THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT/WATER AND WASTEWATER ENGINEERING DIVISION 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. Thompson & Associates, Inc., a certified CBE firm, has committed to 62% self-participation, which the OESBD reviewed and approved (Exhibit 3).
On March 8, 2016 (Item No. 21), the Board approved the Request for Proposals (RFP) No. R1372004P1, Consultant Engineering Services for Reclaimed Water Transmission System. Five firms submitted proposals in response to the RFP.
This Agreement provides engineering, design and construction management services for a new reclaimed water transmission system. This is a deliberately phased grouping of substantially similar construction projects involving design and construction management services. The project will serve as a reclaimed water transmission system to support two service areas identified as the North Springs Improvement District: water main construction from Parkland to Coconut Creek; and Palm Beach County: water main construction in Coconut Creek, Deerfield Beach and Pompano Beach.
On July 18, 2016, a Combination Initial and Final Evaluation Meeting was held and after presentations, evaluations and scoring, the Evaluation Committee selected Thompson & Associates, Inc. as the first-ranked firm.
The Evaluation Committee's proposed recommendation of ranking was posted on the Purchasing Division website from July 20, 2016 through July 22, 2016, 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. The Evaluation Committee's final recommendation of ranking was posted on the Purchasing Division website from July 25, 2016 through July 29, 2016, which provided an opportunity for any aggrieved proposer to file a formal protest. There was no protest filed within this timeframe.
On August 16, 2016 (Item No. 97), the Board approved the Evaluation Committee's final ranking of the qualified firms and authorized staff to proceed with negotiations.
Six Sunshine meetings were held to negotiate this Agreement: August 23, September 7, September 21, October 19, November 1, and December 29, 2016. These meetings were attended by representatives of Thompson & Associates, Inc., the Water and Wastewater Engineering Division and the Purchasing Division.
The prime consultant and all its sub-consultants, except for Hazen and Sawyer, maintain salary cost multipliers under 3.00. Hazen & Sawyer's negotiated multiplier is 3.03. This is lower than its 3.07 multiplier, calculated in accordance with Federal Acquisition Regulation guidelines, and previously approved on other Broward County contracts (Exhibit 4). It is staff’s experience with national water and wastewater treatment consultant service firms (Hazen & Sawyer) to see higher overhead and fringe percentages than local firms due to range of specialties and expertise offered, and the fact that these firms provide national research in these areas.
The amounts referenced in this agenda were rounded off to the nearest whole dollar. Vendor payments will be based on the actual maximum amount payable under this Agreement. The Agreement Summary sheet reflects the actual amount of the award. This project will be incrementally funded.
The Evaluation Committee consisted of:
Mitch Cohen, Purchasing Agent Senior, Purchasing Division, Finance and Administrative Services Department (Chair and Non-voting Member)
Greg Balicki, Director, Water and Wastewater Engineering Division, Water and Wastewater Services, Public Works Department
Dr. Jennifer Jurado, Director, Environmental Protection and Growth Management Department
Clive Haynes, Assistant Director, Water and Wastewater Operations Division, Water and Wastewater Services, Public Works Department
|