Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-26948 51.       
Meeting Date: 08/14/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action

A. MOTION TO NOTE FOR THE RECORD emergency award of fixed contract to low bidder, Pioneer Construction Management Services, Inc., a certified County Business Enterprise (CBE) and pre-qualified firm for demolition services, for Bid No. PNC2116634B1, Demolition Services and Asbestos Abatement for BARC Facility, for the Construction Management Division in the amount of $468,686, which includes allowances in the amount of $30,000 to be substantially completed in 120 calendar days from the Project Initiation Date listed in the Second Notice to Proceed.

ACTION:  (T-10:33 AM)  Approved.
 
VOTE: 9-0.

B. MOTION TO NOTE FOR THE RECORD emergency approval to increase change order allowance by 10%, in addition to the allowable 5% administrative increase, for a total change order allowance of 15% to address unforeseen conditions and additional asbestos abatement that may be identified during construction.

ACTION:  (T-10:33 AM)  Approved.
 
VOTE: 9-0.

Why Action is Necessary
A. In accordance with the Broward County Procurement Code, Section 21.39.b., an emergency procurement exceeding the award authority of the Director of Purchasing must be reported to the Board.

B. In accordance with the Broward County Procurement Code, Section 21.73.c, the Board is required to approve any change order allowance increase exceeding 5% of the original contract amount.
What Action Accomplishes
A. Discloses to the Board an emergency contract awarded by the Director of Purchasing for demolition and asbestos abatement of the Broward Addiction and Recovery Center (BARC) facility located at 1011 SW 2nd Court, Fort Lauderdale, FL 33312.

B. Provides an additional change order allowance for the contract administrator to approve change orders over the standard 5% allowance to address unforeseen conditions and regulatory requirements under an emergency contract.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT / CONSTRUCTION MANAGEMENT DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTIONS.

There were no goals assigned to this solicitation, because an emergency procurement approved by the Director of Purchasing is exempt from application of participation goals.

On February 16, 2018, the Director of Purchasing approved the emergency establishment of Qualified Vendors List (QVL), PNC2116266Q1 for Demolition Services, which established a library of five pre-qualified vendors. On March 20, 2018, an agenda was presented to the Board (Item No. 27), as a Note For The Record for the emergency establishment of said QVL. Subsequently, the QVL was re-solicited to the open market in an effort to broaden the pool of pre-qualified vendors. Six vendors responded to the re-solicitation. The responses are being evaluated for inclusion of additional vendors in the already established pool of pre-qualified vendors.

On March 23, 2018, the Purchasing Division posted a solicitation, of which only the  five pre-qualified vendors were solicited, for the emergency procurement of demolition services and asbestos abatement for the BARC facility and invited all five pre-qualified vendors to participate. Only two responses were received (Exhibit 1).

The existing BARC facility was built in 1955, and if not demolished immediately after vacation of the building, it will become a public safety health hazard to the surrounding residential area. The abandoned building may be subject to vagrancy, drug dealing, homeless occupancy, vandalism, and theft of any metals or portions of the structure, which would disturb known asbestos containing materials. In addition to posing a potential public health hazard, this poses a liability for the County. The new BARC facility will be open and available for relocation during summer 2018, and in order to address the aforementioned concerns with the current facility in the most expeditious manner, an emergency procurement was imperative to begin the permitting process (Exhibit 2).

On May 18, 2018, the Director of Purchasing approved a contract with low bidder, Pioneer Construction Management Services, Inc. (Exhibit 3). The County Attorney’s Office is currently working with a separate surety company for Pioneer Construction Management Services, Inc., in addressing a payment application issue in prior unrelated projects involving Pioneer. However, this issue has no bearing on Pioneer’s ability to perform Demolition Services and Asbestos Abatement for BARC Facility because Pioneer is utilizing a separate surety company for this project.

There was no previous contract for this service.

The bid posted on March 23, 2018 and opened on April 20, 2018; two bids were received with one declination.
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 General Capital Fund Number 30205 in the amount of $468,686.
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Emergency Memorandum dated March 21, 2018
Exhibit 3 - Award Memorandum signed May 18, 2018


    

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

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