File #: 21-1832   
Status: Agenda Ready
In control: AVIATION DEPARTMENT
Agenda Date: 12/14/2021 Final action: 12/14/2021
Title: A. MOTION TO APPROVE Agreement between Broward County and Ricondo & Associates, Inc., Request for Proposals (RFP) No. PNC2120792P1, Consultant Services for Aviation Planning and Advisory Services, for the Aviation Department, for an initial three-year term, in the maximum not-to-exceed amount of $5,000,000, which includes $200,000 for reimbursables inclusive of initial and all renewal terms, and authorize the Director of Purchasing to renew the Agreement for two one-year terms and authorize the Mayor and Clerk to execute same. The initial term of this agreement will be effective upon date of execution and will terminate three years from that date. ACTION: (T-11:18 AM) Approved. (Refer to minutes for full discussion.) VOTE: 9-0. Commissioner Holness voted in the affirmative telephonically. B. MOTION TO APPROVE Agreement between Broward County and Kimley-Horn and Associates, Inc., Request for Proposals (RFP) No. PNC2120792P1, Consultant Services for Aviation Planning and Advisory Serv...
Attachments: 1. Exhibit 1 - Agreement - Ricondo & Associates, Inc., 2. Exhibit 2 - Agreement - Kimley-Horn and Associates, Inc., 3. Exhibit 3 - Agreement - McFarland-Johnson, Inc., 4. Exhibit 4 - Goals Review Memorandum dated January 11, 2021
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

A. MOTION TO APPROVE Agreement between Broward County and Ricondo & Associates, Inc., Request for Proposals (RFP) No. PNC2120792P1, Consultant Services for Aviation Planning and Advisory Services, for the Aviation Department, for an initial three-year term, in the maximum not-to-exceed amount of $5,000,000, which includes $200,000 for reimbursables inclusive of initial and all renewal terms, and authorize the Director of Purchasing to renew the Agreement for two one-year terms and authorize the Mayor and Clerk to execute same. The initial term of this agreement will be effective upon date of execution and will terminate three years from that date.

 

ACTION: (T-11:18 AM) Approved. (Refer to minutes for full discussion.)

 

VOTE: 9-0. Commissioner Holness voted in the affirmative telephonically.

 

B. MOTION TO APPROVE Agreement between Broward County and Kimley-Horn and Associates, Inc., Request for Proposals (RFP) No. PNC2120792P1, Consultant Services for Aviation Planning and Advisory Services, for the Aviation Department, for an initial three-year term, in the maximum not-to-exceed amount of $5,000,000, which includes $200,000 for reimbursables inclusive of initial and all renewal terms, and authorize the Director of Purchasing to renew the Agreement for two one-year terms and authorize the Mayor and Clerk to execute same. The initial term of this agreement will be effective upon date of execution and will terminate three years from that date.

 

ACTION: (T-11:18 AM) Approved. (Refer to minutes for full discussion.)

 

VOTE: 9-0. Commissioner Holness voted in the affirmative telephonically.

 

C. MOTION TO APPROVE Agreement between Broward County and McFarland-Johnson, Inc., Request for Proposals (RFP) No. PNC2120792P1, Consultant Services for Aviation Planning and Advisory Services, for the Aviation Department, for an initial three-year term, in the maximum not-to-exceed amount of $5,000,000, which includes $200,000 for reimbursables inclusive of initial and all renewal terms, and authorize the Director of Purchasing to renew the Agreement for two one-year terms and authorize the Mayor and Clerk to execute same. The initial term of this agreement will be effective upon date of execution and will terminate three years from that date.

 

ACTION: (T-11:18 AM) Approved. (Refer to minutes for full discussion.)

 

VOTE: 9-0. Commissioner Holness voted in the affirmative telephonically.

 

body

Why Action is Necessary

Motions A - C: In accordance with the Broward County Procurement Code, Section 21.47(a), Award and Execution Authority, Board approval is required for awards exceeding $500,000.

 

What Action Accomplishes

Motions A - C: Provides for three qualified firms to provide professional services and technical assistance in aviation planning and advisory services, including airside planning support services; landside and facilities planning support services; and master plan implementation, strategy support, program management and advisory services for the Broward County Fort Lauderdale-Hollywood International Airport and North Perry Airport.

 

Is this Action Goal Related

No

 

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 Disadvantaged Business Enterprise (DBE) participation goal of 10%. Ricondo & Associates, Inc. committed to 10% DBE participation. Kimley-Horn and Associates, Inc. committed to 10% DBE participation. McFarland-Johnson, Inc. committed to 10% DBE participation. The respective participation plans were reviewed and approved by OESBD (Exhibit 4).

 

The purpose of these Agreements is to provide professional services and technical assistance through a multi-year agreement in aviation planning and advisory services for the Broward County Fort Lauderdale-Hollywood International Airport and the North Perry Airport, including airside planning support services; landside and facilities planning support services; and master plan implementation, strategy support, program management and advisory services (Exhibits 1 - 3).

 

On December 1, 2020 (Item No. 78), the Board approved the Request for Proposals (RFP) No. PNC2120792P1, Consultant Services for Aviation Planning and Advisory Services. Four firms submitted proposals in response to the RFP.

 

On March 3, 2021, a combination Initial and Final Evaluation Meeting was held. The Evaluation Committee determined that all four firms were responsive and responsible to the RFP requirements and voted in favor of them advancing to be numerically scored and ranked by the Evaluation Committee. After reading of the scores and ranking, the Evaluation Committee ranked Ricondo & Associates, Inc. as the first-ranked firm; Kimley-Horn and Associates, Inc. as the second-ranked firm; and McFarland-Johnson, Inc. as the third-ranked firm.

 

The Evaluation Committee's proposed recommendation of ranking was posted on the Purchasing Division website from March 9 - 11, 2021, which provided an opportunity for any proposer or interested party to present any new or additional information regarding the responsibility of the proposers. There was no additional information submitted within this timeframe.

 

The Evaluation Committee’s final recommendation of ranking was posted on the Purchasing Division website from March 12 - 18, 2021, which provided an opportunity for any aggrieved proposer to file a formal protest. There was no protest filed within this timeframe.

 

On March 15, 2021, an email was sent to the Board with the Low Bids Report/RLI/RFP - Committee Member Score Sheets for its review. There were no objections, protests or pulls from the Board for this RFP ranking.

 

On April 9, 2021, the County Administrator approved the Evaluation Committee's final ranking of the qualified firms and authorized staff to proceed with negotiations.

 

Two negotiation meetings were held to negotiate an agreement with Ricondo & Associates, Inc.:  June 4 and October 12, 2021. Two negotiations meetings were held to negotiate an agreement with Kimley-Horn and Associates, Inc.:  June 3 and October 11, 2021. Two negotiations meetings were held to negotiate an agreement with McFarland-Johnson, Inc.:  June 2 and October 15, 2021. These meetings were attended by representatives of Ricondo & Associates, Inc.; Kimley-Horn and Associates, Inc.; McFarland-Johnson, Inc., respectively; and staff from the Broward County Aviation Department, 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 Broward County Purchasing Division website at

<http://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

Each individual work authorization processed against these agreements will be funded by the appropriate source at the time of release.

 

Requisition No. AVP0000179