OFFICE OF INSPECTOR GENERAL PALM BEACH COUNTY

Similar documents
Exhibit A. Purchasing Department School District of Osceola County, Florida

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

Construction Management (CM) Procedures

All proposals must be received by August 30, 2016 at 2:00 PM EST

SECOND REQUEST FOR PROPOSALS. for

REQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

General Procurement Requirements

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR PARKING GARAGES FACILITY CONDITION STUDY Activity ID

OFFICE OF INSPECTOR GENERAL PALM BEACH COUNTY

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

Florida International University Project Fact Sheet Construction Manager Continuing Services Contact

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

WATERFRONT COMMISSION OF NEW YORK HARBOR

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

- Thank you for participating in the viewing of the Texas General Land Office s Community Development and Revitalization Program s, or GLO-CDR video

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Application for Pre-Qualification as a Professional Consultant CCNA

The University of Texas System Request for Proposal to. Launch an Entrepreneurship Mentor Network Pilot Program RFP# OTC

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

REQUEST FOR PROPOSALS: PROFESSIONAL AUDITING SERVICES

Request for Proposals (RFP) for Professional Design and Engineering Services

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

REQUEST FOR LETTERS OF INTEREST

Pontiac Public Library. Request for Proposal. For Forensic Audit Services. For the period. July 1, 2012 to December 31, 2013

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

Procedure Manual. Minority/Women Business Enterprise Program

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

LEGAL NOTICE Request for Proposal for Services

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

HOW TO DO BUSINESS WITH THE CITY OF VALDOSTA, GEORGIA

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

NOTICE OF REQUEST FOR PROPOSALS

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

KAREN E. RUSHING. Audit of the Vendor Selection Process

Request for Qualifications # For. Architecture/Engineering Professional Services For Small Projects

Request for Proposal (RFP) Architectural Services for Interior Renovations

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

DOUGLAS-CHEROKEE ECONOMIC AUTHORITY AFFORDABLE HOUSING PROGRAM REQUEST FOR PROPOSALS FOR AUDITING SERVICES

REQUEST FOR PROPOSAL. Virginia s Region 2000 Local Government Council Region 2000 Services Authority

REQUEST FOR PROPOSAL (RFP) PROJECT DESIGN AND CONTRACT DOCUMENT PREPARATION CEDAR BAND TRAVEL PLAZA ENTERPRISE

Request for Proposals

ADDENDUM NO. 2. Date Of Addendum: April 21, 2014

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

Describe the City s requirements and desired outcomes within a written specification;

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

BAKER CENTER A. PROPOSAL PACKAGE

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

REQUEST FOR PROPOSALS

Request for Qualifications Construction Manager at Risk Contract

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

Request for Qualifications. North Broward Regional Service Center, Replace Columnade Roof Membrane RFQ-REDM17/ ADDENDUM #1

Introduction. Proposal Submission

Below are five basic procurement methods common to most CDBG projects:

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

Bowen Island Municipality

REQUEST FOR PROPOSAL AUDITING SERVICES RFP #

Washington County Public Works, Building Services

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 49 EFFECTIVE DATE: JULY 1, 2018 REVISION #4: JULY 1, 2018

Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR PROPOSAL (RFP) # FY

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

Energy Efficiency Programs Process and Impact Evaluation

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

Contract No Project No C

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

FACILITY DEVELOPMENT

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES PACIFICA LIBRARY PROJECT

REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES

Social Media Management System

Transcription:

PALM BEACH COUNTY CONTRACT OVERSIGHT NOTIFICATION () John A. Carey Inspector General ISSUE DATE: JULY 22, 2014 Enhancing Public Trust in Government Ion Exchange Resin Plant and East Water Treatment Plant Improvements Request for Proposals 006-2821-14/DLJ SUMMARY In September 2013, the City of Boynton Beach ( City ) published a Request For Proposals (RFP) for a design/build firm 1 to provide services and expertise in the delivery of water/sewer utility design and construction. At the time, the City had various ongoing capital improvement projects including improving its existing underground utilities and expansions to its water treatment facilities. Qualified firms were to be selected pursuant to section 287.055, Florida Statutes the Consultants Competitive Negotiations Act (CCNA). On October 17, 2013, City staff supplied the Office of Inspector General (OIG) with a copy of the RFP and multiple design packages for our review. After reviewing the design packages, the OIG informed City staff that they did not meet the requirements of a design criteria package 2 as defined in the CCNA. On October 30, 2013, the City received proposals from six design/build firms. On December 9, 2013, after evaluating and scoring the proposals, the City s selection committee shortlisted three firms. On December 18, 2013, the three shortlisted firms were required to make oral presentations to the selection committee. After evaluating and scoring the oral presentations, the selection committee made an award recommendation to the City Commission. In January 2014, one of the design/build firms protested the selection committee s award recommendation, first to City staff and then to City Council. City staff denied the bid protest on March 27, 2014, and the City Council denied the bid protest on May 6, 2014. Although the design/build contract was awarded to the design/build firm that would have been awarded the contract utilizing the correct procedures, the OIG identified that the selection process was fundamentally flawed in that the City: (1) did not follow the requirements of its own policy manual or the evaluation process in its RFP; and, (2) failed to follow the requirements of section 287.055, Florida Statutes-Consultants 1 The City s RFP defines Design-Build firm as: A partnership, corporation, or other legal entity that: 1. Is certified under s. 489.119 to engage in contracting through a certified or registered general contractor or a certified or registered building contractor as the qualifying agent; or 2. Is certified under s. 471.023 to practice or to offer to practice engineering; under s. 481.219 to practice or to offer to practice architecture; or certified under s. 481.319 to practice or to offer to practice landscape architecture. 2 Design Criteria Package is defined as concise, performance-oriented drawings or specifications of the public construction project. The purpose of the design criteria package is to furnish sufficient information to permit design-build firms to prepare a bid or a response to an agency s request for proposal, or to permit an agency to enter into a negotiated design-build contract. The design criteria package must specify performance-based criteria for the public construction project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project.

Competitive Negotiation Act-when evaluating proposals from qualified design/build firms. BACKGROUND In September 2013, the City published a RFP soliciting sealed proposals from design/build firms for two projects: (1) installation of the Ion Exchange Resin Plant at the West Water Treatment Plant site for pre-treatment of the water supply to the East Water Treatment Plant; and, (2) upgrading of the East Water Treatment Plant to a capacity of 24 million gallons per day. The RFP states that the selection of the design/build firm shall be based on Competitive Proposal Selection in accordance with Florida Statutes 287.055, Consultants Competitive Negotiation Act. The CCNA requires that municipalities award design-build contracts either through a competitive proposal selection process or through a qualifications-based selection process. In a competitive proposal selection process the primary comparison is among the proposals, and the RFP must include a design criteria package, which is defined in section 287.055(2)(j), Florida Statutes. In addition, the design criteria package must be prepared and sealed 3 by a design criteria professional. In the City s procurement neither of these requirements were met. Instead, the City s procurement focused on the qualifications of the competing firms, and was a qualifications-based selection, for which section 287.055(4), Florida Statutes prescribes a two-step process. First, the municipality shall select in order of preference no fewer than three firms deemed to be the most highly qualified to perform the required services. Second, the municipality may request, accept and consider proposals for the compensation to be paid under the contract only [emphasis added] during competitive negotiations under subsection (5). Therefore, when using the qualifications-based selection process, municipalities cannot consider compensation (price) when evaluating a firm s qualifications. The City s RFP contained the following language; [t]his is a two (2) step process whereby the respondent will be required to submit two envelopes. The first sealed envelope shall contain qualifications requirements all in accordance with Florida Statues 287.055 and second envelope for price proposal as further detailed in this solicitation. FINDING (1): FINDINGS The City of Boynton Beach did not follow the requirements of its Administrative Policy Manual or the evaluation process described in its Request for Proposals. RFP Solicitation Language Section 6.I. of the RFP outlines the following evaluation criteria and the points assigned thereto: 3 Sealed documents include the preparation, review and approval by a design professional, either an architect or landscape architect, who has a current certificate of registration given under Chapter 481, Florida Statutes; or a registered engineer with a current certificate of registration under Chapter 471, Florida Statues, and who is employed by or under contract to the agency (City) for the providing of professional architect services, landscape architect services or engineering services. Page 2 of 8

Criteria Points Firm Qualifications and Experience (including Reference results) 20 Assigned Staff Qualifications & Experience 25 Current Workload 10 Project Approach 30 Price Proposal 15 Total 100 Section 6.1.E. of the solicitation document contains the following language: Shortlisted firms may be asked to make an oral presentation of their qualifications [emphasis added] and methodology to staff and/or the City Commission. However, the RFP provided no indication that additional points would be attributed to the oral presentations. In the City s Administrative Policy Manual 4, Chapter 10, Section 7, under the subject Procedures for Requests for Proposals (RFP), Subsection 6 is titled. Evaluation Factors, and states: The RFP shall state the relative importance of price, if appropriate, and other evaluation factors such as: quality, delivery and service, as well as past supplier performance, and conformance to specification and/or quotation requirements. Only criteria disclosed on the solicitation for bid may be used to evaluate the items or services proposed [emphasis added]. OIG Review: On December 9, 2013, after conducting the qualifications-based selection process and ranking the bidders based on the criteria and point system set out in the RFP, City staff stated that the three shortlisted firms would make oral presentations to the selection committee on December 18, 2013, and announced to the firms, for the first time, that an additional 100 points would be awarded during the oral presentation phase. This decision had the effect of reducing the qualifications-based scoring system set out in the RFP to 50% of the total score. Within the next day or two the shortlisted firms were advised of the two oral presentation evaluation criteria; Understanding of Program and Project Requirements and Approach and Method. However, the weightings of each of these criteria were not disclosed at that time. It should be noted that the criteria Understanding of Program and Project Requirements is inconsistent with the solicitation language, which states; Shortlisted firms may be asked to make an oral presentation of their qualifications [emphasis added] and methodology to staff and / or the City Commission. Florida s courts have repeatedly explained that: While a public authority has wide discretion in award of contracts for public works on competitive bids, such discretion must be exercised based upon 4 Standard Operating Guidelines, last revision: November 11, 2008. Page 3 of 8

clearly defined criteria, and may not be exercised arbitrarily or capriciously. Liberty County v. Baxter's Asphalt & Concrete, Inc., 421 So. 2d 505 (Fla. 1982), Miami-Dade County, supra, at 1088, City of Miami Beach, supra. City of Sweetwater v. Solo Constr. Corp., 823 So. 2d 798 (Fla. 3 rd DCA 2002) [Bold added] The National Association of State Procurement Officials (NASPO) provides guidance concerning RFP evaluation criteria. According to NASPO, [o]nce the RFP announces those criteria, the evaluation may only measure proposals against those and any subcriteria that logically fall within them. Otherwise, the evaluation diverges from what the offerors were told is important, and the process becomes an unfair one. Moreover, NASPO recommends, that each solicitation set forth the criteria to be considered in the evaluation of bids or proposals for award, and that no factor shall be considered that is not included in the solicitation [emphasis added]. 5 Additionally, according to the National Institute of Governmental Purchasing, the evaluation factors and procedures must be completed prior to issuing the proposals. Should the evaluation process not be clearly established prior to the receipts of proposals, disgruntled offerors may (and probably will) argue that the evaluation committee acted improperly. Thus, it is important to make it known how the RFP evaluation committee is going to conduct the evaluation and include the process as part of the RFP documentation before the evaluation committee reviews submitted proposals. 6 To summarize, the City s process for awarding points for the oral presentation improperly reversed the initial rankings for the first and second place firms, and failed to comply with the requirements of its own policy manual. However, as explained in the next section, the City had also committed a fundamental error in the first phase of the evaluation process. FINDING (2): The City of Boynton Beach did not follow the requirements of Chapter 287.055, Florida Statutes Consultants Competitive Negotiation Act when evaluating proposals from qualified design/build firms. Section 287.055, Florida Statutes outlines the requirements to be followed when procuring professional services 7 of architectural, engineering, landscape architectural or surveying and mapping services. Section 287.055(9), Florida Statutes, provides the requirements that a municipality must follow when procuring the services of a design build firm. 5 National Association of State Procurement Officials, State and Local Government Procurement, A Practical Guide (Lexington, KY: NASPO, 2008, 6 th ed.) p.109, p. 125 6 Khi Thai, Developing and Managing Requests for Proposals in the Public Sector, (Herndon, VA: National Institute of Governmental Purchasing, Inc., 2007, 2 nd ed.) p.111. 7 Professional Services is defined as those services within the scope of the practice of architecture, professional engineering, landscape architecture or registered survey and mapping, as defined by the laws of the state, or those performed by an architect, professional engineer, landscape architect or registered surveyor and mapper in connection with his or her professional employment or practice. Page 4 of 8

OIG Review: Section 2.1 of the City s RFP, titled Introduction, states: Selection of the professional team shall be based on Competitive Proposal Selection in accordance with Florida Statutes 287.055, Consultants Competitive Negotiation Act. The scoring criteria included in Section 6 herein will be used in the evaluation and ranking of the Proposal based on the response within this Request for Proposals (RFP) by the Selection Committee. Negotiations will then begin with the highest-ranked proposer for a contract at a price determined to be fair and competitive in the best interest of the CITY. Section 287.055(9)(c), Florida Statutes provides municipalities with two options. They must award design-build contracts either through a competitive proposal selection process or through a qualifications-based selection process. The City claimed to be using the competitive proposal selection method; however, this procurement did not qualify as a competitive proposal selection. The RFP included multiple design packages; however, they were not design criteria packages as defined in section 287.055(2)(j), Florida Statutes and as required by section 287.055(9)(c), Florida Statutes. In addition, the preliminary design documents were not prepared and sealed 8 by a design criteria professional, contrary to the requirements of section 287.055(9)(b), Florida Statutes. Instead, the procurement was a qualifications-based selection process, which per section 287.055(9)(c), Florida Statutes requires compliance with subsections (3),(4), and (5). Most of the rating criteria utilized are indicative of, and appropriately reflect a qualifications-based selection process. However, this procurement, by awarding points for pricing in determining the most qualified proposer, violated the specific requirements of subsection (4), which prohibit price from being considered until after the most qualified proposer has been chosen. The City s decision to include price in the qualifications-based selection process is a fundamental error that altered the position of the two highest ranked firms. Specifically, the highest ranked firm after the qualifications-based selection process became the second ranked firm after considering price; the second ranked firm after the qualifications-based selection process became the highest ranked firm after considering price; and, the third ranked firm was unchanged. To summarize, the City committed two fundamental errors in awarding the design/build contract; awarding points for oral presentations and including price in the qualificationsbased selection process. Fortunately for the City, these two fundamental errors had the effect of negating each other and ultimately the design/build contract was awarded to the design/build firm that would have been awarded the contract utilizing the correct procedures. 8 Sealed documents represent the preparation, review and approval by a design professional, either an architect or landscape architect, who has a current certificate of registration given under Chapter 481, Florida Statutes; or a registered engineer with a current certificate of registration under Chapter 471, Florida Statues, and is who is employed by or under contract to the agency (City) for the providing of professional architect services, landscape architect services or engineering services. Page 5 of 8

The City of Boynton Beach should: RECOMMENDATIONS 1. Adhere to its Administrative Policy Manual when publishing Requests for Proposals. Specifically, Chapter 10, Section 7 requires that only criteria disclosed on the solicitation for bid may be used to evaluate the items or services proposed. 2. Ensure that solicitation documents set forth the relative importance of the factors, and any subfactors, that will be considered in awarding the contract. Disclosure of the relative importance of all evaluation factors and subfactors should apply to the items listed on the evaluation score sheets. 3. Adhere to the requirements of the Consultants Competitive Negotiation Act when awarding design/build contracts by either a qualifications-based selection process or a competitive proposal selection process. RESONSE FROM MANAGEMENT On July 16, 2014, Lori LaVerriere, City Manager, provided a response to this Notification (Attachment A). Ms. LaVerriere stated, in part, The City believes that they followed a fair and equitable procurement method in this instance but realizes there are policies and procedures of the City s that would benefit by clarification and will take every effort in the future to follow its procurement policies and procedures. The City is clarifying it s process for requesting proposals to include clear scoring criteria in a matrix that will be included in each Request for Proposals released that will be used as the only scoring criteria by the evaluation team which will ensure compliance with the Administrative Policy Manual. Separate scoring criteria matrices will be developed for the competitive proposal selection and the qualification-based selection process for clarity and use by procurement staff and the evaluation team. ACKNOWLEDGEMENT The Inspector General s Contract Oversight staff would like to extend our appreciation to the City of Boynton Beach s management for the cooperation and courtesies extended to us during the contract oversight process. This report is available on the OIG website at: http://www.pbcgov.com/oig. Please address inquiries regarding this report to Hank K. Nagel, Contract Oversight Manager, by email at inspector@pbcgov.org or by telephone at (561) 233-2350. Page 6 of 8

ATTACHMENT A PAGE 1 Page 7 of 8

ATTACHMENT A PAGE 2 Page 8 of 8