Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-25818 36.       
Meeting Date: 12/12/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO AWARD fixed contract to low bidder, S&L Specialty Contracting, Inc., for Residential Sound Insulation Program - Group 3800L1, Bid No. PNC2115232C1, for the Broward County Aviation Department, in the amount of $6,764,000, which includes a permit allowance in the amount of $375,000, to be substantially completed in 280 calendar days from the Project Initiation Date listed in the Second Notice to Proceed, contingent upon the receipt and approval of performance and payment guaranty, and authorize the Mayor and Clerk to execute same.

(Through Vice-Mayor Bogen, Commissioner Ryan pulled this item.)

ACTION:  (T-10:48 AM)  Approved.  (Refer to minutes for full discussion.)
 
VOTE: 9-0.
Why Action is Necessary
In accordance with the Broward County Procurement Code, Section 21.31.a.4, the Board is required to approve all purchases exceeding $250,000.
What Action Accomplishes
Provides for construction and installation of acoustical materials to reduce interior noise levels in 112 residential homes located in the City of Dania Beach.
Is this Action Goal Related
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 Disadvantaged Business Enterprise (DBE) goal of 18% for this contract. S&L Specialty Contracting, Inc. committed to 18.20% DBE participation, which the OESBD reviewed and approved (Exhibit 2).

The purpose of this contract is to provide construction and installation of acoustical materials to reduce interior noise levels in 112 residential homes located in the City of Dania Beach, in accordance with the Residential Sound Insulation Program (Program). The work consists of sound insulation measures, including windows; exterior and interior doors; weather stripping and sealant; insulation; drywall; painting; cooling and heating systems; lead paint remediation and asbestos remediation.

The Federal Aviation Administration issued a Record of Decision (ROD), which determined that the South Runway Expansion noise impact project area is eligible for sound insulation as a result of the runway project. The Program was offered to 1,858 eligible single and multi-family residential units located within the highest noise impact area and the adjacent neighborhoods. The Program is being carried out in groups of residential units.

As of November 1, 2017: 687 units were completed; 13 units are currently in construction; 488 units are awaiting construction and 24 units are in the design process. There are 646 units not participating in the Program due either to owner declining, owner not responding or unit being deemed compatible with the airport environs, which means the interior noise level is below 45 DNL (Day-Night Average Sound Level).

This procurement carries a 100% performance and payment guaranty. The Purchasing Division confirmed with the surety company that S&L Specialty Contracting, Inc. has the capacity to obtain the required guaranty.

The allowances incorporated in this contract, in the amount of $375,000, are for permitting fees. Expenditures under these allowances must be approved by the contract administrator and will be based on the actual cost incurred by the contractor for each occurrence.

The Aviation Department reviewed the bid submitted by S&L Specialty Contracting, Inc., and concurs with the recommendation for award (Exhibit 3). Seven vendor performance evaluations were completed for S&L Specialty Contracting, Inc.; the firm has a rating of 4.69 out of a possible rating of 5.0. Copies of the vendor performance evaluations are available upon request.

There was no protest or appeal filed regarding this procurement.

The bid posted on October 12, 2017, and opened on November 15, 2017; two bids were received with no declinations (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 Noise Mitigation Program Fund in the amount of $6,764,000.

Requisition No. AVE0000153
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Compliance Memorandum dated November 30, 2017
Exhibit 3 - User Concurrence Memorandum signed November 28, 2017
Exhibit 4 - Price Analysis


    

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

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