Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-27325 55.       
Meeting Date: 09/25/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO APPROVE Request for Proposals (RFP) No. PNC2117097P1, Engineering Services for Water and Wastewater Services.

(Transferred to the Consent Agenda.)

ACTION:  (T-10:57 AM)  Approved with the Yellow-Sheeted Additional Material, dated September 25, 2018, submitted by Finance and Administrative Services Department.

VOTE: 9-0.
Why Action is Necessary
Board approval is required for Request for Proposals.
What Action Accomplishes
Approves a Request for Proposals solicitation to engage the services of professional engineering firms, authorized by Chapter 287.055, Florida Statutes, to provide professional engineering services on a continuing term basis for projects in which construction costs do not exceed $2,000,000.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT/WATER AND WASTEWATER SERVICES RECOMMEND APPROVAL OF THE ABOVE MOTION.

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise participation goal of 25% for this project. The OESBD determined that this project is not subject to the Workforce Investment Program (Exhibit 2).

The purpose of this solicitation is to engage the services of professional engineering firms (consultants), authorized by Chapter 287.055, Florida Statutes, to provide comprehensive professional engineering services on a continuing basis for three separate contracts for projects in which construction costs do not exceed $2,000,000. Broward County intends to select one consultant per category to provide continuing services on a work authorization basis. Work authorizations shall not exceed a total $1,000,000 for any one year for each contract.  

Each proposed contract and its respective scope of service are described as follows:

Category No. 1: Distribution and Collection Systems. The specific nature of the work shall include, but not be limited to, providing professional engineering, pre-design, design, permitting, bid/award, and construction management services related to the rehabilitation, modification, expansion, addition, and/or repair of existing and proposed County-owned and/or -operated water distribution, wastewater collection, and storm water collection systems.

Category No. 2: Water Treatment Systems. The specific nature of the work shall include, but not be limited to, providing professional engineering, pre-design, design, permitting, bid/award, and construction management services related to the rehabilitation, modification, expansion, addition, and/or repair of existing and proposed County-owned and/or -operated water treatment and raw water production systems, and related buildings/structures.

Category No. 3: Wastewater Treatment Systems. The specific nature of the work shall include, but not be limited to, providing professional engineering, pre-design, design, permitting, bid/award, and construction management services related to the rehabilitation, modification, expansion, addition, and/or repair of existing and proposed County-owned and/or -operated wastewater treatment and disposal systems, and related buildings/structures.

The Request for Proposals (RFP) method of procurement was selected for this project to best serve the County with additional evaluation criteria other than price alone. The RFP method provides for predefined evaluation criteria for ranking of firms based upon the required specialized technical expertise. Proposers are required to determine the best method to accomplish the specialized services.
Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
Funding for each work authorization will be obtained by the appropriate source at the time of release in the annual not-to-exceed amount of $1,000,000, and five-year potential amount of $5,000,000 for each contract for a total five-year potential amount for all three agreements of $15,000,000.
Attachments
Exhibit 1 - RFP No. PNC2117097P1
Exhibit 2 - Goal Memorandum dated April 27, 2018
Additional Material - Information


    

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

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