Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-26791 44.       
Meeting Date: 06/05/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action

MOTION TO APPROVE Agreement between Broward County and AE Engineering, Inc., for Construction Engineering and Inspection Services for Countywide Transit Bus Stop Infrastructure Improvement Program, Request for Proposals (RFP) No. V2114585P1, with a maximum not-to-exceed amount of $630,199 to be completed within 730 calendar days from the date of the issuance of the first Notice to Proceed and authorize the Director of Purchasing to renew the contract for up to an additional 365 calendar days, contingent upon the receipt and approval of insurance/performance and payment guaranty, and authorize the Mayor and Clerk to execute same.

(Per the Tuesday Morning Memorandum, County signature pages have been received (Exhibit 2, Page 26 of 41).)

ACTION:  (T-10:26 AM)  Approved. 

VOTE: 6-0.  Commissioners Geller, Holness and Sharief were 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 for a qualified firm to provide construction engineering and inspection services, and technical support services related to improvements/construction of Countywide Transit Bus Stop Infrastructure.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE TRANSPORTATION DEPARTMENT/TRANSIT DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.

The Office of Economic and Small Business Development determined that this project is 100% funded by the United States Department of Transportation (USDOT) Federal Transit Administration (FTA); because federal dollars are applicable, the project is subject to the requirements of Title 49 CFR Part 26. The County has established an overall Disadvantaged Business Enterprise goal of 20% for this project. AE Engineering, Inc. has committed to 100% DBE Participation (Exhibit 3).

This procurement was solicited to engage the services of a qualified consulting engineering and inspection firm to provide construction engineering and inspection professional services, and technical support services related to improvements/construction of countywide transit bus stop infrastructure, such as bus stop concrete landing pad, connecting concrete sidewalks, concrete curb ramps, applicable bus shelter, signage, litter receptacle, bus bench and bike rack. Services include construction inspection functions and support services. The consultant shall also provide coordination of all activities, correspondence, reports and other communications related to its responsibilities under this agreement.

On June 6, 2017 (Item No. 70), the Board approved Request for Proposals (RFP) No. V2114585P1, Construction Engineering and Inspection Services on a continuing term basis for Countywide Transit Bus Stop Infrastructure Improvement Program. Seven firms submitted proposals in response to the RFP.

On October 2, 2017, an Initial Evaluation Committee meeting was held and the Evaluation committee determined, that all seven firms were both responsive and responsible to the RFP requirements and would proceed to final evaluation.

On November 13, 2017, a Final Evaluation Committee meeting was held. After presentations, evaluation, scoring and ranking, the Evaluation Committee named AE Engineering, Inc. as the first-ranked firm.

The Evaluation Committee's proposed recommendation of ranking was posted on the Purchasing Division website from November 17, 2017 through November 21, 2017, 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 November 22, 2017 through November 30, 2017, which provided an opportunity for any aggrieved proposer to file a formal protest. There was no protest filed within this timeframe.

On January 9, 2018 (Item No. 35), 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: January 24, 2018 and February 7, 2018. These meetings were attended by representatives of AE Engineering, Inc., the Transit Division and the Purchasing Division.

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.

The Evaluation Committee consisted of:
Martha Perez-Garviso, Purchasing Manager, Purchasing Division, Finance and Administrative Services Department (Chair and Non-Voting Member)
Timothy Garling, Deputy Director, Transportation Department  
Manuel Fontan, Engineering Unit Supervisor, Highway Construction and Engineering Division, Public Works Department
Barney McCoy, Director, Transit Division, Transportation Department
Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
This project is funded with Federal Transit Administration grant funds budgeted within the Transit Capital Grant Fund.

Requisition No. MTD0001923
Attachments
Exhibit 1 - Agreement Summary
Exhibit 2 - Agreement
Exhibit 3 - OESBD Goals Memorandum


    

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

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