Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-25655 21.       
Meeting Date: 12/05/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO AWARD fixed contract to low bidder, Russell Engineering, Inc., for Bid No. N2114545C1, Construction of Wiles Road from Riverside Drive to Rock Island Road for the Highway Construction and Engineering Division, in the amount of $7,624,555, which includes allowances in the amount of $25,000, to be substantially completed in 480 calendar days from the Project Initiation Date specified 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 the same. (Commission Districts 2 and 3)

ACTION:  (T-10:35 AM)  Approved.

 
VOTE: 9-0.  Commissioner Geller voted in the affirmative telephonically.
Why Action is Necessary
In accordance with the Broward County Procurement Code, Section 21.31.a.4, the Board is required to approve all purchases exceeding $250,000.
What Action Accomplishes
Provides for a fixed contract for the construction of Wiles Road from Riverside Drive to Rock Island Road.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT/HIGHWAY CONSTRUCTION AND ENGINEERING DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.

The Office of Economic and Small Business Development (OESBD) did not establish County Business Enterprise (CBE) participation goals for this project, because this project is subject to 50% funding from the Florida Department of Transportation (FDOT) under an approved County Incentive Grant Program (CIGP). Florida Statute 255.0991 prohibits the use of a local preference program based upon business location for project funded 50% or more through State appropriated funding; therefore, OESBD is precluded from establishing CBE goals for this project. In addition, per FDOT guidelines, this contract is not subject to the Broward County Workforce Investment Program (Exhibit 2).

The purpose of this contract is to provide for the construction of Wiles Road, from Riverside Drive to Rock Island Road. The improvements include the reconstruction of Wiles Road, from four to six lanes, with Complete Streets elements including designated bicycle lanes, sidewalks, drainage, lighting, signalization, landscaping, and irrigation improvements.

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

The allowances incorporated into this contract, in the amount of $25,000, are for permit fees. Expenditures under these allowance items must be approved by the contract administrator and will be reimbursed at the contractor’s actual incurred cost, without mark-up (Exhibit 1).

The solicitation required the prime vendor to possess a State Certified General Contractor license (or equivalent Broward County license) and possess FDOT prequalification(s) in the work being performed. Pursuant to Chapter 337, Florida Statutes, a contractor who has been prequalified for a particular type of work by FDOT must be presumed to be qualified by a governmental entity to do that type of work. Based on the state statute, Russell Engineering, Inc. is not required to possess a general contractor’s license, since it possesses FDOT prequalifications.

The Highway Construction and Engineering Division has reviewed the bid submitted by Russell Engineering, Inc., and concurs with the recommendation for award (Exhibit 3). Sixteen vendor performance evaluations have been completed for Russell Engineering, Inc. with an average of 3.17 out of a possible rating of 5.0. Copies of the vendor performance evaluations are available upon request. 

The amounts referenced in this agenda have been rounded to the nearest whole dollar. Vendor payments will be based on the actual invoice amount. The bid tabulation reflects the actual amount of the award, but does not itemize the allowance and line items; however, the total amount for all allowance items is included in the total award amount.

There was no protest or appeal filed regarding this procurement.

The bid posted on July 14, 2017 and opened on August 30, 2017; 10 bids were received with no declinations (Exhibit 4).
Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
This project is funded jointly by Broward County and FDOT through a joint participation agreement. Under the agreement, FDOT is funding 50% of the project, and the County is funding the remaining 50%. The source of funding for this project is the Constitutional Gas Tax Capital Outlay Fund.

Requisition No. HCN0000190
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Memorandum dated May 1, 2017
Exhibit 3 - User Concurrence signed October 20, 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.