File #: RES 2018-008    Name: Comprehensive Streets Improvements Design - Phase II
Type: Resolution Status: Passed
File created: 12/18/2017 In control: City Commission
On agenda: 1/11/2018 Final action: 1/11/2018
Title: A RESOLUTION AUTHORIZING THE CITY MANAGER, OR DESIGNEE, TO EXECUTE AN AGREEMENT BETWEEN THE CITY AND KIMLEY-HORN AND ASSOCIATES, INC. TO PROVIDE COMPREHENSIVE STREET IMPROVEMENTS PHASE II DESIGN FOR CITY OWNED ROADWAYS LOCATED BETWEEN COCONUT CREEK PARKWAY AND SAMPLE ROAD, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 06-21-17-11.
Indexes: Agreement, Resolution, RFQ, Street Improvements
Attachments: 1. RESOLUTION 2018-008-Comprehensive Street Improvements Design-Phase II, 2. AGREEMENT-Kimley-Horn RFQ No. 06-21-17-11, 3. MAP-Comprehensive Street Improvements Design-Phase II

AGENDA ITEM REPORT

TITLE:

title

A RESOLUTION AUTHORIZING THE CITY MANAGER, OR DESIGNEE, TO EXECUTE AN AGREEMENT BETWEEN THE CITY AND KIMLEY-HORN AND ASSOCIATES, INC. TO PROVIDE COMPREHENSIVE STREET IMPROVEMENTS PHASE II DESIGN  FOR CITY OWNED ROADWAYS LOCATED BETWEEN COCONUT CREEK PARKWAY AND SAMPLE ROAD, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 06-21-17-11.

body

BACKGROUND:

The intent of the RFQ is to contract with a qualified consultant to provide design services for right-of way (ROW) improvements to be performed on approximately 7.3 centerline miles of city roadways located between Coconut Creek Parkway and Sample Road. The design scope includes milling and resurfacing of designated streets, roadway striping and signage, and sidewalk and curbing improvements to meet applicable standards, including ADA requirements. Also where possible, the design will apply Broward County’s “Complete Streets” multi-modal transportation concept, including bike lanes and other measures to improve the aesthetics and functionality of the various ROW features.

DISCUSSION:

On May 14, 2017, the City issued RFQ No. 06-21-17-11 in compliance with the Consultants’ Competitive Negotiation Act (CCNA) per State Statute Section 287.055. One hundred and thirty-six (136) electronic invitations to potential vendors were issued through the eBid System.

On Wednesday, June 21, 2017, the RFQ was electronically opened in a public forum. Eight (8) responsive submittals were received. A Selection Committee comprised of Asaad Akar, Senior Project Manager; Randall Blanchette, Transportation and Stormwater Engineer; and Roger Veile, Senior Engineer evaluated the qualifications of each proposer based on criteria listed in the RFQ.

The evaluations resulted in the following firms being short-listed and ranked as: (1) Kimley-Horn and Associates, Inc. (Kimley-Horn), (2) Calvin Giordano & Associates, Inc. and *(3) Craven Thompson & Associates, Inc., *(3) Keith and Associates, Inc. and *(3) Keith and Schnars, P.A.; with a three way tie in the third ranking. The five (5) short-listed firms provided presentations to the Selection Committee. The final ranking resulted in Kimley-Horn being ranked number one.

A Negotiation Committee consisting of the same members of the above-noted Selection Committee entered into negotiations with Kimley-Horn on Wednesday, August 23, 2017. The Negotiation Committee successfully agreed on the scope of services and fee proposal of $159,720 presented in Exhibit “A” of the attached agreement with Kimley-Horn.

RECOMMENDATION:

Staff recommends approval of this Resolution.

FISCAL IMPACT:

REVENUES:                     $ 0

EXPENDITURES:                     $ 159,720

BUDGETED?                     Yes

NOTES:  1191541-6859, Comprehensive Street Improvements.

 

*3-way tie in third ranking