Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-25273 21.       
Meeting Date: 10/17/2017  
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, Florida Design Contractors, Inc., for Electrical Load Center and Motor Control Centers Rehabilitation, Bid No. Y2113135C1, for Water and Wastewater Services, in the amount of $4,734,500, which includes allowances in the amount of $174,500, work to be substantially completed within 365 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. (Commission District 4)

ACTION:  (T-10:49 AM)  Approved.

 
VOTE: 9-0.

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-10:49 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.
 
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 electrical load center and motor control centers rehabilitation 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 RECOMMEND APPROVAL OF THE ABOVE MOTIONS.

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) goal of 25% for this contract. Florida Design Contractors, Inc. committed to 2.2% CBE participation, which the OESBD reviewed and approved (Exhibit 2). 

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. Florida Design Contractors, Inc. 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 electrical load center and motor control centers rehabilitation for the North Regional Wastewater Treatment Plant. This project replaces a portion of the electrical distributions system servicing the District 4 Wastewater Treatment plant. This portion of the electrical power distribution system is in excess of 40 years old and obsolete. The power systems need to be replaced and upgraded to handle current and future project needs.

The bid included six base bid items and five optional items that would be awarded based on available budget and in the best interest of the County. The optional items were add/deduct alternates that would allow the County to reduce/increase the amount of the award, if needed, to stay within budget. Based on the pricing received, Water and Wastewater Services determined to award the base bid items.

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

The allowances incorporated into this contract in the amount of $174,500 include: $107,000 for non-Broward County permit fees; $2,500 for Broward County permit fees; $1,000 for Water and Wastewater Services/Broward Sheriff's Office Identification Badges; $4,000 for fire watch fees and $60,000 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.

The Director of Purchasing has determined the low bidder, Francis Uriel Electric, Inc., to be non-responsive to the bid requirements; the bidder did not meet the qualifications as stated in the bid documents.

Water and Wastewater Services reviewed the bid submitted by Florida Design Contractors, Inc. and concurs with the recommendation for award. Five vendor performance evaluations were completed for Florida Design Contractors, Inc.; the firm has an overall rating of 3.95 out of a possible 5.0. Copies of the vendor performance evaluations are available upon request.

Water and Wastewater Services reviewed Florida Design Contractors, Inc.'s prices and found the prices to be reasonable based on the complexity of the work. Florida Design Contractors, Inc. was 7.70% below the independent cost analysis completed by the consultant (Exhibit 4).

There was no protest or appeal filed regarding this procurement.

The bid validity for this project expired on September 14, 2017. Florida Design Contractors, Inc. agreed to extend the bid validity through November 30, 2017, for Bid No. Y2113135C1.

The bid posted on March 31, 2017 and opened on May 17, 2017; two 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 $4,734,500.

Requisition No. WWE0000184
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Compliance Memorandum dated September 11, 2017
Exhibit 3 - User Concurrence Memorandum signed August 29, 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.