Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-16589 52.       
Meeting Date: 04/22/2014  
Director's Name: Scott G. Miller
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO APPROVE final ranking of the qualified firms for Request for Proposals (RFP) No. X1159616P1, Architectural/Engineering Services for the Seaport Engineering and Construction Division; the ranked firms are: 1 – BEA Architects, Inc.; 2 – Bermello, Ajamil & Partners, Inc.; 3 – Calvin, Giordano & Associates, Inc.; 4 – DeRose Design Consultants, Inc.; 5 – Kosinski Architecture, Inc., and authorize staff to proceed with negotiations. (Deferred from April 8, 2014 - No. 35)

(Per the Tuesday Morning Memorandum, please note that additional material (memo from County Administration) indicates the affected project coordinates with ICTF. It should indicate that the project coordinates with the relocation of the Foreign Trade Zone.)

ACTION: (T-12:20 PM) Following discussion, the Board tabled this item until after the 2:00 p.m. Public Hearing. (Refer to minutes for full discussion.)

ACTION:  (T-3:19 PM)  Approved, as amended, waiving the specifications of the solicitation document and sending this back to the Selection Committee creating a library with the top two ranked firms.  (Refer to minutes for full discussion.)  (See Yellow-Sheeted Additional Material, dated April 22, 2014, submitted at the request of Finance and Administrative Services Department.)

VOTE:  8-0.  Commissioner Jacobs was not present.

Why Action is Necessary
Final ranking of qualified firms requires Board action.
What Action Accomplishes
Approves the Evaluation Committee's recommendation of the final ranking of qualified firms.
Is this Action Goal Related
Previous Action Taken
Deferred from the April 8, 2014 Board meeting.
Summary Explanation/ Background
THE PURCHASING DIVISION AND THE EVALUATION COMMITTEE RECOMMEND APPROVAL OF THE ABOVE MOTION.

The purpose of this solicitation is to engage the services of a qualified firm to provide comprehensive professional services on a continuing term basis for remodeling, renovation and new construction at yet to be determined sites in Port Everglades. The contract will include comprehensive architectural and/or engineering services on a project-specific basis.

On November 5, 2013 (Item No. 35), the Board approved Request for Proposals (RFP) No. X1159616P1, Architectural/Engineering Services for the Seaport Engineering and Construction Division. Six firms submitted proposals in response to the RFP.

On February 17, 2014, an Initial Evaluation Meeting was held. The Evaluation Committee determined that five firms were both responsive and responsible to the requirements of the RFP.

On March 3, 2014, a Final Evaluation Meeting was held. After presentations, evaluation and scoring, the Evaluation Committee named BEA Architects, Inc. as the first-ranked firm (Exhibit 1).

The Evaluation Committee's proposed recommendation of ranking was posted on the Purchasing Division website from March 6, 2014 through March 10, 2014, which provided an opportunity for any proposer or interested party to present any new or additional information regarding the responsibility of the proposers. On March 7, 2014, a letter of objection was submitted by LSN Government Affairs (LSN) on behalf of Bermello, Ajamil & Partners, Inc. (Exhibit 2). On March 25, 2014, the Director of Purchasing issued a response to LSN (Exhibit 3).

The Evaluation Committee's final recommendation of ranking was posted on the Purchasing Division website from March 25, 2014 through March 31, 2014, which provided an opportunity for any aggrieved proposer to file a formal protest. There was no protest filed within this timeframe.

A second communication was received on March 27, 2014 from LSN Government Affairs regarding the Purchasing Director's March 25, 2014 reply to their objection letter (Exhibit 4). On April 15, 2014, the Purchasing Director issued a response to LSN Government Affairs (Exhibit5).

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/RFPrfprepository.aspx.

The Evaluation Committee consisted of:

William P. Maughan, Assistant Director, Seaport Engineering and Construction Division, Public Works Department (Chair)
Ariadna Musarra, Director/County Architect, Construction Management Division, Public Works Department
J. David Anderton II, Assistant Director, Strategic Planning and Development, Port Everglades Department
Karl Eckhardt, Assistant Director, Operations Division, Port Everglades Department
Lenny Vialpando, Director, Environmental Licensing and Building Permitting Division, Environmental Protection and Growth Management Department

Fiscal Impact
Attachments
Exhibit 1 - Presentations Ranking Voting Tally
Exhibit 2 - LSN Government Affairs Objection Letter March 7, 2014
Exhibit 3 - Response to Objection Letter - LSN Government Affairs
Exhibit 4 - Additional Material Information
Exhibit 5 - Response to LSN Government Affairs
Additional Material - Information
Additional Material - Information


    

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

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