Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-26074 25.       
Meeting Date: 02/27/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO AWARD fixed contracts to single/low bidder, S&L Specialty Contracting, Inc., for Residential Sound Insulation Program - Group 3800L2 and Group 3800M1, Bid No. PNC2115517C1 for the Broward County Aviation Department, in the total amount of $12,575,309 for both groups, which includes a pass-thru for permits in the amount of $694,309, to be substantially completed in 130 calendar days from the Project Initiation Date listed in the Second Notice to Proceed for Group 3800L2, and to be substantially completed in 280 calendar days from the Project Initiation Date listed in the Second Notice to Proceed for Group 3800M1, contingent upon the receipt and approval of performance and payment guaranties, and authorize the Mayor and Clerk to execute each the same.

ACTION:  (T-10:50 AM)  Approved.
 
VOTE: 7-0.  Commissioner Holness appeared telephonically and voted in the affirmative.  Commissioners Geller and LaMarca appeared telephonically but were inaudible during the vote.
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 168 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 each contract. S&L Specialty Contracting, Inc. committed to 18.65% DBE participation for Group 3800L2 and 20.08% DBE participation for Group 3800M1, which the OESBD reviewed and approved (Exhibit 2).

The purpose of these contracts is to provide construction and installation of acoustical materials to reduce interior noise levels in 168 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 bid was issued with two groups of homes (3800L2 included 45 homes and 3800M1 included 123 homes);  bidders were able to bid either group or both groups.  Each group will be an awarded contract. S&L Specialty Contracting, Inc. was the single bidder for Group 3800L2 (in the amount of $3,919,000, excluding permits) and was the low bidder for Group 3800M1 (in the amount of $7,962,000, excluding permits).

The Federal Aviation Administration issued a Record of Decision, 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 January 1, 2018: 699 units were completed; one unit is currently under construction; 491 units are awaiting construction; and 33 units are in the design process. There are 634 units not participating in the Program due to either the 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).

Each contract requires 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.

A pass-thru for permits has been incorporated in each contract in the total amount of $694,309 (Group 3800L2 in the amount of $211,630 and Group 3800M1 in the amount of $482,679). 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 for each group (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 November 20, 2017 and opened on December 27, 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 $12,575,309.

Requisition No. AVE0000154
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Compliance Memorandum dated January 8, 2018
Exhibit 3 - User Concurrence Memorandum
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.