File #: 22-1346   
Status: Agenda Ready
In control: TRANSPORTATION DEPARTMENT
Agenda Date: 11/15/2022 Final action: 11/15/2022
Title: MOTION TO AWARD fixed contract to the single bidder, A&P Contracting Co. Inc., for Ravenswood Enhancement and Retrofit Project, for Ravenswood Transit Facility, Bid No. TRN2123318C1, for the Transportation Department, in the amount of $1,379,425, which includes allowances of $135,000, to be substantially completed within 180 calendar days from the Project Initiation Date specified in the Second Notice to Proceed, contingent upon receipt and approval of insurance/performance and payment guaranty, and authorize the Mayor and Clerk to execute same.
Attachments: 1. Exhibit 1 - Contract, 2. Exhibit 2 - Bid Tabulation, 3. Exhibit 3 - OESBD Goal Memo dated June 27, 2022, 4. Exhibit 4 - User Concurrence dated June 1, 2022, 5. Exhibit 5 - Price Analysis
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 the single bidder, A&P Contracting Co. Inc., for Ravenswood Enhancement and Retrofit Project, for Ravenswood Transit Facility, Bid No. TRN2123318C1, for the Transportation Department, in the amount of $1,379,425, which includes allowances of $135,000, to be substantially completed within 180 calendar days from the Project Initiation Date specified in the Second Notice to Proceed, contingent upon 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 shall make all awards, and authorize the execution of the associated contracts, with a value of more than $500,000, inclusive of the value of any renewals or extensions provided for in the contract.

 

What Action Accomplishes

Provides for the furnishing of all labor, materials, equipment, services and incidentals for the enhancement and retrofitting of the Ravenswood Bus Transit Maintenance Facility in Dania Beach.

 

Is this Action Goal Related

No

 

Previous Action Taken

None.

 

Summary Explanation/Background

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

 

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) goal of 25% for this contract. A&P Contracting Co. Inc. committed to 8.5% CBE participation, which has been reviewed and approved by OESBD (Exhibit 3).

 

The purpose of this contract is to perform several tasks that repair and replace materials and equipment within the facility such as concrete and asphalt repair; correcting vertical cracks in the walls; remediating and correcting concrete drives to create positive drainage; providing a new lighting protecting system; repair and reseal the parking garage ramp; as well as refurbishing two existing heating units for the paint booth (Exhibit 1).

 

The allowances incorporated into this contract in the total amount of $135,000 includes: permits, inspection, and miscellaneous fees. Expenditures under this allowance 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 Division confirmed with the surety company that A&P Contracting Co. Inc. has the capacity to obtain the required guaranty.

 

The Director of Purchasing determined that the single bidder, A&P Contracting Co. Inc., to be responsive to the solicitation.

 

The Transportation Department reviewed the bid submitted by A&P Contracting Co. Inc. and concurs with the recommendation for award (Exhibit 4). No vendor performance evaluations have been completed for A&P Contracting Co. Inc. within the past five years.

 

The initial bid submitted by A&P Contracting Co. Inc. of $3,148,865 was 61% more than the Engineer's estimate of $1,952,587. The Purchasing Agent requested a voluntary price reduction. The vendor initially offered a price reduction of $175,112. Subsequently, the Transportation Department requested approval from the County Administrator to reduce the scope of the project by eliminating Task 4, in which the vendor’s reduced amount of $1,729,328 was approximately 244% higher than the Engineer’s estimate of $502,108. On July 11, 2022, the County Administrator approved the request to reduce the scope, which resulted in a cost savings of $1,904,440 and revised the total amount from $3,283,865 to $1,379,425, including $135,000 in pass-thru allowances.

 

The Purchasing Division researched the prices submitted by the single bidder, A&P Contracting Co. Inc., and has determined that the prices submitted are fair and reasonable in comparison to the engineer’s estimate completed by Saltz Michelson Architects (Exhibit 5).

 

The bid was posted on December 23, 2021, and three addendums were issued to extend through February 23, 2022. Periscope S2G invited 29,055 vendors to the solicitation, and it was viewed by 120 vendors. Purchasing conducted outreach to all vendors who viewed or downloaded the solicitation, and one bid was received with nine declinations (Exhibit 2).

 

On July 14, 2022, the Recommendation for Award was provided to the County Auditor for review with no pending issues. There was no protest or appeal filed regarding this procurement.

 

Source of Additional Information

Robert E. Gleason, Director, Purchasing Division, 954-357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

Funding for this action has been allocated from the Transportation Capital Budget.

 

Requisition No. MTD0006887