Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-25391 20.       
Meeting Date: 12/05/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO WAIVE requirement to submit the required Bid Bond on the County's approved Bid Bond form by the solicitation due date and time, Envirowaste Services Group, Inc., submitted the bond on a Proposal Bond form, which was subsequently remedied by the bidder.

ACTION:  (T-10:35 AM)  Approved.
 
VOTE: 9-0.  Commissioner Geller voted in the affirmative telephonically.

B. MOTION TO AWARD open-end contract to low bidder, Envirowaste Services Group, Inc., for Multi District Inflow and Infiltration Reduction Program, Bid No. Y2114050B1, for Water and Wastewater Services, in the annual estimated amount of $7,450,482, which includes allowances in the amount of $75,000 and authorize the Director of Purchasing to renew the contract for two one-year periods, for a three-year potential estimated amount of $22,351,446. The initial contract period begins on the date of award and terminates one year from that date, contingent upon receipt of the payment performance guaranty.

ACTION:  (T-10:35 AM)  Approved.
 
VOTE: 9-0.  Commissioner Geller voted in the affirmative telephonically.
Why Action is Necessary
A. In accordance with the Broward County Procurement Code, Section 21.30.f.1(c), the Board may waive a minor or non-substantive lack of conformity in the submission of bid requirements considered to be a technicality or irregularity.

B. 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.
What Action Accomplishes
A. Allows for award to low bidder.

B. Provides an open-end contract for preconstruction video inspection, insitu rehabilitation of the sanitary and storm sewer systems, and replacement of sanitary sewer lines throughout Broward County.
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 Enterprises (CBE) goal of 17.5% for this contract. Envirowaste Services Group, Inc. committed to 18% CBE participation, which the OESBD reviewed and approved (Exhibit 2).

The Director of Purchasing recommends waiving, as a non-substantive irregularity, the requirement to submit the bid bond on the County's approved bid bond form by the solicitation due date and time. Envirowaste Services Group, Inc. provided the required 5% bid bond prior to bid opening; however, the bid bond was submitted on a proposal bond form. The bidder demonstrated its intent to meet the requirements of the bid by submitting a bond on time and for the correct amount. Envirowaste Services Group, Inc. subsequently provided the correct bid bond form and is in compliance with the solicitation requirements.

The purpose of this contract is to provide the furnishing of all labor, materials, equipment, services and incidentals for preconstruction video inspection, insitu rehabilitation of the sanitary and storm sewer systems, and replacement of sanitary sewer lines throughout Broward County. 

This procurement carries a 25% performance and payment guaranty. The Purchasing Division confirmed with the surety company that Envirowaste Services Group, Inc. has the capacity to obtain the required guaranty.

The allowances incorporated in this contract, in the total amount of $75,000, include: $25,000 for non-Broward County permit fees and $50,000 for parts and materials and or specialty subcontractors. 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.

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. Envirowaste Services Group, Inc. has agreed to be bound to the contractual obligations of the Workforce Investment Program.

Water and Wastewater Services reviewed the bid submitted by Envirowaste Services Group, Inc. and concurs with the recommendation for award (Exhibit 3). No vendor performance evaluations were completed for Envirowaste Services Group, Inc.

There was no protest or appeal filed regarding this procurement.

Bid No. Y2114050B1 replaces Contract No. Y0876206B1, which was awarded to three different vendors.  Each vendor performed a specific function.  The replacement contract is to be awarded to one vendor to handle all aspects of the project.

Incumbents: Shenandoah General Construction Co. (Contract A - TV Inspection and Survey), Contract Number Y0876206B1, Multi District Inflow & Infiltration Reduction Program; Contract Term:  September 13, 2011 to September 12, 2013, expenditures to Date: $1,393,083. Contract A was replaced by Contract No. Y1239210B1 effective September 9, 2014, expenditures to Date: $41,203.

Miller Pipeline Corporation, n/k/a Miller Pipeline, LLC (Contract B - Lining Contractor), Contract Number Y0876206B1, Multi District Inflow & Infiltration Reduction Program; Contract Term: September 13, 2011 to September 12, 2016, expenditures to-date are $4,267,152.

Lanzo Construction Company (Contract C - Point Repair/Excavations), primary vendor, and Giannetti Contracting Corporation and Foster Marine Corporation as secondary vendors, Contract Number Y0876206B1, Multi District Inflow & Infiltration Reduction Program; Contract Term: Lanzo Construction Company September 13, 2011 to September 12, 2013, expenditures to date: $73,530; Giannetti Contracting Corporation September 13, 2011 to September 12, 2016, expenditures to-date: $591,560; Foster Marine Corporation September 13, 2011 to September 12, 2013, expenditures to date:  $0.

On December 8, 2016, the Director of Purchasing approved the 90-day extension for Contract B with Miller Pipeline, LLC and Contract C with Giannetti Contracting Corporation. The contracts expired on December 12, 2016. 

Interim Contract, Y0876206BX with Miller Pipeline, LLC, in the amount of $250,000 was approved by the Director of Purchasing utilizing the same pricing, terms and condition as Contract No. Y0876206B1 in order to provide the referenced services from February 9, 2017 to August 9, 2017. Expenditures to-date: $109,353.

Interim Contract, Y0876206BX with Giannetti Contracting Corp, in the amount of $250,000 was approved by the Director of Purchasing utilizing the same pricing, terms and conditions as Contract No. Y0876206B1 in order to provide the referenced services from February 9, 2017 to August 9, 2017. Expenditures to-date:  $104,176.

Interim Contract Y2114050BX with Envirowaste Services Group, Inc., in the amount of $250,000 was approved by the Director of Purchasing utilizing the same pricing, terms and conditions for Bid No. Y2114050B1 in order to provide the referenced services from November 2, 2017 until the date of award. 

The bid validity for this project expired on October 31, 2017. Envirowaste Services Group, Inc. agreed to extend its bid validity through December 31, 2017 for Bid No. Y2114050B1.

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

The bid posted on May 4, 2017 and opened on July 3, 2017; seven 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:
Each requirement processed against this open-end contract will be funded by the appropriate source at the time of release.

Requisition No. WWE0000252
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Compliance Memorandum dated July 21, 2017
Exhibit 3 - User Concurrence Memorandum signed July 17, 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.