Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-16347 31.       
Meeting Date: 04/22/2014  
Director's Name: Scott G. Miller
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO WAIVE as a minor technical irregularity, the  requirement on the bid pricing sheet that non-prepriced adjustment factors be greater than 1.0000.

ACTION: (T-10:24 AM) Approved.

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

B. MOTION TO AWARD open-end contract to low bidder, Thornton Construction Company, Inc., for the Job Order Contract, Bid No. T1144107B1, for the Facilities Management Division and other various agencies that may have need for these services, in the annual estimated amount of $3,000,000, and authorize the Director of Purchasing to renew the contract for two one-year periods, for a maximum three-year potential estimated amount of $9,000,000. The initial contract period shall start on the date of award and terminates one year from that date, contingent upon receipt and approval of insurance/performance and payment guaranty.

ACTION: (T-10:24 AM) Approved.

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

C. MOTION TO AWARD open-end contract to low responsive, responsible bidder, Allied Contractor's, Inc., for the Job Order Contract, Bid No. T1144107B1, for the Facilities Management Division and other various agencies that may have need for these services, in the annual estimated amount of $3,000,000, and authorize the Director of Purchasing to renew the contract for two one-year periods, for a maximum three-year potential estimated amount of $9,000,000. The initial contract period shall start on the date of award and terminates one year from that date, contingent upon receipt and approval of insurance/performance and payment guaranty.

ACTION: (T-10:24 AM) Approved.

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

D. MOTION TO AWARD open-end contract to low responsive, responsible bidder, LEE Construction Group, Inc., for the Job Order Contract, Bid No. T1144107B1, for the Facilities Management Division and other various agencies that may have need for these services, in the annual estimated amount of $3,000,000, and authorize the Director of Purchasing to renew the contract for two one-year periods, for a maximum three-year potential estimated amount of $9,000,000. The initial contract period shall start on the date of award and terminates one year from that date, contingent upon receipt and approval of insurance/performance and payment guaranty.

ACTION: (T-10:24 AM) Approved.

VOTE: 8-0. Commissioner Jacobs was not present.
Why Action is Necessary
A. In accordance with the Broward County Procurement Code, Section 21.30.f.1(c), the Board may waive a minor or nonsubstantive lack of conformity in the submission of bid requirements considered to be a technicality or irregularity.

B, C, and D. 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
A. Allows for award to low responsive, responsible bidders.
 
B, C and D. 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) established a County Business Enterprise (CBE) goal of 30% for Bid No. T1144107B1. Thornton Construction Company, Inc., Allied Contractor's, Inc. and LEE Construction Group, Inc. committed to 30% CBE participation by submitting Contractor Assurance Statements, which have been reviewed and approved by the OESBD (Exhibit 2).

The purpose of the Job Order Contract
(JOC) is to provide 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 JOC's 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 cost of mobilization, labor, insurance, bonding, security badging, materials, tools, scaffolding, incidentals and equipment necessary to accomplish the particular task. 

Bid Nos. T1144107B1, T1144108B1 and T1144109B1 for the Job Order Contract were released simultaneously. The bid document authorized the County to award three contractors for each bid. 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 award for the bid in which the bidder submitted the lowest Award Criteria Factor.

This procurement carries a 50% performance and payment bond for each bidder. The Purchasing Division has confirmed with the surety companies that these three firms have the capacity to obtain the required bonds.

The Director of Purchasing recommends waiving, as a minor technical irregularity, the requirement on the bid pricing sheet that the non-prepriced adjustment factor be greater than 1.0000 (Exhibit 1: Line 9). In accordance with Broward County Procurement Code Section 21.30.f.1(c), a minor or nonsubstantive lack of conformity may be considered a technicality or irregularity, which may be waived by the authority empowered to make the award. A minor or technical irregularity is a variation from the bid or proposal that does not give the bidder an advantage or benefit not enjoyed by others, or does not adversely affect the interests of the County. A non-prepriced task is defined in the bid document as, "Units of work or tasks that are not included in the Construction Task Catalog but are within the general scope of intent of a project or Job Order." Included in the non-prepriced adjustment factor costs are labor, direct material costs, direct equipment costs and subcontractor costs. The bid pricing sheet included in the Bid document should have stated that "Non-prepriced Adjustment Factor (This number must be greater than or equal to 1.0000)" to match the previous Job Order Contracts awarded by the Board in 2007 and 2010; however, the Bid document omitted the "or equal to" clause as a requirement of the definition stated on the bid pricing sheet. Thornton Construction Company, Inc. complied with the requirement by submitting an adjustment factor of 1.0025, which equates to a 0.25% mark-up on non-prepriced tasks. Allied Contractor's, Inc. and LEE Construction Group, Inc. submitted adjustment factors of 1.0000, which equate to no mark-up on non-prepriced tasks. Waiving this bid pricing sheet requirement as a minor technical irregularity does not give the  bidders an advantage and does not adversely affect the interests of the County. 

The Facilities Management Division has reviewed the bids submitted by Thornton Construction Company, Inc., Allied Contractor's, Inc. and LEE Construction Group, Inc., and concurs with the recommendations for award (Exhibits 3, 4 and 5).

A summary of vendor performance evaluations is attached (Exhibit 6).

A summary of the previous Job Order Contracts is attached (Exhibit 7).

There was no protest or appeal filed regarding this procurement.

The bid advertised on November 5, 2013 and opened on December 11, 2013; 16 bids were received with no declinations (Exhibit 1).


Fiscal Impact
Fiscal Impact/Cost Summary:
A. None.

B, C and D. Each requirement processed against each of these open-end contracts, in the annual estimated amount of $3,000,000, and the maximum three-year potential estimated amount of $9,000,000, will be funded by the appropriate source at the time of release.
 
RQM No. FMC11151200000000001; Folder No. 1144107
Attachments
Exhibit 1 – Bid Tabulation
Exhibit 2 – Goal Memorandum dated December 20, 2013
Exhibit 3 – User Concurrence Memorandum signed March 5, 2014
Exhibit 4 – User Concurrence Memorandum signed February 28, 2014
Exhibit 5 – User Concurrence Memorandum signed March 6, 2014
Exhibit 6 – Summary of Performance Evaluations
Exhibit 7 – Summary of Previous Job Order Contracts


    

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

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