Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-26824 42.       
Meeting Date: 06/05/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO AWARD fixed contract to low bidder, Ric-Man International, Inc., for Utility Analysis Zone 113B, Bid No. PNC2116083C1, for Water and Wastewater Services, in the amount of $28,115,926, which includes allowances in the amount of $565,597, to be substantially completed within 574 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 9)

ACTION:  (T-10:26 AM)  Approved.

 
VOTE: 6-0.  Commissioners Geller, Holness and Sharief were 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-10:26 AM)  Approved.
 
VOTE: 6-0.  Commissioners Geller, Holness and Sharief were 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 infrastructure site work for utility analysis zone 113B.
 
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. Ric-Man International, Inc. committed to 37.30% CBE participation, which has been reviewed and approved by the OESBD (Exhibit 2).

The purpose of this contract is for the construction of infrastructure site work for utility analysis zone 113B. The work will include site preparation, earthwork, sanitary sewer system installation, water systems installation, roadway and walkway restoration and construction, landscape restoration, restoring existing irrigation systems, pavement marking restoration and site furnishings.

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

The allowances incorporated into this contract in the amount of $565,597 are for non-Broward County permit fees. Expenditures under this allowance item 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. Ric-Man International, Inc. has agreed to be bound to the contractual obligations of the Workforce Investment Program.

Water and Wastewater Services reviewed the bid submitted by Ric-Man International, Inc. and concurs with the recommendation for award (Exhibit 3). Four final vendor performance evaluations have been completed for Ric-Man International, Inc.; the firm has a rating of 3.36 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, Ric-Man International, Inc., 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 amounts referenced in this agenda 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.

This bid posted on March 19, 2018 and opened on April 20, 2018; six 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 $28,115,926.
 
Requisition No. WWE0000412
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - OESBD Compliance Memorandum dated May 4, 2018
Exhibit 3 - User Concurrence Memorandum signed May 1, 2018
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.