Broward County Commission Regular Meeting
Director's Name: George Tablack
Department: Finance and Administrative Services Division: Purchasing
Information
Requested Action
title
A. MOTION TO APPROVE sole source sole brand designation to provide Teledyne FLIR ITS thermal vehicle, pedestrian and bicycle presence sensor detection equipment, trade-ins, and repairs, from Control Technologies, Inc., for the Traffic Engineering Division and various other Broward County agencies that may have a need for these products.
ACTION: (T-10:23 AM) Approved.
VOTE: 8-0. Commissioner Davis was inaudible during the vote.
B. MOTION TO AWARD open-end contract to sole source, Control Technologies, Inc., for FLIR ITS Thermal Vehicle and Bicycle Video Detection Equipment and Repairs, Quotation No. OPN2128472Q1, for the Traffic Engineering Division, in the one-year estimated amount of $1,470,318, including pass-thru allowances of $27,880, and authorize the Director of Purchasing to renew the contract for four one-year periods, for a five-year potential estimated amount of $7,351,590.
ACTION: (T-10:23 AM) Approved.
VOTE: 8-0. Commissioner Davis was inaudible during the vote.
body
Why Action is Necessary
MOTION A: In accordance with Broward County Procurement Code Section 21.25(a), Sole Source Procurement, and Section 21.26(a), Sole Brand Procurement, non-standardized Sole Source Sole Brand procurements above the award authority of the Director of Purchasing must be approved by the Board.
MOTION B: 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 provided for in the contract.
What Action Accomplishes
Motion A. Designates Control Technologies, Inc. as the sole source to provide Teledyne FLIR ITS thermal vehicle, pedestrian and bicycle presence sensor detection equipment for the Traffic Engineering Division.
Motion B. Provides for an open-end contract for video detection equipment and repairs for the Traffic Engineering Division.
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/TRAFFIC ENGINEERING DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTIONS.
The Office of Economic and Small Business Development (OESBD) determined that no County Business Enterprise (CBE) participation goal should apply to this solicitation based on its review of the products and services requested and availability of CBE firms to perform the services (Exhibit 3).
The purpose of this contract is to provide Forward Looking Infrared Intelligent Transportation Solutions (FLIR ITS) thermal video detection equipment and repairs. The Traffic Engineering Division (Traffic Engineering) currently utilizes the Teledyne FLIR brand of equipment for the operation, maintenance, and repair of signalized intersections as part of various roadway construction projects, newly constructed traffic signals, and signal reconstructions.
On June 17, 2024, the Purchasing Division issued a Request for Information (RFI) Notice of Intent to designate sole source to ascertain whether there were any other entities able to provide FLIR ITS thermal vehicle and bicycle video detection equipment for Traffic Engineering. The RFI closed on June 27, 2024, with two responses submitted by Control Technologies, Inc. and Temple, Inc., which were provided to Traffic Engineering for its review. The manufacturer, Teledyne FLIR, LLC, provided a letter indicating that the sole representative for the purchase of FLIR intersection control products and return material authorizations (RMA’s) is Control Technologies, Inc. Although Temple, Inc. offers alternative intersection control products, replacing the manufacturer will necessitate re-cabling entire intersections, which will result in an exorbitant expenditure and incur financial hardship to the County, according to Traffic Engineering. Based on this information, the Director of Purchasing recommends approval of this sole source, sole brand (Exhibit 1).
On August 7, 2024, a quote was issued to the sole source vendor, Control Technologies, Inc. The bid opened August 23, 2024, with Control Technologies, Inc. providing a submission (Exhibit 2). No exceptions were taken to the general conditions. The resultant contract will consist of the private quote solicitation and the vendor’s response.
The allowances incorporated in the contract, in the total amount of $27,880 per year, are for unforeseen new related equipment and repairs. Expenditures under these allowance items must be approved by the Contract Administrator and will be reimbursed at the contractor’s actual cost without mark-up.
Traffic Engineering has reviewed the prices submitted by Control Technologies, Inc. and concurs with the recommendation for award (Exhibit 4). Five vendor performance evaluations were completed for Control Technologies, Inc.; the firm has an overall performance rating of 4.54 out of possible rating of 5.0. Copies of the vendor performance evaluations are available upon request (Exhibit 5).
The Director of Purchasing recommends approval of this sole source, sole brand designation to Control Technologies, Inc. for FLIR ITS thermal vehicle, pedestrian and bicycle presence sensor detection equipment, trade-in, and repairs. This system is a proprietary design in which alternate manufacturer's intersection control products are not compatible with the systems already implemented throughout the County.
Incumbent: Control Technologies, Inc.; Contract Number and Title: OPN2122534Q1 FLIR Video Detection Equipment; Contract Term: September 21, 2021, through December 19, 2024; Expenditures to date: $3,507,914.
The initial contract period begins on the date of award and terminates one-year from that date.
Source of Additional Information
Robert E. Gleason, Director, Purchasing Division, (954) 357-6070
Fiscal Impact
Fiscal Impact/Cost Summary
The open-end contract has a not-to-exceed amount of $7,351,590 over a potential five-year period. The funds estimated for the current fiscal year are included in the current fiscal year budget.
Requisition No. TES0002584