Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-28758 37.       
Meeting Date: 05/07/2019  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO AWARD fixed contract to low responsive, responsible bidder, Intercounty Engineering, Inc. for Rehabilitation of Retail Master Pump Station 224, Bid No. PNC2117502C1, for Water and Wastewater Services, in the amount of $1,627,660, which includes allowances in the amount of $60,000 and optional items in the amount of $16,050, to be substantially completed within 270 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)

(Commissioner Udine pulled this item.)


ACTION:  (T-10:58 AM)  Approved.  (Refer to minutes for full discussion.)

VOTE:  8-0.  Commissioner Udine abstained from voting, and was not present during the vote.


B. MOTION TO APPROVE increase of Administrative Change Order allowances by an additional 5%, for a total change order allowance of 10% to address unforeseen site conditions and underground work.

(Commissioner Udine pulled this item.)

ACTION:  (T-10:58 AM)  Approved.  (Refer to minutes for full discussion.)

VOTE:  8-0.  Commissioner Udine abstained from voting, and was not present during the vote.
Why Action is Necessary
Motion A: 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.

Motion 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
Motion A: Provides all labor, materials, equipment, services and incidentals for upgrades to master pump station 224.

Motion B: Provides an additional change order allowance for the contract administrator to approve change orders over the standard 5% allowance to address unforeseen site conditions and underground work.
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. Intercounty Engineering, Inc. committed to 25.06% CBE participation, which has been reviewed and approved by the OESBD (Exhibit 2).

In accordance with the Broward County Workforce Investment Program, Broward County Administrative Code, Section 19.211, these services are subject to the Workforce Investment Program. Intercounty Engineering, Inc. has agreed to be bound to the contractual obligations of the Workforce Investment Program.

The purpose of this construction contract is for upgrades to Master Pump Station 224, which includes the installation  of a by-pass pumping system, replacement of mechanical and electrical components, replace and relocation of piping and fittings, wet-well repairs, landscaping and lighting improvements, and the installation of a new odor control system.

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

The allowances incorporated into this contract in the amount of $60,000 include: $40,000 for permit fees; and $20,000 for Florida Power and Light 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 apparent low bidder was T.V. Diversified, LLC. The Director of Purchasing determined T.V. Diversified, LLC to be non-responsive to the minimum qualifications requirement included in the solicitation.  See Agency's Non-Concurrence (Exhibit 6).

Water and Wastewater Services reviewed the bid submitted by Intercounty Engineering, Inc. and concurs with the recommendation for award (Exhibit 3). Five final vendor performance evaluations have been completed for Intercounty Engineering, Inc.; the firm has a rating of 3.48 out of a possible 5.0.

The prices submitted are fair and reasonable based on  the engineer's project estimate by Craven Thompson & Associates, Inc. (Exhibit 4).

There was no protest or appeal filed regarding this procurement.

The bid validity for this project expired on April 4, 2019. Intercounty Engineering, Inc. agreed to extend the bid validity through May 30, 2019 for Bid No. PNC2117502C1.

The bid posted on October 22, 2018 and opened on December 5, 2018; nine bids were received with two 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 $1,627,660.

Requisition No. WWE0000573
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - OESBD Compliance Memorandum dated January 2, 2019
Exhibit 3 - User Concurrence Memorandum signed February 14, 2019
Exhibit 4 - Price Analysis
Exhibit 5 - Contract
Exhibit 6 - User Non-Concurrence


    

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

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