File #: 21-536   
Status: Agenda Ready
In control: AVIATION DEPARTMENT
Agenda Date: 6/1/2021 Final action: 6/1/2021
Title: MOTION TO AWARD fixed contract to low responsive, responsible bidder, Gulf Building, LLC, for Security Credentialing Office Relocation, Bid No. PNC2120527C1, for the Broward County Aviation Department, in the amount of $1,666,528, which includes allowances in the amount of $466,612, to be substantially completed within 210 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.
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - Bid Tabulation - Best and Final Offer, 3. Exhibit 3 - OESBD Compliance Memoranda dated April 12, 2021, 4. Exhibit 4 - User Concurrence Memorandum signed November 23, 2020, 5. Exhibit 5 - Price Analysis, 6. Exhibit 6 - Agreement
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

MOTION TO AWARD fixed contract to low responsive, responsible bidder, Gulf Building, LLC, for Security Credentialing Office Relocation, Bid No. PNC2120527C1, for the Broward County Aviation Department, in the amount of $1,666,528, which includes allowances in the amount of $466,612, to be substantially completed within 210 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.

 

body

Why Action is Necessary

In accordance with the Broward County Procurement Code, Section 21.47(a), Award and Execution Authority, Board approval is required for awards exceeding $500,000, inclusive of the value of any renewals or extensions provided for in the contract.

Section 332.0075(3)(b), Florida Statutes, requires that a governing body must approve, award, or ratify all contracts executed by or on behalf of a commercial service airport over the threshold amount provided in § 287.017 for CATEGORY FIVE [i.e., $325,000] as a separate line item on the agenda and must provide a reasonable opportunity for public comment; such contracts may not be approved, awarded, or ratified as part of a consent agenda.

 

What Action Accomplishes

Provides all labor, materials, equipment, services, and incidentals for the demolition of the existing temporary Security Credentialing Office, and buildout of a new Security Credentialing Office in Terminal 1 at the Broward County Fort Lauderdale-Hollywood International Airport.

 

Is this Action Goal Related

No

 

Previous Action Taken

None.

 

Summary Explanation/Background

THE PURCHASING DIVISION AND THE AVIATION DEPARTMENT RECOMMEND APPROVAL OF THE ABOVE MOTION.

 

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) participation goal of 25% for this contract. Gulf Building, LLC committed to 31.47% CBE participation, which has been reviewed and approved by OESBD (Exhibit 3).

 

Based on the Master Plan for Broward County Fort Lauderdale-Hollywood International Airport, this project is part of a multi-phased approach for future enhancements, including a new Exit Roadway to improve traffic flow when departing the airport. The existing Security Credentialing Office is in the path of the new Exit Roadway and must be relocated. This contract provides for demolition of the existing Security Credentialing Office, which currently operates from a temporary location (Exhibit 6). A permanent office will be built within the footprint of Terminal 1 B/C Connector, 4th floor, allowing for efficient operations and providing an enhanced environment to employees and customers. Work includes demolition, thermal and moisture protection, installation of interior doors, drywall, floors, ceilings, electrical, data, fire protection, plumbing, heating, ventilation and air conditioning, new furnishings, and access control.

 

The allowances incorporated into this contract in the amount of $466,612 are for standardized sole source/sole brand items that include: $56,140 for building automation controls; $6,052 for fire alarm equipment; $309,403 for access card readers; and $95,016 for security cameras and closed-circuit television. 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.

 

This procurement carries a 100% performance and payment guaranty. The purchasing agent confirmed with the surety company that Gulf Building, LLC has the capacity to obtain the required guaranty.

 

The Director of Purchasing has determined that the apparent low bidder, Big Dog Construction Services, Inc., to be non-responsive for failure to submit a bid bond by the solicitation due date as specified in the solicitation. There is a $14,352 difference between the bid amount of the apparent low bidder, Big Dog Construction Services, Inc., versus the Best and Final Offer bid amount of the recommended bidder, Gulf Building, LLC.

 

The apparent low responsive, responsible bidder, Home Express Corp. DBA Home Express Builders (Home Express), is a non-local business; the fifth and seventh low responsive, responsible bidders, Gulf Building, LLC and Cosugas, LLC, respectively, are locally-headquartered businesses and bid amounts were within 15% of the non-local business’ bid amount. Therefore, in accordance with the Local Preference Ordinance, the Best and Final Offer (BAFO) process was extended to Home Express (non-local business), Gulf Building, LLC (locally-headquartered business), and Cosugas, LLC (locally-headquartered business). Three BAFO responses were received resulting in a savings of $142,446. The award is being recommended to the BAFO-low responsive, responsible bidder, Gulf Building, LLC (Exhibit 2).

 

The Aviation Department has reviewed the bid submitted by Gulf Building, LLC and concurs with the recommendation for award (Exhibit 4). There have been no vendor performance evaluations completed for Gulf Building, LLC.

 

The Purchasing Division has reviewed the prices submitted by the recommended bidder, Guld Building, LLC. The prices submitted are considered fair and reasonable in comparison to the engineer’s cost estimate and the bid prices of the competing firms in the BAFO (Exhibit 5).

 

This bid posted on August 3, 2020 and opened on September 23, 2020; 11 bids were received with no declinations (Exhibit 1). The BAFO was posted on December 8, 2020 and opened on December 15, 2020; three bids were received with no declinations.

 

The BAFO bid validity for this project expired on April 14, 2021. Gulf Building, LLC agreed to extend the BAFO bid validity through June 7, 2021 for Bid No. PNC2120527C1.

 

The Recommendation for Award was posted on the Purchasing Division website from May 7 - 13, 2021, at which time any aggrieved vendor could have protested the results. There was no protest or appeal filed regarding this procurement.

 

All dollar amounts referenced in this agenda item have been rounded to the nearest whole number.

 

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 FLL Capital Fund.

 

Requisition No. AVC0000525