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 Chen Moore and Associates, Inc., for Professional Consultant Services for Airport Studies, Evaluations and Assessments, Request for Proposal (RFP) No. PNC2129225P1, for the Broward County Aviation Department, in a maximum not-to-exceed amount of $2,500,000 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 potential five-year total not-to-exceed amount of $2,500,000; and authorize the Mayor and Clerk to execute same.
B. MOTION TO APPROVE Agreement between Broward County and Mclnerney, Inc., for Professional Consultant Services for Airport Studies, Evaluations and Assessments, Request for Proposal (RFP) No. PNC2129225P1, for the Broward County Aviation Department, in a maximum not-to-exceed amount of $2,500,000, 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 maximum not-to-exceed amount of $2,500,000; and authorize the Mayor and Clerk to execute same.
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.
In accordance with Section 332.0075(3)(b), Florida Statutes, a governing body must approve, award, or ratify all contracts executed by or on behalf of a commercial service large hub airport in excess of $1,500,000 as a separate line item on the agenda and must provide a reasonable opportunity for public comment. Such contracts may not be approved, awarded, or ratified as part of a consent agenda.
What Action Accomplishes
Provides comprehensive professional consulting 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 AVIATION DEPARTMENT RECOMMEND APPROVAL OF THE ABOVE MOTIONS.
The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) goal of 23% for this contract. Chen Moore and Associates, Inc. (CMA) and McInerney, Inc. each committed to 23% CBE participation, which have been reviewed and approved by OESBD (Exhibit 3).
The purpose of this solicitation is to seek up to two qualified firms to provide professional consulting services for airport studies, evaluations and assessments of projects for the Fort Lauderdale-Hollywood International Airport (FLL) and the North Perry Airport (HWO). Services include engineering and architectural services, surveying, electrical, mechanical, plumbing, environmental, and geotechnical services for Broward County Aviation Department (BCAD).
The RFP was advertised on March 28, 2025 and, at the time of the submittal deadline on April 25, 2025, three firms submitted proposals: CMA; Izy Global Services LLC; and McInerney, Inc.
On July 22, 2025, an Initial Evaluation Committee meeting was held. The Evaluation Committee (EC) determined two firms were both responsive and responsible to the RFP requirements and would move forward to the Final Evaluation, which includes vendor presentations, question-and-answer period, numerical scoring by the EC, and ranking.
On August 8, 2025, a Final EC meeting was held. After presentations, evaluation, scoring and ranking, the EC named CMA as the first-ranked firm; and McInerney, Inc. as the second-ranked firm.
The EC’s proposed recommendation of ranking was posted on the Purchasing Division website from August 13 - 15, 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 final recommendation of ranking was posted on the Purchasing Division website from August 18 - 22, 2025, which provided an opportunity for any aggrieved proposer to file a formal protest. No formal protest was received.
On August 22, 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.
Three negotiation meetings were held - October 8, 2025; October 17, 2025; and November 5, 2025 - to negotiate the Agreement with CMA. These meetings were attended by representatives of CMA and staff from BCAD, the County Attorney’s Office, and the Purchasing Division.
Three negotiation meetings were held - October 15, 2025; October 30, 2025; and November 17, 2025 - to negotiate the Agreement with McInerney, Inc. These meetings were attended by representatives of McInerney, Inc. and staff from BCAD, 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 initial agreement period for respective firms begins on the date of award 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
Each agreement is for a total not-to-exceed amount of $2,500,000, over a potential five- year period. Subject to the per study limitations, each Agreement allows the Contract Administrator to execute all work authorizations up to the $2,500,000 maximum not-to-exceed amount of the agreement. The funds estimated for the current Fiscal Year are included in the current Fiscal Year budget.
Requisition No. AVC0001190