Broward County Commission Regular Meeting
Director's Name: Stephen Farmer (Acting Director)
Department: Finance and Administrative Services Division: Purchasing
Information
Requested Action
title
MOTION TO APPROVE Agreement between Broward County and CSA Central, Inc., for Continuing Consultant Services for Mechanical, Electrical, and Plumbing (MEP) Engineering, Request for Proposals (RFP) No. PNC2130015P1, for Broward County Parks and Recreation Division, in a maximum not-to-exceed amount of $1,500,000 for the initial two-year term, and authorize the Director of Purchasing to renew the Agreement for up to three one-year terms, for a five-year potential total maximum not-to-exceed amount of $3,750,000.
body
Why Action is Necessary
In accordance with the 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
Provides comprehensive professional mechanical, electrical, and plumbing engineering services on a continuing, as-needed basis.
Goal Related Icon(s)
☐County Commission
☐Go Green
☐MAP Broward
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE PARKS AND RECREATION DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.
The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) goal of 25% for this Agreement. CSA Central, Inc. committed to 25% CBE participation, which has been reviewed and approved by OESBD (Exhibit 2).
This Agreement provides comprehensive professional mechanical, electrical, and plumbing (MEP) engineering services on a continuing, as-needed basis.
The RFP was advertised on July 3, 2025, and, at the time of the submittal deadline on July 29, 2025, seven firms submitted proposals: Covenant Engineering, Incorporated; CSA Central, Inc.; Direktion 360 Corp.; Drolim P.A.; Hammond & Associates, Inc.; KPI Engineering, LLC; SGM Engineering, Inc.
On October 8, 2025, an Initial Evaluation Committee meeting was held. The Evaluation Committee (EC) determined that six firms were both responsive and responsible to the RFP requirements. Covenant Engineering, Incorporated was found non-responsible to the CBE Goal requirement.
In accordance with the Broward County Procurement Code, Section 21.44, Procedures for CCNA Services, the Evaluation Committee shall establish a “shortlist” of vendors unless the Director of Purchasing determines that shortlisting would not be in the best interest of the County. During the Initial EC meeting, the EC passed a motion to shortlist three firms of the six vendor responses. The EC evaluated the responses and shortlisted three vendors to advance to final evaluation, which includes vendor presentations, question-and-answer period, numerical scoring, and ranking.
On October 30, 2025, a Final EC meeting was held. After presentations, evaluation, scoring and ranking, the EC named SGM Engineering, Inc. as the first-ranked firm; CSA Central, Inc. as the second-ranked firm; and Hammond & Associates, Inc. as the third-ranked firm.
In accordance with Broward County Code of Ordinances Section 1-75(b), Local preference; procedure, upon the completion of final rankings by the EC, if a non-local vendor is the highest-ranked vendor and one or more local businesses are within 5% of the total points obtained by the nonlocal vendor, the highest-ranked local business shall be deemed the highest-ranked vendor overall.
SGM Engineering, Inc. is a non-local business. CSA Central, Inc. is a Local business. The total score of the local business, CSA Central, Inc., was within 5% of the total score of the non-local vendor, SGM Engineering, Inc. Therefore, in applying the local preference, the EC deemed CSA Central, Inc. as the first-ranked firm; SGM Engineering, Inc. as the second-ranked firm; and Hammond & Associates, Inc. as the third-ranked firm.
The EC’s proposed recommendation of ranking was posted on the Purchasing Division website from November 7 - 13, 2025, which provided an opportunity for any proposer or interested party to present any new or additional information regarding the responsibility of the proposers.
The EC’s final recommendation of ranking was posted on the Purchasing Division website from November 14 - 20, 2025, which provided an opportunity for any aggrieved proposer to file a formal protest. No formal protest was received.
On November 20, 2025, 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.
Two negotiation meetings were held - January 15, 2026 and January 27, 2026 - to negotiate the Agreement with CSA Central, Inc. These meetings were attended by representatives from CSA Central, Inc., and staff from the Parks and Recreation 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.>.
Source of Additional Information
Robert E. Gleason, Director, Purchasing Division, (954) 357-6070
Fiscal Impact
Fiscal Impact/Cost Summary
The Agreement is for a not-to-exceed amount of $3,750,000 over a potential five-year period. The funds estimated for the current Fiscal Year are included in the current Fiscal Year budget.
Requisition No. PRA0008710