Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-29071 73.       
Meeting Date: 06/04/2019  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO APPROVE Agreement between Broward County and Black & Veatch Corporation, for Request for Proposals (RFP) No. PNC2116651P1, Consultant Services, for the Regional Transmission System Master Plan, for Water and Wastewater Services, in the amount of $749,487, which includes reimbursables in the amount of $8,500; and authorize the Mayor and Clerk to execute same. The Agreement will begin on the date of execution by the Board of County Commissioners.

(Transferred to the Consent Agenda.)

ACTION:  (T-11:16 AM)  Approved.

VOTE:  8-0.  Commissioner Sharief was not present.
Why Action is Necessary
In accordance with the Broward County Procurement Code, Section 21.31.a.4, Award Authority, Board approval is required for awards exceeding $500,000.
What Action Accomplishes
Provides for consultant services to utilize a risk-based asset prioritization approach to identify critical assets as part of the Regional Transmission System Master Plan.
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 30% for this agreement.  Black & Veatch Corporation has committed to 34% CBE participation, which has been reviewed and approved by the OESBD (Exhibit 3).

This agreement provides for the services of a professional engineering firm to utilize a risk-based asset prioritization approach to identify critical assets as part of the Regional Transmission System Master Plan. The approach will allow the County to effectively provide risk analysis and prioritization with the objective of maintaining a desired level of service to its customers, communities and the environment at an acceptable level of risk.

On June 5, 2018 (Item No. 72), the Board approved the Request for Proposals (RFP) No. PNC2116651P1. Six firms submitted proposals in response to the RFP.

On September 17, 2018, an Initial Evaluation Meeting was held. The Evaluation Committee determined that all six firms were both responsive and responsible to the RFP requirements. 

On October 15, 2018, a Final Evaluation Meeting was held and presentations from all six firms were heard by the Evaluation Committee. The Evaluation Committee named Black & Veatch Corporation as the first-ranked firm.

The Evaluation Committee's final recommendation of ranking was posted on the Purchasing Division website from October 24, 2018 to October 30, 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: February 19, March 4, and March 18, 2019. The meetings were attended by representatives from Black & Veatch Corporation, 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%. Black & Veatch Corporation with a multiplier of 3.07 and an operating margin of 13.50%; Carollo Engineers, Inc. with a multiplier of 3.07 and an operating margin of 15.5%; and 300 Engineering Group, P.A. with an operating margin of 15%. Water and Wastewater Services staff's experience with national firms that provide consultant services related to water and wastewater treatment include 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:
Mark Roberts, Purchasing Agent, Purchasing Division, Finance and Administrative Services Department (Chair and Non-Voting Member)
Marc Gambrill, Assistant Director, Aviation Department
Marc Darmanin, Enterprise 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 source of funding for this project is the Water and Wastewater Construction Fund in the amount of $749,487.

Requisition No.: WWE0000476

Attachments
Exhibit 1 - Agreement Summary
Exhibit 2 - Agreement No. PNC2116651P1
Exhibit 3 - OESBD Compliance Memorandum dated July 31, 2018
Exhibit 4 - WWS Acceptance of Multiplier dated April 10, 2019


    

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

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