File #: 20-1487   
Status: Agenda Ready
In control: PUBLIC WORKS DEPARTMENT
Agenda Date: 11/10/2020 Final action: 11/10/2020
Title: MOTION TO APPROVE Request for Proposals (RFP) No. PNC2121680P1, Design Services of Adaptive Traffic Control Systems, for the Highway Construction and Engineering Division.
Indexes: Penny Surtax (Inactive)
Attachments: 1. Exhibit 1 - RFP No. PNC2121680P1, 2. Exhibit 2 - Goal Memorandum dated July 22, 2020
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broward County Commission Regular Meeting                               

Director's Name:  George Tablack

Department:                       Finance and Administrative Services                     Division: Purchasing

 

Information

Requested Action

title

MOTION TO APPROVE Request for Proposals (RFP) No. PNC2121680P1, Design Services of Adaptive Traffic Control Systems, for the Highway Construction and Engineering Division.

 

body

Why Action is Necessary

In accordance with the Broward County Procurement Code, 21.32.c., Competitive Sealed Proposals, Board approval is required prior to advertisement for competitive sealed proposals that have an anticipated total value of more than $500,000.

 

What Action Accomplishes

Approves a Request for Proposals solicitation to engage the services of a qualified firm to prepare and provide two complete contract packages for the installation of an Adaptive Traffic Control System along the following corridors: 1) Broward Boulevard from South West 22nd Avenue to South East 8th Avenue; 2) University Drive from Sunrise Boulevard to North West 2nd Street; 3) University Drive from South West 30th Street to Stirling Road; 4) Miramar Parkway from South West 184th Avenue to Monarch Lakes Boulevard; 5) Hillsboro Boulevard from Military Trail to State Road A1A; 6) State Road 7 from Loxahatchee Road to Atlantic Boulevard; and 7) Sunrise Boulevard from State Road 7 to North Flagler Drive.

 

Is this Action Goal Related

Yes

 

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 Value for “Cooperatively delivering an efficient and accessible regional intermodal transportation network”; its Goals to “Provide a safe, sustainable, integrated and efficient transportation system to enhance Broward County’s economy and livability” and “Support the development, design and construction of sustainable, multi-modal facilities throughout the County, to meet the demands of residents, travelers, and businesses.”

 

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise participation goal of 30% for this project. The OESBD determined that this project is not subject to the Workforce Investment Program (Exhibit 2).

 

The purpose of this solicitation is to engage the services of a qualified firm to prepare and provide two complete contract packages for the installation of an Adaptive Traffic Control System along the following corridors: 1) Broward Boulevard from South West 22nd Avenue to South East 8th Avenue; 2) University Drive from Sunrise Boulevard to North West  2nd Street; 3) University Drive from South West 30th Street to Stirling Road; 4) Miramar Parkway from South West 184th Avenue to Monarch Lakes Boulevard; 5) Hillsboro Boulevard from Military Trail to State Road A1A; 6) State Road 7 from Loxahatchee Road to Atlantic Boulevard; and 7) Sunrise Boulevard from State Road 7 to North Flagler Drive.

 

The Request for Proposals (RFP) method of procurement was selected for this project to best serve the County with additional evaluation criteria. The RFP method provides for predefined evaluation criteria for ranking of firms based upon the required specialized technical expertise. Due to the requirements of the Consultants’ Competitive Negotiation Act (CCNA), this RFP will not use price as an evaluation criterion; therefore, proposers are required to determine the best method to accomplish the specialized services as outlined in the RFP (Exhibit 1).

 

The County Auditor’s Office has reviewed the RFP and all matters were addressed.

 

Source of Additional Information

Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

The estimated amount is $1,965,000 and is budgeted in the Transportation Surtax Fund.

 

Requisition No. HCN0000526