File #: 23-418   
Status: Agenda Ready
In control: PUBLIC WORKS DEPARTMENT
Agenda Date: 6/13/2023 Final action: 6/13/2023
Title: A. MOTION TO APPROVE Agreement between Broward County and Chen Moore and Associates, Inc., for Consultant Services for Engineering Services for Water and Wastewater Projects Category 1 Utility Analysis Zones 225 and 226, Request for Proposals (RFP) No. PNC2123898P1, in the maximum not-to-exceed amount of $3,099,997, which includes reimbursables in the amount of $98,122 and optional services in the amount of $100,000; and authorize the Mayor and Clerk to execute same. (Transferred to the Consent Agenda.) ACTION: (T-10:40 AM) Approved. VOTE: 9-0. B. MOTION TO APPROVE Agreement between Broward County and Chen Moore and Associates, Inc., for Consultant Services for Engineering Services for Water and Wastewater Projects Category 2 Septic Tank Elimination District 3A-O and 3A-Y, Request for Proposals (RFP) No. PNC2123898P1, in the maximum not-to-exceed amount of $3,472,024, which includes reimbursables in the amount of $114,117 and optional services in the amount of $70,000; and author...
Attachments: 1. Exhibit 1 - Agreement - Category 1, 2. Exhibit 2 - Agreement - Category 2, 3. Exhibit 3 - Agreement - Category 3, 4. Exhibit 4 - OESBD Memorandum dated September 6, 2022
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broward County Commission Regular Meeting                               

Director's Name:  George Tablack

Department:                       Finance and Administrative Services                     Division: Purchasing

 

Information

Requested Action

title

A. MOTION TO APPROVE Agreement between Broward County and Chen Moore and Associates, Inc., for Consultant Services for Engineering Services for Water and Wastewater Projects Category 1 Utility Analysis Zones 225 and 226, Request for Proposals (RFP) No. PNC2123898P1, in the maximum not-to-exceed amount of $3,099,997, which includes reimbursables in the amount of $98,122 and optional services in the amount of $100,000; and authorize the Mayor and Clerk to execute same.

 

(Transferred to the Consent Agenda.)                     

 

ACTION: (T-10:40 AM) Approved.

 

VOTE: 9-0.

 

B. MOTION TO APPROVE Agreement between Broward County and Chen Moore and Associates, Inc., for Consultant Services for Engineering Services for Water and Wastewater Projects Category 2 Septic Tank Elimination District 3A-O and 3A-Y, Request for Proposals (RFP) No. PNC2123898P1, in the maximum not-to-exceed amount of $3,472,024, which includes reimbursables in the amount of $114,117 and optional services in the amount of $70,000; and authorize the Mayor and Clerk to execute same.

 

(Transferred to the Consent Agenda.)                     

 

ACTION: (T-10:40 AM) Approved.

 

VOTE: 9-0.

 

C. MOTION TO APPROVE Agreement between Broward County and Thompson & Associates, Inc., Civil Engineering, d/b/a Thompson and Associates, for Consultant Services for Water and Wastewater Projects Regional Effluent and Reuse Solutions Category 3, Request for Proposals (RFP) No. PNC2123898P1, in the maximum not-to-exceed amount of $4,600,000, which includes reimbursables in the amount of $284,604 and optional services in the amount of $100,000; and authorize the Mayor and Clerk to execute same.

 

(Transferred to the Consent Agenda.)                     

 

ACTION: (T-10:40 AM) Approved.

 

VOTE: 9-0.

 

body

Why Action is Necessary

Motions A-C: In accordance with Broward County Procurement Section 21.47(a), Award and Execution Authority, Board approval is required for awards exceeding $500,000.

 

What Action Accomplishes

Motions A-C: Provide for qualified firms to prepare and provide professional engineering services for Water and Wastewater Projects:  Category 1 - Utility Analysis Zone 225 and 226; Category 2 - Septic Tank Elimination Step Area 3A-Y and 3A-O; Category 3 - Regional Effluent and Reuse Solutions.

 

Is this Action Goal Related

No

 

Previous Action Taken

None.

 

Summary Explanation/Background

THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT / WATER AND WASTEWATER SERVICES RECOMMEND APPROVAL OF THE ABOVE MOTIONS.

 

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) participation goal for this project of 25% for Category 1, 35% for Category 2, and 25% for Category 3. Chen Moore and Associates, Inc. has committed to 25% CBE participation for Category 1 and 35% CBE participation for Category 2. Thompson & Associates, Inc., Civil Engineering, d/b/a Thompson and Associates committed to 60% for Category 3. The respective participation plans were reviewed and approved by the OESBD (Exhibit 4).

 

The purpose of these agreements is to engage the services of qualified firms to provide engineering services for three separate categories of water and wastewater projects based on type of service and location. Each agreement and its respective scope of work is described as follows:

 

Category No. 1:  Utility Analysis Zone 225 and 226

Professional engineering services for the engineering design, permitting, bidding and award, and engineering services during construction of two Utility Analysis Zone (UAZ) projects located in Deerfield Beach (Exhibit 1).

 

Category No. 2:  Septic Tank Elimination Step Area 3A-Y and 3A-O

Professional engineering services for the design, reporting, permitting, preparation of construction documents, and bidding and award for two septic tank elimination areas located in Dania Beach (Exhibit 2).

 

Category No. 3:  Regional Effluent and Reuse Solutions

Professional engineering services for the design, permitting, bidding and award, and engineering services during construction of the regional effluent pipeline to carry treated wastewater from the North Regional Wastewater Treatment Plant to the City of Pompano Beach Oasis Water Reclamation Facility (Exhibit 3).

 

On June 14, 2022 (Item No. 61), the Board approved RFP No. PNC2123898P1, Engineering Services for Water and Wastewater Projects. Six firms submitted proposals in response to this RFP, consisting of four submittals for Category 1, four submittals for Category 2, and four submittals for Category 3.

 

The services in this procurement are considered “professional services” and, therefore, are covered by Florida Statute Section 287.055, Consultants’ Competitive Negotiation Act (CCNA).

 

On November 4, 2022, an Initial Evaluation Meeting was held. The Evaluation Committee determined that all six firms were responsive and responsible to the RFP requirements and voted in favor of them advancing to the Final Evaluation Meeting to be numerically scored and ranked by the Evaluation Committee.

 

On November 18, 2022, a Final Evaluation Meeting was held. After evaluation and ranking, the Evaluation Committee named Chen Moore and Associates, Inc. as the first-ranked firm for Categories 1 and 2; and named Thompson & Associates, Inc., Civil Engineering, d/b/a Thompson and Associates as the first-ranked firm for Category 3.

 

The Evaluation Committee’s proposed recommendation of ranking was posted on the Purchasing Division website from November 29 - December 2, 2022, 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 December 5 - 9, 2022, which provided an opportunity for any aggrieved proposer to file a formal protest. There was no protest filed within this timeframe.

 

Three negotiation meetings were held with Chen Moore and Associates, Inc. to negotiate an Agreement for Category 1: February 2, February 13, and February 22, 2023. These meetings were attended by representatives of Chen Moore and Associates, Inc., and staff from Water and Wastewater Services, the Office of the County Attorney, and the Purchasing Division.

 

Three negotiation meetings were held with Chen Moore and Associates, Inc. to negotiate an Agreement for Category 2: February 7, February 23, and March 3, 2023. These meetings were attended by representatives of Chen Moore and Associates, Inc., and staff from Water and Wastewater Services, the Office of the County Attorney, and the Purchasing Division.

 

Five negotiation meetings were held with Thompson & Associates, Inc., Civil Engineering, d/b/a Thompson and Associates to negotiate an Agreement for Category 3: March 10, March 23, March 28, April 5, and April 11, 2023. These meetings were attended by representatives of Thompson & Associates, Inc., Civil Engineering, d/b/a Thompson and Associates, and staff from Water and Wastewater Services and the Purchasing Division.

 

Additional supporting documentation provided to the Evaluation Committee regarding this procurement can be found on the Broward County’s Purchasing Division website at <https://www.broward.org/purchasing/Pages/repository.aspx>.

 

The amounts referenced in this agenda item have been rounded to the nearest whole dollar.

 

Source of Additional Information

Robert G. Gleason, Director, Purchasing Division, (954) 357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

The source of funding for Category 1 is the Water and Wastewater Construction Fund in the amount of $1,090,000. The balance of the funding in the amount of $2,009,997 will be funded in Fiscal Year 2024 for a total amount of $3,099,997.

 

The source of funding for Category 2 (Project 1) is the Water and Wastewater Construction Fund in the amount of $1,850,000. The balance of the funding ($197,696) will be funded in Fiscal Year 2024 for a total amount of $2,047,696. The source of funding for Category 2 (Project 2) is the Water and Wastewater Construction Fund in the amount of $1,424,328 for an overall total amount of $3,472,024 for Category 2.

 

The source of funding for Category 3 is the Water and Wastewater Construction Fund in the amount of $4,600,000.

 

The total amount for all three Categories is $11,072,021.