File #: 22-1264   
Status: Agenda Ready
In control: AVIATION DEPARTMENT
Agenda Date: 9/20/2022 Final action: 9/20/2022
Title: A. MOTION TO APPROVE Agreement between Broward County and Keith and Associates, Inc., dba KEITH, for Professional Consultant Services for Airport Utilities and Pavement Projects, Requests for Proposals (RFP) No. PNC2123151P1, for the Aviation Department, for an initial three-year term, in the maximum not-to-exceed amount of $5,000,000, which includes $350,000 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. ACTION: (T-12:24 PM) Approved. (Refer to minutes for full discussion.) VOTE: 8-0. B. MOTION TO APPROVE Agreement between Broward County and Gannett Fleming, Inc., for Professional Consultant Services for Airport Utilities and Pavement Projects, Requests for Proposals (RFP) No. PNC2123151P1, for the Aviation Department, for an initial three-year term, in the maximum not-to-exceed amount of $5,000,000, which includes $350,000 for ...
Attachments: 1. Exhibit 1 - Agreement - KEITH, 2. Exhibit 2 - Agreement - Gannett Fleming, 3. Exhibit 3 - Agreement - PDS, 4. Exhibit 4 - OESBD Goals Compliance Review Memorandum dated December 09, 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 Keith and Associates, Inc., dba KEITH, for Professional Consultant Services for Airport Utilities and Pavement Projects, Requests for Proposals (RFP) No. PNC2123151P1, for the Aviation Department, for an initial three-year term, in the maximum not-to-exceed amount of $5,000,000, which includes $350,000 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.

 

ACTION: (T-12:24 PM) Approved. (Refer to minutes for full discussion.)

 

VOTE: 8-0.

 

B. MOTION TO APPROVE Agreement between Broward County and Gannett Fleming, Inc., for Professional Consultant Services for Airport Utilities and Pavement Projects, Requests for Proposals (RFP)  No. PNC2123151P1, for the Aviation Department, for an initial three-year term, in the maximum not-to-exceed amount of $5,000,000, which includes $350,000 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.

 

ACTION: (T-12:24 PM) Approved. (Refer to minutes for full discussion.)

 

VOTE: 8-0.

 

C. MOTION TO APPROVE Agreement between Broward County and Premiere Design Solutions, Inc., for Professional Consultant Services for Airport Utilities and Pavement Projects, Requests for Proposals (RFP) No. PNC2123151P1, for the Aviation Department, for an initial three-year term, in the maximum not-to-exceed amount of $5,000,000, which includes $350,000 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.

 

ACTION: (T-12:24 PM) Approved. (Refer to minutes for full discussion.)

 

VOTE: 8-0.

 

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.

 

Motions A - C: Pursuant to Section 332.0075, Florida Statutes, a governing body must approve, award, or ratify all contracts executed by or on behalf of a commercial service airport over $325,000 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

Motions A - C: Provide professional consulting services to perform pre-design, design services, construction administration and resident project representative services for utility and pavement projects that are landside and airside at 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 County Business Enterprise (CBE) participation goal of 15%. Keith and Associates, Inc., dba KEITH committed to 15% CBE participation. Gannett Fleming, Inc. committed to 15% CBE participation. Premiere Design Solutions, Inc. committed to 50% CBE participation. The respective participation plans were reviewed and approved by OESBD (Exhibit 4).

 

The purpose of these agreements is to provide professional consulting services to perform pre-design, design services, construction administration and resident project representative services for airport utility and pavement projects that are landside and airside at the Broward County Fort Lauderdale-Hollywood International Airport and North Perry Airport (Exhibits 1 - 3).

 

On September 21, 2021 (Item No. 52), the Board approved Request for Proposals (RFP) No. PNC2123151P1, Professional Consultant Services for Airport Utilities and Pavement Projects CBE. The RFP was advertised and, at the time of the submittal deadline on November 3, 2021, six firms submitted proposals in response to the RFP.

 

On February 11, 2022, a Combination Initial and Final Evaluation Committee meeting was held. The Evaluation Committee determined that all six firms were responsive and responsible to the RFP requirements. After vendor presentations, the Evaluation Committee evaluated, scored, and ranked the firms: Keith and Associates, Inc., dba KEITH as the first-ranked firm; Gannett Fleming, Inc. as the second-ranked firm; and Premiere Design Solutions, Inc. as the third-ranked firm.

 

The Evaluation Committee’s proposed recommendation of ranking was posted on the Purchasing Division website from February 16-18, 2022, 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 time frame. The Evaluation Committee’s final recommendation of ranking was posted on the Purchasing Division website from February 21-25, 2022, which provided an opportunity for any aggrieved proposer to file a formal protest. There was no protest filed within this timeframe.

 

On February 28, 2022, 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 March 1, 2022, the County Administrator approved the Evaluation Committee's final ranking of the qualified firms and authorized staff to proceed with negotiations.

 

Four negotiation meetings were held to negotiate an agreement with Keith and Associates, Inc., dba KEITH: April 29, June 20, July 15, and July 29, 2022. Four negotiation meetings were held to negotiate an agreement with Gannett Fleming, Inc.: April 29, June 20, July 15, and July 29, 2022. Three negotiation meetings were held to negotiate an agreement with Premiere Design Solutions, Inc.: April 29, July 15, and July 29, 2022. These negotiation meetings were attended by representatives of Keith and Associates, Inc., dba KEITH; Gannett Fleming, Inc.; Premiere Design Solutions, Inc., respectively; and staff from the Broward County Aviation Department, the County Attorney’s Office, and the Purchasing Division.

 

The initial term of the agreement(s) will be effective upon date of execution and will terminate three years from that date.

 

Additional supporting documentation provided to the Evaluation Committee regarding this procurement can be found on Broward County’s 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. Each Agreement allows the Contract Administrator to execute all work authorizations up to the maximum not-to-exceed amount in the Agreement.

 

Requisition No. AVC0000742