Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-25020 55.       
Meeting Date: 08/22/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO AWARD fixed contract to low responsive, responsible bidder, RF Environmental Services, Inc. DBA Milan Construction & Real Estate, for Bid No. T2114225C1, Construction of Air Monitoring Station Sites 1 and 25, for Construction Management Division, in the amount of $514,900, which includes allowances in the amount of $41,000, work to be completed in 120 calendar days from the issuance of the Second Notice to Proceed for each site, contingent upon the receipt and approval of insurance/performance and payment guaranty, and authorize the Mayor and Clerk to execute same. (Commission Districts 7 and 8)

ACTION:  (T-10:19 AM)  Approved.
 
VOTE: 9-0.

B. MOTION TO APPROVE increase of change order allowance by 10%, in addition to the allowable 5% administrative increase, for a total change order allowance of 15% to address unforeseen conditions and regulatory requirements that may be identified during permit and plan reviews and construction.

ACTION:  (T-10:19 AM)  Approved.
 
VOTE: 9-0.
Why Action is Necessary
A. In accordance with the Broward County Procurement Code, Section 21.31.a.4, the Board is required to approve all purchases exceeding $250,000 per annum or $400,000 in a multi-year period.

B. In accordance with the Broward County Procurement Code, Section 21.73.c, the Board is required to approve any change order allowance increase exceeding 5% of the original contract amount.
What Action Accomplishes
A. Provides all labor, materials, equipment, services and incidentals for the construction of two air monitoring stations.

B. Provides an additional change order allowance for the contract administrator to approve change orders over the standard 5% allowance, to address unforeseen conditions and regulatory requirements.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT/CONSTRUCTION MANAGEMENT DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTIONS.

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise goal of 18% for this contract. RF Environmental Services, Inc. DBA Milan Construction & Real Estate (RF Environmental), a certified County Business Enterprise, committed to 85% self- participation, which was reviewed and approved by the OESBD (Exhibit 2).

The purpose of this contract is to provide all labor, materials, equipment, services and incidentals for the construction of two air monitoring stations. The work includes demolition of existing air monitoring stations and replacing them with pre-fabricated structures.

This procurement carries a 100% performance and payment guaranty. The Purchasing Division confirmed with the surety company that RF Environmental has the capacity to obtain the required guaranty.

The allowances incorporated into this contract, in the not-to-exceed amount of $41,000 are for permits, inspection fees, and utilities. Expenditures under this allowance must be approved by the contract administrator and will be reimbursed at the contractor's actual incurred cost, without markup.

In accordance with the Broward County Workforce Investment Program, Broward County Administrative Code, Section 19.211, these services are subject to the Workforce Investment Program. RF Environmental agreed to be bound to the contractual obligations of the Workforce Investment Program.

The Director of Purchasing has determined the apparent low bidder, LTB Electrical Services, Inc., to be non-responsive. The firm failed to meet the licensing requirements of the bid; the bidder possessed a Certified Electrical Contractor's license. The bid required a General Contractor or Broward County General Building Contractor - Class “A” license. Additionally, the bidder did not include an amount for bid line item no. 1 (premium for insurance and bonds).

The Director of Purchasing has determined the second apparent low bidder, Trevid Group, LLC, to be non-responsive. The firm failed to meet the licensing requirements of the bid; the bidder possessed a Certified Building Contractor's license. The bid required a General Contractor or Broward County General Building Contractor - Class “A” license. Additionally, the bidder did not comply with County Business Enterprise requirements. 

The Construction Management Division reviewed the bids submitted by the first and second bidders and determined that the licenses possessed by each vendor did not meet the requirements of the solicitation document. The Construction Management Division reviewed the bid submitted by the low responsive, responsible bidder, RF Environmental, and concurs with the recommendation for award (Exhibit 3). No vendor performance evaluations were completed for RF Environmental.

The Construction Management Division reviewed RF Environmental’s prices and found the prices to be reasonable based on the size, phasing, and complexity of the site work. RF Environmental was 1.1% below the independent cost analysis completed by the Construction Management Division (Exhibit 4).

There was no protest or appeal filed regarding this procurement.

The bid posted on June 8, 2017 and opened on July 10, 2017; four bids were received with no declinations (Exhibit 1).
Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
The source of funding for this project is the Air Pollution Trust Fund in the amount of $514,900.

Requisition No.CMD0000139
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Memorandum signed July 24, 2017
Exhibit 3 - User concurrence signed July 19, 2017
Exhibit 4 - Price Analysis


    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.