The School Board of Broward County, Florida
Meeting: Regular School Board Meeting - Rescheduled from August 19, 2008 :  JJ. Facilities and Construction Management  
JJ-6. Award of Contract and Rejection of Bids - Construction Services Minor Projects -(Electrical Services)- Various Locations Bid No. 2007-06-FC (Re-Bid II) (OPEN AGENDA) (D)  
August 27, 2008
Status: 
Open Agenda
 
 

Quick Summary / Abstract
Approve award of construction contracts, Construction Services Minor Projects (Electrical Services), Various Locations, Bid No. 2007-06-FC (Re-Bid II), to the low bidders meeting bid specifications, AMPCO Electric, Inc., C & F Electric, Inc., and Universal Electric of FL, Inc.; rejection of bids received from AMPCO Electric, Inc., Francis Uriel Electric ADT, Inc., Gancedo Technologies, Inc., and Universal Electric of FL, Inc.; ¬and authorization to re-advertise for bids for the un-awarded category and item.

* Reject the bids from:
* AMPCO Electric, Inc.- Item # 6 for Audio and Lighting Construction Service for Theatrical and Stage
* AMPCO Electric, Inc. - Items # 5 and 6 for Fire Alarm Services
* Francis Uriel Electric ADT, Inc. - Items # 5 and 6 for Audio and Lighting Construction Service for Theatrical and Stage
* Francis Uriel Electric ADT, Inc. - Items # 4-6 for Electrical Services; Traffic Light Signalization & Signage Construction Services
* Francis Uriel Electric, Inc. - Items # 4-6 for Fire Alarm Services
* Gancedo Technologies, Inc. - Item # 6 for Audio and Lighting Construction Service for Theatrical and Stage
* Gancedo Technologies, Inc. - Items # 4 and 5 for Electrical Services; Traffic Light Signalization & Signage Construction Services
* Universal Electric of FL, Inc. Item # 6 for Audio and Lighting Construction Service for Theatrical and Stage
* Universal Electric of FL, Inc. - Items # 4-6 for Electrical Services; Traffic Light Signalization & Signage Construction Services
* Universal Electric of FL, Inc. - Items # 5 and 6 for Fire Alarm Services for reaching their current Contractor Pre-Qualification Aggregate Limit, or an additional award that would cause the Pre Qualified Aggregate Limit to be exceeded per Document 00410 Bid Form.

* Reject the bid received from Gancedo Technologies, Inc. for Item # 5 for Fire Alarm Services for failure to comply with Document 00410 Bid Form, Rule 2 for failure to be pre-qualified for Fire Alarm Services.

* Reject the bid received from Gancedo Technologies, Inc. for Item # 6 for Electrical Services; Traffic Light Signalization & Signage Construction Services for failure to comply with Document 00200, Article 5.03C for an error in the submitted base bid multiplier.

There are (3) Contractors to be awarded contracts:

AMPCO Electric, Inc. Item # 5 for Audio and Lighting Construction Service for Theatrical and Stage in the amount of $4,000,000.
C & F Electric, Inc. Items # 4 and 5 for Electrical Service; Traffic Light Signalization & Signage Construction Services in the amount of $4,000,000 each.
C & F Electric, Inc. Item # 6 for Electrical Service; Traffic Light Signalization & Signage Construction Services in the amount of $6,000,000.
C & F Electric, Inc. Item # 5 for Fire Alarm Services in the amount of $2,000,000.
C & F Electric, Inc. Item # 6 for Fire Alarm Services in the amount of $4,000,000.
Universal Electric of FL, Inc.  Item # 4 for Fire Alarm Services in the amount of $1,500,000.

Re-bid the following category and item:
Audio and Lighting Construction Services for Theatrical and Stage - Item # 6

Scope of Work: The purpose of this Bid is to establish term contracts for the Construction Services to complete various projects and others included in the Adopted District Educational Facilities Plan.   

The term of the contracts shall be for (3) years with a one (1) year renewal at Owner’s option and at the renewal amount stated in Document 00410.

Funds for these projects are included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013, but specific locations to be completed under these contracts have not yet been determined.  The spending authority resulting from approval of this item is $25,500,000.  There is no financial impact; therefore this item does not require a collaboration form from the Cap ital Budget Department.


Requested Action
Approve award of construction contracts, Construction Services Minor Projects (Electrical Services), Various Locations, Bid No. 2007-06-FC (Re-Bid II), to the low bidders meeting bid specifications, AMPCO Electric, Inc., C & F Electric, Inc., and Universal Electric of FL, Inc.; rejection of bids received from AMPCO Electric, Inc., Francis Uriel Electric ADT, Inc., Gancedo Technologies, Inc., and Universal Electric of FL, Inc.; ¬and authorization to re-advertise for bids for the un-awarded category and item.


Summary
* Reject the bids from:
* AMPCO Electric, Inc.- Item # 6 for Audio and Lighting Construction Service for Theatrical and Stage
* AMPCO Electric, Inc. - Items # 5 and 6 for Fire Alarm Services
* Francis Uriel Electric ADT, Inc. - Items # 5 and 6 for Audio and Lighting Construction Service for Theatrical and Stage
* Francis Uriel Electric ADT, Inc. - Items # 4-6 for Electrical Services; Traffic Light Signalization & Signage Construction Services
* Francis Uriel Electric, Inc. - Items # 4-6 for Fire Alarm Services
* Gancedo Technologies, Inc. - Item # 6 for Audio and Lighting Construction Service for Theatrical and Stage
* Gancedo Technologies, Inc. - Items # 4 and 5 for Electrical Services; Traffic Light Signalization & Signage Construction Services
* Universal Electric of FL, Inc. Item # 6 for Audio and Lighting Construction Service for Theatrical and Stage
* Universal Electric of FL, Inc. - Items # 4-6 for Electrical Services; Traffic Light Signalization & Signage Construction Services
* Universal Electric of FL, Inc. - Items # 5 and 6 for Fire Alarm Services for reaching their current Contractor Pre-Qualification Aggregate Limit, or an additional award that would cause the Pre Qualified Aggregate Limit to be exceeded per Document 00410 Bid Form.

* Reject the bid received from Gancedo Technologies, Inc. for Item # 5 for Fire Alarm Services for failure to comply with Document 00410 Bid Form, Rule 2 for failure to be pre-qualified for Fire Alarm Services.
* Reject the bid received from Gancedo Technologies, Inc. for Item # 6 for Electrical Services; Traffic Light Signalization & Signage Construction Services for failure to comply with Document 00200, Article 5.03C for an error in the submitted base bid multiplier.

There are (3) Contractors to be awarded contracts:

AMPCO Electric, Inc. Item # 5 for Audio and Lighting Construction Service for Theatrical and Stage in the amount of $4,000,000.
C & F Electric, Inc. Items # 4 and 5 for Electrical Service; Traffic Light Signalization & Signage Construction Services in the amount of $4,000,000 each.
C & F Electric, Inc. Item # 6 for Electrical Service; Traffic Light Signalization & Signage Construction Services in the amount of $6,000,000.
C & F Electric, Inc. Item # 5 for Fire Alarm Services in the amount of $2,000,000.
C & F Electric, Inc. Item # 6 for Fire Alarm Services in the amount of $4,000,000.
Universal Electric of FL, Inc.  Item # 4 for Fire Alarm Services in the amount of $1,500,000.

Re-bid the following category and item:
Audio and Lighting Construction Services for Theatrical and Stage - Item # 6

Scope of Work: The purpose of this Bid is to establish term contracts for the Construction Services to complete various projects and others included in the Adopted District Educational Facilities Plan.   

The term of the contracts shall be for (3) years with a one (1) year renewal at Owner’s option and at the renewal amount stated in Document 00410.

School Board Goals
Goal Three: Safety (2008-2011)


Financial Impact
Funds for these projects are included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013, but specific locations to be completed under these contracts have not yet been determined.  The spending authority resulting from approval of this item is $25,500,000.  There is no financial impact; therefore this item does not require a collaboration form from the Capital Budget Department.


Source of Additional Information
Denis Herrmann 754 321-1675



Associated File Attachments
BidTabulationForm (Files)  
ExecutedARF (Files)