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.
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. On March 25, 2014, the Director of Purchasing issued a response to LSN.
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. On April 15, 2014, the Purchasing Director issued a response to LSN Government Affairs.
The Evaluation Committee’s final recommendation of ranking was presented to the Board of County Commissioners on April 22, 2014 (Agenda Item No. 52). After discussion, the Board waived the RFP specification requirements to award a contract to a single firm and directed that the Evaluation Committee be reconvened to establish a Library of Engineering Consulting services with the two top-ranked firms, namely BEA Architects, Inc. and Bermello, Ajamil & Partners, Inc.
On April 30, 2014, a Reconvened Evaluation Committee Meeting was held. The Evaluation Committee unanimously voted to establish a library of engineering consulting services with the two top-ranked firms, namely BEA Architects, Inc. and Bermello, Ajamil & Partners, Inc. (Exhibit 1), and approved the recommendation for the process of administering the Library. The recommended process is as follows:
The County will conduct negotiations with both firms to establish a pricing structure for each firm. After the pricing structures are established, Work Authorizations shall be apportioned on a rotating basis in the following manner:
The first Work Authorization shall be issued to BEA and the second Work Authorization shall be issued to B&A. Thereafter, a balancing system shall be used whereby the dollar value of Work Authorizations issued to each firm shall be calculated to determine the firm with the least dollar amount of Work Authorizations awarded. The next Work Authorization shall be issued to the vendor who has received Work Authorizations of the lesser (total) dollar value. This system of review of Work Authorizations issued shall continue throughout the term of the agreement with the objective of dividing the compensation equally between the two firms. Attached is a sample of the process that will be used (Exhibit 2).
|