Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-26678 28.       
Meeting Date: 05/22/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO AWARD fixed contract to the low bidder, Poole & Kent Company of Florida, for North Regional Wastewater Treatment Plant Reclaimed Water Plant Expansion, Bid No. PNC2116193C1, for Water and Wastewater Services, in the amount of $53,204,000, which includes allowances in the amount of $2,125,000 and optional items in the amount of $305,000, to be substantially completed within 874 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-10:43 AM)  Approved.  

VOTE:  8-0. Commissioner Sharief 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-10:43 AM)  Approved.  

VOTE:  8-0. Commissioner Sharief 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, equipment, services and incidentals for the reclaimed water plant expansion 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. Poole & Kent Company of Florida committed to 25.01% CBE participation, which has been reviewed and approved by the OESBD (Exhibit 3).

Chapter 2008-232 of the Laws of Florida established the Leah Schad Memorial Ocean Outfall Program (ACT), which established a timeline for the elimination of existing discharges of wastewater. In addition, there is a requirement that by 2025, 60% of the wastewater treatment flows must be reused for beneficial purposes and the use of the outfalls for wastewater disposal be restricted to wet weather flows from permitted reuse systems. In order to comply with this legislation, additional treatment is necessary to treat the wastewater so that it can be reclaimed. The North Regional Wastewater Treatment Plant reclaimed water plant expansion provides an additional 16 million gallons per day of reclaimed water. The work includes: 1) modification of the existing filter feed pump station to pump approximately 29 million gallons per day; 2) installation of a new top feed upflow filter unit at 26 million gallons per day; 3) installation of a new chlorine contact tank for the disinfection process; 4) new chemical storage tanks and chemical transfer/metering pumping equipment; and 5) new two-story concrete electric building to house new electrical transformers, motor control centers, standby generators and mechanical appurtenances associated with this expansion.

This procurement carries a 100% performance and payment guaranty. The Purchasing Division confirmed with the surety company that Poole & Kent Company of Florida has the capacity to obtain the required guaranty.

The allowances incorporated into this contract in the amount of $2,125,000 include: $2,090,000 for non-Broward County permit fees; $10,000 for Broward County permit fees; $2,000 for Water and Wastewater Services/Broward Sheriff's Office Identification badges; $20,000 for testing fees; and $3,000 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 costs 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. Poole & Kent Company of Florida has agreed to be bound to the contractual obligations of the Workforce Investment Program.

The low bidder, Poole & Kent Company of Florida, is a non-local business. Kirlin Florida, LLC, the second bidder, is a local business, and its bid amount was within 10% of the non-local bidder's bid amount. Therefore, in accordance with the Local Preference Ordinance, the Best and Final Offer (BAFO) process was extended to Poole & Kent Company of Florida and Kirlin Florida, LLC. After review of the BAFO responses, Poole & Kent Company of Florida was determined to be the low, responsive responsible bidder resulting in a savings of $2,421,000 (Exhibit 2).

Water and Wastewater Services reviewed the bid submitted by Poole & Kent Company of Florida and concurs with the recommendation for award (Exhibit 4). One final vendor performance evaluation has been completed for Poole & Kent Company of Florida; the firm has a rating of 4.76 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, Poole & Kent Company of Florida, and has determined that the prices submitted are fair, reasonable and aligned with market analysis for the industry (Exhibit 5).

There was no protest or appeal filed regarding this procurement.

This bid posted on February 14, 2018 and opened on March 21, 2018; 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 Construction Fund in the amount of $53,204,000.

Requisition No. WWE0000427
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Bid Tabulation - Best and Final Offer
Exhibit 3 - OESBD Compliance Memorandum dated April 2, 2018
Exhibit 4 - User Concurrence Memorandum signed April 2, 2018
Exhibit 5 - Price Analysis


    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.