THE PURCHASING DIVISION AND THE TRANSPORTATION DEPARTMENT/TRANSIT DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.
This item supports the Board's Vision of "Efficient and Accessible Regional Intermodal Transportation Network" and its Goal No. 2, "Enhance our efficient, safe, clean, attractive, and interconnected multi-modal transportation systems."
The Office of Economic and Small Business Development (OESBD) established a 14% Disadvantaged Business Enterprise (DBE) participation goal for this agreement. Kimley-Horn and Associates, Inc. committed to 25.5% DBE participation which has been reviewed and approved by the OESBD (Exhibit 3).
This Agreement will provide a Bus Rapid Transit improvements analysis (Study) in accordance with the Federal Transit Administration guidelines for the 15-mile length southern corridor of US 1 from downtown Fort Lauderdale to the Aventura Mall in Miami-Dade County. The goals of the Study are to identify solutions to improve transit travel time and on-time performance of transit for Broward County Transit (BCT) passengers while meeting current and future transit needs; enhance passengers' transit experience, and encourage sustainability, livability and transit-oriented development concepts along the South US 1 corridor. The Route 1, which services the US 1 corridor, is BCT's third-most utilized bus route on weekdays and Saturdays and the second-most utilized route on Sundays.
The project consists of work that is broken down into specific tasks and deliverables that will be completed, through a phased approach, within one year from the date of issuance of the Notice to Proceed.
On February 26, 2013 (Item No. 48), the Board approved Request for Proposals (RFP) No. V1031402P1. Five firms submitted proposals in response to the RFP.
On June 14, 2013, an Initial and Final (Combination) Evaluation Committee meeting was held, which included presentations. Five firms were found to be both responsive and responsible to the requirements of the RFP. After presentations, evaluation and scoring, the Evaluation Committee named Kimley-Horn and Associates, Inc., as the first-ranked firm. It was later determined that the points assigned by one of the Committee members to Evaluation Criteria No. 3 exceeded the 10 point maximum specified in the RFP for that Evaluation Criteria.
On July 16, 2013, the Director of Purchasing reconvened the Evaluation Committee to allow the Committee member to re-score Evaluation Criteria No. 3 to conform to the maximum points and have the remaining Committee members reaffirm their scores. After re-scoring and reaffirmation, the Evaluation Committee ratified the original ranking naming Kimley-Horn and Associates, Inc. as the first-ranked firm.
On August 13, 2013 (Item No. 81), the Board approved the final ranking of the qualified firms and authorized staff to proceed with negotiations.
Five sunshine meetings were held to negotiate the agreement: October 2, 2013, October 8, 2013, December 11, 2013, March 13, 2014, and April 1, 2014. The meetings were attended by representatives from Kimley-Horn and Associates, Inc., the Purchasing Division, the Transit Division, the Office of the County Attorney, and the Office of the County Auditor.
The Evaluation Committee consisted of:
Tim Garling, Director, Transit Division, Transportation Department (Chair)
Scott Brunner, Director, Traffic Engineering Division, Public Works Department
Catherine Randazzo, Assistant Director, Planning and Environmental Regulation Division, Environmental Protection and Growth Management Department |