Skip to main content
File #: 25-557   
Status: Agenda Ready
In control: PUBLIC WORKS DEPARTMENT
Agenda Date: 6/10/2025 Final action:
Title: A. MOTION TO APPROVE Agreement between Broward County and HDR Engineering, Inc., for Continuing Consultant Services for Roadway, Bridge and Engineering Projects (Category 1, Studies, Planning, and Design Services), RFP No. PNC2127975P1, for the Highway and Bridge Maintenance Division, in a maximum not-to-exceed amount of $4,500,000 for the initial three-year term, and authorize the Director of Purchasing to renew the Agreement for up to two one-year terms, for a five-year potential total estimated amount of $7,500,000; and authorize the Mayor and Clerk to execute same. B. MOTION TO APPROVE Agreement between Broward County and RS&H, Inc., for Continuing Consultant Services for Roadway, Bridge and Engineering Projects (Category 1, Studies, Planning, and Design Services), RFP No. PNC2127975P1, for the Highway and Bridge Maintenance Division, in a maximum not-to-exceed amount of $4,500,000 for the initial three-year term, and authorize the Director of Purchasing to renew the Agreement for...
Attachments: 1. Exhibit 1 - Agreement- HDR Engineering, Inc, 2. Exhibit 2 - Agreement - RS&H, Inc., 3. Exhibit 3 - Agreement - F&J Engineering Group, Inc., 4. Exhibit 4 - Agreement - Consor Engineers, LLC, 5. Exhibit 5 - Goal Memorandum dated November 21, 2024
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broward County Commission Regular Meeting                               

Director's Name:  Stephen Farmer (Acting Director)

Department:                       Finance and Administrative Services                     Division: Purchasing

 

Information

Requested Action

title

A. MOTION TO APPROVE Agreement between Broward County and HDR Engineering, Inc., for Continuing Consultant Services for Roadway, Bridge and Engineering Projects (Category 1, Studies, Planning, and Design Services), RFP No. PNC2127975P1, for the Highway and Bridge Maintenance Division, in a maximum not-to-exceed amount of $4,500,000 for the initial three-year term, and authorize the Director of Purchasing to renew the Agreement for up to two one-year terms, for a five-year potential total estimated amount of $7,500,000; and authorize the Mayor and Clerk to execute same.

 

B. MOTION TO APPROVE Agreement between Broward County and RS&H, Inc., for Continuing Consultant Services for Roadway, Bridge and Engineering Projects (Category 1, Studies, Planning, and Design Services), RFP No. PNC2127975P1, for the Highway and Bridge Maintenance Division, in a maximum not-to-exceed amount of $4,500,000 for the initial three-year term, and authorize the Director of Purchasing to renew the Agreement for up to two one-year terms, for a five-year potential total estimated amount of $7,500,000; and authorize the Mayor and Clerk to execute same.

 

C. MOTION TO APPROVE Agreement between Broward County and F&J Engineering Group, Inc., for Continuing Consultant Services for Roadway, Bridge, and Engineering Projects (Category 2, Construction Engineering Inspection (CEI) Services), RFP No. PNC2127975P1, for the Highway and Bridge Maintenance Division, in a maximum not-to-exceed amount of $4,500,000 for the initial three-year term, and authorize the Director of Purchasing to renew the Agreement for up to two one-year terms, for a five-year potential total estimated amount of $7,500,000; and authorize the Mayor and Clerk to execute same.

 

D. MOTION TO APPROVE Agreement between Broward County and Consor Engineers, LLC., for Continuing Consultant Services for Roadway, Bridge, and Engineering Projects (Category 2, Construction Engineering Inspection (CEI) Services), RFP No. PNC2127975P1, for the Highway and Bridge Maintenance Division, in a maximum not-to-exceed amount of $4,500,000 for the initial three-year term, and authorize the Director of Purchasing to renew the Agreement for up to two one-year terms, for a five-year potential total estimated amount of $7,500,000; and authorize the Mayor and Clerk to execute same.

 

body

Why Action is Necessary

Motions A - D: In accordance with Broward County Procurement Code Section 21.47, Award and Execution Authority, the Board shall make all awards, and authorize the execution of the associated contracts, with a value of more than $500,000, inclusive of the value of any renewals or extensions.

 

What Action Accomplishes

Motions A - D: Provides professional services for roadway, bridge and engineering projects for the County.

 

Goal Related Icon(s)

County Commission

Go Green

MAP Broward

 

Previous Action Taken

None.

 

Summary Explanation/Background

THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT/HIGHWAY AND BRIDGE MAINTENANCE DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTIONS.

 

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) participation goal of 35% for these Agreements. HDR Engineering, Inc.; RS&H, Inc.; F&J Engineering Group, Inc.; and Consor Engineers, LLC committed to the 35% CBE participation goal, which has been reviewed and approved by OESBD (Exhibit 5).

 

The purpose of these Agreements is to provide a range of professional engineering services under the following two categories:

 

Category 1: Studies, Planning, and Design for roadway, bridge, civil engineering and transportation projects.

 

Category 2: Construction Engineering and Inspections (CEI) for roadway, bridge, civil engineering and transportation projects.

 

The RFP was advertised on August 27, 2024, and, at the time of the submittal deadline on October 1, 2024, 17 firms submitted proposals: AllBright Engineering Inc. d/b/a Snubbs Consulting Inc.; AtkinsRealis USA Inc.; Calvin, Giordano & Associates, Inc; Consor Engineers, LLC; EAC Consulting, Inc.; EXP U.S. Services Inc.; F&J Engineering Group, Inc.; HBC Engineering Company; HDR Engineering, Inc.; Johnson, Mirmiran & Thompson, Inc.; KCI Technologies, Inc.; Metric Engineering Inc.; R.J. Behar & Company, Inc.; RS&H, Inc.; Scalar Consulting Group Inc.; Solid Consulting Engineers, Inc.; and Volkert, Inc.

 

On December 4, 2024, an Initial Evaluation Committee (EC) meeting was held. The EC determined that all 17 firms were both responsive and responsible to the RFP requirements. During the Initial EC meeting, the EC passed a motion to shortlist five firms per Category, in accordance with Broward County Procurement Code Section 21.44, Procedures for CCNA Services. The firms shortlisted by the EC advanced to Final Evaluation Committee meeting.

 

On December 18, 2024, a Final Evaluation Committee meeting was held. After presentations, evaluation, scoring and ranking, the EC named HDR Engineering, Inc. as the first-ranked firm for Category 1; RS&H, Inc. as the second-ranked firm for Category 1; F&J Engineering Group, Inc. as the first-ranked firm for Category 2; and Consor Engineers, LLC as the second-ranked firm for Category 2.

 

The EC’s proposed recommendation of ranking was posted on the Purchasing Division website from December 24 - 30, 2024, which provided an opportunity for any proposer or interested party to present any new or additional information regarding the responsibility of the proposers. No objection was received.

 

The EC’s final recommendation of ranking was posted on the Purchasing Division website from December 31, 2024 - January 7, 2025, which provided an opportunity for any aggrieved proposer to file a formal protest. No formal protest was received.

 

There were no vendor objections, protests, or pulls from the Board for this RFP ranking. On January 8, 2025, in accordance with Procurement Code Section 21.42(f), Procedures for RFPs, RLIs, and RFQs, the ranking of the qualified firms became final, and staff proceeded with negotiations.

 

Three negotiation meetings were held to negotiate the Agreement with HDR Engineering, Inc.: February 6, February 12, and March 19, 2025. These meetings were attended by representatives of HDR Engineering, Inc., and staff from the Highway and Bridge Maintenance Division, the County Attorney’s Office and the Purchasing Division.

 

Three negotiation meetings were held to negotiate the Agreement with RS&H, Inc.: February 6, February 13, and February 21, 2025 (reconvened on February 28, 2025). These meetings were attended by representatives of RS&H, Inc., and staff from the Highway and Bridge Maintenance Division, the County Attorney’s Office, and the Purchasing Division.

 

Two negotiation meetings were held to negotiate the Agreement with F&J Engineering Group, Inc.: February 19 and February 28, 2025 (reconvened on March 7, 2025). These meetings were attended by representatives of F&J Engineering Group, Inc., and staff from the Highway and Bridge Maintenance Division, the County Attorney’s Office, and the Purchasing Division.

 

Two negotiation meetings were held to negotiate the Agreement with Consor Engineers, LLC: February 20 and March 12, 2025. These meetings were attended by representatives of Consor Engineers, LLC, and staff from the Highway and Bridge Maintenance Division, the County Attorney’s Office and the Purchasing Division.

 

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

 

The annual estimated amount is $1,500,000 per vendor per Category; the Highway and Bridge Maintenance Division anticipates the total cumulative estimated annual amount at $6,000,000 for all agreements.

 

The initial agreement period begins on the date these Agreements are fully executed by the parties and terminates three years from that date.

 

Source of Additional Information

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

 

Fiscal Impact

Fiscal Impact/Cost Summary

These Agreements have a total cumulative estimated amount of $30,000,000 over the potential five-year period. The funds estimated for the current Fiscal Year are included in the current Fiscal Year budget.

 

Requisition No. HWB0003001