Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-25217 13.       
Meeting Date: 09/26/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO AWARD fixed contract to low bidder, Kirlin Florida, LLC, for North Regional Wastewater Treatment Plant Fine Bubble Aeration Basin Conversion, Bid No. Y2114123C1, for Water and Wastewater Services Division, in the amount of $26,895,848, which includes allowances in the amount of $850,000, to be substantially completed within 965 calendar days from the Project Initiation Date listed in the Second Notice to Proceed, contingent upon the receipt and approval of insurance/performance and payment guaranty and authorize the Mayor and Clerk to execute same. (Commission District 4)

ACTION:  (T-10:33 AM)  Approved.

 
VOTE: 6-0.  Commissioner LaMarca and Mayor Sharief were not present during the vote.  Commissioner Ryan was not present. 

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

ACTION:  (T-10:33 AM)  Approved.
 
VOTE: 6-0.  Commissioner LaMarca and Mayor Sharief were not present during the vote.  Commissioner Ryan was not present. 
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.

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 and equipment, services and incidentals for fine bubble aeration basin conversion improvements at the North Regional Wastewater Treatment Plant.

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/WATER AND WASTEWATER SERVICES DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTIONS.

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) goal of 16% for this contract. Kirlin Florida, LLC committed to 16% CBE participation, which the OESBD reviewed and approved for the base bid amount (Exhibit 2). The OESBD will review the awarded amount (including the optional items) and will request CBE participation for the awarded optional items.

In accordance with the Broward County Workforce Investment Program, Broward County Administrative Code, Section 19.21, these services are subject to the Workforce Investment Program. Kirlin Florida, LLC has agreed to be bound to the contractual obligations of the Workforce Investment Program.

This contract provides for all labor, materials, equipment, services and incidentals for fine bubble aeration basin conversion improvements at the North Regional Wastewater Treatment Plant. The work includes the demolition and removal of the existing mechanical surface aerators at Modules A and B and replacement with a fine bubble diffused membrane aeration system at each Module. The addition of fine bubble aeration to the aeration basins will provide increased aeration control and efficiency, and also reduce the required energy consumption. The current aeration is done mechanically and has a large energy usage as well as a higher maintenance requirement.

The bid included 15 base bid items and eight optional items, that would be awarded based on available budget and as in the best interest of the County. The optional items were mainly included because of the large fluctuations in stainless steel prices, as observed in other recent projects. Based on the pricing received, Water Wastewater Services determined to award all optional items.

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

The allowances incorporated into this contract in the amount of $850,000 include: $770,000 for non-Broward County permit fees; $60,000 for Water and Wastewater Services/Broward Sheriff Office Identification Badges and $20,000 for site security and monitoring systems. Expenditures under these allowance items must be approved by the contract administrator and will be reimbursed at the contractor's actual cost without mark-up.

Water and Wastewater Services reviewed the bid submitted by Kirlin Florida, LLC and concurs with the recommendation for award. Two vendor performance evaluations were completed for Kirlin Florida, LLC; the firm has an overall rating of 4.07 out of a possible 5.0. Copies of the vendor performance evaluations are available upon request.

Water and Wastewater Services reviewed Kirlin Florida, LLC's prices and found the prices to be reasonable based on the complexity of the work. Kirlin Florida, LLC was 3% above the independent cost analysis completed by the consultant.

There was no protest or appeal filed regarding this procurement.

The amounts referenced in this agenda were rounded to the nearest whole dollar. Vendor payments will be based on the bid specifications. The bid tabulation reflects the actual amount of the award.

The bid posted on May 12, 2017 and opened on July 14, 2017; three 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 Water and Wastewater Services Fund in the amount of $21,126,000 for Fiscal Year 2017. The balance of the funding in the amount of $5,769,848 will be funded in Fiscal Year 2018 for a total amount of $26,895,848.

Requisition No. WWO0000259
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Compliance Memorandum dated August 2, 2017
Exhibit 3 - User Concurrence signed August 14, 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.