Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-26192 32.       
Meeting Date: 03/20/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO AWARD fixed contract to the low bidder, R J Sullivan Corporation, for High Service Pump Stations and Ground Storage Tanks, Bid No. PNC2114505C1, for Water and Wastewater Services, in the amount of $19,790,000, which includes allowances in the amount of $950,000, to be substantially completed within 540 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 Districts 7 and 9)

ACTION:  (T-11:01 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-11:01 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 for the construction of high service pump stations and ground storage tanks for Water and Wastewater Services.

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 30% for this contract. R J Sullivan Corporation committed to 30.02% CBE participation, which has been reviewed and approved by the OESBD (Exhibit 2).

This contract provides for the construction of high service pump stations and ground storage tanks at District 3A and District 1B1 Water Treatment Plants for Water and Wastewater Services.
 
This procurement carries a 100% performance and payment guaranty. The Purchasing Division confirmed with the surety company that R J Sullivan Corporation has the capacity to obtain the required guaranty.

The allowances incorporated into this contract in the amount of $950,000 include: $716,000 for non-Broward County permit fees; $10,000 for Broward County permit fees; $4,000 for Water and Wastewater Services/Broward Sheriff's Office Identification Badges; $200,000 for Florida Power and Light fees; and $20,000 for fire watch fees. 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 19.21, these services are subject to the Workforce Investment Program. R J Sullivan Corporation has agreed to be bound to the contractual obligations of the Workforce Investment Program.

Water and Wastewater Services reviewed the bid submitted by R J Sullivan Corporation and concurs with the recommendation for award (Exhibit 3). Six vendor performance evaluation have been completed for R J Sullivan Corporation; the firm has a rating of 4.48 out of a possible 5.0. Copies of the vendor performance evaluations are available upon request.

The purchasing agent has researched the prices submitted by the recommended bidder, R J Sullivan Corporation, and has determined that the prices submitted are fair, reasonable and aligned with market analysis for the industry (Exhibit 4).

There was no protest or appeal filed regarding this procurement.

The bid posted on October 20, 2017 and opened on December 6, 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 Water and Wastewater Construction Fund in the amount of $19,790,000.

Requisition No. WWE0000431
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Compliance Memorandum dated January 23, 2018
Exhibit 3 - User Concurrence Memorandum signed December 13, 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.