Broward County Commission Regular Meeting
Director's Name: Stephen Farmer
Department: Finance and Administrative Services Division: Purchasing
Information
Requested Action
title
MOTION TO APPROVE Agreement between Broward County and AllBright Engineering Inc., for Consulting Services for Pine Island Road from Commercial Boulevard to McNab Road, Request for Proposals (RFP) No. TRN2127896P1, for the Highway Construction and Engineering Division, in the total maximum not-to-exceed amount of $1,744,942, which includes a maximum not-to-exceed amount of 1,423,962 for basic services, lump sum in the amount of $60,854 for basic services, $157,500 for optional services, and $102,625 for reimbursable expenses; and authorize the Mayor and Clerk to execute same.
body
Why Action is Necessary
In accordance with Broward County Procurement Code Section 21.47(a), Award and Execution Authority, except as otherwise provided in the Procurement Code, 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
Provides consulting services for the design of the reconstruction of Pine Island Road, expanding it from four to six lanes, with accommodations for bicycles and pedestrians in each direction, from Commercial Boulevard to McNab Road within the City of Tamarac.
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 CONSTRUCTION AND ENGINEERING DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.
This item supports the Board’s Connected Community Goal, “Cooperatively delivering an efficient and accessible regional intermodal transportation network.”
The Office of Economic and Small Business Development (OESBD) established a County Business Enterprises (CBE) goal of 30% for this project. AllBright Engineering Inc. (AllBright) committed to 50% CBE participation, which has been reviewed and approved by OESBD (Exhibit 2). The OESBD determined that this project is not subject to the Workforce Investment Program.
The agreement provides a qualified consulting firm, AllBright, to provide engineering services to reconstruct Pine Island Road, expanding it from four to six lanes and accommodating bicycles and pedestrians in each direction from Commercial Boulevard to McNab Road within the City of Tamarac, in Broward County (Exhibit 1). AllBright is expected to provide the County with a complete set of construction contract documents, including signed and sealed plans, specifications, and other documentation needed for the corridor reconstruction.
The RFP was advertised on February 27, 2024, and, at the time of the submittal deadline on April 23, 2024, ten firms submitted proposals: AllBright; CHA Consulting, Inc.; Chen Moore and Associates, Inc.; CTS Engineering, Inc.; EXP U.S. Services, Inc.; HBC Engineering Company; HSQ Group, Inc.; KCI Technologies, Inc.; Kimley-Horn and Associates, Inc.; and R.J. Behar & Company, Inc.
On July 9, 2024, an Initial Evaluation Committee (EC) meeting was held. During the EC meeting, the EC passed a motion that determined that all ten firms were responsive and responsible to the RFP requirements. In accordance with Broward County Procurement Code Section 21.44, Procedures for CCNA Services, whenever a CCNA procurement is conducted through a RFP, RLI, or RFQ, the EC shall establish a “shortlist” of vendors for further consideration of award of the solicitation, unless the Director of Purchasing determines that shortlisting would not be in the best interest of the County. The EC passed a motion to shortlist four firms to advance to the Final EC meeting for presentations, and to be numerically scored and ranked by the EC.
On July 22, 2024, a Final EC meeting was held. After presentations, evaluation, scoring, and ranking, the EC recommended AllBright as the first-ranked firm.
The EC’s proposed recommendation of ranking was posted on the Purchasing Division website from July 31 - August 5, 2024, which provided an opportunity for any proposer or interested party to present any new or additional information regarding the responsibility of the proposers. There was no additional information submitted within this timeframe.
The EC’s final recommendation of ranking was posted on the Purchasing Division website from August 6 - 13, 2024, 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 August 14, 2024, in accordance with Procurement Code Section 21.42(k), Procedures for RFPs, RLIs, and RFQs, the ranking of the qualified firms became final, and staff proceeded with negotiations.
Four negotiation meetings were held to negotiate the Agreement with AllBright: September 24; October 14; October 18; and October 21, 2024. The negotiation meetings were attended by representatives from AllBright, the Highway Construction and Engineering Division, the County Attorney’s Office, and the Purchasing Division.
Additional supporting documentation provided to the EC regarding this procurement can be found on the Purchasing Division website at <https://www.broward.org/Purchasing/Pages/Repository.aspx>.
All dollar amounts referenced in this agenda item have been rounded to the nearest whole dollar.
The term of this agreement is 18 months, effective upon issuance of Notice to Proceed.
Source of Additional Information
Robert E. Gleason, Director, Purchasing Division, 954-357-6070
Fiscal Impact
Fiscal Impact/Cost Summary
The source of funding for this fixed contract, in the amount of $1,744,942, is in the Transportation Surtax Fund. 50% of eligible costs will be reimbursed by the Florida Department of Transportation (FDOT) through a County Incentive Grant. The funds for this fixed contract are included in the current modified Fiscal Year budget.
Requisition No. HCN0000909