File #: DIS 20-013    Version: 1 Name:
Type: Discussion Status: Agenda Ready
File created: 1/16/2020 In control: Crime Control District
On agenda: 1/20/2020 Final action:
Title: Update on the Request for Qualifications (RFQ) for Architectural Services for Programming and Master Planning of the new Emergency Operations Center.
Attachments: 1. DP- RFQ for PD EOC (1)
Date Ver.Action ByActionResultAction DetailsMeeting DetailsAudio
No records to display.

Title

Update on the Request for Qualifications (RFQ) for Architectural Services for Programming and Master Planning of the new Emergency Operations Center.

Body

Summary: 

The FY 2019-2020 CCPD Budget includes funding for the conceptual design and opinion of probable cost for a new Emergency Operations Center at the Police Department. The desire is to develop a master plan for the property where the current Police Station is located and to include the design of a new multi-use building addition to predominately serve as a relocation of the existing Emergency Operation Center (EOC) and Dispatch Center, the redesign and reuse of the existing EOC, Dispatch Center, Radio Equipment room and Records/Reception offices.

A Request for Qualifications (RFQ) was issued pursuant to the Texas Professional Services Procurement Act requesting Statements of Qualifications (SOQs) from architectural firms for this project.  A copy of the RFQ is attached. This Act specifies that the procurement for professional services (including engineering, architectural services and land surveying, etc.) must follow a two-step process. First, a city selects the most highly qualified provider on the basis of demonstrated competence and qualifications. Second, the city attempts to negotiate a contract at a fair and reasonable price. Fees cannot be considered in the first step of the process. If a satisfactory contract cannot be negotiated with that provider, the next most highly qualified provider is selected and so on with the same process until an agreement is reached.

Five (5) Statements of Qualifications (SOQs) were submitted pursuant to the RFQ from the following architectural firms: Joiner Architects, BRW Architects, PGAL, Dewberry Architects Inc., and Brinkley Sargent Wiginton Architects.

A Selection Committee was appointed consisting of Police Department personnel, Emergency Services Director, Public Works/Engineering staff, and City Manager’s Office personnel. The selection committee scored and ranked the SOQs based upon the evaluation criteria stated in the RFQ. The committee ranked two firms as the most qualified in the order shown below:

1.                     PGAL

2.                     Brinkley Sargent Wiginton Architects

Staff will notify PGAL of their selection in step 1 of the procurement process and request that they submit a proposed contract with fees. PGAL is familiar with the City’s contractual requirements because they served as architect for the new EMS Annex that was dedicated in November 2019.

Fiscal/Budgetary Impact: 

$30,000 budgeted in FY 2019-2020 Budget

Recommended action

Discussion only.