method. The Owner will also require
the contractor to work around an actively operating Convention
Center and accommodate schedule provisions for fixed events
included in the RFQ. Services will also include coordination and
scheduling during the permitting and design phase, cost estimating,
administering subcontracts and all related work required for a
number of completed improvements. Services will be provided under
a contract for a negotiated guaranteed maximum price with
appropriate Public Construction Bonds.
The proposed budget is estimated at $38 million.
A Pre-Submission Conference for this project will be held at 3:00PM
Tuesday February 18, 2020, at 315 E Kennedy Blvd in the 3rd Floor
City Council Chambers. Attendance is not mandatory.
Additional material may be found at demandstar.com and at:
www.tampagov.net/contract-administration/programs/architectural-
engineering-construction-and-related-rfqs
Q
uestions may be directed to Jim Greiner, P.E., Contract
Administration, City of Tampa, (813) 274-8598, or E-Mail
jim.greiner@tampagov.net.
An individual or entity (“Firm”) responding to this RFQ must provide evidence of any
required licenses, certificates, or registrations with its submission or within 10 days
thereof in order to be considered. The City shall own all ideas, documents, plans,
and materials developed as a result of this solicitation and Firm is informed same
shall be subject to reuse in accordance with Section 287.055(10), Florida Statutes.
Firm (i) confirms it has read and is familiar with Section 119.071(3), Florida Statutes
regarding certain building plans, blueprints, schematic drawings, which depict the
internal layout and structural elements of a building, facility, or other structure owned
or operated by the City or other agency that are per said section exempt from
Section 119.07(1), Florida Statutes and Section 24(a), Art. I of the Florida
Constitution (“Exempt Plans”) and (ii) agrees Firm shall remain in compliance with
same, including maintaining the exempt status of such Exempt Plans for so long as
they are held by Firm or otherwise in its possession. The City may cancel, withdraw,
or modify this RFQ at any time and reserves the right to reject any or all responses
and to waive irregularities, formalities, and informalities as it determines in the City’s
best interest.
Firms desiring to provide these services to the City must submit a
single electronic file in searchable PDF format, Smaller than 5MB, that
includes the attached RFQ Transmittal Memorandum completed as
appropriate, a Letter of Interest addressed to Brad L, Baird, P.E.,
Chairman, and referring to this RFQ by number, together with a
Statement of Qualifications and any supplemental material allowing
evaluation for further consideration (short-listing) based upon the
following criteria/point system:
Successful Comparable Project
Experience, 30 pts; Experience with Renovations to Urban Convention
Center and Large Hotels, 10 pts; Successful Ability to work in
Continuously Operating Event/Hospitality Facility, 5 pts; Successful
Design-Build Project Experience with Local Government, 5 pts;
Experience/Ability to Use Target Value Design in Design-Build Method,
5 pts; Workload and availability, 5 pts; Past performance/Low amount
of City work, 5 pts; Form #A305, 5 pts; Workforce Development
Program, 10 pts; Planned WMBE/SLBE Solicitation & Utilization (Form
MBD 10 & 20), 20 pts.
The PDF file must be E-Mailed to
ContractAdministration@tampagov.net BEFORE 2 P.M. Thursday
March 12, 2020. As a courtesy, the City will endeavor provide an
email acknowledgement usually sent within a few days after
submission receipt (submissions received on the day of the deadline
may not be acknowledged before the deadline or at all). It is Firm’s
responsibility to confirm its submission (PDF file) has been received.
* With submittal or within 10 days thereafter, Firm must provide a signed copy of the complete agreement between all JV/PN members indicating
respective roles, responsibilities, and levels of participation.
RFQ TRANSMITTAL MEMORANDUM
FOR A SUBMITTAL TO THE CITY OF TAMPA, FLORIDA
TRANSMITTAL DATE:
RFQ
N
O
.
&
TITLE
:
Brad L. Baird, P. E., Chairman
Selection & Certification
Committee
(CCNA)
c/o Contract Administration Department via ContractAdministration@tampagov.net
306 East Jackson Street, 4th Floor North, Tampa, Florida 33602
SUBMITTER
(“Firm”)
NAME
:
FEDERAL
TAX
ID#:
FIRM
TYPE:
Individual/Sole Proprietor Joint Venture (JV)* Partnership (PN)* Corporation
Limited Liability Company Other:
FIRM CONTACT NAME:
EMAIL
:
PHONE
:
CERTIFICATIONS:
Firm is licensed, permitted, and certified as required to do business in Florida: Yes | No
License/registration/certification no(s):
P
e
r
§287.133
, Fla
.
Sta
t
.
, i
ndividuals or entities
(including
those
meeting the §287.133
, Fla. Stat.
definition of
“affiliate”) placed on the convicted vendor list (“List”) following a conviction for public entity crimes may not
submit a bid, proposal, or reply (“Response”) on a contract to provide any goods or services to a public
entity, may not submit a Response on a contract with a public entity for the repair or construction of a public
building or public work, may not submit a Response for leases of real property to a public entity, and may not be
awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public
entity; and may not transact business with any public entity in excess of the threshold amount provided in
§287.017, Fla. Stat. for CATEGORY TWO for a period of 36 months from the date of placement on the List.
Neither Firm nor its affiliates have been placed on the List: Yes | No
Firm’s
own initial application for employment has criminal history screening practices similar
to th
ose
contained
in Chapter 12, Article VI, Tampa Code (responses, whether “Yes” or “No”, are for informational purposes only
and will not be used as a basis for award or denial, or for any protest): Yes | No
Firm
shall comply with all applicable governmental
rules
&
regulations
,
including
City's Ethics Code
(
Sec
.
2
-
522, Tampa Code). The City's Charter & Ethics Code prohibit any City employee from receiving any substantial
benefit or profit out of any award or obligation entered into with the City, or from having any direct or indirect
financial interest in effecting any such award or obligation. If Firm is successful, it shall ensure no City employee
receives any such benefit or interest as a result of such award (See Sec.2-514(d),Tampa Code): Yes | No
Firm is
not in arrears
and is
in d
efault
upon any obligation to the City
of Tampa
:
Yes |
No
Firm agrees that i
f the City
of Tampa
determines
Firm has participated in any collusive, deceptive, or
fraudulent
practices with regard to this submittal, in addition to any other remedy it may exercise, the City will have the
right to debar Firm and deem invalid any contract let under such circumstances: Yes | No
D
ata or
material
Firm
asserts to be exempted from public disclosure under Chapter
119, Fla
.
Stat
.,
is
submitted
in a separate, single electronic searchable PDF file labeled with the above RFQ number and the phrase
“Confidential Material”, which identifies the data/material to be protected, states the reasons the date/material is
exempt from public disclosure, and the specific Florida statute allowing such exemption (if “No” or otherwise,
then Firm waives any possible or claimed exemption upon submission, effective at opening): Yes | No
FAILURE TO COMPLETE THE ABOVE MAY RESULT IN
FIRM
S
SUBMITTAL
BEING DECLARED NON
-
RESPONSIVE
Authorized Signature (wet):
[SEAL] Printed Name:
Title: Sole Prop Pres Sr VP Gen Ptnr LLC Auth.Mbr/Mgr
Other _______________________ (attach proof of authority)
STATE OF
COUNTY OF
The forgoing instrument was sworn (or affirmed) before me before me by means of physical presence or online
notarization, this ____ day of ________________________, 20____ by _________________________________________
either in his/her individual capacity or where Firm is an entity as the ____________________________________ of
__________________________________________, on behalf of such entity. He/She is personally known to me OR
produced identification. Type of identification produced:
[NOTARY SEAL]
Printed Name: Notary Public, State of
My Commission Expires: Commission No:
Rev.2018-09-12
19-C-00052: Tampa Convention Center New Meeting Rooms and Renovations Design-Build
Points Pursuant to Designated Industry Category:______________
(Refer to MBD Form 70 and Form 50-GFE Outreach)
Evaluation Criteria
Point Values
A.
Underutilized WMBE Firms participating as the
Prime Contractor (City of Tampa Certified Only)
20
B.
City of Tampa Certified SLBE firms participating
as the Prime Contractor, which include City of
Tampa Certified WMBE/SLBE sub-(contractor,
consultant) participation
5 - 15
C.
Non-City of Tampa Certified WMBE/SLBE Prime
Contractor with meaningful sub-(contractor,
consultant) participation by City Certified
Underutilized WMBE and/or SLBE firms
1 - 15
D.
* External agency WMBE/SLBE/DBE
certifications recognized by City of Tampa for
designated RFP, RFQ, RFI solicitations
0 7
NOTE: The maximum points available for WMBE and/or SLBE participation will not exceed twenty (20)
Points are determined as follows (Requires Form 50-GFE):
A. A maximum of twenty (20) rating points may be awarded when the Proposer is a City of Tampa
Certified WMBE firm deemed underutilized within the Industry category established by the RFQ.
B. A maximum of fifteen (15) rating points may be awarded when the Proposer is a City of Tampa
certified SLBE with meaningful participation by City certified WMBE/SLBE sub-
contractors/consultants.
C. One to Fifteen (1-15) rating points may be awarded when the Proposer is not a City of Tampa
certified WMBE/SLBE prime contractor but utilizes either Underutilized WMBE and/or SLBE
certified firm(s) as sub-contractors/consultants and assigned to perform meaningful segments of
the contractual services detailed herein and documented on the enclosed MBD Form 10-20.
D. A maximum of seven (7) “discretionary” rating points may be awarded when the Proposer
provides WMBE/SLBE participation from an external agency recognized by the City. Discretionary
points may be awarded for ancillary participation (see definition). The point values for ancillary
participation may be subordinate to weighted values outlined in categories A, B and C above.
NOTE: *WMBE participation is narrowly-tailored (per policy) to target underutilization of affected
groups in specific trade/industry categories. Any WMBE/SLBE achievement that was not
designated on MBD Form 70 is considered ancillary. Ancillary participation may be counted with
overall participation and credited to your rating points when underutilization criteria are met.
The maximum number of points available for WMBE and/or SLBE participation will not exceed a total
of twenty (20) points.
GMP Exhibit
Tampa’s Equal Business Opportunity Program Procedures for GMP Contracts
The City of Tampa’s Equal Business Opportunity Program (EBO) requires setting a
construction subcontract goal on each GMP under the CM /or D-Build delivery system.
Prior to the time construction subcontract goals are set, the Construction Manager (CM)
or the Design-Builder (D-B) provides information on subcontract packages planned for
the construction phase(s) and their sequencing.
(Ref: use Detailed GMP Estimate and MBD Form-80 PTW)
The CM (or D-B) participates in a meeting wherein the City will establish narrowly-
tailored project goals for SLBE and/or W/MBE subcontractor participation on the project.
(Ref: use MBD Form-70)
For each subcontracting package to be bid, the CM (or D-B) confirms with the MBD
Office, the City’s minimum contact list of available SLBE and/or W/MBE firms to be
solicited. Note: strategic, extensive outreach is the CM/DB’s responsibility (i.e. GFECP)
(Ref: use Minimum Contact List provided w/final Project EBO Determination Goal)
The CM (or D-B) documents the notification of all potential subcontractors, including the
SLBE or W/MBE firms identified above, i.e. minimum contact list of certified firms.
(Ref: use DMI 10-20 for construction phase Solicitation/Utilization outcomes)
The CM (or D-B) receives, opens, and tabulates subcontract bid results. The City,
including representatives of the managing department and the MBD Office, may be
present for the bid openings or to review the bids submitted.
(Ref: use MBD Form-50 GFECP outreach w/documentation)
The CM (or D-B) provides to the City, a tabulation of all bids received and its
determination of the lowest responsive/responsible bidder. If bids received exceed
contracted Guaranteed Maximum Price, CM (or D-B) advises City as to how they will
proceed. If re-bidding is selected, notification at least equal to the original solicitation
will occur. (Ref: Reaffirm EBO Outreach)
As all subcontracts are executed, final copies are provided to the City. Where
participation is achieved via sub-subcontractors and/or suppliers, the CM (or D-B)
provides the City and MBD with copy of executed agreement or purchase order as
documentation. (Ref: use MBD Form-40 LOIs execute “Letters-of-Intent)
During construction, monitoring activities may including but may not be limited to,
subcontractor payment reports to be submitted with pay requests, prior approval by the
MBD Office and the managing departments, of any replacement of SLBE or W/MBE
subcontractors, and a report of final amounts paid to all subcontractors.
(Ref: use #1-DMI 30 Form w/Pay Applications; #2-Prime & Subs must log into
Diversity Mgt. Compliance System to report payment activity)
Rev. 2019
MBD Form 50 rev/effective 02/2016 GFECP MBD Form 50 Page 1 of 2
Good Faith Effort Compliance Plan Guidelines
for Women/Minority Business Enterprise\Small Local Business Enterprise Participation
City of Tampa - Equal Business Opportunity Program
(MBD Form 50 detailed instructions on page 2 of 2)
Contract Name____________________________________________________ Bid Date _________
Bidder/Proposer______________________________________________________________________
Signature ___________________________________________________________ Date __________
Name _______________________________________ Title _________________________________
The Compliance Plan with attachments is a true account of Good Faith Efforts (GFE) made to achieve the participation goals as
specified for Women/Minority Business Enterprises/Small Local Business Enterprises (WMBE/SLBE) on the referenced contract:
The WMBE/SLBE participation Goal is Met or Exceeded. See DMI Forms 10 and 20 which accurately report all
subcontractors solicited and all subcontractors to-be-utilized.
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
The WMBE/SLBE participation Goal is Not Achieved. The following list is an overview of the baseline GFE action
steps already performed. Furthermore, it is understood that these GFE requirements are weighted in the compliance
evaluation based on the veracity and demonstrable degree of documentation provided with the bid/proposal:
(Check applicable boxes below. Must enclose supporting documents accordingly with remarks)
(1) Solicited through reasonable and available means the interest of WMBE/SLBEs that have the capability to perform the work of the contract. The Bidder or Proposer must
solicit this interest within sufficient time to allow the WMBE/SLBEs to respond. The Bidder or Proposer must take appropriate steps to follow up initial solicitations with
interested WMBE/SLBEs. See DMI report forms for subcontractors solicited. See enclosed supplemental data on solicitation
efforts. Qualifying Remarks:
(2) Provided interested WMBE/SLBEs with adequate, specific scope information about the plans, specifications, and requirements of the contract, including addenda, in a
timely manner to assist them in responding to the requested-scope identified by bidder/proposer for the solicitation. See enclosed actual solicitations
used. Qualifying Remarks:
(3) Negotiated in good faith with interested WMBE/SLBEs that have submitted bids (e.g. adjusted quantities or scale). Documentation of negotiation must include the names,
addresses, and telephone numbers of WMBE/SLBEs that were solicited; the date of each such solicitation; a description of the information provided regarding the plans
and specifications for the work selected for subcontracting; and evidence as to why agreements could not be reached with WMBE/SLBEs to perform the work. Additional
costs involved in soliciting and using subcontractors is not a sufficient reason for a bidder/proposer’s failure to meet goals or achieve participation, as long as such costs
are reasonable. Bidders are not required to accept excessive quotes in order to meet the goal.
DMI Utilized Forms for sub-(contractor/consultant) reflect genuine negotiations This project is an RFQ/RFP in nature
and negotiations are limited to clarifications of scope/specifications and qualifications. See enclosed documentation.
Qualifying Remarks:
(4) Not rejecting WMBE/SLBEs as being unqualified without justification based on a thorough investigation of their capabilities. The WMBE/SLBEs standing within its industry,
membership in specific groups, organizations / associations and political or social affiliations are not legitimate causes for rejecting or not soliciting bids to meet the goals.
Not applicable. See attached justification for rejection of a subcontractor’s bid or proposal. Qualifying Remarks:
(5) Made scope(s) of work available to WMBE/SLBE subcontractors and suppliers; and, segmented portions of the work or material consistent with the available
WMBE/SLBE subcontractors and suppliers, so as to facilitate meeting the goal. Sub-Contractors were allowed to bid on their own choice of
work or trade without restriction to a pre-determined portion. See enclosed comments. Qualifying Remarks:
(6) Made good faith efforts, despite the ability or desire of Bidder/Proposer to perform the work of a contract with its own forces/organization. A Bidder/Proposer who desires
to self-perform the work of a contract must demonstrate good faith efforts if the goal has not been met. Sub-Contractors were not prohibited from
submitting bids/proposals and were solicited on work typically self-performed by the prime. Qualifying Remarks:
(7) Segmented portions of the work to be performed by WMBE/SLBEs in order to increase the likelihood that the goals will be met. This includes, where appropriate,
breaking out contract work items into economically feasible units (quantities/scale) to facilitate WMBE/SLBE participation, even when the Bidder/Proposer might otherwise
prefer to perform these work items with its own forces. Sub-Contractors were allowed to bid on their own choice of work or trade without
restriction to a pre-determined portion. Sub-Contractors were not prohibited from submitting bids/proposals and were
solicited on work typically self-performed by the prime. See enclosed comments. Qualifying Remarks:
(8) Made efforts to assist interested WMBE/SLBEs in obtaining bonding, lines of credit, or insurance as required by the city or contractor.
See enclosed documentation on initiatives undertaken and methods to accomplish. Qualifying Remarks:
(9) Made efforts to assist interested WMBE/SLBEs in obtaining necessary equipment, supplies, materials, or related assistance or services, including participation in an
acceptable mentor-protégé program. See enclosed documentation of initiatives and/or agreements. Qualifying Remarks:
(10) Effectively used the services of the City and other organizations that provide assistance in the recruitment and placement of WMBE/SLBEs.
See enclosed documentation. The following services were used:
Note: Provide any unsolicited information that will support the Bid/RFP Compliance Evaluation. Named Documents Are:
MBD Form 50 rev/effective 02/2016 GFECP MBD Form 50 Page 2 of 2
Participation Plan: Guidance for Complying with Good Faith Efforts Outreach
(page 2 of 2)
1. All firms on the WMBE/SLBE Goal Setting List must be solicited and documentation provided for email,
fax, letters, phone calls, and other methods of outreach/communication with the listed firms. The DMI
Solicited and DMI-Utilized forms must be completed for all firms solicited or utilized. Other opportunities
for subcontracting may be explored by consulting the City of Tampa MBD Office and/or researching the on-
line Diversity Management Business System Directory for Tampa certified WMBE/SLBE firms.
2. Solicitation of WMBE/SLBEs, via written or electronic notification, should provide specific information on
the services needed, where plans can be reviewed and assistance offered in obtaining these, if required.
Solicitations should be sent a minimum of a week (i.e. 5 business days or more) before the bid/proposal date.
Actual copies of the bidder’s solicitation containing their scope specific instructions should be provided.
3. With any quotes received, a follow-up should be made when needed to confirm detail scope of work. For
any WMBE/SLBE low quotes rejected, an explanation Shall be provided detailing negotiation efforts.
4. If a low bid WMBE/SLBE is rejected or deemed unqualified the contractor must provide an explanation and
supporting documentation for this decision.
5. Prime Shall break down portions of work into economical feasible opportunities for subcontracting. The
WMBE/SLBE directory may be useful in identifying additional subcontracting opportunities and firms not
listed in the “WMBE/SLBE Goal Setting Firms List.”
6. Contractor Shall not preclude WMBE/SLBEs from bidding on any part of work, even if the Contractor may
desire to self-perform the work.
7. Contractor Shall avoid relying solely on subcontracting out work-scope where WMBE/SLBE availability is
not sufficient to attain the pre-determined subcontract goal set for the Bid or when targeted sub-consultant
participation is stated within the RFP/RFQ.
8. In its solicitations, the Bidder should offer assistance to WMBE/SLBEs in obtaining bonding, insurance, et
cetera, if required of subcontractors by the City or Prime Contractor.
9. In its solicitation, the Bidder should offer assistance in obtaining equipment for a specific job to
WMBE/SLBEs, if needed.
10. Contractor should use the services offered by such agencies as the City of Tampa Minority and Small
Business Development Office, Hillsborough County Entrepreneur Collaborative Center, Hillsborough
County Economic Development Department’s MBE/SBE Program and the NAACP Empowerment Center to
name a few for the recruitment and placement of WMBEs/SLBEs.
Failure to Complete, Sign and Submit Both Forms 10 & 20 SHALL render the Bid or Proposal Non-Responsive
Page 1 of 4DMI Solicited/Utilized Schedules
City of Tampa Schedule of All Solicited Sub-(Contractors/Consultants/Suppliers)
(FORM MBD-10)
Contract No.: Contract Name:
Company Name: Address:
Federal ID: Phone: Fax: Email:
Check applicable box(es). Detailed Instructions for completing this form are on page 2 of 4.
[ ] No Firms were contacted or solicited for this contract.
[ ] No Firms were contacted because:
[ ] See attached list of additional Firms solicited and all supplemental information (List must comply to this form)
Note: Form MBD-10 must list ALL subcontractors solicited including Non-minority/small businesses
NIGP Code Categories: Buildings = 909, General = 912, Heavy = 913, Trades = 914, Architects = 906, Engineers & Surveyors = 925, Supplier = 912-77
S = SLBE
W=WMBE
O = Neither
Company Name
Address
Phone, Fax, Email
Type of Ownership
(F=Female M=Male)
BF BM = African Am.
HF HM = Hispanic
AF AM = Asian Am.
NF NM = Native Am.
CF CM = Caucasian
Trade or
Services
NIGP Code
(listed
above)
Contact
Method
L=Letter
F=Fax
E=Email
P=Phone
Quote
or
Response
Received
Y/N
Federal ID
It is hereby certified that the information provided is an accurate and true account of contacts and solicitations for subcontracting
opportunities on this contract.
Signed: Name/Title: Date:
Failure to Complete, Sign and Submit Both Forms 10 & 20 SHALL render the Bid or Proposal Non-Responsive
Forms must be included with Bid / Proposal
MBD
10 rev./effective 02/2016
Page 2 of 4DMI Solicited/Utilized
Instructions for completing The Sub-(Contractors/Consultants/ Suppliers) Solicited Form
(Form MBD-10)
This form must be submitted with all bids or proposals. All subcontractors (regardless of ownership or size) solicited
and subcontractors from whom unsolicited quotations were received must be included on this form. The instructions that
follow correspond to the headings on the form required to be completed. Note: Ability or desire to self-perform all work
shall not exempt the prime from Good Faith Efforts to achieve participation.
C
ontract No. This is the number assigned by the City of Tampa for the bid or proposal
.
C
ontract Name. This is the name of the contract assigned by the City of Tampa for the bid or proposal.
Contractor Name. The name of your business and/or doing business as (dba) if applicable.
Address. The physical address of your business.
Federal ID. FIN. A number assigned to your business for tax reporting purposes.
Phone. Telephone number to contact business.
Fax. Fax number for business.
Email. Provide email address for electronic correspondence.
No Firms were contacted or solicited for this contract. Checking the box indicates that a pre-determined
S
ubcontract Goal or Participation Plan Requirement was not set by the City resulting in your business not using
subcontractors and will self-perform all work. If during the performance of the contract you employ
subcontractors, the City must pre-approve subcontractors. Use of the “Sub-(Contractors/Consultants/Suppliers)
Payments” form (MBD Form-30) must be submitted with every pay application and invoice. Note: Certified
SLBE or WMBE firms bidding as Primes are not exempt from outreach and solicitation of subcontractors.
No Firms were contacted because. Provide brief explanation why no firms were contacted or solicited.
See attached documents. Check box, if after you have completed the DMI Form in its entirety, you need more
space to list additional firms and/or if you have supplemental information/documentation relating to the form. A
ll
DMI data not submitted on the MBD Form-10 must be in the same format and have all requested data from MBD
Form-10 included.
The following instructions are for information of any and all subcontractors solicited.
“S
” = SLBE, “W” = WMBE. EnterS” for firms Certified by the City as Small Local Business Enterprises and/or
W” for firms Certified by the City as either Women/Minority Business Enterprise; “O” = Non-certified others.
Federal ID. FIN. A number assigned to a business for tax reporting purposes. This information is critical in proper
identification and payment of the contractor/subcontractor.
Company Name, Address, Phone & Fax. Provide company information for verification of payments.
Type of Ownership. Indicate the Ethnicity and Gender of the owner of the subcontracting business.
Trade, Services, or Materials indicate the trade, service, or materials provided by the subcontractor. NIGP codes
aka “National Institute of Governmental Purchasingare listed at top section of document
.
Co
ntact Method L=letter, F=fax, E=Email, P=Phone. Indicate with letter the method(s) of soliciting for bid.
Quote or Resp. (response) Rec’d (received) Y/N. Indicate “Y” Yes if you received a quotation or if you received
a response to your solicitation. Indicate “N” No if you received no response to your solicitation from the
subcontractor. Must keep records: log, ledger, documentation, etc. that can validate/verify
.
I
f additional information is required or you have questions, please contact the Equal Business Opportunity Program -
Minority and Small Business Development Office at (813) 274-5522.
Failure to Complete, Sign and Submit Both Forms 10 & 20 SHALL render the Bid or Proposal Non-Responsive
Page 3 of 4DMI Solicited/Utilized Schedules
City of Tampa Schedule of All To-Be-Utilized Sub-(Contractors/Consultants/Suppliers)
(FORM MBD-20)
Contract No.: Contract Name:
Company Name: Address:
Federal ID: Phone: Fax: Email:
Check applicable box(es). Detailed Instructions for completing this form are on page 4 of 4.
[ ] See attached list of additional Firms Utilized and all supplemental information (List must comply to this form)
Note: Form MBD-20 must list ALL subcontractors To-Be-Utilized including Non-minority/small businesses
[ ] No Subcontracting/consulting (of any kind) will be performed on this contract.
[ ] No Firms are listed to be utilized because:
NIGP Code General Categories: Buildings = 909, General = 912, Heavy = 913, Trades = 914, Architects = 906, Engineers & Surveyors = 925, Supplier = 912-77
Enter “S” for firms Certified as Small Local Business Enterprises, “W” for firms Certified as Women/Minority Business Enterprise, “O” for Other Non-Certified
S = SLBE
W=WMBE
O =Neither
Company Name
Address
Phone, Fax, Email
Type of Ownership
(F=Female M=Male)
BF BM = African Am.
HF HM = Hispanic Am.
AF AM = Asian Am.
NF NM = Native Am.
CF CM = Caucasian
Trade,
Services,
or Materials
NIGP Code
Listed
above
$ Amount
of Quote.
Letter of
Intent (LOI)
if available
Percent
of
Scope or
Contract
%
Federal ID
Total ALL Subcontract / Supplier Utilization $____________________
Total SLBE Utilization $ _____________________________________
Total WMBE Utilization $ ____________________________________
Percent SLBE Utilization of Total Bid/Proposal Amt. _____% Percent WMBE Utilization of Total Bid/Proposal Amt. _____%
It is hereby certified that the following information is a true and accurate account of utilization for sub-contracting opportunities on this Contract.
Signed: Name/Title: Date:
Failure to Complete, Sign and Submit Both Forms 10 & 20 SHALL render the Bid or Proposal Non-Responsive
Forms must be included with Bid / Proposal
MBD 20 rev./effective 02/2016
Page 4 of 4 DMI Solicited/Utilized
Instructions for completing The Sub-(Contractors/Consultants/ Suppliers) to be Utilized Form
(Form MBD-20)
This form must be submitted with all bids or proposals. All subcontractors (regardless of ownership or size) projected
to be utilized must be included on this form. Note: Ability or desire to self-perform all work shall not exempt the prime
from Good Faith Efforts to achieve participation.
Contract No. This is the number assigned by the City of Tampa for the bid or proposal.
Contract Name. This is the name of the contract assigned by the City of Tampa for the bid or proposal.
Contractor Name. The name of your business and/or doing business as (dba) if applicable.
Address. The physical address of your business.
Federal ID. FIN. A number assigned to your business for tax reporting purposes.
Phone. Telephone number to contact business.
Fax. Fax number for business.
Email. Provide email address for electronic correspondence.
No Subcontracting/consulting (of any kind) will be performed on this contract. Checking box indicates your
business will not use subcontractors when no Subcontract Goal or Participation Plan Requirement was set by the
City, but will self-perform all work. When subcontractors are utilized during the performance of the contract, the
“Sub-(Contractors/Consultants/Suppliers) Payments” form (MBD Form-30) must be submitted with every pa
y
a
pplication and invoice. Note: certified SLBE or WMBE firms bidding as Primes are not exempt from outreach
and solicitation of subcontractors, including completion and submitting Form-10 and Form-20.
No Firms listed To-Be-Utilized. Check box; provide brief explanation why no firms were retained when a goal
or participation plan requirement was set on the contract. Note: mandatory compliance with Good Faith Effort
outreach (GFECP) requirements applies (MBD Form-50) and supporting documentation must accompany the bid.
See attached documents. Check box, if after completing the DMI Form in its entirety, you need more space to
list additional firms and/or if you have supplemental information/documentation relating to the
scope/value/percent utilization of subcontractors. Reproduce copies of MBD-20 and attach. All data not
submitted on duplicate forms must be in the same format and content as specified in these instructions.
The following instructions are for information of Any and All subcontractors To Be Utilized.
Federal ID. FIN. A number assigned to a business for tax reporting purposes. This information is critical in
proper identification of the subcontractor.
“S” = SLBE, “W” = WMBE. EnterS” for firms Certified by the City as Small Local Business Enterpris
es
a
nd/or “W” for firms Certified by the City as Women/Minority Business Enterprise; “O” = Non-certified others.
Company Name, Address, Phone & Fax. Provide company information for verification of payments.
Type of Ownership. Indicate the Ethnicity and Gender of the owner of the subcontracting business.
Trade, Services, or Materials (NIGP code if Known) Indicate the trade, service, or material provided by the
subcontractor. Abbreviated list of NIGP is available at http:/www.tampagov.net/mbd “Information Resources”
.
Amount of Quote, Letters of Intent (required for both SLBEs and WMBEs).
Percent of Work/Contract. Indicate the percent of the total contract price the subcontract(s) represent. Fo
r
C
CNA only (i.e. Consultant A/E Services) you must indicate subcontracts as percent of total scope/contract.
Total Subcontract/Supplier Utilization. Provide total dollar amount of all subcontractors/suppliers projected
to be used for the contract. (Dollar amounts may be optional in CCNA depending on solicitation format).
Total SLBE Utilization. Provide total dollar amount for all projected SLBE subcontractors/Suppliers used for
this contract. (Dollar amounts may be optional in CCNA proposals depending on the solicitation format).
Total WMBE Utilization. Provide total dollar amount for all projected WMBE subcontractors/Suppliers used for
this contract. (Dollar amounts may be optional in CCNA proposals depending on the solicitation format).
Percent SLBE Utilization. Total amount allocated to SLBEs divided by the total bid/proposal amount
.
Percent WMBE Utilization. Total amount allocated to WMBEs divided by the total bid/proposal amount.
If additional information is required or you have questions, please contact the Equal Business Opportunity Program -
Minority and Small Business Development Office at (813) 274-5522.
 
 
 

 



Page 1 o
f
1
Procurement Guidelines
To Implement
Minority & Small Business Participation
Underutilized WMBE Primes by Industry Category
Construction
Construction‐
Related
Professional NonProfessional Goods
AL PROCUREMENT
Black Asian Black Black Black
Hispanic Native Am. Hispanic Asian Hispanic
Native Am.
Woman
Asian Native Am. Asian
FORM
Woman
Native Am. Native Am.
Woman Woman
Underutilized WMBE SubContractors / SubConsultants
Construction
Construction‐
Related
Professional NonProfessional Goods
Black Black Black Black Black
Asian Hispanic Asian Asian
SUB WORK
Native Am.
Asian Native Am. Native Am.
Woman Native Am.
Woman
Woman
Policy
The Guidelines apply to formal procurements and solicitations. WMBE participation will be narrowlytailored.
Index
Black = Black/AfricanAmerican Business Enterprise
Hispanic = Hispanic Business Enterprise
Asian = Asian Business Enterprise
Native Am. = Native American Business Enterprise
Woman = Woman Business Enterprise (Caucasian)
Industry Categories
Construction is defined as: new construction, renovation, restoration, maintenance of public improvements and underground utilities.
ConstructionRelated Services are defined as: architecture, professional engineering, landscape architecture, design build, construction
management services, or registered surveying and mapping.
Professional Services
are defined as: attorney, accountant, medical doctor, veterinarian, miscellaneous consultant, etc.
NonProfessional Services are defined as: lawn maintenance, painting, janitorial, printing, hauling, security guard, etc.
Goods are defined as: all supplies, materials, pipes, equipment, machinery, appliances, and other commodities.
MBD Form70
October 2012 (RFP)
Page 1 of 11
RFQ: 19-C-00052
TAMPA CONVENTION CENTER
NEW MEETING ROOMS AND BUILDING RENOVATIONS
DESIGN-BUILD SERVICES
DESIGN CRITERIA PACKAGE
PREPARED BY:
ROBERT J. ROSNER, RLA MPA PROJECT EXECUTIVE
ECONOMIC AND URBAN DEVELOPMENT DEPARTMENT
CITY OF TAMPA
February 6, 2020
Page 2 of 11
Contents
I. Introduction and Scope Summary ........................................................................................................ 3
Site Related Work ..................................................................................................................................... 3
New Construction Related Work .............................................................................................................. 3
Interior Renovations Related Work (Initial Phase to Occur during New Meeting Room Construction) .. 3
Interior Renovations Related Work (Final Phase) ..................................................................................... 3
Vertical Circulation Related Work ............................................................................................................. 4
HVAC and Related Building Systems other than New Construction ......................................................... 4
Other Related Scope Requirements ......................................................................................................... 4
II. Building History ..................................................................................................................................... 4
Significance ............................................................................................................................................... 4
Site ............................................................................................................................................................ 4
Interior ...................................................................................................................................................... 4
Building Façade ......................................................................................................................................... 5
Building Renovation History Time Line .................................................................................................. 5
III. Site Related Work ............................................................................................................................. 5
Modification of Stairs & New Ramps ........................................................................................................ 5
Parking and Pedestrian Related Improvements ....................................................................................... 5
IV. New Construction Related Work ...................................................................................................... 6
New Meeting Rooms................................................................................................................................. 6
V. Interior Renovations Related Work ...................................................................................................... 6
Restrooms ................................................................................................................................................. 6
New Service Elevator ................................................................................................................................ 6
VI. Interior Renovations Related Work (Final Phase)
............................................................................. 7
VII. Vertical Circulation Related Work ..................................................................................................... 7
VIII. HVAC and Related Building Systems other than New Construction ................................................. 7
IX. Other Related Scope Requirements ................................................................................................. 9
Other Renovations or Work Not Listed Above ......................................................................................... 9
Owner Provided Documents ..................................................................................................................... 9
Target Value Design .................................................................................................................................. 9
Workforce Development ........................................................................................................................ 10
Scheduling Around Events ...................................................................................................................... 10
Scheduled Events .................................................................................................................................... 11
Page 3 of 11
DESIGN CRITERIA
I. Introduction and Scope Summary
The City of Tampa has prepared the enclosed Design Criteria Package for Design-Build Services
related to the Tampa Convention Center Renovations and New Meeting Rooms. The following is
summary of the scope that may include, but not be limited to the following:
Site Related Work
Removal of 3 sets of existing exterior stairs, installation of approx. 4ft high concrete wall
with precast cladding to match existing, and approximately 240 LF of new decorative railing
(Design 95% Complete)
New 8ft wide Ramps with decorative railing to the Lower Riverwalk (one at each end)
(Design Complete)
Curb and sidewalk work at the drop-off area and miscellaneous areas (Design 50-90%
Complete)
Miscellaneous Parking Improvements
General site work, site utilities, sidewalks and related streetscape improvements
New Construction Related Work
Demolition of the existing Porch roof structure and precast cladding over the Upper
Riverwalk
Construction of 18 New Meeting Rooms over the Riverwalk (Previous design will require
modifications and value engineering)
New Service Elevator (requires related renovations mentioned below)
Interior Renovations Related Work (Initial Phase to Occur during New Meeting
Room Construction)
Demolition of Rest Room #2 (Design Complete)
Construction of a New Meeting Room #13 (Former Rest Room #2) (Design Complete)
Conversion of Meeting Room 30B into new rest rooms to support the New Meeting Rooms
(approx. 600 SF) (Full Design Needed)
Convert Chair Storage Area into Rest Rooms (approx. 850 SF) (Design Complete)
Conversion of Existing Meeting Room #11 into a service corridor for the new elevator
(Design 90% Complete)
Renovation of 4th Floor Restrooms #17, #18, & #19
Interior Renovations Related Work (Final Phase)
Renovation of the existing Meeting Rooms 1 through 9, 11 through 17, 30A through 39
(Separate Phasing after New Meeting Rooms are constructed and operational)
Page 4 of 11
Refurbishment of fabric panels of the Existing Meeting Room Fronts in Pre-Function Corridor
Areas and replacement of related cove lighting above panels
Rest Rooms Renovations on Office Level (4th Floor)
Vertical Circulation Related Work
Rehabilitation of 4 existing Passenger Elevators (Design Complete)
Upgrade and modification of 4th Floor Elevator Openings (Design Complete)
HVAC and Related Building Systems other than New Construction
Renovation of 36 existing air handlers, controls, and upgrade the related control
software/hardware
Upgrading/Refurbishment of existing chiller system
Other Related Scope Requirements
Full design services or as noted above, including preparation of record drawings for use
during design phase, etc.
Design Architect will be required to adopt and adapt as necessary the completed drawings
of the previous architect of record and follow the procedures for a successor architect
adopting as his own the work of another architect as outlined in Rule 61G1-18.002, Florida
Administrative Code.
Scheduling of related logistics within a fully operational Convention Center Facility with
minimal impact to Conventioneers and Customers
Owner requires the use of Target Value Design as a Delivery Method Tool for the Project
Development of one (1) Master GMP for construction to account for scheduling around the
enclosed list of events between May 2020 and September 2022
In addition to the above scope items, the following items contain the project history and
overview description of the project requirements:
II. Building History
Significance
The Tampa Convention Center is large facility with a mix meeting rooms, ball rooms, and exhibit
halls. The building was built in 1990, renovated in 2001 to convert a café space with storage into
additional meeting rooms. In 2015, the City contemplated a refresh of the facilities to include
updated rest rooms, new finishes in the meeting rooms, and rehabilitation of the elevators.
Site
The location of the Tampa Convention Center is on South Franklin Street adjoining the river
heart of the downtown central business district. The most prominent face of the building is
facing the river and is the forefront of many of more dramatic views of the city skyline.
Interior
The Tampa Convention Center interiors area characterized by precast column covers, fabric
covered wall panels with honey maple 1x6 trim, terrazzo, split-face block, and metal column
covers incorporated into the window wall systems.
Page 5 of 11
Building Façade
The building consists of several different enclosure systems with the predominate one being
decorative precast concrete panels. The second most common material is split-face or smooth
face integrally colored concrete masonry. The remainder of the opening are window wall
systems for the respective public area or meeting rooms that face the river.
Building Renovation HistoryTime Line
Since 2001, the building has gone through several renovations including:
2001 Conversion of the original Café Space and Storage to three new Meeting Rooms,
Conversion of the 4th Floor Office in to Meeting Rooms 30A through Meeting 39, expansion of
the 4th Floor corridor, and addition of two stairs to the Convention Floor Level
2006 Conversion of Agam Fountain into a Park Area
2009 Conversion of former Agam Fountain into The Sail Pavilion Bar
2011 Addition of exterior Rest Rooms at the Sail Pavilion
2017 Renovation of Interior Rest Rooms
2018-2019 Addition of Big Ray’s Fish Camp Building, The Sail Plaza, and additions of Ramps #1
and #4 along the Upper River Walk
2018-2019 New Trash Compactor and sidewalks along Franklin Street
2019 Renovation of 3 Concession Stands within the Exhibit Halls, Conversion of Bay Bistro to a
Datz Restaurant
III. Site Related Work
The Tampa Convention Center covers approximately 3 city blocks and is adjacent to three local
streets in the downtown area. The Convention Center is unique in the fact that it both an Upper
and Lower Riverwalk. The Lower Riverwalk is the portion of the Riverwalk immediately adjacent
to the river and the north docks. The Lower Riverwalk is approximately 300 feet long.
Modification of Stairs & New Ramps
The plan calls for the removal of 5 sets of existing exterior stairs and the installation of
approximately 4 foot high concrete wall with precast cladding to match the existing precast. This
portion of work will include approximately 240 LF of new decorative railing. At each end of the
Lower Riverwalk, there is a 17 foot wide staircase to be modified to include an 8 foot wide ramp,
a 1 foot wide decorative retaining for the stairs, and the required hand railing and guard railing
to match the new design standard for the Convention Center.
Parking and Pedestrian Related Improvements
The Convention Center is an activity hub that supports multiple forms of mobility including
pedestrians, bicycling, ride sharing, vehicles, buses, and shuttles. There are number of
improvements to be completed to enhance connectivity, accessibility, functionality, flexibility,
and aesthetics. These may include but not limited to:
Curb and sidewalk work at the drop-off area and miscellaneous areas
Bump Out and Curb Ramps at Channelside Drive and Franklin Street
Parking Lot Improvements to North Parking Lot
Page 6 of 11
Miscellaneous Improvements to Tampa Street & Brorien Street for improved access to the
Parking Garage
Bump Out and Curb Ramps at Ashley Drive and Brorien Street with miscellaneous sidewalk
work along Brorien between Ashley Drive and Tampa Street
IV. New Construction Related Work
The Tampa Convention Center has been successful at booking conventions and events for
approximately 3 years into the future. Due to this success, there is a demand for newer and
better facilities to serve these customers. The initial goal is to renovate the existing meeting
rooms while keeping the facility in full operation during construction. However, the staff
identified the need have additional meeting rooms to offset the demand during the renovations
portion of the project.
New Meeting Rooms
The City has previously contracted with a designer to design 18 new meeting rooms over the
Upper Riverwalk adjacent to the West Hall. This scope of work includes the demolition of the
existing porch roof structure and precast cladding over the Upper Riverwalk. The construction of
18 new meeting rooms over the Upper Riverwalk will utilize the existing structural columns. The
proposed floor plans and exterior elevations will need to modification and value engineering to
some degree. The proposed design utilizes existing floor space with the West Hall for the
corridors and stairways to serve third and fourth levels. The Owner wishes to include a solar
panel system as part of the roof system if feasible.
V. Interior Renovations Related Work
There is an initial phase of construction that may need to occur prior to or during the New
Meeting Room construction phase of the project. In order to attain the required number of
toilet facilities for the new meeting rooms, there is a need to convert certain storage areas and
potentially a underutilized meeting to rest room facilities. This will include the following:
Restrooms
Meeting Room 30B into new rest rooms to support the New Meeting Rooms (approx. 600 SF)
(Full Design Needed)
Convert Chair Storage Area into Rest Rooms (approx. 850 SF) (Design Complete)
New Service Elevator
The construction of a new service elevator is also needed for the project. The design for the new
service elevator is complete. This requires some meeting room modifications as the location of
the new service elevator on the Ball Room Level (Floor 1) lands in the current Meeting Room
#11. To accomplish this new elevator construction, the contractor will need to construct a new
meeting room space where an existing rest room is located (Rest Room #2). Thus, Rest Room #2
will need to be demolished in order to construct the new meeting room space. There is an air
wall between Meeting Rooms #11 and #12 which can be closed after the completion of the new
meeting room space. The new meeting room space will become the new Meeting Room #13
when the project is complete. The existing Meeting Room #11 will become the new service
Page 7 of 11
corridor with the service elevator. The existing Meeting Rooms #12 & #13 will be renumbered as
Meeting Rooms #11 & #12 respectively. The new service corridor (former Meeting Room #11)
will include two single restrooms and a small EMT station.
VI. Interior Renovations Related Work (Final Phase)
The project will include renovation of the existing Meeting Rooms 1 through 9, 11 through 17,
30A (except 30B) through 39 This portion of the work will need to occur in separate phasing
after New Meeting Rooms are constructed and operational. The renovations will include:
Removal of certain finishes, Painting, and new finishes within each room
Carpeting in each meeting room
Refurbishment of fabric panels of the Existing Meeting Room Fronts in Pre-Function Corridor
Areas
Minor ceiling work and installation of new lighting fixtures as noted on the plans
Renovation of vestibule tiling and drinking fountains at Rest Rooms #7, #8, #9, and #10 to
match the recently renovated spaces on the Ball Room Level
VII. Vertical Circulation Related Work
The project requires the rehabilitation of 3 existing Passenger Elevators (#1, #2, & #5) and 1
Service Elevator (#3). The design is complete for this work. These four elevators are to be
rehabilitated from hydraulic to machine room less (MRL). Elevators #1 & #2 share a common
shaft located near Meeting Room #1. These two elevators will need to be completed at the
same time. Elevator #1 serves all four levels. However, elevator #2 currently only serves the Ball
Room Level, the Registration Level, and the Convention Level. Elevator #2 will need to be
extended to the Office Level which is accounted for within the design. Elevator #3 is a service
elevator located immediately adjacent to the Freight Elevator (#4). The service elevator is
another elevator that does not reach the Office Level. The design to extend this to the Office
Level will need to be included in this scope of work. The Freight Elevator (#4) does extend to the
Office Level is being rehabilitated under another contract at this time.
VIII. HVAC and Related Building Systems other than New
Construction
The HVAC system at the Convention Center overall is approximately 30 years old. The facility has
been using most of the HVAC equipment for a year prior opening on October 15, 1990. Certain
portions of the system have be replaced or upgraded recently. The remainder of the air handlers
identified in the attached report will need to be rehabilitated to the specifications outlined in
the specifications and drawings.
The following items are to be included in project:
(#1) Replace air handling units AHU-25, 27, 28, 30, 31, 35, and 36. Increase the capacity on
all the units by 15-20%. (New Units ~ 135,000 CFM total)
(#2) Dedicated OA (Outdoor Air) units to serve the exhibit hall and replace the current
OAAHU supply fans. (2) 56,000 CFM and (1) 28,000 CFM (140,000 CFM total)
Page 8 of 11
o This will be run independently of units AHU- 1 thorough -10 during low load conditions
to keep the Exhibit hall positively pressurized with cool air.
o Offers Owner ability to run in conjunction with units AHU-1 through -10 to reduce load
on individual units.
o This will help keep the building positively pressurized in order to keep out warm humid
air.
o Will facilitate Exhibit hall reaching desired temperature faster when preparing for
events.
o Add Energy Recovery Ventilators (ERV) to recover some cooling.
o Add small duct from units to the atrium to help cool and pressurize the area.
(#3) Dual path units on the replacements for AHU-25, 27, 28 (~11,000 total OA) OR a
dedicated OA unit
o Will constantly bring in cooled OA to prefunction/atrium area.
o Will help reduce humidity levels in prefunction/atrium area.
o Will help positively pressurize building.
o Provide with heat pipe around coil for free reheat.
(#4) Add ERVs (Energy Recovery Ventilators) on 26/30 and 29/31 to replace SF-16:
o Will help reduce humidity levels in prefunction/atrium area.
o Will help positively pressurize building.
o Replaces noisy SF-16 located above office.
(#5) Replace pneumatic controls on all units
o Install PIC valves
o Replace dampers and actuators
(#6) Replace ductwork and some VAV terminal units for Executive board room (4th floor)
and meeting rooms 30A and 30B:
o Currently undersized air pathways for current load in spaces.
(#7) Replace AHU-19, -20 and increase capacity
o In conjunction with #8 will keep meeting rooms at a more comfortable temperature.
o See attached floor plans and narrative.
(#8) Replace ductwork and some VAV terminal units for:
o Currently undersized air pathways for current load in spaces.
o Meeting rooms 1-10, meeting rooms 36-39, 3rd floor admin areas, add return duct for
meeting rooms 18-25.
o Add smoke/fire dampers, return grilles and ductwork to AHU-26 and -29. With current
undersized return air path.
(#9) Replace 24,000 CFM rotoclone kitchen exhaust fan, and repair platform. (Completed
previously, not in contract)
(#10) Add BCUs (Blower Coil Units) to Chiller Plant and electrical room to pressurize and
temper air to help equipment longevity and operator comfort.
(#11) Replace 15 of the current FCUs (Fan Coil Units)
(#12) Chiller Plant - Updates:
o Convert to all variable flow plant
o Replace pump motors with VFD capable units
Page 9 of 11
o Replace old Trane chillers (2) 600 tons and (1) 1450 ton not VFD capable
o Requires some design work to accomplish
o Update Building Control System software, central computer, and graphics
IX. Other Related Scope Requirements
The Owner will require proposals to include full design services or as noted in this RFQ, including
preparation of record drawings for use during design phase. The Owner would prefer the
successful contractor to develop one (1) Guaranteed Maximum Price (GMP) for the project.
Other Renovations or Work Not Listed Above
The following is a list of renovations that is not be listed in the above description scope:
Replacement of the exterior automatic sliding door at Entrances
Building Interior Signage Package and related Way Finding for the property
Ball Room Wall & Air Wall Covering renovation
Parking Related Painting, Marking and Signage with Garage Area
Smoke Hatch/ Exhaust Fan Replacements
Badge Access System for Meeting Rooms and Ball Rooms and related areas
Exterior Door Refurbishment within existing curtain wall system
New Flooring in Office and related areas
Carpeting within Concourses and Meeting Rooms
Refurbishment of any fabric panels within the building
LED Lighting Upgrade at Registration Level and Chiller Plant Areas
FF&E Allowance for replacement risers and other event driven equipment
FF&E Allowance for Concourse Furniture
Enclose portions of Upper Dock area for dry storage
Owner Provided Documents
The new design architect will be required to adopt and adapt as necessary the completed
drawings of the previous architect of record and follow the procedures for a successor architect
adopting as his own the work of another architect as outlined in Rule 61G1-18.002, Florida
Administrative Code.
Target Value Design
The Project has a fixed capital budget and it is imperative that the selected team work with the
Owner to work within the capital budget. The project must adhere to a process where the
project is designed to the budget. In order to achieve this goal, the Owner will require the
selected team follow the LEAN process of Target Value Design. The primary objective for this
requirement is:
1. Require the entire Project Team (Owner, Designer and Builder) to work collaboratively
to understand the key programmatic requirements of the Project.
2. To insure the Project Team (Owner, Designer and Builder) work together to establish the
scope that is achievable for the target values identified.
Page 10 of 11
3. To insure the Project Team (Owner, Designer and Builder) work collaboratively thru the
design process to maintain the scope and target value
In responding to this RFQ, the Owner expects the respondent to outline their proposed
approach to implementing Target Value Design into the design-build delivery method for the
project.
Workforce Development
A description of a Workforce Development Program should include any ongoing or developing
programs such as apprenticeship, mentoring or on-the-job training. The Program description
should include any efforts toward fostering a strong and talented workforce in Tampa,
promoting an increase of school attendance and graduation rates, defining pathways through
higher education, technical certification programs and career readiness. It should also mention
any workforce incentives, championing local businesses and removing barriers to access. The
Program description should also include contracting and subcontracting trades, and engineering,
architectural, geotechnical and public engagement opportunities.
Scheduling Around Events
Tampa Convention Center (TCC) must remain operational for the duration of the construction.
The successful contractor will be required to work with TCC Management for the scheduling
and coordination of related logistics to minimize the overall impact to client and guest relations;
a critical component of the work to be completed.
To reduce any confusion and to ensure the Center provides updated information to clients, the
successful contractor will work directly with and schedule weekly meetings with the Tampa
Convention Center Operations Manager. A schedule of booked events from 2019 through 2022
that will result in some form of demobilization is provided. Some of the booked events have
specific requirements for maximum noise levels, rented areas that must be cleared during the
event, and logistical issues related to move-in/move-out staging for the events. Some critical
events must be accounted for during the scheduling of the work up front to allow for major
known conflicts to be communicated to our contracted clients. Some of our event contracts
include “no construction” clauses during their scheduled events and the contractor must plan to
fully accommodate these “no work/demobilize for the event” situations into the schedule of the
entire project. The scope of demobilization will be event dependent and may include at a
maximum complete stoppage of all activity and removal of any impediments. The work within
the Convention Exhibit space will have the most impact on the Convention Center’s operations
during construction. The selected contractor must minimize the impact to the Convention
Exhibit space footprint and schedule throughout the duration of the construction.
Page 11 of 11
Scheduled Events
The Tampa Convention Center will provide a full list of all scheduled events to the selected
team. Below is a list of the highest profile events that require critical special attention that the
selected contractor must plan to fully accommodate during the planning and construction
phasing of the work mentioned in this RFQ.
Event Description
In Date
Out Date
NFL-Super Bowl
01/25/21
02/24/21
EventFest-Gasparilla Brunch 2021
01/30/21
01/30/21
FL Board of Bar Examiners-Florida Bar Exams
02/19/21
02/26/21
CS Week Conference
04/23/21
04/30/21
SOFIC 2021
05/13/21
05/22/21
Advanced Placement (AP) Reading 2021
05/22/21
06/17/21
METROCON-Annual Convention
07/21/21
07/26/21
FL Board of Bar Examiners-Florida Bar Exams
07/23/21
07/30/21
Tampa Bay Comic Convention
07/29/21
08/01/21
Tampa Boat Show 2021
09/07/21
09/13/21
IBEX 2021
09/24/21
10/03/21
EventFest-Gasparilla Brunch 2022
01/29/22
01/29/22
FL Board of Bar Examiners-Florida Bar Exams
02/21/22
02/25/22
SEC Men's Basketball Tournament
03/06/22
03/14/22
SOFIC 2022
05/12/22
05/21/22
Advanced Placement (AP) Reading 2022
05/22/22
06/17/22
FL Board of Bar Examiners-Florida Bar Exams
07/25/22
07/29/22
Tampa Boat Show 2022
09/06/22
09/12/22
IBEX 2022
09/23/22
10/01/22