File #: 20-539   
Status: Agenda Ready
In control: PUBLIC WORKS DEPARTMENT
Agenda Date: 5/5/2020 Final action: 5/5/2020
Title: A. MOTION TO AWARD fixed contract to low responsive, responsible bidder, Intercounty Engineering Inc., for Regional Master Meter Improvements - Bid Package 2, Bid No. PNC2120004C1, for Water and Wastewater Services, in the amount of $1,047,289, which includes allowances in the amount of $80,500 to be substantially completed within 360 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 7) ACTION: (T-11:13 AM) Approved. VOTE: 9-0. Commissioners Bogen, Fisher, Rich, Sharief and Vice-Mayor Geller voted in the affirmative telephonically. 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 that may be identified during construction. ACTION: (T-11:13 ...
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - Goal Compliance Memorandum dated February 7, 2020, 3. Exhibit 3 - User Concurrence signed February 24, 2020, 4. Exhibit 4 - Price Analysis, 5. Exhibit 5 - Contract
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broward County Commission Regular Meeting                               

Director's Name:  George Tablack

Department:                       Finance and Administrative Services                     Division: Purchasing

 

Information

Requested Action

title

A. MOTION TO AWARD fixed contract to low responsive, responsible bidder, Intercounty Engineering Inc., for Regional Master Meter Improvements - Bid Package 2, Bid No. PNC2120004C1, for Water and Wastewater Services, in the amount of $1,047,289, which includes allowances in the amount of $80,500 to be substantially completed within 360 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 7)

 

ACTION:  (T-11:13 AM)  Approved.

 

VOTE:  9-0.  Commissioners Bogen, Fisher, Rich, Sharief and Vice-Mayor Geller voted in the affirmative telephonically.

 

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 that may be identified during construction.

 

ACTION:  (T-11:13 AM)  Approved.

 

VOTE:  9-0.  Commissioners Bogen, Fisher, Rich, Sharief and Vice-Mayor Geller voted in the affirmative telephonically.

 

body

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 to increase the reliability of communication links with the telemetry server at the North Regional Wastewater Treatment Plant and to update billing meters throughout the service area.

 

Motion B. Provides an additional change order allowance for the contract administrator to approve change orders over the standard 5% allowance to address unforeseen condition during underground excavations and renovations.

 

Is this Action Goal Related

No

 

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 31% 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 contract is to increase the reliability of communication links (remote telemetry units) with the base telemetry server located at the North Regional Wastewater Treatment Plant of the Supervisory Control and Data Acquisition (SCADA) System  and to update existing billing meters throughout the service area.

 

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 $80,500 include: $27,500 for permits fees, $50,000 for Florida Power and Light fees, $1,000 for Water and Wastewater/Broward Sheriff Office identification badges and $2,000 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 that the apparent low bidder Continental Construction USA to be non-responsive to the bid requirements; the bidder did not meet CBE requirements. The CBE goal participation was set at 25%, Continental Construction USA did not commit to any CBE participation. The OESBD extended the three-day cure opportunity for Continental Construction USA to meet the goal requirements, the vendor failed to do so. The difference in cost between the apparent low bidder and the recommended bidder is $64,234.

 

The Water and Wastewater Services Division reviewed the bid submitted by Intercounty Engineering Inc. and concurs with the recommendation for award (Exhibit 3). Four final vendor performance evaluations have been completed for Intercounty Engineering Inc. The firm has a rating of 3.60 out of a possible 5.0.

 

The prices submitted are fair and reasonable based on engineer's project estimate (Exhibit 4).

 

There was no protest or appeal filed regarding this procurement.

 

This bid posted on December 16, 2019 and opened on January 22, 2020; six bids were received with one declination (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 $1,047,289.

 

Requisition No: WWE0000780