Broward County Commission Regular Meeting
Director's Name: Stephen Farmer
Department: Finance and Administrative Services Division: Purchasing
Information
Requested Action
title
MOTION TO APPROVE deliberately phased Agreement between Broward County and Carollo Engineers, Inc. for Engineering Services for PFAS Water Treatment/Transmission System Improvements, Request for Proposals (RFP) No. PNC2128715P1, for Water and Wastewater Services, in a lump sum amount of $38,499,031 for Phases 1 and 2 Services, and a maximum not-to-exceed amount of $2,250,969 for reimbursables, for a total amount of $40,750,000, and authorize the Mayor and Clerk to execute same.
body
Why Action is Necessary
In accordance with the Broward County Procurement Code, Section 21.47, Award and Execution Authority, the Board shall make all awards, and authorize the execution of the associated contracts, with a value of more than $500,000, inclusive of the value of any renewals or extensions.
What Action Accomplishes
Provides engineering services for the removal of perfluoroalkyl and polyfluoroalkyl substances (PFAS) from the water treatment and transmission system.
Goal Related Icon(s)
☐County Commission
☐Go Green
☐MAP Broward
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE PUBLIC WORKS AND ENVIRONMENTAL SERVICES 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) goal of 25% for this contract. Carollo Engineers, Inc. committed to 25.10% CBE participation, which has been reviewed and approved by OESBD (Exhibit 2).
The Agreement provides engineering services for the design, permitting, bidding and award assistance, and engineering services necessary to conduct nanofiltration treatment of potable water at Water Treatment Plant 1A and 2A, including improvements to Supervisory Control and Data Acquisition (SCADA) system, ancillary systems and the potable water transmission main. The design must be in full compliance with the regulatory requirements established by the Environmental Protection Agency (EPA) and all applicable laws for the treatment of water to remove PFAS. The Agreement will be distributed as Additional Material, Exhibit 1.
The RFP was advertised on September 10, 2024 and, at the time of the submittal deadline on October 21, 2024, two firms submitted proposals: Black & Veatch Corporation and Carollo Engineers, Inc.
On December 11, 2024, the Combination Initial and Final Evaluation Committee meeting was held. During the Evaluation Committee (EC) meeting, the EC passed a motion that determined both firms were responsive and responsible to the RFP requirements. After presentations, evaluation, scoring and ranking, the EC deemed Carollo Engineers, Inc. as the first-ranked firm and Black & Veatch Corporation as the second-ranked firm.
The EC’s proposed recommendation of ranking was posted on the Purchasing Division website from December 13 - 18, 2024, which provided an opportunity for any proposer or interested party to present any new or additional information regarding the responsibility of the proposers. No new or additional information was received.
The EC’s final recommendation of ranking was posted on the Purchasing Division website from December 19 - 26, 2024, which provided an opportunity for any aggrieved proposer to file a protest. No formal protest was received.
On December 27, 2024, in accordance with the Procurement Code, Section 21.42, Procedures for RFPs, RLIs and RFQs, the ranking of the qualified firms became final and staff proceeded with negotiations.
Eleven negotiation meetings were held: January 22, 2025, January 29, 2025, February 7, 2025, February 11, 2025, March 5, 2025, March 12, 2025, March 21, 2025, April 9, 2025, May 30, 2025, June 25, 2035 and July 16, 2025 to negotiate the Agreement with Carollo Engineers, Inc. These meetings were attended by Carollo Engineers, Inc. and its representatives, Water and Wastewater Services, the County Attorney’s Office, and the Purchasing Division.
The project scope is a deliberately phased project approach. Phase 1 is for preliminary design and Phase 2 is for detail design, permitting, and bid services. These phases are anticipated to be completed within two years and three months from issuance of Notice to Proceed (NTP). Phase 3 is for the construction engineering and inspection (CEI) services (completed during project construction). Phase 3 fees will be negotiated in the future and added by an amendment.
Prior to the start of Phase 3, an Invitation to Bid will be issued for construction services. Phase 3 is anticipated to be completed within two years from the awarded construction contract’s Second NTP date.
The following changes were made to the CBE participation commitment during negotiations, which have been reviewed and approved by OESBD (Exhibit 3):
1) McCafferty Brinson Consulting, LLC voluntarily withdrew from the project.
2) Three new CBE vendors were added: C Solutions, Inc., Florida Digital Reproduction Corp, and Reina Engineering LLC.
3) CBE participation commitment was modified for: Design Kollaborative Architects Planners, Inc. dba DK Architects; Dickey Consulting Services, Inc.; Engenuity Group, Inc.; and WIRX Engineering LLC.
4) CBE goal assignment was reduced from 25% to 19.76% for Phase 1.
After negotiations, the following firms had a multiplier negotiated over 3.0 and/or an operating margin of over 10%. Carollo Engineers, Inc. (Prime Vendor) has a multiplier of 3.07 and an operating margin of 12%. Brown and Caldwell, Inc. (subconsultant) has a multiplier of 3.07. National consultant firms (for water and wastewater treatment professional services) generally have higher overhead and fringe percentages due to the need for specialized expertise and advanced technical resources (Exhibit 4).
Additional supporting documentation provided to the Evaluation Committee regarding this procurement can be found on the Broward County Purchasing Division website at <https://www.broward.org/Purchasing/Pages/Repository.aspx>.
Source of Additional Information
Robert E. Gleason, Director, Purchasing Division, (954) 357-6070
Fiscal Impact
Fiscal Impact/Cost Summary
The funding source is the Water and Wastewater Construction Fund in the amount of $40,750,000.
Requisition No. WWE0001592