Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-28174 22.       
Meeting Date: 04/09/2019  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO APPROVE Agreement between Broward County and Brown and Caldwell for Request for Proposals (RFP) No. PNC2115559P1, Professional Engineering Services for Studies and Reports, for Water and Wastewater Services, for an initial three-year term to provide continuing term studies and reports on a work authorization basis, which the fee for work authorizations shall not exceed a total of $500,000 for any one year of the contract, and authorize the Director of Purchasing to extend the contract for two one-year renewals periods for a total not-to-exceed amount of $2,500,000, and authorize the Mayor and Clerk to execute same. The Agreement will begin on the date of execution by the Board of County Commissioners.

ACTION:  (T-10:45 AM)  Approved.

VOTE:  9-0.  Commissioner Geller and Vice-Mayor Holness voted in the affirmative telephonically.
Why Action is Necessary
In accordance with the Broward County Procurement Code, Section 21.31.a.4, Award Authority, Board approval is required for awarded exceeding $500,000.
What Action Accomplishes
Provides for professional engineering services for study and report activities related to all areas of Water and Wastewater Services.
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 (CBE) participation goal of 25% for this agreement.  Brown and Caldwell has committed to 26% CBE participation, which has been reviewed and approved by the OESBD (Exhibit 3).

This agreement provides for engineering services necessary for professional engineering studies and reports related to the following areas: planning, surveying, testing, process, compliance, permitting, water/wastewater, treatment plants, drainage systems, distribution/collection systems, lift stations, master pump stations, raw water, reclaimed water, by-product disposal, finance/administrative rates and fees, bond feasibility, annual engineering reports required by bond covenants, and information technology assistance.

On April 24, 2018 (Item No. 52), the Board approved the Request for Proposals (RFP) No. PNC2115559P1. Seven firms submitted proposals in response to the RFP.

On July 16, 2018, an Initial Evaluation Meeting was held. The Evaluation Committee determined that six firms were both responsive and responsible to the RFP requirements. Florida Technical Consultants, LLC was determined non-compliant to the goal compliance responsibility requirement.  

On August 17, 2018, a Final Evaluation Meeting was held and presentations from five firms were heard by the Evaluation Committee. The firm, Lakdas/Yohalem Engineering, Inc., withdrew from participating in the Final Evaluation Meeting. After presentations, evaluation and scoring, the Evaluation Committee named Brown and Caldwell as the first-ranked firm.

The Evaluation Committee's final recommendation of ranking was posted on the Purchasing Division website from August 31, 2018 to September 7, 2018, which provided an opportunity for any aggrieved proposer to file a formal protest. There were no protests filed within this timeframe.

Three Sunshine meetings were held to negotiate this agreement: October 29, October 31, and November 8, 2018. The meetings were attended by representatives from Brown and Caldwell, the Office of the County Attorney, the Purchasing Division and the Public Works Department.

After negotiations, there were three firms that either had a multiplier negotiated over 3% or an operating margin of over 10%. Brown and Caldwell (Prime) with a multiplier of 3.07; C Solutions, Inc. with an operating margin of 15%; and McCafferty Brinson Consulting, LLC with an operating margin of 15%. Staff's experience with national firms that provide consultant services related to water and wastewater treatment includes higher overhead and fringe than local firms due to the specialty and expertise of these firms. This information was provided to the County Auditor's Office (Exhibit 4).

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:
Constance Mangan, Purchasing Manager, Purchasing Division, Finance and Administrative Services Department (Chair and Non-Voting Member)
Leonard Vialpando, Deputy Director, Environmental Protection and Growth Management Department
Clive Haynes, Enterprise Assistant Director, Operations Division, Water and Wastewater Services, Public Works Department
Rolando Nigaglioni, Construction Project Manager Supervisor, Water and Wastewater Services, Public Works Department
Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
The estimated amount of this agreement is $500,000 for each year, not-to-exceed amount of $2,500,000. Each individual work authorization will be funded by the appropriate source at the time of release.

Requisition No. WWE0000361
Attachments
Exhibit 1 - Agreement Summary
Exhibit 2 - Agreement
Exhibit 3 - OESBD Goal Memorandum dated June 25, 2018
Exhibit 4 - WWS Acceptance of Multiplier dated Febraury 20, 2019


    

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

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