Pinellas County Florida Banner
File #: 21-087A    Version: 1
Type: Contract/Agreement Status: Passed
File created: 1/14/2021 Department: Utilities
On agenda: 7/13/2021 Final action: 7/13/2021
Title: Award of the bid to four contractors: Astra Construction Services, Caladesi Construction Co., Archer Western, and TLC Diversified, Inc. for Job Order Contracting for as-needed work on wastewater treatment and water facilities, underground utility repair, maintenance, and minor construction.
Attachments: 1. FE_AGREEMENT-ARCHER WESTERN, 2. FE_AGREEMENT-ASTRA CONSTRUCTION, 3. FE_AGREEMENT-CALADESI CONSTRUCTION, 4. FE_AGREEMENT-TLC DIVERSIFIED, 5. Agreement - Archer Western Construction, LLC. signed, 6. Agreement - Astra Construction Services, LLC signed, 7. Agreement - Caladesi Construction Co., 8. Agreement - TLC Diversified, Inc.-signed, 9. Bid Tabulation, 10. Staff Report_JOC Contract Awardrevfinal20210630.pdf

Subject:

Title

Award of the bid to four contractors: Astra Construction Services, Caladesi Construction Co., Archer Western, and TLC Diversified, Inc. for Job Order Contracting for as-needed work on wastewater treatment and water facilities, underground utility repair, maintenance, and minor construction.

label

 

Recommended Action:

Recommended Action

Approve the award of the bid to four contractors: Astra Construction Services, Caladesi Construction Co., Archer Western, and TLC Diversified, Inc. for Job Order Contracting for as-needed work on wastewater treatment and water facilities, underground utility repair, maintenance, and minor construction. Rejection of Gibraltar Construction Co. and Wing Plumbing, on the basis of being non-responsive and not meeting minimum qualifications in the categories of utilities construction.

                     This is a job order based (non-job specific) contract to perform work as needed.

                     Award in the amount of $20,000,000.00 with $5,000,000.00 to each of the four vendors.

                     Duration of the contracts shall be for five years with prices fixed for the term of the agreement.

                     Work orders will not exceed $1,000,000.00 of the $5,000,000.00 awarded to each vendor.

 

Bid No. 21-0241-CP(PLU); in the amount of $5,000,000.00 for each vendor for a total of $20,000,000.00 to these responsive, responsible bids received meeting specifications. Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.

Body

 

Strategic Plan:

Foster Continual Economic Growth and Vitality
4.4   Invest in infrastructure to meet current and future needs

Deliver First Class Services to the Public and Our Customers
5.2   Be responsible stewards of the public’s resources

 

Summary:

Summary

This is a work order-based (non-job specific) contract. Four contractors will be under contract to perform as-needed work for the 5-year contract term to complete work related to wastewater treatment and water facilities, underground utility repair, maintenance, and other minor construction. Contractors have been selected through a competitive bid process meeting all purchasing requirements. The Job Order Contracting award is in the amount of $20,000,000.00 awarding $5,000,000.00 to each of the four vendors. Two of the contractors, Gibraltar Construction Co. and Wing Plumbing, submitted bids that were rejected due to being non-responsive and not meeting minimum qualification requirements.

Body

 

Background Information:

In July 2007, the Board of County Commissioners (BCC) first approved the Job Order Contracting (JOC) construction delivery system for the Building and Design Division for building repair, maintenance, and minor construction. In December of 2016, the BCC approved the JOC process for Utilities. This will be the second JOC contract for Utilities.

JOC provides the County with a construction delivery system utilizing multiple contractors in a structured pricing program for small to mid-range projects not exceeding $1,000,000.00. This system dramatically reduces construction administration time.

Qualified contractors bid an adjustment factor against a fixed-price construction catalog developed specifically for the County by the Gordian Group, the County’s current JOC consultant. When a project is required, pricing is derived from the construction catalog system and the adjustment factor applied depending on the selected contractor.

 

Fiscal Impact:

Total estimated expenditure not-to-exceed:                     $20,000,000.00

 

Contract amount per contractor:                     $5,000,000.00

 

Funding for this Agreement will be derived from either the Water or Sewer Renewal and Replacement Fund depending on location of work performed.

 

Staff Member Responsible:

Megan Ross, Director, Utilities
Merry Celeste, Division Director, Purchasing and Risk Management, Administrative Services
Joe Lauro, Director, Administrative Services

 

Partners:

N/A

 

Attachments:

Agreements
Bid Tabulation