Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-27348 26.       
Meeting Date: 09/25/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO AWARD fixed contract to the low responsive responsible bidder, RF Environmental Services, Inc. d/b/a Milan Construction & Real Estate, for 1A and 2A Treatment Unit No. 2 Rehabilitation, Bid No. PNC2116592C1, for Water and Wastewater Services, in the amount of $1,858,010, which includes allowances in the amount of $25,000, to be substantially completed within 240 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.

ACTION:  (T-10:57 AM)  Approved.

VOTE: 9-0.
Why Action is Necessary
In accordance with the Broward County Procurement Code, Section 21.31.a.4, Award Authority, Board approval is required for awards exceeding $500,000 that includes a single bidder, rejection of apparent low bidder, or protested award.
What Action Accomplishes
Provides rehabilitation work for Treatment Unit No. 2 at Water Treatment Plants 1A and 2A for Water and Wastewater Services.
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 MOTION.

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) goal of 26% for this contract. RF Environmental Services, Inc. d/b/a Milan Construction & Real Estate committed to 80% CBE participation, which has been reviewed and approved by the OESBD (Exhibit 3).

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. RF Environmental Services, Inc. d/b/a Milan Construction & Real Estate has agreed to be bound to the contractual obligations of the Workforce Investment Program.

This contract provides for the complete rehabilitation work for Treatment Unit No. 2, which includes the removal and installation of radial launders, central collection launders, annular draft tubes and effluent launders with stainless steel materials at Water Treatment Plants 1A and 2A; and the containment, sandblasting and painting of the structures for Treatment Unit No. 1 at Water Treatment Plant 2A.

This procurement carries a 100% performance and payment guaranty. The Purchasing Division confirmed with the surety company that RF Environmental Services, Inc. d/b/a Milan Construction & Real Estate has the capacity to obtain the required guaranty.

The allowances incorporated into this contract in the amount of $25,000 include: $20,000 for non-Broward County permit fees; $500 for Broward County permit fees; $500 for Water and Wastewater Services/Broward Sheriff's Office identification badges; and $4,000 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.

The Director of Purchasing has determined the low bidder, E&D Contracting Services, Inc., to be non-responsive to the bid requirements; the bidder did not meet the CBE requirements as stated in the bid documents and did not bid all line items.

Water and Wastewater Services reviewed the bid submitted by RF Environmental Services, Inc. d/b/a Milan Construction & Real Estate and concurs with the recommendation for award (Exhibit 3). There are no performance evaluations for RF Environmental Services, Inc. d/b/a Milan Construction & Real Estate.

The purchasing agent has researched the prices submitted by the recommended bidder, RF Environmental Services, Inc. d/b/a Milan Construction & Real Estate, 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 April 18, 2018 and opened on July 9, 2018; 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 $1,000,000 for Fiscal Year 2018. The balance of the funding in the amount of $858,010 will be funded in Fiscal Year 2019 for a total amount of $1,858,010.
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - OESBD Compliance Memorandum dated July 24, 2018
Exhibit 3 - User Concurrence Memorandum signed July 30, 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.