Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-16314 17.       
Meeting Date: 04/08/2014  
Director's Name: Scott G. Miller
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO AWARD open-end contract to low bidder, Providian Construction Group, LLC, a certified Small Business Enterprise, for the Job Order Contract, Bid No. T1144109B1, for the Facilities Management Division and various other County agencies, in the annual estimated amount of $250,000, and authorize the Director of Purchasing to renew the contract for two one-year periods, for a maximum three-year potential estimated amount of $750,000. The initial contract period begins on the date of award and terminates one year from that date, contingent upon receipt and approval of insurance.

ACTION: (T-10:23 AM) Approved.

VOTE: 8-0. Commissioner Ritter was not present.

ACTION: (T-10:45 AM) The Board reconsidered the Consent Agenda for Item 28. (Refer to minutes for full discussion.)

VOTE: 9-0. Commissioner Ritter voted in the affirmative telephonically.
 
B. MOTION TO AWARD open-end contract to low responsive, responsible bidder, Sagoma Construction Services Inc., a certified Small Business Enterprise, for the Job Order Contract, Bid No. T1144109B1, for the Facilities Management Division and various other County agencies, in the annual estimated amount of $250,000, and authorize the Director of Purchasing to renew the contract for two one-year periods, for a maximum three-year potential estimated amount of $750,000. The initial contract period begins on the date of award and terminates one year from that date, contingent upon receipt and approval of insurance.

ACTION: (T-10:23 AM) Approved.

VOTE: 8-0. Commissioner Ritter was not present.

ACTION: (T-10:45 AM) The Board reconsidered the Consent Agenda for Item 28. (Refer to minutes for full discussion.)

VOTE: 9-0. Commissioner Ritter voted in the affirmative telephonically.

C. MOTION TO AWARD open-end contract to low responsive, responsible bidder, SLM Engineering, Inc., a certified Small Business Enterprise, for the Job Order Contract, Bid No. T1144109B1, for the Facilities Management Division and various other County agencies, in the annual estimated amount of $250,000, and authorize the Director of Purchasing to renew the contract for two one-year periods, for a maximum three-year potential estimated amount of $750,000. The initial contract period begins on the date of award and terminates one year from that date, contingent upon receipt and approval of insurance.

ACTION: (T-10:23 AM) Approved.

VOTE: 8-0. Commissioner Ritter was not present.

ACTION: (T-10:45 AM) The Board reconsidered the Consent Agenda for Item 28. (Refer to minutes for full discussion.)

VOTE: 9-0. Commissioner Ritter voted in the affirmative telephonically.
 
D. MOTION TO AUTHORIZE Director of Purchasing to award one additional open-end contract to the next low responsive, responsible bidder for the Job Order Contract, Bid No. T1144109B1, for the Facilities Management Division and various other County agencies, in the annual estimated amount of $250,000, and authorize the Director of Purchasing to renew the contract for two one-year periods, for a maximum three-year potential estimated amount of $750,000. The initial contract period begins on the date of award and terminates one year from that date, contingent upon receipt and approval of insurance.

ACTION: (T-10:23 AM) Approved.

VOTE: 8-0. Commissioner Ritter was not present.

ACTION: (T-10:45 AM) The Board reconsidered the Consent Agenda for Item 28. (Refer to minutes for full discussion.)

VOTE: 9-0. Commissioner Ritter voted in the affirmative telephonically.
Why Action is Necessary
In accordance with the Broward County Procurement Code, Section 21.31.a.4, the Board is required to approve all purchases exceeding $250,000 per annum or $400,000 in a multi-year period.
What Action Accomplishes
Provides for the timely issuance of job orders for construction maintenance, renovations, repairs and minor new construction projects for County-owned facilities based on pre-priced tasks established by the Job Order Contract Program’s Construction Task Catalog.
Is this Action Goal Related
Previous Action Taken
None
Summary Explanation/ Background
THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT/FACILITIES MANAGEMENT DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTIONS.

This item supports the Board’s Vision for Unlimited Economic Opportunities, and Goal No. 2 to “create economic opportunities by cultivating local small business enterprises within Broward County.”

The Office of Economic and Small Business Development (OESBD) designated this contract as a reserved contract for the Sheltered Market Program. The OESBD has reviewed the bids and determined that Providian Construction Group, LLC, Sagoma Construction Services Inc. and SLM Engineering, Inc. meet the Small Business Enterprise (SBE) eligibility criteria (Exhibit 2).

The purpose of the Job Order Contract (JOC) is to provide means for the timely issuance of job orders for construction maintenance, renovations, repairs and minor new construction projects for County-owned facilities based on pre-priced tasks established in the Construction Task Catalog (CTC). Minor new construction is defined as an improvement to an existing structure or building, or an extension of infrastructure or utilities. Each task in the CTC is priced based upon Broward County's rates and includes the cost of mobilization, labor, insurance, bonding, security badging, materials, tools, scaffolding, incidentals and equipment necessary to accomplish the task.

Bid Nos. T1144107B1, T1144108B1 and T1144109B1 for the Job Order Contract were released simultaneously. Bid No. T1144109B1 authorized the County to award bids to four contractors under the Sheltered Market Program.  However, bidders may be awarded only one Job Order Contract under either Bid Nos. T1144107B1, T1144108B1 or T1144109B1. In cases where a bidder  responded to more than one bid and is determined to be the low responsive, responsible bidder for both bids; the bidder is recommended for the bid in which the bidder submitted the lower Award Criteria Factor.

The Facilities Management Division has reviewed the bids submitted by Providian Construction Group, LLC, Sagoma Construction Services Inc., and SLM Engineering, Inc., and concurs with the recommendations for award (Exhibits 3, 4 and 5).

Although the bid document allows for awards to as many as four contractors, only three vendors are recommended for award at this time; a fourth vendor may be awarded a contract at a later date based upon determination of responsiveness and responsibility. 

Thirteen vendor performance evaluations have been completed for Providian Construction Group, LLC; the firm has obtained an overall rating of 4.11 out of a possible rating of 5.0. Copies of the vendor performance evaluations are available upon request.

No vendor performance evaluations are available in Contract Central for Sagoma Construction Services Inc., or SLM Engineering, Inc.

The previous Contract No. T0831301B1 was for a similar scope of services with the recommended bidder, Providian Construction Group, LLC, with total expenditures of approximately $743,794, for a three-year term ending December 13, 2013.

There was no protest or appeal filed regarding this procurement.

The bid posted on November 5, 2013 and opened on December 11, 2013; ten bids were received with no declinations (Exhibit 1).

Fiscal Impact
Fiscal Impact/Cost Summary:
Each requirement processed against each of these open-end contracts, in the annual estimated amount of $250,000, and the maximum three-year potential estimated amount of $750,000, will be funded by the appropriate source at the time of release.

RQM No. FMC05161300000000003; Folder No. 1144109
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Memorandum dated December 18, 2013
Exhibit 3 - User Concurrence Memorandum signed February 14, 2014
Exhibit 4 - User Concurrence Memorandum signed February 14, 2014
Exhibit 5 - User Concurrence Memorandum signed February 14, 2014


    

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

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