Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-26101 11.       
Meeting Date: 02/06/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO APPROVE Agreement between Broward County and Walters Zackria Associates, PLLC for Request for Proposals (RFP) No. R2113758P1, Professional Architectural and Engineering Services for Reports and Studies for the Construction Management Division, for an initial three-year term to provide continuing term study activities on a work authorization basis, for which the fee for work authorizations shall not exceed a total of $500,000 for any one year for each continuing contract, and authorize the Director of Purchasing to extend the contract for two one-year renewal periods for a total not-to-exceed amount of $2,500,000, and authorize the Mayor and Clerk to execute same. 

ACTION:  (T-10:32 AM)  Approved.

VOTE:  9-0.  Commissioners Geller and Sharief voted in the affirmative telephonically.

 
B. MOTION TO APPROVE Agreement between Broward County and ACAI Associates, Inc. for Request for Proposals (RFP) No. R2113758P1, Professional Architectural and Engineering Services for Reports and Studies for the Construction Management Division, for an initial three-year term to provide continuing term study activities on a work authorization basis, for which the fee for work authorizations shall not exceed a total of $500,000 for any one year for each continuing contract, and authorize the Director of Purchasing to extend the contract for two one-year renewal periods for a total not-to-exceed amount of $2,500,000, and authorize the Mayor and Clerk to execute same.

ACTION:  (T-10:32 AM)  Approved.

VOTE:  9-0.  Commissioners Geller and Sharief voted in the affirmative telephonically.
Why Action is Necessary
A. and B. In accordance with the Broward County Procurement Code, Section 21.31.a.4, the Board is required to approve general service purchases exceeding $250,000 annually or $400,000 on a multi-year basis.
What Action Accomplishes
A. and B. To engage the services of two professional architectural firms or architectural/engineering firms, to provide comprehensive professional architectural and engineering services on a continuing term basis for reports and studies for the Construction Management Division.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT/CONSTRUCTION MANAGEMENT DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTIONS.
 
This item supports the Board's Value of "Ensuring economic opportunities for Broward's diverse population and businesses"; its Goal is to "Increase the economic strength and impact of revenue-generating County enterprises balancing economic, environmental, and community needs."

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) participation goal of 25% for this project. Both firms have committed to the CBE participation goal requirements, which the OESBD reviewed and approved (Exhibit 5).

This Agreement provides for professional architectural and engineering services on a continuing term basis for reports and studies. The professional services will include: conducting and preparing documentation studies, investigations and assessments, general investigative or exploratory reports concerning sites, buildings, infrastructure and other facilities or portions thereof; feasibility studies; existing facility and site documentation; budget development and forecasting; design and construction market analysis, facility assessments and evaluations; alternative site selection analysis; schedule development and analysis; fire rated assembly and protection systems analysis, building and zoning code analysis and investigations; bid/award analysis; negotiation support; inspections, testing and analysis, post-occupancy evaluations and studies; forensic studies; independent claims support and other similar miscellaneous study activities.

On June 06, 2017 (Item No. 69), the Board approved the Request for Proposals (RFP) No. R2113758P1, Architectural and Engineering Services for Reports and Studies. Four firms submitted proposals in response to the RFP.

On September 29, 2017, an Initial Evaluation Meeting was held. The Evaluation Committee determined that three firms, ACAI Associates, Inc., BEA Architects, Inc., and Walters Zackria Associates, PLLC, were both responsive and responsible to the requirements of the RFP. Lakdas/Yohalem Engineering, Inc. was determined to be non-responsible to the licensing requirements.

On October 12, 2017, a Final Evaluation meeting was held. After evaluation and scoring, the Evaluation Committee scored and ranked the firms as follows: 1) Walters Zackria Associates, PLLC. 2) ACAI Associates, Inc.

The Evaluation Committee's proposed recommendation of ranking was posted on the Purchasing Division website from October 13, 2017 through October 17, 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.

On November 07, 2017 (Item No. 66), the Board approved the Evaluation Committee's final ranking of the qualified firms and authorized staff to proceed with negotiations. On November 28, 2017, a Sunshine meeting was held to negotiate this Agreement with Walters Zackria Associates, PLLC, and on November 29, 2017, a Sunshine meeting was held to negotiate this Agreement with ACAI Associates, Inc. These meetings were attended by representatives of Walters Zackria Associates, PLLC, ACAI Associates, Inc., staff from the Construction Management 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)
Jeff Halsey, Director, Environmental and Consumer Protection Division, Environmental Protection and Growth Management Department
Brad Terrier, Assistant Director, Highway Construction and Engineering Division, Public Works Department
Ariadna Musarra, Director/County Architect, Construction Management Division, Public Works Department
Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
Each work authorization processed against this open-end contract will be funded by the appropriate source at the time of release.

Requisition No. CMD0000116
Attachments
Exhibit 1 - Agreement Summary Sheet
Exhibit 2 - Walters Zackria Associates, PLLC, Agreement
Exhibit 3 - Agreement Summary Sheet
Exhibit 4 - ACAI Associates, Inc. Agreement
Exhibit 5 - Goals Compliance Memorandum dated August 11, 2017


    

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

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