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.
© Copyright 2025 Paperzz