File #: 21-694   
Status: Agenda Ready
In control: AVIATION DEPARTMENT
Agenda Date: 6/1/2021 Final action: 6/1/2021
Title: MOTION TO AWARD fixed contract to low bidder, Broward County Bridge Builders (Joint Venture), for Passenger Boarding Bridges Replacement, Bid No. OPN2121326B1, for the Broward County Aviation Department, in the amount of $28,355,742, which includes allowances in the amount of $1,906,872, contingent upon the receipt and approval of insurance/performance and payment guaranty, and authorize the Mayor and Clerk to execute same.
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - OESBD Compliance Memo dated February 19, 2021, 3. Exhibit 3 - User Concurrence Memorandum signed March 26, 2021, 4. Exhibit 4 - Price Analysis, 5. Exhibit 5 - Agreement
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broward County Commission Regular Meeting                               

Director's Name:  George Tablack

Department:                       Finance and Administrative Services                     Division: Purchasing

 

Information

Requested Action

title

MOTION TO AWARD fixed contract to low bidder, Broward County Bridge Builders (Joint Venture), for Passenger Boarding Bridges Replacement, Bid No. OPN2121326B1, for the Broward County Aviation Department, in the amount of $28,355,742, which includes allowances in the amount of $1,906,872, contingent upon the receipt and approval of insurance/performance and payment guaranty, and authorize the Mayor and Clerk to execute same.

 

body

Why Action is Necessary

In accordance with the Broward County Procurement Code, Section 21.47(a), Award and Execution Authority, Board approval is required for awards exceeding $500,000 inclusive of the value of any renewals or extensions provided for in the contract.

Section 332.0075(3)(b), Florida Statutes, requires that a governing body must approve, award, or ratify all contracts executed by or on behalf of a commercial service airport over the threshold amount provided in § 287.017 for CATEGORY FIVE [i.e., $325,000] 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.

 

What Action Accomplishes

Provides all labor, materials, equipment, services, and incidentals for the removal and disposal of 39 existing passenger boarding bridges; and the supply, construction and commissioning of 39 new passenger boarding bridges at Terminals 1 through 3 at the Broward County Fort Lauderdale-Hollywood International Airport.

 

Is this Action Goal Related

No

 

Previous Action Taken

None.

 

Summary Explanation/Background

THE PURCHASING DIVISION AND THE AVIATION DEPARMTENT RECOMMEND APROVAL OF THE ABOVE MOTION.

 

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) participation goal of 4% for this project. The recommended bidder, Broward County Bridge Builders (Joint Venture), has committed to 4.7% CBE participation, which has been reviewed and approved by OESBD (Exhibit 2).

 

The purpose of this contract is to furnish all labor, materials, equipment, services, and incidentals for the construction of Passenger Boarding Bridges (PBBs) at the Broward County Fort Lauderdale-Hollywood International Airport (Airport). The project, in a phased approach, will involve the removal, salvage, recycling and/or disposal of 39 existing PBBs, which are currently installed and in use. The project will include the supplying, furnishing of all labor, materials, equipment, services and incidentals, and commissioning of 39 PBBs at Terminals 1 through 3 at the Airport. Terminal 4 is not part of this procurement; PBBs for Terminal 4 were procured under the Terminal 4 Expansion program. This project includes the installation of County supplied pre-conditioned air units, 400 Hz (hertz) ground power units, and potable water cabinets at each of the PBBs.

 

The allowances incorporated in this contract, in the total amount of $1,906,872, include coordination with standardized sole sources, based on existing County contracts to remove existing systems from PBBs and connect new PBBs to existing systems at the Airport, are: $173,863 with the standardized sole source, WSA Systems-Boca, LLC, for the fire alarm system; $415,784 with the standardized sole source, SGI Matrix, LLC, for the Matrix system; $741,150 with the standardized sole source, Micro Security Systems Integration, Inc., for the closed circuit television system; and $576,075 with the standardized sole source, Johnson Controls Inc., for the METASYS building automation system. Expenditures under these allowance items must be approved by the Contract Administrator and will be reimbursed at the contractor’s actual incurred cost, without mark-up (Exhibit 1).

 

This procurement carries a 100% performance and payment guaranty. The Purchasing Division has confirmed with the surety company that Broward County Bridge Builders (Joint Venture) has the capacity to obtain the required guaranty.

 

The Aviation Department has reviewed the bid submitted by Broward County Bridge Builders (Joint Venture) and concurs with the recommendation for award (Exhibit 3). There have been no vendor performance evaluations completed for Broward County Bridge Builders (Joint Venture). Of the three entities that form the Joint Venture, only one, Dato Electric, Inc., has a completed vendor performance evaluation; they have an overall rating of 4.35 out of a possible rating of 5.0. Copies of the vendor performance evaluation are available upon request.

 

The prices submitted are considered fair and reasonable based on the other competing bids and the engineer’s cost estimate (Exhibit 4).

 

All dollar amounts referenced in this agenda item have been rounded to the nearest whole number.

 

The bid posted on September 29, 2020 and opened on January 20, 2021; three bids were received with zero declinations.

 

The bid validity for this solicitation expired on May 20, 2021. Broward County Bridge Builders (Joint Venture) agreed to extend its bid validity through August 19, 2021.

 

The Recommendation for Award was posted on the Purchasing Division website from May 5 - 11, 2021, at which time any aggrieved vendor could have protested the results. There was no protest or appeal filed regarding this procurement.

 

Source of Additional Information

Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

The source of funding for this project is from the PFC Capital Fund, 40450.

 

Requisition No. AVE0000329