CPM FLL Terminal Modernization

CPM FLL Terminal Modernization
RLI Number: R1039104R1
Project-Specific Criteria
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
Responses sent from above address
Response sent from above address
Response sent from above address
Response sent from above address
Team Breakdown
AMEC. - Prime
BNP - Baggage Handling Services
CSC - IT/Airport Systems / Security
Dickey
Consulting - Document Control
HDR/CRJ/RJ BEHAR - Civil
Maverick - Estimating
Zyscovich - Architectural / Interiors
Burns & McDonnell Engineering Company, Inc. - Prime
EAC GMPA - Architectural
IMDC - Airport Terminal / Building System Design
JSM & Associates - Baggage Handling Systems
Louis
Aguirre & Associates - Mechanical Electrical
1. Ability of Professional Personnel- Describe the
qualifications and relevant experience of the proposed Project
Manager and all key personnel that are most likely to be
assigned to this proposed project. Include resumes for the
Project Manager and all key personnel described.
Qualifications and resumes provided.
Project Specific Criteria Tab
Qualifications and resumes provided.
Additional Information Resumes Tab
Heery International Inc. - Prime
ACAI Associates - BIM / Design Reviews & PM Support
Parsons Transportation Group - Prime
Dickey Consulting - CBE Monitoring & Compliance Public
Outreach
ACAI Associates - Architectural and Inspection
Glenewinkel Construction - Constructability Review / Value
Services
CES Consultants, Inc. - Construction Management and
Engineering
Inspection Services
Parsons Brinkerhoff - Engineering
Dickey Consulting Services - Administrative Services
- Electrical
PKING Consulting, Inc. - Document Control
Program Consulting Services - Scheduling / Budget Cost
Stoner Construction, Inc. - CBE Compliance,
Control
Permitting Liasion, Security Badging
Radise International - Geotechnical Engineering /
.
Construction Materials Testing
Ross & Baruzzini - Communications / Operations Systems /
FIDS, BIDS, GIDS, Security
Qualifications and resumes provided.
Team Organization & Resumes Tab
Qualifications and resumes provided.
Project Specific Criteria Tab
CPM FLL Terminal Modernization
RLI Number: R1039104R1
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Current projects for AMEC Environment &
Infrastructure, Inc.
Airport Expansion, Construction Engineering
Hartsfield-Jackson Atlanta International Airport 2. Current Performance - Describe firm’s current projects of
1974 - Current / Cost +$1B Terminal 2A
similar nature and scope at large hub airports along with
Construction
Heathrow
estimated date of completion and include contact information
International Airport - 2002 - Current / Cost $4.3
(name, address, telephone number and email address) for
billion pounds
'Ring Terminal'
references for all cited projects.
Building & Airfield Expansion JOMO Kenyata
International Airport - 2010 - Current / Cost $500M
Additional projects provided.
Poject
Specific Criteria Tab
3. Past Performance - Describe firm’s experience on similar
projects and scope along with evidence of satisfactory
completion, both on time and within budget, for the past five
(5) years, and include contact information (name, address,
telephone number and email address) for references for all
cited projects.
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Current projects for Burns & McDonnell Engineering
Company, Inc.
South Terminal Program - Supplemental A/E Services
Miami International Airport - 2011 / Cost 14 million
Kansas City International Airport – 2012
KC, Missouri ($258 million)
Philadelphia International Airport – 2013
Philadelphia, Pennsylvania ($750 million)
Additional projects provided.
Project Specific Criteria Tab
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
Current projects for Parsons Transportation Group,
Inc.
Dulles
Current projects for Heery International Inc.
International Airport / Program Mnagement - Started
Miami International Airport / North Terminal Development
1988 (Completion not provided) / Cost $6.9B (program
Program - Estimated completion 2013 / Cost $3 B
cost includes DCA)
Chicago Airport System / Capital Improvement Program Reagan National Airport / Program Management
Estimated Completion 2015 / Cost $3 B
Started 1988 (Completion not provided) / Cost $6.9B
Louis Armstrong New Orleans International Airport / Capital
(program cost includes IAD)
Improvement Program - Estimated Completion 2013 / Cost
Baltimore/Washington International Airport /
$310 M
Construction Mnagement and Inspection Services Additional projects provided.
Started 1973 (Completion not provided) / Cost $73M
Tab 3
Additional projects provided.
Project Specific Criteria Tab
Experience on similar projects for Parsons
Experience on similar projects for AMEC
Transportation Group, Inc.
Environment & Infrastructure, Inc.
Experience on similar projects for Heery International Inc.
Design, Construction Management and LEED
Experience on similar projects for Burns & McDonnell
Miami Intermodal Center / Rental Car Center / A/E
Seattle-Tacoma International Airport / Program,
Compliance for New Terminal Expansion Portland
Engineering Company, Inc.
Coordinatin, Construction Administration - 2010 / Cost
Design, Construction Management - (Completion year
International Jetport - 2010 - 2011 / Cost $75M
Philadelphia International Airport / Program and Construction
$355M Miami International Airport / North Terminal
not provided) / Cost $4.4B
South Terminal Expansion Program
Management, Design - 2000 / Cost $700M
Concourse D (Britto) / Construction Documents and
San Francisco International Airport / Program
Miami International Airport
Kansas City International Airport / Program and Construction
Administration - 2010 / Cost $350K Miami International
Construction Management - (Completion year not
2003 - 2008 / Construction Cost $800M, Project
Management, Design – 2001 / Cost $258M Washington
Airport / American Airlines Early Baggage Storage Facility /
provided) / Cost $240M
value $11M
Construction
Dulles International Airport / Engineering Services – 2002
A/E Coordination, Construction Administration - 2009 / Cost LAX Tom Bradley International Terminal Renovation
Management and Owner’s Representative Services
Additional projects provided.
$5M
Additional
Project / Construction Management Services United States Southern Command (SOUTHCOM)
Project Specific Criteria Tab
projects provided.
Relevant Project
(Completion year not provided) / Cost $723M
2008 - 2011 / Cost $2.8M
Additional
Experience Tab
Additional projects provided.
projects provided.
Project Specific
Project Specific Criteria Tab
Criteria Tab
CPM FLL Terminal Modernization
RLI Number: R1039104R1
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Respondent states. "The AMEC CPM Team will be a
direct extension of BCAD’s staff and is committed to
Respondent states. "Willingness to meet the project’s
maintaining Broward County’s budget, accurate and
schedule and budget:
transparent tracking of allowances, addressing
4. Willingness to Meet Time and Budget Requirements - State
Burns & McDonnell continues to provide quality of work,
“scope-gaps”, proactively identify potential design
timely performance and attention to detail and because of
your firm’s willingness to meet the project’s Month/Year
delays with regards to the required procurement
these characteristics of our firm; we continue to meet and
schedule, maintaining flexibility within protocol to
completion date requirement and willingness to keep project
affirming that we will meet our projects schedule and
deliver on time and under budget beginning in Phase
total costs below the $100,000.00 project budget ceiling.
1. The very first step will be to collaboratively define budget." That is why we “make our clients successful!”
what the project success should be."
Complete statement.
Poject Specific Criteria Tab
5. Location - Identify the office location responsible for this
project.
6. Recent, Current, and Projected Workloads of the Firms List all projects, including project number, with Broward
County during the past five (5) years – completed and active,
and include contact information (name, address, telephone
number and email address) for references for all cited
projects.
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue
Suite 114
Fort Lauderdale, FL 33301
954-779-2542 Tel
954-760-9910 Fax
Respondent identified fourteen (14) projects: Military
Trail Sue; Broward County Aviation Department SW
Services '08 & '09; Mathieu And Mcintrye Residence;
Additional projects provided.
Poject Specific Criteria Tab
Office location of Project Manager and Key Individuals:
Ronald Colas, PE, SI, your Project Manager primary Office
location is at: 2701 Ponce De Leon Boulevard, Suite 300,
Coral Gables, Florida 33134 in Miami-Dade County.
Other key personnel and members of the Burns & McDonnell
Team have offices within Miami-Dade, Broward and Palm
Beach Counties. If selected, each of the members of the
Burns & McDonnell Team will utilize their respective county
offices.
Broward County:
Sub consultant to EAC Consulting, Inc. for the General
Engineering Consultant Services for Fort Lauderdale
International Airport
RLI#:20071017-0AV-1
WA#: EAC-T9-03, CIP#:3000, WBS#: 405
Purchase Order No. :SC 400 AVC82410*062
File: LET 0068 EAC NTP WA T9-03
Hydrant Fueling Design at Terminal 4– Eastern Expansion
for Fort Lauderdale Expansion Program
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
Respondent states. "Parsons has consistently
completed on-time and on-budget the most
complicated aviation construction projects ever
Respondent states. "Yes, we are willing to meet the project's undertaken. Our record of success, coupled with the
Month/Year completion date requirement and willingness to
strong records of our teammates on the project, will
kep project total cost below the $100M project budget
give Broward County Aviation Department the
ceiling."
confidence necessary to select Parsons to complete
this critically important project. We encourage FLL to
thoroughly investigate this success via the references
included in this letter of interest."
Miami, Florida
811 Ponce de Leon Blvd, Miami, FL 33134
Phone: (305) 441 - 1556
Fax: (305) 445 - 2374
HQ Address:
100 M Street SE, Suite 1200
Washington, District of Columbia 20003-3515
Local Address:
110 E Broward Blvd, Suite 1700
Ft. Lauderdale, FL 33301
Broward County Judicial Complex
Project # SC1246CM
Awarded Dollar Amount: $4,134,072.00
Respondent states. "Parsons has been awarded two
Paid to date thru May 2012:
contracts by Broward County during the past five (5)
$3,550,000.00
years. Construction Management Services for Various
Start Date: 9/6/2009
Airport Projects, RLI# 20071014-0-AV-01A, has had no
Completion Date: 4/4/2010
task orders assigned.
Billing Address: 800 Douglas Entrance
Coral
We are currently delivering Construction Project
Gables, FL 33134, Dade
Management Services for the Expansion of Runway
Billing Contact: Gladstone,
Nina
9R/27L, RLI# R0840410R1."
Billing Contact Title: Project Manager
Email:
[email protected]
Telephone: 305447-3515
CPM FLL Terminal Modernization
RLI Number: R1039104R1
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
7. Volume of Work Previously Awarded to Each Firm by the
County - List all projects, including project number, with
Broward County during the past five (5) years – completed
and active.
Respondent states " $410,530.00."
Additional project information provided.
Poject Specific Tab
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Burns & McDonnell workload with Broward County only
includes task orders awarded as a sub consultant to EAC
Consulting, Inc. for the General Engineering Consultant
Services for Fort Lauderdale International Airport
RLI#:20071017-0AV-1
WA#: EAC-T9-03, CIP#:3000, WBS#: 405
Purchase Order No. :SC 400 AVC82410*062
File: LET 0068 EAC NTP WA T9-03
Hydrant Fueling Design at Terminal 4– Eastern Expansion
for Fort Lauderdale Expansion Program
Ongoing
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
Broward County Judicial Complex
Project # SC1246CM
Awarded Dollar Amount: $4,134,072.00
Paid to date thru May 2012:
$3,550,000.00
Respondent states. "Construction Management
Start Date: 9/6/2009
Services for Various Airport Projects, RLI# 20071014-0Completion Date: 4/4/2010
AV-01A, has had no task orders assigned. Dollar
Billing Address: 800 Douglas Entrance
volume is $0. We are currently delivering Construction
Coral Gables, FL 33134, Dade
Project Management Services for the Expansion of
Billing Contact: Gladstone, Nina Billing Contact Title: Project
Runway 9R/27L, RLI# R0840410R1. Dollar volume is
Manager
$7,687,412."
Email: [email protected]
Telephone: 305-447-3515
Respondent stated Stephanie Graham, LEED ® AP: Ms.
Graham is a leader in sustainable design and green building
Respondent stated Albert Garcia, PhD, PE, LEED
facilitation with a broad knowledge of sustainable
AP BD+C who will be the key point of contact and
development and operational practices across federal,
manager
of
the
CPM
LEED
efforts
for
this
project.
Respondent stated Betty Loynaz, AIA, CGB, LEED AP,
8. This facility will meet the U.S. Green Building Council’s
military, public assembly, civic, sports and corporate
Dr. Garcia has an extensive amount of successful
of ACAI Associates, Inc., will be responsible for LEED
requirements for LEED certification and will require a LEED
projects. Extensive experience in the application of the
experience in delivering LEED certified projects.
compliance and submissions. Betty will leverage the
AP to actively participate on behalf of the selected contractor
LEED Green Building Rating System to complex public and
Provided below is a partial listing of prior completed
extensive LEED experience of the entire ACAI staff.
for compliance and submissions. Provide project and staff
private sector development projects. She facilitates
projects and the Certification Level Achieved:
experience with LEED certification process. Please provide
collaborative project teams that value cross-discipline
Please refer to Tab
• Design and Construction of LEED Gold Strategic
Betty’s resume is included with the other resumes in
name and resume of LEED AP team member providing this
working relationships and leverages resources and
2 (page 51) for Mr. Bellamy’s resume and Tab 3 (pages 27Planning and Development Facility (SPDF); Andrews
this “Project Specific Criteria” section of the letter of
relationships for collaborative problem-solving.
31) for our LEED and commissioning related project
service, include listing of projects, dollar value and
AFB, MD, $29M
interest.
Recent projects include:
experience.
certification level achieved. For project experience, if list is
• Design and Construction of LEED Silver Marine
Residence Halls, Qatar Foundation, Doha, Qatar (Seeking
different from response above, provide dollar value,
Corps Special Operations Command (MARSOC)
Documentation of ACAI’s experience is included after
LEED Platinum)
completion time, awarded contract amount and completed
Complex, Camp Lejeune, NC; NAVFAC, $217M
the project descriptions of past performance later in
Camden AFRC, Arkansas Army National Guard (AR ARNG)
contract amount. Include a brief description of the work and
• Design and Construction of LEED Silver Child
this “Project Specific Criteria” section of the letter of
(Designing for LEED Silver)
include contact information (name, address, telephone
Development Center (CDC), Kaneohe Bay, HI,
interest.
Airfield Runway, Pavements, and Southside Facilities, Fort
number and email address )
NAVFAC Pacific, $12m
Riley, KS (Designed to LEED Silver)
Additional
Additional information provided.
projects provided.
Pages 16
Page 145
- 17
CPM FLL Terminal Modernization
RLI Number: R1039104R1
10. Describe your firm's specific experience in utilization of
Building Information Modeling (BIM) software during all
phases of design and construction including visualization,
clash detection, BIM 4D phasing. Identify your office's
predominating BIM software platform and supporting
software. Provide at least two (2) projects where BIM has been
implemented.
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
Respondent experience provided refer
Pages 168-172
Respondent experience provided
Pages 18 - 20
Respondent experience provided
Pages 85-86
Respondent experience provided
Project Specific Criteria Tab
CPM FLL Terminal Modernization
RLI Number: R1039104R1
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
Company Profile
Legal Firm Name:
AMEC Environment & Infrastructure, Inc.
HQ Address:
AMEC Environment & Infrastructure, Inc.
1105 Lakewood Parkway, Suite 300, Alpharetta,
GA 30009
(770) 360-0600
Local Office Address:
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114,
Fort
Lauderdale, FL 33301
1. Supply legal firm name, headquarters address, local office
(954) 779-2542
State of Incorporation:
addresses, state of incorporation, and key firm contact names
Nevada - 1994
with their phone numbers and e-mail addresses.
Key Firm Contact Name:
Michael Nardone, PG
Senior Vice President
Phone Number: (954) 779-2542
E-mail: [email protected]
Key Firm Contact Name:
Dana L Pollitt
Director of Business Development
Phone Number: (954) 937-9403
E-mail: [email protected]
Legal Name:
Burns & McDonnell Engineering Company, Inc.
Headquarters office: 9400 Ward Parkway
Kansas City, MO 64114
Legal Firm Name:
Parsons Transportation Group, Inc.
Headquarters: Heery International Inc.
Local Offices location:
Incorporated in Atlanta
Miami-Dade County: 2701 Ponce De Leon Boulevard, Suite
999 Peachtree St. NE, Atlanta, GA 30309
300, Coral Gables, Florida 33134
Key Contact: Joe Bellanca
(404)8819880
[email protected]
State of Incorporation: in the State of Missouri
Local Office: Miami, Florida
Key Firm Contact Names:
811 Ponce de Leon Blvd, Miami, FL 33134
Ronald M. Colas, P.E, S.I.
Key Contact: Fernando Gavarrete
Principal
(305) 773-5335
Burns & McDonnell – Coral Gables, FL
[email protected]
(305)-476-5820
In Fort Lauderdale
(954) 581-2499
[email protected]
HQ Address:
100 M Street SE, Suite 1200
Washington, District of Columbia 20003-3515
Local Address:
110 E Broward Blvd, Suite 1700
Ft. Lauderdale, FL 33301
State of Incorporation: Illinois
Key Firm Contact Name: Ginger S. Evans
Phone Number: (202) 775-3352
Email Address: [email protected]
2. Supply the interested firm’s federal ID number and Dun and
Bradstreet number.
91-1641772
D&B 00-964-3354
43-0956142
D&B 173695917
58-0827945
D&B 04-581-1809
36-0982270
D&B 00-797-9396
3. Is the interested firm legally authorized, pursuant to the
requirements of the Florida Statutes, to do business in the
State of Florida?
Respondent states "Yes"
Respondent states "Yes"
Respondent states "Yes"
Respondent states "Yes"
CPM FLL Terminal Modernization
RLI Number: R1039104R1
4. All firms are required to provide Broward County the firm's
financial statements at the time of submittal in order to
demonstrate the firm's financial capabilities. Failure to
provide this information at the time of submittal may result in
a recommendation by the Director of Purchasing that the
response is non-responsive. Each firm shall submit its most
recent two (2) years of financial statements for review. The
financial statements are not required to be audited financial
statements.
With respect to the number of years of financial statements
required by this RLI, the firm must fully disclose the
information for all years available; provided, however, that if
the firm has been in business for less than the required
number of years,
then the firm must disclose for all years of the required period
that the firm has been in business, including any partial yearto-date financial statements. The County may consider the
unavailability of the most recent year’s financial statements
and whether the firm acted in good faith in disclosing the
financial documents in its evaluation.
Any claim of confidentiality on financial statements should be
asserted at the time of submittal. (see below)
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
See Financial Review Memo
See Financial Review Memo
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
See Financial Review Memo
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
See Financial Review Memo
CPM FLL Terminal Modernization
RLI Number: R1039104R1
5. Litigation History Requirement:
The County will consider a vendor's litigation history
information in its review and determination of responsibility.
All vendors are required to disclose to the County all
"material" cases filed, pending, or resolved during the last
three (3) years prior to the solicitation response due date,
whether such cases were brought by or against the vendor,
any parent or subsidiary of the vendor, or any predecessor
organization. If the vendor is a joint venture, the information
provided should encompass the joint venture (if it is not
newly-formed for purposes of responding to the solicitation)
and each of the entities forming the joint venture. For purpose
of this disclosure requirement, a “case” includes lawsuits,
administrative hearings and arbitrations. A case is considered
to be "material" if it relates, in whole or in part, to any of the
following:
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Respondent identified four (4) litigation cases
Pages 234 - 237
Respondent identified litigation cases
Pages 121 - 124
Respondent states "No"
Respondent states "No"
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Respondent identified litigation cases
21-41
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
Pages
Respondent identified six (6) litigation cases
Company Profile Tab
1. A similar type of work that the vendor is seeking to perform
for the County under the current solicitation;
2. An allegation of negligence, error or omissions, or
malpractice against the vendor or any of its principals or
agents who would be performing work under the current
solicitation;
3. A vendor's default, termination, suspension, failure to
perform, or improper performance in connection with any
contract;
4. The financial condition of the vendor, including any
bankruptcy petition (voluntary and involuntary) or
receivership; or
6. Has the interested firm, its principals, officers, or
predecessor organization(s) been debarred or suspended
from bidding by any government during the last three (3)
years? If yes, provide details.
Respondent states "No"
Respondent states "No"
CPM FLL Terminal Modernization
RLI Number: R1039104R1
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
7. Has your company ever failed to complete any work
awarded to you? If so, where and why?
Respondent states "No" with following statement
"Annually, the Company is a party to approximately
9,000 contracts nationwide. Certainly, there have
been occasions where the Company has not
completed work due to de-scoping, termination for
convenience by its client, dispute and/or nonpayment by its client in the ordinary course of
business. However, due to the vast number of
contracts, the Company has no centralized
procedure to collect this information."
Respondent states "No"
Respondent states "No"
Respondent states "No"
8. Has your company ever been terminated from a contract? If
so, where and why?
Respondent states "No" with following statement
Annually, the Company is a party to approximately
9,000 contracts nationwide. Certainly, there have
been occasions where the Company has not
completed work due to de-scoping, termination for
convenience by its client, dispute and/or nonpayment by its client in the ordinary course of
business. However, due to the vast number of
contracts, the Company has no centralized
procedure to collect this information.
Respondent states "No"
Respondent states "No"
Respondent states "No"
See Insurance Review Memo
See Insurance Review Memo
See Insurance Review Memo
See Insurance Review Memo
9. Insurance Requirements: Refer to the sample Certificate of
Insurance
Attachment K. It reflects the insurance requirements deemed
necessary for this project. It is not necessary to have this
level of insurance in effect at the time of submittal but it is
necessary to submit certificates indicating that the firm
currently carries the insurance or to submit a letter from the
carrier indicating upgrade availability.
Legal Requirements
CPM FLL Terminal Modernization
RLI Number: R1039104R1
1. Standard Agreement Language:
Identify any standard terms and conditions with which the
interested firm cannot agree. The standard terms and
conditions for the resulting contract are attached to this
solicitation.
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
Respondent states "Yes." Vendor agrees to the
Contract Standard Terms and Conditions and
General Conditions as listed.
Page 239
Respondent states "Yes." Vendor agrees to the Contract
Standard Terms and Conditions and
General Conditions as listed.
Page 129
Respondent states "Yes." Vendor agrees to the Contract
Standard Terms and Conditions and
General Conditions as listed.
Respondent states "Yes." Vendor agrees to the
Contract Standard Terms and Conditions and
General Conditions as listed.
Respondent provided Attachment L and certifies that it
agrees to comply with the requirements of the ordinance.
Page 43
Respondent provided Attachment L and certifies that it
agrees to comply with the requirements of the
ordinance.
Legal Requirement Tab
2. Cone of Silence: This County’s ordinance prohibits certain
communications among vendors, county staff, and selection
Respondent provided Attachment "L" and certifies
committee members. Identify any violations of this ordinance that it agrees to comply with the requirements of the
ordinance.
by any members of the responding firm or its joint venturers.
Legal Requirement Tab
The firm(s) submitting is expected to sign and notarize the
Cone of Silence Certification (Attachment L).
Respondent provided Attachment L and certifies that it
agrees to comply with the requirements of the ordinance.
Page 147
3. Public Entity Crimes Statement: A person or affiliate who
has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit an offer to
Respondent states " AMEC Environment &
perform work as a consultant or contract with a public entity,
Infrastructure, Inc. abides that no member of the firm
and may not transact business with Broward County for a
has ever been associated with any form of public
period of 36 months from the date of being placed on the
crime."
convicted vendor list. Submit a statement fully describing
any violations of this statute by members of the interested
firm or its joint venturers.
None and NA
Does not Apply
Respondent states "Parsons Transportation Group Inc.
does not have a person or affiliate who has been
placed on the convicted vendor list following a
conviction for a public entity crime."
CPM FLL Terminal Modernization
RLI Number: R1039104R1
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
4. No Contingency Fees: By responding to this solicitation,
each firm warrants that it has not and will not pay a
contingency fee to any company or person, other than a bona
fide employee working solely for the firm, to secure an
Respondent states " AMEC Environment &
agreement pursuant to this solicitation. For Breach or
Infrastrucure, Inc. warrants that it has not and will not
Respondent states "Heery International has not and will not Respondent states "Parsons Transportation Group Inc.
violation of this provision, County shall have the right to
pay a contingency fee to any company or person, Respondent states " Burns & McDonnell has not and will not pay a contingency fee to any company or person, other than warrants that it has not and will not pay a contingency
reject the firm’s response or terminate any agreement
other than a bona fide employee working solely for pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure fee to any company or person, other than a bona fide
awarded without liability at its discretion, or to deduct from
the firm, to secure an agreement pursuant to this
a bona fide employee pursuant to this solicitation.."
an agreement pursuant to this solicitation."
employee working solely for the firm, to secure an
the agreement price or otherwise recover the full amount of
solicitation."
Refer to
agreement pursuant to this solicitation."
such fee, commission, percentage, gift, or consideration.
Tab Legal Requirement page 242
Submit an attesting statement warranting that the Responder
has not and will not pay a contingency fee to any company or
person, other than a bona fide employee working solely for
the firm, to secure an agreement pursuant to this solicitation.
6. DRUG FREE WORKPLACE:
1. Do you have a drug free workplace policy?
2. If so, please provide a copy of your drug free workplace policy
in your proposal.
3. Does your drug free workplace policy comply with Section
287.087 of the Florida Statutes?
4. If your drug free workplace policy complies with Section 287.087
of the Florida Statutes, please complete the Drug Free Workplace
Policy Certification Form. Attachment N
5. If your drug free workplace policy does not comply with Section
287.087of the Florida Statutes, does it comply with the drug free
workplace requirements pursuant to Section 21.31.a.2 of the
Broward County Procurement Code?
6. If so, please complete the attached Drug Free Workplace Policy
Certification Form.
7. If your drug free workplace policy does not comply with Section
21.31.a.2 of the Broward County Procurement Code, are you willing
to comply with the requirements Section 21.31.a.2 of the Broward
County Procurement Code?
8. If so, please complete the attached Drug Free Workplace Policy
Certification Form. (Attachment N)
Respondent states
1. Yes
2. No response provided
3. Yes
4. Yes
5. No response provided
6. No response provided
7. Yes,
Copy of Drug Free Workplace Policy provided
Page 243 - 255
Respondent states
1. Yes, Burns & McDonnell Engineering Company, Inc. has
a drug free workplace policy.
2. See attached under Tab4 “Evaluation Criteria – Legal
Requirements”
3. Yes.
4. Yes, See attached completed Drug Free workplace policy
certification
5. No
6. N/A
7. No
8. N/A
Respondent states
1. Yes
2. No response provided
3. Yes.
4. Yes
5. Yes
6. No response provided
7. Yes
8. No response provided
Pages 37-38 & 44
Respondent states
1. Yes
2. See attachment N under Tab E “Evaluation - Legal
Requirements”
3. Yes.
4. Yes
5. N/A
6. No response provided
7. N/A
8. N/A
CPM FLL Terminal Modernization
RLI Number: R1039104R1
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
See completed form Attachment "O"
Legal Requirement Tab
See completed form Attachment "O"
Page 149
See completed form Attachment "O"
Page 45
See completed form Attachment "O"
Legal Requirement Tab
7. Non-Collusion Statement: By responding to this
solicitation, the vendor certifies that this offer is made
independently and free from collusion. Vendor shall disclose
on the “Non-Collusion Statement Form” (Attachment O) to
their best knowledge, any Broward County officer or
employee,
or any relative of any such officer or employee as defined in
Section 112.3135(1) (c), Florida Statutes (1989), who is an
officer or director of, or had a material interest in, the
vendor’s business, who is in a position to influence this
procurement. Any Broward County officer or employee who
has any input into the writing of specifications or
requirements, solicitation of offers, decision to award,
evaluation of offers, or any other activity pertinent to this
procurement is presumed,
for purposes hereof, a person has a material interest if they
directly or indirectly own more than 5 percent of the total
assets or capital stock of any business entity, or if they
otherwise stand to personally gain if the contract is awarded
to this vendor.
Failure of a vendor to disclose any relationship described
herein shall be reason for debarment in accordance with the
provisions of the Broward County Procurement Code.
CPM FLL Terminal Modernization
RLI Number: R1039104R1
8. Scrutinized Companies List Certification: Any company,
principals, or owners on the Scrutinized Companies with
Activities in Sudan List or on the Scrutinized Companies with
Activities in the Iran Petroleum Energy Sector List is
prohibited from submitting a bid, proposal or response to a
Broward County solicitation for goods or services in an
amount equal to or greater than $1 million. Therefore, if
applicable, each company submitting a bid, proposal or
response to a solicitation must certify to the County that it is
not on either list at the time of submitting a bid, proposal or
response. The certification form is referenced as “Scrutinized
Companies List Certification” (Attachment P) and should be
completed and submitted with your proposal but must be
completed prior to award
Tie Breaker Criteria
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
See completed form Attachment "P"
Legal Requirement Tab
See completed form Attachment "P"
Page 150
See completed form Attachment "P"
Page 46
See completed form Attachment "P"
Legal Requirement Tab
CPM FLL Terminal Modernization
RLI Number: R1039104R1
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
LOCATION in BROWARD COUNTY
1. Is your firm located in Broward County?
Respondent states
2. Does your firm have a valid current Broward County Local
1. No, Burns & McDonnell Engineering Company, Inc.is not
Business Tax Receipt?
located in Broward County
3. Has your firm (a) been in existence for at least six (6)
2. No
months prior to the proposal opening (b) providing services
3. Yes.
on a day to day basis (c) at a business address physically
Respondent states " AMEC Environment &
The place of business address in
located within the limits of Broward County (d) in an area
Infrastructure, Inc. is located in Fort Lauderdale,
Fort Lauderdale within Broward County
zoned for such business and (e) the services provided from
Broward County-Florida."
limits is as follows:
Respondent provided Broward County Business Tax
1501 NW 49th Street, Suite 205
this location are substantial component of the services
Receipt and Attachment "Q".
Tab
Fort Lauderdale, Fl 33309
offered in the firm's proposal?
Tiebreaker Criteria Page 258
Tel: 954-581-2499/ Fax: 954-581-2498
If so, please provide the interested firm's business address in
Email: [email protected]
Broward County, telephone number(s), email address,
evidence of the Broward County Local Business Tax Receipt
Copy of the Broward County Local Business Tax Receipt is
and complete the Local Vendor Certification Form
attached at the end of this section for more information.
(Attachment Q)
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
Respondent states
1. No
2. No
3. No
Please refer to tab 4 Attachment "Q" (pg 47) for our Local
Vendor Certification form.
Respondent states
1. Yes
2. Yes
3. Yes
Copies of our Broward County Local Business Tax
Receipts are included after this “Tiebreaker Criteria”
form.
110 E. Broward Blvd.
Suite 1700
Ft. Lauderdale, FL 33301
CPM FLL Terminal Modernization
RLI Number: R1039104R1
Domestic Partnership Act The requirements of the Broward County Domestic Partnership Act
(Section 16-1/2 – 157 of the Broward County Code of Ordinances,
as amended) do not apply to solicitations resulting in a contract for
goods or services valued at $100,000 or less.
However, firms providing domestic partnership benefits may
receive credit in a tie breaker circumstance pursuant to Section
21.31.d of the Broward County Procurement Code. Therefore,
please note the following:
The attached Domestic Partnership Certification Form (Attachment
G) must be completed and returned with the RLI Submittal
Response at the time of the opening deadline.
1. Do you have a domestic partnership benefit program?
2. If so, please provide a copy of your domestic partnership
benefit program in your proposal and complete Attachment G
“Domestic Partnership Benefit Certification Form.”
3. Does your domestic partnership benefit program provide
benefits which are the same or substantially equivalent to those
benefits offered to other employees in compliance with the Broward
County Domestic Partnership Act of 2011, Broward County
Ordinance # 2011-26, as amended?
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Respondent states Yes and provided Attachment
form "G"
Page 260
Respondent states Yes and provided
Attachment form "G"
Page 156
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Respondent states Yes and provided
Attachment "G"
Pages 17 - 19
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
Respondent states Yes and provided
Attachment form "G"
Tiebreaker Criteria Tab
CPM FLL Terminal Modernization
RLI Number: R1039104R1
AMEC Environment & Infrastructure, Inc.
108 SE 8th Avenue, Suite 114
Fort Lauderdale, FL 33301
Headquarters: Alpharetta, GA
VOLUME OF WORK OVER FIVE YEARS
Vendor that has the lowest dollar volume of work previously
awarded by the County over a five (5) year period from the
date of the submittal will receive the tie break preference. The
work shall include any amount awarded to any parent or
subsidiary of the vendor, any predecessor organization and
any company acquired by the vendor over the past five (5)
years. If the vendor is a joint venture, the information
provided should encompass the joint venture and each of the
entities forming the joint venture.
If applicable complete Attachment R.
(Report only amounts awarded as Prime Vendor)
To be considered for the Tie Break preference, this completed
Attachment R must be included with the RLI Submittal
Response at the time of the opening deadline.
NOTES OR CONFIDENTIALITY ASSERTIONS
Respondent stated " $410,530.00"
N/A
Burns & McDonnell Engineering Company, Inc.
2701 Ponce De Leon Blvd.
Coral Gables, Florida 33134
Headquarters: Kansas City, MO
Heery International, Inc.
811 Ponce de Leon Blvd.
Miami, FL 33134
Headquarters: Atlanta, GA
Respondent states " Fort Lauderdale International Airport
under
RLI#:20071017-0AV-1
WA#: EAC-T9-03, CIP#:3000, WBS#: 405
Purchase Order No. :SC 400 AVC82410*062
File: LET 0068 EAC NTP WA T9-03
Hydrant Fueling Design at Terminal 4– Eastern Expansion
for Fort Lauderdale Expansion Program.
NO WORK HAS BEEN ISSUED AS A PRIME VENDOR.
$0.00."
Respondent stated "$4,810,870.00"
Page 48
Respondent states "Financial statements in separate, sealed
envelope, pursuant to Florida Statutes 119.071 (1) that
authorizes exemption from Public Records Law."
N/A
Parsons Transportation Group, Inc.
110 E Broward Boulevard, #1700
Fort Lauderdale, Florida 33301
Headquarters: Washington, District of Columbia
Respondent stated "$7,687,412"
Parsons asserts that its financial statements are
confidential and are included in this submission in
accordance with these instructions. Please see
statement on Attachment 1 following this “Company
Profile” response form.
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Response sent from above address
Response sent from above address
Response sent from above address
The Weitz Company - Prime
BMC
Asset Builders - Project Estimator
HOK
The Whiting-Turner Company - Prime
Airport & Aviation Professionals, Inc - Consulting
Garek Engineering - Electrical & Mechanical
Engineering (Constructability Reviews)
PB Builders, aka The Marc J Parent Company Inc. General Contractor (Site Inspections / Reporting)
Resources Plus, Inc. / Express Employment
Professionals - Personnel Services (Document
Controls, Staffing)
Turner Construction Company - Prime
Asset Builders - CM Services Facilities
Management Solutions, LLC - BHS
Commissioning / E. Docs / Photo Documentation
Shiff Construction - CM Services
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
Project-Specific Criteria
Team Breakdown
1. Ability of Professional Personnel- Describe the
qualifications and relevant experience of the proposed
Project Manager and all key personnel that are most likely to
be assigned to this proposed project. Include resumes for
the Project Manager and all key personnel described.
Qualifications and resumes provided.
Criteria Tab
Evaluation
Qualifications and resumes provided.
Tab A
Qualifications and resume provided.
Project Specific Criteria Tab
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Current projects for Turner Construction
Company
2. Current Performance - Describe firm’s current projects of
similar nature and scope at large hub airports along with
estimated date of completion and include contact
information (name, address, telephone number and email
address) for references for all cited projects.
Current projects for Whiting-Turner Contarcting
Current projects for The Weitz Company
Company
FLL Terminal 4 Expansion & BHS - Estimated
New Broward County Courthouse - Completion 2014 /
Hartsfield-Jackson Atlanta International Airport /
completion 2016 / (Cost not provided)
Cost $9.3M
Southwest Airlines Cargo Station - Completion 2012 /
Sky Harbour Skytrain Maintenance and Operations
San Diego Int Airport Terminal 2 West Building &
Cost $1M
Buildings and Guideway Systems Infrastructure Airside Expansion & BHS - Estimated Completion
John F. Kennedy International Airport Terminal One
Completion 2012 / Cost $62M
2014 / (Cost not provided)
CBIS/BHS - Completion date 2013 / Cost $41.9M
Sky Harbour Airport Terminal 4 Food and Beverage Oakland Airport Terminal 1 Renovation Dallas Love Field Modernization Program (LFMP) Completion 2012 / Cost $3M
Estimated Completion 2014 / (Cost not provided)
Completion 2014 / Cost $514M (program budget)
Additional projects provided.
Additional projects provided.
Additional projects provided.
Evaluation Criteria Tab
Project Specific Criteria Tab
Tab B
Experience on similar projects for The Weitz
Company
The Scripps Research Institute / Construction
3. Past Performance - Describe firm’s experience on similar
Management - Completion 2008 / Cost $165.5M
projects and scope along with evidence of satisfactory
Tampa International Airport / Lanside Terminal Design
Criteria - Completion 2011 (Cost not provided)
completion, both on time and within budget, for the past five
Kona International Airport at Keahole Terminal
(5) years, and include contact information (name, address,
Renovation and Expansion Design Architect telephone number and email address) for references for all
Completion 2009 Schematic Design (Cost not
cited projects.
provided)
Additional projects provided.
Evaluation Criteria Section Tab
Experience on similar projects for Turner
Experienbce on similar projects for Whiting-Turner
Construction Company
Contracting Company
Fort Lauderdale Hollywood International Airport /
San Francisco Terminal 2/Boarding Area D
Terminal 1 CBIS/BHS - Completion 2011 / Cost $32M Renovations & BHS - Completion 2011 (Cost not
($8M Whiting-Turner contract portion)
Hartsfieldprovided)
Jackson Atlanta International Airport / Southwest
Portland Int Jetport Terminal Expansion & BHS Airlines Cargo Station - Completion 2011 / Cost $2M
Completion 2012 (Cost not provided)
Terminal B Common Area Improvements / Boston MA
Oakland Int Airport Terminal Expansion and
- Completion 2012 / Cost $6.9M
Roadways & BHS - Completion 2007 (Cost not
Additional projects provided
provided)
Tab C
Additional projects provided.
Project Specific Criteria Tab
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
4. Willingness to Meet Time and Budget Requirements - State
your firm’s willingness to meet the project’s Month/Year
completion date requirement and willingness to keep project
total costs below the $100,000.00 project budget ceiling.
Respondent states. "The Weitz Company is willing
and committed to meeting the project’s time and
budget requirements."
Complete statement.
Project Specific Criteria Tab
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Respondent states. "As a current consultant to
the Broward County Aviation Dept, Turner is
Respondent states. "Whiting-Turner is committed to committed to not only coordinating all work with
meeting all time and budget requirements of this
the Terminal 4 Expansion program, but working
with the GSP design team and multiple expected
project. Our history, and the history of our Team
member AvAirPros, of successful projects at large
general contractors and vendors to successfully
hub airports across the US proves our ability to meet
deliver the projects for the Terminal 1, 2 & 3
your project’s demands."
Modifications. Our team's commitment to
schedule, budget and quality control will be at the
forefront of our management approach."
The Weitz Company’s office is located at:
5. Location - Identify the office location responsible for this
project.
4000 Hollywood Blvd., Suite 120N
Hollywood, FL 33021
Evaluation Criteria Section Tab 1.5
Respondent states "This project will be managed from
our local office, located in Broward County at: 1901
West Cypress Creek Road, Suite 101
Fort Lauderdale, FL 33309"
Turner Construction Company
1000 NW 57th Court, Ste 200
Miami, FL 33126
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
6. Recent, Current, and Projected Workloads of the Firms List all projects, including project number, with Broward
County during the past five (5) years – completed and active,
and include contact information (name, address, telephone
number and email address) for references for all cited
projects.
7. Volume of Work Previously Awarded to Each Firm by the
County - List all projects, including project number, with
Broward County during the past five (5) years – completed
and active.
Respondent states. "The New Broward County
Courthouse is the only project awarded to The Weitz
Company by the County in the last five years."
Additional projects provided
Evaluation Criteria Tab
Respondent states." The New Broward County
Courthouse is the only project awarded to The Weitz
Company by the County in the last five years."
Additional project information provided.
Evaluation Criteria Tab
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Respondent states. "To date, W-T has not had the
opportunity to work directly for Broward County.
However, we have recently completed the FLL
Terminal 1 In-Line BHS project with Southwest
Airlines. Refer to Tab 3 for details on this project."
FLL Terminal 4 CPM
RFP#NO923313P1 Broward County
Respondent states." N/A, please see response to Item
No. 6 above."
FLL Terminal 4 CPM
RFP#NO923313P1 Broward County e
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
8. This facility will meet the U.S. Green Building Council’s
requirements for LEED certification and will require a LEED
AP to actively participate on behalf of the selected contractor
for compliance and submissions. Provide project and staff
experience with LEED certification process. Please provide
name and resume of LEED AP team member providing this
service, include listing of projects, dollar value and
certification level achieved. For project experience, if list is
different from response above, provide dollar value,
completion time, awarded contract amount and completed
contract amount. Include a brief description of the work and
include contact information (name, address, telephone
number and email address )
10. Describe your firm's specific experience in utilization of
Building Information Modeling (BIM) software during all
phases of design and construction including visualization,
clash detection, BIM 4D phasing. Identify your office's
predominating BIM software platform and supporting
software. Provide at least two (2) projects where BIM has
been implemented.
Company Profile
Respondent states, "The Weitz Company has
proposed a LEED AP for this project, as well as a
listing of completed LEED projects for your review."
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Please see Tab D, LEED Certification Requirements.
1. Meade Hopkins, LEED AP
Construction Manager
2. Howard Gropper, P.E., LEED AP
Resident Engineer, Field Operations Mananger
3. Wayne Messam, LEED AP
CPM Support, Field Inspection
4. Lynn Brown, LEED AP, QCxP
Past Project Experience Tab 2.8
Tab E, Building Information Modeling.
Refer to Section 2.10 – BIM Experience
Evaluation Criteria Section Tab 1.8
Respondent states. "The Weitz Company has
extensive BIM experience and is committed to working
as part of your team to make the BIM process a
success. We have proposed Kris Lengieza, Senior
Manager of Virtual Design and Construction at Weitz,
as part of our team.
Evaluation Criteria Section Tab 1.10
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Legal Name: The Whiting-Turner Contracting Co.
The Weitz Company
Headquarters: 5901 Thornton Avenue, Des Moines,
IA 50321
Local Office: 4000 Hollywood Blvd., Suite 120N,
Hollywood, FL 33021
1. Supply legal firm name, headquarters address, local office
addresses, state of incorporation, and key firm contact
names with their phone numbers and e-mail addresses.
State of Incorporation: Iowa
Key Firm Contacts: Jim Wells, VP
Office: 954.367-4300
Mobile: 561.719.0317
[email protected]
Evaluation Criteria Section 2.1
Headquarters: 300 East Joppa Road
Baltimore, MD 21286
Local Office: 1901 W. Cypress Creek Rd., Ste. 101
Fort Lauderdale, FL 33309
State of Incorporation: Maryland
Key Firm Contact Names (related to this project):
Craig Heiser, Vice President
954.776.0600
[email protected]
Turner Construction Company
Headquarters:
675 Hudson Street,
New York, NY 10014
Local Office:
1000 NW 57th Court; Suite 200
Miami, FL 33126
State of Incorporation: NY Corporation
Contact: Jay Fraser, Vice President
786-621-9001
[email protected]
Ray MacKeen, LEED AP, Senior Project Manager
954.776.0800
[email protected]
2. Supply the interested firm’s federal ID number and Dun and
Bradstreet number.
42-1512625
D&B 00-694-1454
52-0529450
D&B 00-695-0604
13-1401980
D&B 09-658-1335
3. Is the interested firm legally authorized, pursuant to the
requirements of the Florida Statutes, to do business in the
State of Florida?
Respondent states "Yes"
Respondent states "Yes"
Respondent states "Yes"
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
4. All firms are required to provide Broward County the firm's
financial statements at the time of submittal in order to
demonstrate the firm's financial capabilities. Failure to
provide this information at the time of submittal may result in
a recommendation by the Director of Purchasing that the
response is non-responsive. Each firm shall submit its most
recent two (2) years of financial statements for review. The
financial statements are not required to be audited financial
statements.
With respect to the number of years of financial statements
required by this RLI, the firm must fully disclose the
information for all years available; provided, however, that if
the firm has been in business for less than the required
number of years,
then the firm must disclose for all years of the required
period that the firm has been in business, including any
partial year-to-date financial statements. The County may
consider the unavailability of the most recent year’s financial
statements and whether the firm acted in good faith in
disclosing the financial documents in its evaluation.
Any claim of confidentiality on financial statements should be
asserted at the time of submittal. (see below)
See Financial Review Memo
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
See Financial Review Memo
See Financial Review Memo
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
5. Litigation History Requirement:
The County will consider a vendor's litigation history
information in its review and determination of responsibility.
All vendors are required to disclose to the County all
"material" cases filed, pending, or resolved during the last
three (3) years prior to the solicitation response due date,
whether such cases were brought by or against the vendor,
any parent or subsidiary of the vendor, or any predecessor
organization. If the vendor is a joint venture, the information
provided should encompass the joint venture (if it is not
newly-formed for purposes of responding to the solicitation)
and each of the entities forming the joint venture. For
purpose of this disclosure requirement, a “case” includes
lawsuits, administrative hearings and arbitrations. A case is
considered to be "material" if it relates, in whole or in part, to
any of the following:
1. A similar type of work that the vendor is seeking to perform
for the County under the current solicitation;
2. An allegation of negligence, error or omissions, or
malpractice against the vendor or any of its principals or
agents who would be performing work under the current
solicitation;
3. A vendor's default, termination, suspension, failure to
perform, or improper performance in connection with any
contract;
4. The financial condition of the vendor, including any
bankruptcy petition (voluntary and involuntary) or
receivership; or
Respondent identified litigation cases
Evaluation Criteria Tab 2.5
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Respondent identified thirteen (13) litigation cases.
Attachment J
Litigation History Tab 1
Respondent states "Per our interpretation of the
RFP criteria of “material case” disclosure, the
scope of services in the solicitation are
Construction Project Management(CPM) and not
a Construction Manager at Risk/General
Contractor, therefore, Turner is not involved nor
has it been involved in any litigation, lawsuits
administrative hearings and/or arbitrations within
the past three (3) years as CPM in South
Florida".
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
6. Has the interested firm, its principals, officers, or
predecessor organization(s) been debarred or suspended
from bidding by any government during the last three (3)
years? If yes, provide details.
Respondent states "No"
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Respondent states "No"
Respondent states "No"
Respondent states "Yes".
"Miami Continuum on South Beach, terminated
for convenience. The Owner allowed the Owner
Controlled Insurance Program to expire. In
accordance with state law, Turner stopped work
due to the absence of required insurance and
was subsequently terminated for convenience by
the owner."
7. Has your company ever failed to complete any work
awarded to you? If so, where and why?
Respondent states "No"
Respondent states "No"
"While technically a different entity, The TurnerAustin Airport Team (TAAT) JV was terminated
for convenience on the North Terminal
Development Program at Miami International
Airport. TAAT was under contract to American
Airlines for this work. After American withdrew
from their contract with Miami-Dade County, no
contractual relationship existed between MiamiDade and TAAT. The County elected not to take
assignment of any existing contracts and, as a
result, The TAAT JV was terminated for
convenience."
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Respondent states "No"
Respondent states "No"
Respondent states "Yes".
"Miami Continuum on South Beach, terminated
for convenience. See explanation in #7."
"North Terminal Development Program at Miami
International Airport. See explanation in #7."
See Insurance Review Memo
See Insurance Review Memo
See Insurance Review Memo
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
8. Has your company ever been terminated from a contract?
If so, where and why?
9. Insurance Requirements: Refer to the sample Certificate of
Insurance
Attachment K. It reflects the insurance requirements deemed
necessary for this project. It is not necessary to have this
level of insurance in effect at the time of submittal but it is
necessary to submit certificates indicating that the firm
currently carries the insurance or to submit a letter from the
carrier indicating upgrade availability.
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Legal Requirements
Respondent stated "Yes" (Agree) see comments
below:
1. Standard Agreement Language:
Identify any standard terms and conditions with which the
interested firm cannot agree. The standard terms and
conditions for the resulting contract are attached to this
solicitation.
2. Cone of Silence: This County’s ordinance prohibits certain
communications among vendors, county staff, and selection
committee members. Identify any violations of this ordinance
by any members of the responding firm or its joint venturers.
The firm(s) submitting is expected to sign and notarize the
Cone of Silence Certification (Attachment L).
"Yes. However, we would like the opportunity to
Respondent stated "Yes" (Agree)
discuss some of the terms of the agreement that are
Respondent states "Yes."
perceived to apply more to design consultants and not "Turner assumes similar terms and conditions as
"Vendor agrees to the Contract Standard Terms and
a construction project manager (CPM). Based on
already agreed upon with theT4 CPM
Conditions and General Conditions as listed."
Exhibit “I” – Detailed scope of work, we are not sure
assignment."
that the contract provided is appropriate. We are
assuming that the (CPM) is not responsible for design
which the contract provided implies."
Respondent states, "The Weitz Company recognizes
the County’s ordinance and will adhere to the policy
that prohibits certain communications among vendors,
county staff and selection committee members. We
have no violations of this ordinance to report.
Attachment L has been provided per the RFP
requirements."
Refer to Evaluation Criteria Section 3.2 Cone of
Silence for more detail.
None
None; See Section 4.2
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
3. Public Entity Crimes Statement: A person or affiliate who
has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit an offer to
perform work as a consultant or contract with a public entity,
and may not transact business with Broward County for a
period of 36 months from the date of being placed on the
convicted vendor list. Submit a statement fully describing
any violations of this statute by members of the interested
firm or its joint venturers.
Respondent states "The Weitz Company has no
violations of this statute to report."
4. No Contingency Fees: By responding to this solicitation,
each firm warrants that it has not and will not pay a
contingency fee to any company or person, other than a bona
fide employee working solely for the firm, to secure an
agreement pursuant to this solicitation. For Breach or
violation of this provision, County shall have the right to
reject the firm’s response or terminate any agreement
awarded without liability at its discretion, or to deduct from
the agreement price or otherwise recover the full amount of
such fee, commission, percentage, gift, or consideration.
Submit an attesting statement warranting that the Responder
has not and will not pay a contingency fee to any company or
person, other than a bona fide employee working solely for
the firm, to secure an agreement pursuant to this solicitation.
Respondent states "The Weitz Company provides this
attesting statement warranting that it has not and will
not pay a contingency fee to any company or person,
other than a bona fide employee working solely for the
firm, to secure an agreement pursuant to this
solicitation."
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
None
Respondent states "Turner has no violation
concerning Public Entity Crimes Statute"
Respondent states "Acknowledged."
Respondent states "Turner affirms that it will not
pay a contingency fee to any company or person
other than a bona fide employee working soley
for the firm"
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
6. DRUG FREE WORKPLACE:
1. Do you have a drug free workplace policy?
2. If so, please provide a copy of your drug free workplace policy
in your proposal.
3. Does your drug free workplace policy comply with Section
287.087 of the Florida Statutes?
4. If your drug free workplace policy complies with Section 287.087
of the Florida Statutes, please complete the Drug Free Workplace
Policy Certification Form. Attachment N
5. If your drug free workplace policy does not comply with Section
287.087of the Florida Statutes, does it comply with the drug free
workplace requirements pursuant to Section 21.31.a.2 of the
Broward County Procurement Code?
6. If so, please complete the attached Drug Free Workplace Policy
Certification Form.
7. If your drug free workplace policy does not comply with Section
21.31.a.2 of the Broward County Procurement Code, are you willing
to comply with the requirements Section 21.31.a.2 of the Broward
County Procurement Code?
8. If so, please complete the attached Drug Free Workplace Policy
Certification Form. (Attachment N)
Respondent states
1. No response provided
2. No response provided
3. Yes.
4. Yes
5. No response provided
6. No response provided
7. No response provided
8. No response provided
Attachment N has been provided for your review.
Evaluation Criteria Tab 3.6
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Respondent states
1. Yes
2. No response provided
3. Yes.
4. Yes
5. N/A
6. Please see tab 01, Required Forms
7. N/A
8. Please see tab 01, Required Forms
Respondent states
1. Yes
2. Yes
3. Yes.
4. Yes
5. Yes
6. No response provided
7. Yes
8. Please see section 4.6
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
7. Non-Collusion Statement: By responding to this
solicitation, the vendor certifies that this offer is made
independently and free from collusion. Vendor shall disclose
on the “Non-Collusion Statement Form” (Attachment O) to
their best knowledge, any Broward County officer or
employee,
or any relative of any such officer or employee as defined in
Section 112.3135(1) (c), Florida Statutes (1989), who is an
officer or director of, or had a material interest in, the
vendor’s business, who is in a position to influence this
procurement. Any Broward County officer or employee who
has any input into the writing of specifications or
requirements, solicitation of offers, decision to award,
evaluation of offers, or any other activity pertinent to this
procurement is presumed,
for purposes hereof, a person has a material interest if they
directly or indirectly own more than 5 percent of the total
assets or capital stock of any business entity, or if they
otherwise stand to personally gain if the contract is awarded
to this vendor.
Failure of a vendor to disclose any relationship described
herein shall be reason for debarment in accordance with the
provisions of the Broward County Procurement Code.
Respondent states "The Weitz Company certifies that
this offer is made independently and free from
collusion. Attachment O has been provided for your
review."
Evaluation Criteria Tab 3.7
See completed form Attachment "O"
Required Forms Tab
See completed form Attachment "O"
4.7
Section
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
8. Scrutinized Companies List Certification: Any company,
principals, or owners on the Scrutinized Companies with
Activities in Sudan List or on the Scrutinized Companies with Respondent states "The Weitz Company certifies that
Activities in the Iran Petroleum Energy Sector List is
no principals, or owners are on the Scrutinized
prohibited from submitting a bid, proposal or response to a
Companies with Activities in Sudan List or on the
Broward County solicitation for goods or services in an
Scrutinized Companies with Activities in the Iran
Petroleum Energy Sector List. Attachment "P" has
amount equal to or greater than $1 million. Therefore, if
been provided for your review."
applicable, each company submitting a bid, proposal or
response to a solicitation must certify to the County that it is
Refer to Evaluation Criteria Section 3.8 Scrutinized
not on either list at the time of submitting a bid, proposal or
Companies List Certification for more detail.
response. The certification form is referenced as
“Scrutinized Companies List Certification” (Attachment P)
and should be completed and submitted with your proposal
but must be completed prior to award
Tie Breaker Criteria
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
See completed form Attachment "P"
Tab 01, Required Forms.
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
See completed form Attachment "P"
4.8
section
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
LOCATION in BROWARD COUNTY
1. Is your firm located in Broward County?
2. Does your firm have a valid current Broward County Local
Business Tax Receipt?
Respondent states
3. Has your firm (a) been in existence for at least six (6)
1. Yes
months prior to the proposal opening (b) providing services
2. Yes
on a day to day basis (c) at a business address physically
3. Yes
located within the limits of Broward County (d) in an area
The Weitz Company is located in Broward County and
zoned for such business and (e) the services provided from
has provided the Local Business Tax Receipt and
Local Vendor Certification Form (Attachment "Q") for
this location are substantial component of the services
your review.
offered in the firm's proposal?
If so, please provide the interested firm's business address in
Evaluation Criteria Tab 4.1
Broward County, telephone number(s), email address,
evidence of the Broward County Local Business Tax Receipt
and complete the Local Vendor Certification Form
(Attachment Q)
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Respondent states
1. Yes
2. Yes
3. Yes
1901 West Cypress Street, Suite 101
Fort Lauderdale, FL 33309
T: 954.776.0800
E: [email protected]
Please see Tab A, Broward County Local Business
Tax Receipt. Additionally, please see our executed
Local Vendor Certification Form in Required Forms
Tab
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Respondent states
1. No
2. No
3. No
There is a Turner office in nearly every major
metropolitan area in the United States. Each
office is sustained by and reflects its local
market. And yet, when needed each of these
offices can
draw upon the resources and leverage of the
other 46 offices across the United States.
Understanding regional construction issues,
developing relationships with local clients,
architects and subcontractors, mentoring M/WBE
partners and being active in local events through
Community Affairs are all ways in which we
dedicate ourselves to being a trusted, informed
resource and a concerned, active community
member.
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
Domestic Partnership Act The requirements of the Broward County Domestic Partnership Act
(Section 16-1/2 – 157 of the Broward County Code of Ordinances, as
Respondent states Yes
The
amended) do not apply to solicitations resulting in a contract for
goods or services valued at $100,000 or less.
Weitz Company does provide Domestic Partner
However, firms providing domestic partnership benefits may
Benefits to its employees. Domestic partners are
receive credit in a tie breaker circumstance pursuant to Section
treated as a spouse with regard to our medical, dental
21.31.d of the Broward County Procurement Code. Therefore,
and vision health insurance programs and for our
please note the following:
leave policies and programs.
The attached Domestic Partnership Certification Form (Attachment
G) must be completed and returned with the RLI Submittal
The Weitz Company complies with the Broward
Response at the time of the opening deadline.
County
Domestic Partnership Act and Attachment G
1. Do you have a domestic partnership benefit program?
has
been
provided accordingly for your review. A copy
2. If so, please provide a copy of your domestic partnership benefit
of our complete policy is available at your request.
program in your proposal and complete Attachment G “Domestic
Partnership Benefit Certification Form.”
Refer to Evaluation Criteria Section 4.2 Domestic
3. Does your domestic partnership benefit program provide
Partnership Act for more detail.
benefits which are the same or substantially equivalent to those
benefits offered to other employees in compliance with the Broward
County Domestic Partnership Act of 2011, Broward County
Ordinance # 2011-26, as amended?
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Respondent states
1. No
2. Please see tab 01, Required Forms
3. N/A
Respondent completed form
Attachment "G"
See section 5.2
1. Yes
2. Turner would be happy to provide review of our
Employee Handbook in person if necessary.
3. Yes
CPM FLL Terminal Modernization
RLI Number: R1039104R1
The Weitz Company
4000 Hollywood Boulevard, #120N
Hollywood, Florida 33021
Headquarters: Des Moines, IA
VOLUME OF WORK OVER FIVE YEARS
Vendor that has the lowest dollar volume of work previously
awarded by the County over a five (5) year period from the
date of the submittal will receive the tie break preference. The
work shall include any amount awarded to any parent or
subsidiary of the vendor, any predecessor organization and
any company acquired by the vendor over the past five (5)
years. If the vendor is a joint venture, the information
provided should encompass the joint venture and each of the
entities forming the joint venture.
If applicable complete Attachment R.
(Report only amounts awarded as Prime Vendor)
To be considered for the Tie Break preference, this
completed Attachment R must be included with the RLI
Submittal Response at the time of the opening deadline.
NOTES OR CONFIDENTIALITY ASSERTIONS
Respondent stated "$9.3 million"
Financial Statements have been submitted in
separate evelope, to remain confidential as per
Florida State Statute Section 119.071(1)c.
The Whiting-Turner Contracting Co.
1901 W. Cypress Creek Rd, #101
Fort Lauderdale, Florida 33309
Headquarters: Baltimore, MD
Respondent stated "$0.00"
Turner Construction Company
1000 NW 57th Court, #200
Miami, Florida 33126
Headquarters: New York, NY
Respondent stated "$25,175.000"
Turner Construction Company Financial
Statements are Confidential in accordance with
Please see Tab A, Financial Statements. Respondent
Florida statute 119.071(1) authorizing exempt
states "Financial statements in separate, sealed
from the Public Records Law. Please see
envelope
included financial statements in separate bound
document.