Broward County Commission Regular Meeting
Director's Name: Stephen Farmer (Acting Director)
Department: Finance and Administrative Services Division: Purchasing
Information
Requested Action
title
A. MOTION TO APRROVE single source designation of Boland’s LLC, for inspections, repairs and replacement of the engineered materials arresting system at Broward County’s Fort Lauderdale-Hollywood International Airport, for the Aviation Department.
B. MOTION TO APPROVE Agreement between Broward County and Boland’s LLC, for Engineered Material Arresting System (EMAS) Repairs and Replacement at Broward County’s Fort Lauderdale-Hollywood International Airport, No. PNC2130407Q1, for the Aviation Department, in a maximum not-to-exceed amount of $2,991,124 for a three-year term; and authorize the Mayor and Clerk to execute same.
body
Why Action is Necessary
MOTION A: In accordance with Broward County Procurement Code Section 21.25(a), Sole Source Procurement, nonstandardized sole source procurements above the award authority of the Director of Purchasing must be approved by the Board.
MOTION B: In accordance with Broward County Procurement Code Section 21.47(a), Award and Execution Authority, the Board shall make all awards, and authorize the execution of the associated contracts, with a value of more than $500,000, inclusive of the value of any renewals or extensions provided for in the contract.
Additionally, in accordance with Section 332.0075(3)(b), Florida Statutes, a governing body must approve, award, or ratify all contracts executed by or on behalf of a commercial service large hub airport in excess of $1,500,000 as a separate line item on the agenda and must provide a reasonable opportunity for public comment. Such contracts may not be approved, awarded, or ratified as part of a consent agenda.
In accordance with Section 332.0075(3)(a), Florida Statutes, the purchase of commodities or contractual services by the airport is required to be made by competitive sealed bids, competitive sealed proposals, or competitive sealed replies unless an exception consistent with an exception provided in Section 287.057(3) applies. The single source exception in Section 287.057(3)(c), Florida Statutes, is applicable to this procurement.
What Action Accomplishes
Motion A: Designates Boland’s LLC as the single source to provide inspections, testing, repairs and maintenance, and replacement of the Engineered Material Arresting System at Broward County’s Fort Lauderdale-Hollywood International Airport.
Motion B: Approves an open-end contract for inspections, testing, repairs and maintenance, and replacement of the engineered material arresting system at Broward County’s Fort Lauderdale-Hollywood International Airport.
Goal Related Icon(s)
☐County Commission
☐Go Green
☐MAP Broward
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE AVIATION DEPARTMENT RECOMMEND APPROVAL OF THE ABOVE MOTIONS.
This designates the single source, Boland’s LLC (Boland’s), as the manufacturer’s representative for the maintenance of the engineered material arresting system (EMAS), including inspections, testing, repairs, and replacement services for the Broward County Aviation Department (BCAD).
The EMAS is designed to safely slow and stop an aircraft that has overrun a runway by utilizing beds of crushable concrete blocks placed at the end of the runway. The EMAS beds are required by the Federal Aviation Administration (FAA) as part of Regulatory Standards for the Broward County Fort Lauderdale-Hollywood International Airport (FLL) Airport Operating Certificate. Boland’s is an approved installer of the manufacturer, Runway Safe Inc., to perform the necessary maintenance services of the EMAS beds. Runway Safe Inc. is the only FAA approved United States manufacturer for the EMAS products.
This procurement carries a performance and payment guaranty of 50% of the one-year value of the total contract. The Purchasing Division (Purchasing) has confirmed with the surety company that Boland’s has the capacity to obtain the required guaranty.
On February 20, 2025, Purchasing issued Request for Information (RFI) Notice of Intent to designate single source to ascertain whether there were any other entities able to provide the inspection, testing, repairs and maintenance, and replacement to the EMAS beds at FLL and in compliance with the FAA approved manufacturer and FAA standards. The RFI yielded no responses. On October 15, 2025, Purchasing issued a Notice of Intended Decision to enter into a single-source purchase contract in a manner consistent with state law. There was no protest to the Notice of Intended Decision. Based on this information, the Director of Purchasing recommends approval of this single source designation (Exhibit 1).
Purchasing and BCAD have reviewed the prices submitted by Boland’s. On August 19, 2025, Purchasing and BCAD met with Boland’s to review the scope and prices submitted. The vendor offered a voluntary price reduction of $83,080 from the original bid amount of $3,074,204 to a reduced bid amount $2,991,124. BCAD concurs with the recommendation for award (Exhibit 2). One vendor performance evaluation was completed for Boland’s; the firm has an overall performance rating of 4.3 out of possible rating of 5.0. Copies of the vendor performance evaluation are available upon request.
The amounts referenced in this agenda item were rounded to the nearest whole dollar. Vendor payments will be based on the actual total bid amount.
The contract period begins on the date of award and terminates three years from that date with no renewal options.
This Agreement has been reviewed and approved by the Office of the County Attorney.
Source of Additional Information
Robert E. Gleason, Director, Purchasing Division, (954) 357-6070
Fiscal Impact
Fiscal Impact/Cost Summary
The open-end contract has a not-to-exceed amount of $2,991,124 over a potential three-year period. The funds estimated for the current Fiscal Year are included in the current Fiscal Year budget.
Requisition No. AVC0001335