The School Board of Broward County, Florida
Meeting: Regular School Board Meeting - Rescheduled from August 19, 2008 :  JJ. Facilities and Construction Management  
JJ-7. Award of Contract and Rejection of Bids - Construction Services Minor Projects -(General Contractor Services, Items 1 and 2) -Various Locations - Bid No. 2007-05-FC (Re-Bid) (OPEN AGENDA) (D)  
August 27, 2008
Status: 
Open Agenda
 
 

Quick Summary / Abstract
Approve award of construction contract for Construction Services Minor Projects (General Contractor Services, Items 1 and 2), Bid No. 2007-05-FC (Re-Bid), Various Locations to the low bidders meeting the bid specifications, James B. Pirtle Construction Co., Inc., and Decon Environmental Engineering, Inc.; and rejection of bids received from Ranon Development, Inc., D. Stephenson Construction, Inc., Tommie Butts Enterprises, Inc., Weiss & Woolrich Contracting Corporation, and Stellar Construction Management, LLC.

* Reject the bids received from:
* Ranon Development, Inc.
* D. Stephenson Construction, Inc.
Tommie Butts Enterprises, Inc. for failure to submit Document 00420 Bid Security Form as specified in Document 00200 Article 4.01, Item A.2.

* Reject the bid received from Weiss & Woolrich Contracting Corporation for failure to submit Document 00457 and Document 00466 as per Document 0200, Article 4.01, Items A.5. and A.7.   

* Reject the bid received from Stellar Construction Management, LLC for Items # 1 and 2 for the North, North Central, South Central and South Administrative Areas for failure to comply with Document 00200, Article 5.03C for the errors in the submitted base bid multipliers.  

There are (2) Contractors to be awarded contracts:

James B. Pirtle Construction Co., Inc.
Item # 1 General Contractor Services for the North Administrative Area in the amount of $250,000.
Item # 1 General Contractor Services for the North Central Administrative Area in the amount of $250,000.
Item # 1 General Contractor Services for the South Central Administrative Area in the amount of $250,000.
Item # 2 General Contractor Services for the South Central Administrative Area in the amount of $500,000.
Item # 1 General Contractor Services for the South Administrative Area in the amount of $250,000.
Item # 2 General Contractor Services for the South Administrative Area in the amount of $500,000.

Decon Environmental & Engineering, Inc.
Item # 2 General Contractor Services for the North Administrative Area in the amount of $500,000.
Item # 2 General Contractor Services for the North Central Administrative Area in the amount of $500,000.

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 $3,000,000.  There is no additional financial impact; therefore this item does not require a collaboration form from the Capital Budget Department.


Requested Action
Approve award of construction contract for Construction Services Minor Projects (General Contractor Services, Items 1 and 2), Bid No. 2007-05-FC (Re-Bid), Various Locations to the low bidders meeting the bid specifications, James B. Pirtle Construction Co., Inc., and Decon Environmental Engineering, Inc.; and rejection of bids received from Ranon Development, Inc., D. Stephenson Construction, Inc., Tommie Butts Enterprises, Inc., Weiss & Woolrich Contracting Corporation, and Stellar Construction Management, LLC.


Summary
* Reject the bids received from:
* Ranon Development, Inc.
* D. Stephenson Construction, Inc.
* Tommie Butts Enterprises, Inc. for failure to submit Document 00420 Bid Security Form as specified in Document 00200 Article 4.01, Item A.2.

* Reject the bid received from Weiss & Woolrich Contracting Corporation for failure to submit Document 00457 and Document 00466 as per Document 0200, Article 4.01, Items A.5. and A.7.   

* Reject the bid received from Stellar Construction Management, LLC for Items # 1 and 2 for the North, North Central, South Central and South Administrative Areas for failure to comply with Document 00200, Article 5.03C for the errors in the submitted base bid multipliers.  

There are (2) Contractors to be awarded contracts:

James B. Pirtle Construction Co., Inc.
Item # 1 General Contractor Services for the North Administrative Area in the amount of $250,000.
Item # 1 General Contractor Services for the North Central Administrative Area in the amount of $250,000.
Item # 1 General Contractor Services for the South Central Administrative Area in the amount of $250,000.
Item # 2 General Contractor Services for the South Central Administrative Area in the amount of $500,000.
Item # 1 General Contractor Services for the South Administrative Area in the amount of $250,000.
Item # 2 General Contractor Services for the South Administrative Area in the amount of $500,000.

Decon Environmental & Engineering, Inc.
Item # 2 General Contractor Services for the North Administrative Area in the amount of $500,000.
Item # 2 General Contractor Services for the North Central Administrative Area in the amount of $500,000.

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 $3,000,000.  There is no additional 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)