File #: ID#24-0752    Version: 1 Name:
Type: Action Item Status: Public Hearing
File created: 6/21/2024 In control: General Services
On agenda: 7/15/2024 Final action:
Title: Approve a purchase order to Garland/DBS, Inc. for roof replacement at General Services/Fleet Maintenance Facility in the not-to-exceed amount of $2,505,725.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same.
Attachments: 1. 06-21-24 OMNIA Proposal #25-FL-231231 General Services - Revised Additional Work. -Updated - 6.19.24.pdf, 2. 06-21-24 City of Clearwater Project Update (v2)_6.2024_.pdf, 3. PW1925_Roofing_et_al_IFB_2019_08_07, 4. Executive_Summary_Roofing, 5. 1718_-_GARLAND_DBS_-_2024.01.03, 6. Garland_AWL_2019_09_23, 7. Garland_MAD_2019_9_27, 8. PW1925_Garland_AM10_20231214
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

SUBJECT/RECOMMENDATION:

Title

Approve a purchase order to Garland/DBS, Inc. for roof replacement at General Services/Fleet Maintenance Facility in the not-to-exceed amount of $2,505,725.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same.

Body

SUMMARY: 

The proposal from Garland/DBS provides for the installation of a metal roof hugger system over the existing metal roof with required structural upgrades per engineered drawings. This type of installation allows for employee and day to day operations to remain unaffected by work to be performed over the General Services/Fleet Maintenance administration areas. The General Services/Fleet Maintenace warehouse is a pre-engineered metal building that is over 40 years old and has reached the end of its life cycle.  The existing roofing system needs substantial repair to maintain a dry envelope so that no further leaking occurs within the structure.

 

Authorization to piggyback OMNIA Partners contract PW1925 (Racine County Wisconsin) valid through October 14, 2029, is requested. Garland/DBS, Inc. was the lowest responsive, responsible bidder on the Invitation to Bid (ITB).  Garland provided line-item pricing from the OMNIA contract of $3,582,170.51.  However, under the Alternative Costing Method of the OMNIA contract, Garland can provide alternative pricing if the service is more appropriate to be custom designed and manufactured to meet an individual project site’s conditions or provide for a unique application of the project.  Under this Alternative Costing Method, Garland contacted six local roofing contractors to compare pricing and received three proposals for this work.  Tarheel Roofing, Inc. provided the lowest cost proposal of $2,505,725.00 and will serve as a subcontractor to Garland.

 

Work shall commence upon award and execution of the proposal and is anticipated to be completed 90 calendar days from the notice to proceed date.

 

 

APPROPRIATION CODE AND AMOUNT:

A third quarter budget amendment will establish capital project C2414, General Services Roof Replacement, and provide a transfer of $500,000.00 in garage fund revenue from capital project GSFL180001, Fleet Facility R&R; a transfer of $1,686,963 from Garage Fund reserves; and a transfer of $323,037 from General Services Fund reserves to create the project budget to fund this purchase order.

 

USE OF RESERVE FUNDS: 

Funding for this contract will be provided by a third quarter budget amendment allocating $1,686,963 of Garage Fund reserves and $323,037 of General Services Fund reserves to capital improvement project C2414, General Services Roof Replacement. The remaining balance of unallocated Garage Fund reserves after 25% working capital reserve is approximately $5.8 million or 30% of the current Garage Fund operating budget. The remaining balance of unallocated General Services Fund reserves after 25% working capital reserve is approximately $1.7 million or 23% of the current General Services Fund operating budget.

 

 

STRATEGIC PRIORITY:

The use of Garland/DBS is supported by Strategic Plan Objectives 1.1, maintaining municipal performance, and promoting accountable governance; 1.2, maintaining public infrastructure; 2.1, strengthen-public private initiatives 3.2, proactive code compliance, and targeted revitalization.