Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-24822 66.       
Meeting Date: 06/13/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO ADOPT Budget Resolution No. 2017-354 transferring within the Passenger Facility Charge (PFC) Capital Fund the amount of $8,000,000 from the PFC reserve for the purpose of increasing the budget for the Terminal 4 Checked Baggage Inspection Services Project 102618 at the Broward County’s Fort Lauderdale-Hollywood International Airport.

(Transferred to the Consent Agenda.)

ACTION:  (T-10:35 AM)  Approved.
 
VOTE: 9-0.

B. MOTION TO APPROVE Agreement between Broward County and The Whiting-Turner Contracting Company for Terminal 4 Checked Baggage Inspection System, Request for Proposals (RFP) No. Z1434304P1, for Broward County Aviation Department (BCAD), in the estimated not-to-exceed amount of $35,945,538, which includes a total lump sum amount of $32,802,663 and a not-to-exceed amount of $3,142,875 for allowances, to be substantially completed within 370 calendar days from the Project Initiation Date listed on the Second Notice to Proceed, and contingent upon receipt and approval of insurance and payment and performance guaranty; and authorize the Mayor and Clerk to execute the same.

(Transferred to the Consent Agenda.)

ACTION:  (T-10:35 AM)  Approved.
 
VOTE: 9-0.
Why Action is Necessary
Motion A: Board approval is required for transfers from the reserve.

Motion B: In accordance with the Broward County Procurement Code, Section 21.31.a.4, the Board is required to approve all purchases exceeding $250,000 per annum or $400,000 in a multi-year period.
What Action Accomplishes
Motion A: Provides funding from the PFC reserve for the purpose of increasing the budget for the Terminal 4 Checked Baggage Inspection Services Project 102618 at the Broward County’s Fort Lauderdale-Hollywood International Airport.

Motion B: Provides for design and construction services, and all labor, materials and equipment for the Terminal 4 Checked Baggage Inspection System located at Broward County's Fort Lauderdale-Hollywood International Airport.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE AVIATION DEPARTMENT RECOMMEND THE APPROVAL OF THE ABOVE MOTIONS.

This item supports the Board's value of "ensuring economic opportunities for all people and businesses in Broward," and its goal to "increase the economic strength and impact of revenue-generating County enterprises balancing economic, environmental, and community needs."

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) participation goal of 22% for this Agreement. The Whiting-Turner Contracting Company has committed to 22% CBE participation, which the OESBD reviewed and approved (Exhibit 4).

Motion A. This action approves a budget resolution to transfer funding in the amount of $8,000,000 within the Aviation Department’s PFC Capital Fund for the purpose of increasing the budget for the Terminal 4 Checked Baggage Inspection Services Project at the Broward County’s Fort Lauderdale-Hollywood International Airport (Exhibit 1).
 
Motion B. This Agreement provides for the design, construction and implementation of the new Checked Baggage Inspection System for Terminal 4 at Broward County's Fort Lauderdale-Hollywood International Airport (Airport).

On June 14, 2016 (Item No. 55), the Board approved Step One of a Two-Step Design-Build procurement, Request for Qualifications (RFQ) No. Z1434304R1, Terminal 4 Checked Baggage Inspection System. Five firms submitted responses to the Step One RFQ. The budget listed on the initial Evaluation Criteria ($20.5M) was based on the Basis of Design Report, Drawings, and Specifications comprising the Design Criteria Package (DCP) completed in March 2014. During the course of the procurement, the Airport continued to experience exponential growth that drove the need to revalidate the Basis of Design Report prepared in March 2014. The revalidation effort included an analysis of current operations and a projection into the future of ten years as required by the Transportation Security Administration Planning Guidelines and Design Standards. Completed in June 2016, the updated Basis of Design Report indicated that the three Explosive Detection System (EDS) units shown on the DCP drawings needed to be increased to four units at the least and potentially six total EDS units in the long run. Step Two of the procurement process included the updated Basis of Design Report; however, the initial estimate dated March 2014 was never updated as competitive pricing for the Airport’s needs would be obtained from vendors shortlisted for the project. 

On January 25, 2017, the Selection Committee meeting was held and after review of the submittals, five firms were determined to be both responsive and responsible to the requirements for the Step One solicitation. The Selection Committee also determined that all five firms would participate in the Step Two solicitation.

On March 3, 2017, the Step Two solicitation, Request for Proposals (RFP) No. Z1434304P1, was advertised and closed on April 10, 2017. There were three responses to the Step Two solicitation. Two of the previously qualified firms, Burns & McDonnell Engineering Company, Inc. and Vanderlande Industries Inc., did not respond to the Step Two solicitation.

On May 11, 2017, an Initial Evaluation meeting was held. The Evaluation Committee determined that two of the three proposers, The Whiting-Turner Contracting Company and The Weitz Company, LLC, were both responsive and responsible to the requirements of the RFP and would proceed to final evaluation. The Evaluation Committee determined Munilla Construction Management, LLC to be non-responsible due to the non-compliance with the CBE participation goal.

On May 16, 2017, a Final Evaluation meeting was held. After presentations, evaluation and scoring, the Evaluation Committee named The Whiting-Turner Contracting Company as the first-ranked firm.

The Evaluation Committee’s proposed ranking was posted on the Purchasing Division's website from May 17, 2017 through May 19, 2017, which provided an opportunity for any proposer or interested party to present any new or additional information regarding the responsibility of the proposers. There was no additional information submitted within this time frame.

The Evaluation Committee’s final recommendation of ranking was posted on the Purchasing Division's website from May 22, 2017 through May 26, 2017, which provided an opportunity for any aggrieved proposer to file a formal protest. There was no protest filed within this time frame.

On June 6, 2017 (Item No. 66), the Board approved the Evaluation Committee's final ranking of the qualified firms and authorized staff to proceed with negotiations. 

One Sunshine meeting was held to negotiate this Agreement on June 8, 2017. The meeting was attended by representatives of The Whiting-Turner Contracting Company, the Aviation Department, the County Auditor's Office and the Purchasing Division.

The allowances incorporated in this Agreement, in the not-to-exceed amount of $3,142,875, include: $1,232,500 for Transportation Security Administration (TSA) Change Allowance Account; $493,000 for Broward County Change Allowance Account; $739,500 for Utility Resolution Allowance Account; $123,250 for Other Regulatory Agency Change Allowance Account; $61,625 for Regulatory Agency Permit Fee Allowance Account and $493,000 for Existing Baggage Handling System Modification Allowance Account. Expenditures under these allowance items must be approved by the contract administrator and will be based on actual costs incurred by the contractor.

The Evaluation Committee consisted of:
Carla Byrd, Purchasing Manager, Purchasing Division, Finance and Administrative Services Department (Chair and Non-Voting Member)
Jorge Hernandez, Director of Administration, Business Administration Division, Port Everglades Department
Trevor Fisher, Enterprise Director of Capital Projects, Airport Expansion Program Division, Aviation Department
Marc Gambrill, Enterprise Director of Capital Projects, Capital Improvement Projects Division, Aviation Department
Jack Shim, Construction Project Management Supervisor, Construction Management Division, Public Works Department
Arethia Douglas, Construction Project Manager, Transportation Department
Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
The funding source for this project in the estimated not-to-exceed amount of $35,945,538 is the Aviation Department's Capital Fund 40450.

Requisition No. AVE0000068
Attachments
Exhibit 1 - Budget Resolution
Exhibit 2 - Agreement Summary
Exhibit 3 - Agreement
Exhibit 4 - OESBD Review Memorandum dated April 27, 2017
Exhibit 5 - Cost Estimate


    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.