Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-25036 12.       
Meeting Date: 09/26/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO APPROVE Agreement between Broward County and Eisman & Russo, Inc., for Construction Engineering and Inspection (CEI) Services for Wiles Road from Riverside Drive to Rock Island Road; Request for Proposals (RFP) No. J2112395P1, in the total potential amount of $1,218,848, which includes a not-to-exceed amount of $1,015,499 for basic services, $100,000 for optional services, and not-to-exceed $103,349 for reimbursables, for an approximate period of 650 calendar days commencing upon the issuance of the Notice to Proceed; and authorize the Mayor and Clerk to execute same. (Commission Districts 2 and 3)

ACTION:  (T-10:33 AM)  Approved.

 
VOTE: 6-0.  Commissioner LaMarca and Mayor Sharief were not present during the vote.  Commissioner Ryan was not present. 
Why Action is Necessary
In accordance with the Broward County Procurement Code, Section 21.31.b.2, Board approval is required for professional services agreements greater than $100,000 per annum or $200,000 for multi-year contracts.
What Action Accomplishes
Provides professional construction engineering and inspection services related to the widening and reconstruction of Wiles Road from four to six lanes from Riverside Drive to Rock Island Road.
Is this Action Goal Related
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.

The Office of Economic and Small Business Development (OESBD) did not establish a County Business Enterprise (CBE) participation goal because this project is subject to 50% funding from the Florida Department of Transportation (FDOT). Florida Statute 255.0991 prohibits the use of a local preference program based upon business location for projects funded 50% or more through State-appropriated funding; therefore, the OESBD is precluded from establishing CBE goals for this project. In addition, per FDOT guidelines, this project is not subject to the Broward County Workforce Investment Program (Exhibit 3).

This is a Consultants’ Competitive Negotiation Act (CCNA) solicitation to engage a qualified firm to provide construction engineering and inspection professional services and technical support services related to the widening and reconstruction of Wiles Road from four to six lanes. Complete Streets elements will be incorporated into the improvements, including designated bicycle lanes, sidewalks, drainage, lighting, signalization, landscaping and irrigation. In addition, the landscape improvements will comply with the requirement for minimum 50% native species by plant types and with the Broward County Naturescape Program and Florida-Friendly Landscaping principles.
 
On October 25, 2016 (Item No. 18), the Board approved the Request for Proposals (RFP) No. J2112395P1, Construction Engineering and Inspection Services for Wiles Road from Riverside Drive to Rock Island Road. Eight firms submitted proposals in response to the RFP.
 
On February 17, 2017, an Initial Evaluation Meeting was held. The Evaluation Committee determined that all eight firms were both responsive and responsible to the requirements of the RFP.
 
On March 3, 2017, a Final Evaluation Meeting was held. After presentations, evaluation and scoring, the Evaluation Committee named Eisman & Russo, Inc., as the first-ranked firm.
 
On April 25, 2017 (Item No. 66), the Board approved the Evaluation Committee’s final ranking of the qualified firms and authorized staff to proceed with negotiations.

Two Sunshine meetings were held to negotiate this Agreement: May 8, 2017 and May 12, 2017. These meetings were attended by representatives of Eisman & Russo, Inc., the Highway Construction and Engineering Division and the Purchasing Division.

There is no incumbent for this Agreement. This is not a replacement contract.

The amounts referenced in this agenda item have been rounded off to the nearest whole dollar. Vendor payments will be based on the actual maximum amount payable under this Agreement. The Agreement Summary sheet reflects the actual amount of the award.

The Evaluation Committee consisted of:
James Tillman, Purchasing Manager, Purchasing Division (Non-Voting Committee Chair)
Henry Sniezek, Director, Environmental Protection and Growth Management Department
Anh Ton, Director, Highway and Bridge Maintenance Division, Public Works Department
Richard Tornese, Director, Highway Construction and Engineering Division, Public Works Department
Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
The source of funding for the County’s share of the project cost is available in the Engineering Capital Projects Fund No. 30115-86311-61502020-512125  in the amount of $1,218,849. FDOT revenue will be applied to the County incentive Grant Program Agreement (CIGP) Fund.

Requisition No. HCN0000102
Attachments
Exhibit 1 - Agreement Summary
Exhibit 2 - Agreement
Exhibit 3 - Goal Memorandum dated October 4, 2016


    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.