THE PURCHASING DIVISION AND THE ENVIRONMENTAL PROTECTION AND GROWTH MANAGEMENT DEPARTMENT/ENVIRONMENTAL PLANNING AND COMMUNITY RESILIENCE DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.
This item supports the Board's Value, "Encouraging investments in renewable energy, sustainable practices and environmental protection", and its goal to "Proactively lead in the planning, design and construction of projects to support community resilience and climate adaptation, including coordination with other entities to foster resilient design as part of all local and regional projects."
The Office of Economic and Small Business Development did not establish a County Business Enterprise (CBE) participation goal because this project may be partially funded by the United States Army Corps of Engineers and Florida Department of Environmental Protection. Federal grant regulations prohibit geographical preferences in the evaluation of proposals (Exhibit 3).
This Agreement provides for professional coastal engineering and environmental consulting services for the implementation of the Broward County Segment III Beach Management Plan. The Project elements include major and minor renourishment projects, extension of the Dr. Von D. Mizell - Eula Johnson State Park, groin field(s), the incorporation of dunes into the managed beach profile section, assistance to the County for the implementation of opportunistic retreat of shorefront development, extending the Federal authorization and/or re-authorization of the future Segment III construction project, and coordination with Dr. Von Mizell - Eula Johnson State Park and the local communities along the Segment III shoreline.
On March 28, 2017 (Item No. 49), the Board approved the Request for Proposals (RFP) No. T2112588P1, Coastal Engineering Consultant Services for Segment III Shore Protection. Six firms submitted proposals to the RFP.
On July 17, 2017, an Initial Evaluation Committee meeting was held. The Evaluation Committee determined that all six firms were both responsive and responsible to the RFP requirements.
On August 16, 2017, a Final Evaluation Committee meeting was held. After presentations, evaluation, and scoring, the Evaluation Committee named Olsen Associates, Inc. as the first-ranked firm.
On September 14, 2017 (Item No. 58), the Board approved the Evaluation Committee's final ranking of the qualified firms and authorized staff to proceed with negotiations.
Seven Sunshine meetings were held to negotiate this Agreement: November 8, November 27, December 1, and December 19, 2017; January 5, January 19, and March 21, 2018. These meetings were attended by representatives of Olsen Associates, Inc., the Environmental Planning and Community Resilience Division, the Office of the County Attorney, and the Purchasing Division.
Deviation from the standard County agreement form is listed in Agreement Summary (Exhibit 1).
The amount referenced in this agenda has been rounded to the nearest whole dollar. Vendor payments will be based on the maximum amount payable under this contract. The Agreement reflects the actual amount of the award.
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)
Dr. Jennifer Jurado, Director, Environmental Planning and Community Resilience Division, Environmental Protection and Growth Management Department
John Crouse, Director, Water Management Division, Water and Wastewater Services, Public Works Department
Erik Neugaard, Environmental Program Manager, Seaport Engineering and Construction Division, Port Everglades Department