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 sole source, standardization designation to Cubic ITS, Inc. to provide Cubic 2070 Advanced Traffic Controllers (ATC), Traffic Signal Cabinets, Vehicle Detectors, Proprietary Replacement Components, and Repairs, for the Traffic Engineering Division.
B. MOTION TO AWARD open-end contract to sole source vendor, Cubic ITS, Inc., for Cubic Traffic Signal Controller, Signal Cabinet, Vehicle Detector & Replacement Parts, Solicitation No. OPN2129793Q1, for the Traffic Engineering Division, in the initial two-year estimated amount of $3,285,550, including $50,000 in allowances, and authorize the Director of Purchasing to renew the contract for up to three additional one-year periods, for a five-year potential estimated amount of $8,213,875.
body
Why Action is Necessary
MOTION A: In accordance with Broward County Procurement Code Section 21.25(a), Sole Source Procurements, and Section 21.19(a), Standardization, purchases 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 Cubic ITS, Inc. as the sole source standardized vendor to provide Cubic 2070 Advanced Traffic Controllers (ATC), traffic signal cabinets, vehicle detectors, proprietary replacement components and repairs for Traffic Engineering Division.
Motion B. Provides for an open-end contract for traffic signal equipment, including smart controllers, which allows for vehicle detection and real-time data for managing traffic signal operations.
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 OESBD review of the products and services and availability of CBE firms (Exhibit 3).
Approval of the sole source, standardization designation to Cubic ITS, Inc. provides advanced traffic controllers, traffic signal cabinets, vehicle detectors, and proprietary replacement components, and repairs. Broward County operates 1,475 traffic signalized intersections, which are all equipped with the Cubic Advanced Traffic Controller. The equipment was installed as part of a Florida Department of Transportation (FDOT) traffic signal project. The Cubic Advanced Traffic Controller equipment currently operating on Broward County roadways is not interchangeable with other manufacturers’ Advance Traffic Management Systems (ATMS) software. Each manufacturer has unique operating characteristics and software which is incompatible with other systems. The manufacturers have designed their systems to function as a complete unit. The criteria for equipment approval are established by FDOT as part of its Approved Products List (APL) process that ensures FDOT standards are met. Traffic equipment must be listed on the FDOT APL in order to be legally installed on public roadways in the State of Florida.
The purpose of this contract is for traffic signal equipment, including smart controllers, which provides vehicle detection and real-time data to manage and optimize traffic signal operations. The Traffic Engineering Division (TED) has utilized the Cubic 2070 ATC, which has proven to be reliable and flexible in operating with the ATMS.NOW regional signal management software, and the Global Traffic Technology fire-rescue and transit signal priority functionalities. The same level of compatibility and flexibility is not readily available from other suppliers. A change in supplier would amount to a substantial cost (estimated to be greater than $6,000,000) to make the necessary modifications.
On January 27, 2025, 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, manage, and optimize traffic signal operations at intersections using smart controllers, vehicle detection, and real-time data for the Traffic Engineering Division. The RFI closed on February 5, 2025, and yielded zero responses. Additionally, the manufacturer Cubic ITS, Inc. indicated that the sole representative for the purchase of Trafficware and Gridmart products are developed, manufactured, and distributed in Florida exclusively by Cubic ITS, Inc. Based on this information, the Director of Purchasing recommends approval of this sole source and standardization. (Exhibit 1).
On April 1, 2025, a quotation request was issued to the sole source vendor, Cubic ITS, Inc. The quote was received on April 8, 2025, from Cubic ITS, Inc. (Exhibit 2). No exceptions were taken to the County’s general conditions.
The contract consists of the solicitation and the vendor’s response.
The allowances incorporated in the contract, in the total amount of $25,000 per year, are for unforeseen new related equipment and training. 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.
TED has reviewed the prices submitted by Cubic ITS, Inc. and concurs with the recommendation for award (Exhibit 4).
Two County vendor performance evaluations were completed for Cubic ITS, Inc.; the vendor has an overall performance rating of 3.81 out of possible rating of 5.0. Copies of the vendor performance evaluations are available upon request.
Cubic ITS, Inc. (Naztec, Inc. D/B/A Trafficware) was previously standardized by the Board on June 15, 2010 (Item No. 64).
The Director of Purchasing recommends approval of this sole source, standardization designation to Cubic ITS, Inc. to provide traffic signal equipment, including smart controllers, which allows for vehicle detection and real-time data for managing traffic signal operations. 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: Cubic ITS, Inc.; Contract Number and Title: OPN2121908Q1_1, Traffic Signal Controller; Contract Term: May 24, 2021 through August 23, 2025; First Renewal: May 24, 2022 through May 23, 2023. Second Renewal: May 24, 2023 through May 23, 2024. Third Renewal: May 24, 2024 through May 23, 2025. 90 Day extension: May 23, 2025 through August 23, 2025. Expenditures to date: $3,742,096.
The amounts referenced in this agenda item were rounded to the nearest whole dollar. Vendor payments will be based on the actual total bid amount. The bid tabulation reflects the actual amount of the award.
The initial contract period begins on the date of award and terminates two years 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 an estimated amount of $ 8,213,875 over a potential five-year period. The funds estimated for the current Fiscal Year are included in the current Fiscal Year budget.
Requisition No. TES0002796