File #: 22-1573   
Status: Agenda Ready
In control: AVIATION DEPARTMENT
Agenda Date: 11/15/2022 Final action: 11/15/2022
Title: A. MOTION TO APPROVE Agreement between Broward County and Universal Protection Service, LLC d/b/a Allied Universal Security Services, LLC, for Security Guard Services for Fort Lauderdale-Hollywood International Airport ("FLL") (RFP No. GEN2120413P1) Group 1 - Terminal Inspections at FLL, in the maximum not-to-exceed amount of $18,578,519 for the initial three-year term, which includes optional Services in the maximum not-to-exceed amount of $52,200 and authorize the Director of Purchasing to renew the Agreement for up to two one-year periods for a total five years maximum not-to-exceed amount of $31,906,907, inclusive of Optional Services in the maximum not-to-exceed amount of $87,000 and authorize the Mayor and Clerk to execute the same. (Per the Tuesday Agenda Memorandum, the Board's consideration of this item is based on the modified Motion(s) and Summary Explanation/Background distributed as Additional Material. Signature pages have been received.) ACTION: (T-12:13 PM) Approved a...
Attachments: 1. Exhibit 1 - Agreement, 2. Exhibit 2 - Agreement, 3. Exhibit 3 - Agreement, 4. Exhibit 4 - OESBD Goals Review Memorandum dated April 26, 2022, 5. Exhibit 5 - Amendment, 6. Additional Material - Information
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

A. MOTION TO APPROVE Agreement between Broward County and Universal Protection Service, LLC d/b/a Allied Universal Security Services, LLC, for Security Guard Services for Fort Lauderdale-Hollywood International Airport (“FLL”) (RFP No. GEN2120413P1) Group 1 - Terminal Inspections at FLL, in the maximum not-to-exceed amount of $18,578,519 for the initial three-year term, which includes optional Services in the maximum not-to-exceed amount of $52,200 and authorize the Director of Purchasing to renew the Agreement for up to two one-year periods for a total five years maximum not-to-exceed amount of $31,906,907, inclusive of Optional Services in the maximum not-to-exceed amount of $87,000 and authorize the Mayor and Clerk to execute the same.

 

(Per the Tuesday Agenda Memorandum, the Board’s consideration of this item is based on the modified Motion(s) and Summary Explanation/Background distributed as Additional Material. Signature pages have been received.)

 

ACTION: (T-12:13 PM) Approved as amended with Regular Meeting Additional Material, dated November 15, 2022, submitted at the request of Finance and Administrative Services Department, and with direction to County Administration as reflected in discussion by the Board. (Refer to minutes for full discussion.)

 

VOTE: 7-0. Commissioner Moskowitz was not present.

 

B. MOTION TO APPROVE Agreement between Broward County and Global Security Consulting Group, Inc., for Security Guard Services for Fort Lauderdale-Hollywood International Airport (“FLL”)(RFP No. GEN2120413P1) Group 2 - Airside and Landside Operations at FLL, in the maximum not-to-exceed amount of $18,769,299 for the initial three-year term, which includes optional Services in the maximum not-to-exceed amount of $63,000 and authorize the Director of Purchasing to renew the Agreement for up to two one-year periods for a total five years maximum not-to-exceed amount of $32,192,319, inclusive of Optional Services in the maximum not-to-exceed amount of $105,000 and authorize the Mayor and Clerk to execute the same.

 

(Per the Tuesday Agenda Memorandum, the Board’s consideration of this item is based on the modified Motion(s) and Summary Explanation/Background distributed as Additional Material. Signature pages have been received.)

 

ACTION: (T-12:13 PM) Approved as amended with Regular Meeting Additional Material, dated November 15, 2022, submitted at the request of Finance and Administrative Services Department and with direction to County Administration as reflected in discussion by the Board. (Refer to minutes for full discussion.)

 

VOTE: 7-0. Commissioner Moskowitz was not present.

 

C. MOTION TO APPROVE Agreement between Broward County and Universal Protection Service, LLC d/b/a Allied Universal Security Services, LLC, for Security Guard Services for North Perry Airport (“HWO”) (RFP No. GEN2120413P1) Group 3 - Security Guard Services at HWO, in the maximum not-to-exceed amount of $683,091 for the initial three-year term, which includes optional Services in the maximum not-to-exceed amount of $52,200 and authorize the Director of Purchasing to renew the Agreement for up to two one-year periods for a total five years maximum not-to-exceed amount of $1,167,992, inclusive of Optional Services in the maximum not-to-exceed amount of $87,000 and authorize the Mayor and Clerk to execute the same.

 

(Per the Tuesday Agenda Memorandum, the Board’s consideration of this item is based on the modified Motion(s) and Summary Explanation/Background distributed as Additional Material. Signature pages have been received.)

 

ACTION: (T-12:13 PM) Approved as amended with Regular Meeting Additional Material, dated November 15, 2022, submitted at the request of Finance and Administrative Services Department and with direction to County Administration as reflected in discussion by the Board. (Refer to minutes for full discussion.)

 

VOTE: 7-0. Commissioner Moskowitz was not present.

 

D. MOTION TO APPROVE Amendment No. 6 to Agreement between Broward County and Universal Protection Services, LLC d/b/a Allied Universal Security Services,  Security Officer Services for Port Everglades, Fort Lauderdale-Hollywood International Airport, and North Perry Airport (Contract No. R1311116P1) to extend the term of the Agreement for one month for the security officer services required at Fort Lauderdale-Hollywood International Airport that are related to the landside and airside operations in the maximum not-to-exceed amount of $480,000, increasing the cost to the County from the maximum not-to-exceed amount of $23,376,020 to $47,813,000; and authorize the Mayor and Clerk to execute the same.

 

(Per the Tuesday Agenda Memorandum, the Board’s consideration of this item is based on the modified Motion(s) and Summary Explanation/Background distributed as Additional Material. Signature pages have been received.)

 

ACTION: (T-12:13 PM) Approved as amended with Regular Meeting Additional Material, dated November 15, 2022, submitted at the request of Finance and Administrative Services Department and with direction to County Administration as reflected in discussion by the Board. (Refer to minutes for full discussion.)

 

VOTE: 7-0. Commissioner Moskowitz was not present.

 

 

body

Why Action is Necessary

Motions A-C, 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.

 

Motions A-D, 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 airport in excess of 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

Motions A-C approves the agreements with two qualified Contractors to provide professional security guard services at the Fort Lauderdale-Hollywood International Airport and the North Perry Airport.

 

Motion D approves the Sixth Amendment to allow for continuity of operations at the Fort Lauderdale-Hollywood International Airport during transition period.

 

Is this Action Goal Related

No

 

Previous Action Taken

None.

 

Summary Explanation/Background

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) participation goal of 25%. Universal Protection Service, LLC d/b/a Allied Universal Security Services, LLC committed to 25% CBE participation and Global Security Consulting Group, Inc., committed to 25% CBE participation. The respective participation plans were reviewed and approved by OESBD (Exhibit 4).

 

The purpose of these agreements is to engage the contractor(s) to provide security guard services at the Fort Lauderdale-Hollywood International Airport and North Perry Airport; Group 1 - Terminal Inspections at FLL, Group 2 - Airside and Landside Operations at FLL, and Group 3 - Security Guard Services at HWO (Exhibits 1-3).

 

On June 15, 2021 (Item No. 102), the Board approved Request for Proposals (RFP) No. GEN2120413P1, Security Guard Svcs for Fort Lauderdale-Hollywood Int'l & North Perry Airports. The RFP was advertised and, at the time of the submittal deadline on March 2, 2022, eight firms submitted proposals in response to the RFP.

 

On June 10, 2022, a Combination Initial and Final Evaluation Committee meeting was held. The Evaluation Committee evaluated, scored, and ranked the firms: (Group 1) 1 - Universal Protection Service, LLC d/b/a Allied Universal Security Services, LLC, 2 - Global Security Consulting Group, Inc., 3 - Security Alliance, LLC, and 4 - American Guard Services, Inc.; (Group 2) 1 - Universal Protection Service, LLC d/b/a Allied Universal Security Services, LLC, 2 - Global Security Consulting Group, Inc., 3 -Security Alliance, LLC, and 4 - American Guard Services, Inc.; and (Group 3) 1 - Universal Protection Service, LLC d/b/a Allied Universal Security Services, LLC, and 2 - American Guard Services, Inc.

 

The Evaluation Committee’s proposed recommendation of ranking was posted on the Purchasing Division website from July 13 - 15, 2022, which provided an opportunity for any proposer or interested party to present any new or additional information regarding the responsibility of the proposers. The Evaluation Committee’s final recommendation of ranking was posted on the Purchasing Division website from July 18 - 22, 2022, which provided an opportunity for any aggrieved proposer to file a formal protest. No objection or protest was received.

 

The County held five negotiation meetings with Universal Protection Service, LLC d/b/a Allied Universal Security Services, LLC: August 30, September 9, September 15, October 26, and November 1, 2022. The County held six negotiation meetings with Global Security Consulting Group, Inc.: August 30, September 9, September 16, October 27, October 28, and November 2, 2022. These meetings were attended by representatives of Universal Protection Service, LLC d/b/a Allied Universal Security Services, LLC; Global Security Consulting Group, Inc.; and staff from the Broward County Aviation Department, County Attorney’s Office, Finance and Administrative Services Department, Risk Management Division, and the Purchasing Division.

 

Global Security Consulting Group, Inc., the first ranked firm for Group 2 - Airside and Landside Operations at FLL, is not the incumbent and requires a period of transition to provide the essential services. To accommodate this transition period, the existing Agreement with the incumbent, Universal Protection Services, LLC d/b/a Allied Universal Security Services, will need to be extended for a one-month period to provide continuity in service.  Motion D seeks a one-month extension for airside and landside security personnel at FLL with the incumbent and will provide minimum hourly rates and benefits consistent with the recently amended Living Wage Ordinance.

 

The Agreement between Broward County and Global Security Consulting Group, Inc., for Security Guard Services for FLL (RFP No. GEN2120413P1) Group 2 - Airside and Landside Operations at FLL does not contain the standard insurance language requiring “If Contractor maintains broader coverage or higher limits than the insurance requirements stated in Exhibit C [of the Agreement], County shall be entitled to all such broader coverages and higher limits.” This was negotiated and approved by Broward County’s Risk Management Division.

 

Additional supporting documentation provided to the Evaluation Committee regarding this procurement can be found on Broward County’s Purchasing Division website at <http://www.broward.org/Purchasing/Pages/Repository.aspx>.

 

Source of Additional Information

Robert E. Gleason, Director, Purchasing Division, (954) 357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

Each requirement processed against this open-end contract will be funded by the appropriate source at the time of release.

 

Requisition No. AVA0001473