carolyn dn: dc=cty, dc=broward, dc=bc, messersmith …€¦ · reference: (a) procurement code...

18
FINANCE AND ADMINISTRATIVE SERVICES DEPARTMENT PURCHASING DIVISION 115 S. Andrews Avenue, Room 212 • Fort Lauderdale, Florida 33301 • 954-357-6066 • FAX 954-357-8535 Broward County Board of County Commissioners Mark D. Bogen • Beam Furr • Steve Geller • Dale V.C. Holness • Chip LaMarca • Nan H. Rich • Tim Ryan • Barbara Sharief • Michael Udine www.broward.org DATE: May 2, 2018 TO: Evaluation Committee Members THRU: Brenda J. Billingsley, Director of Purchasing FROM: Carolyn Messersmith, Purchasing Agent, Senior SUBJECT: Recommendation Memorandum RFP No. PNC2116439P1, Job Order Contract (JOC) Program Consultant One (1) Submittal REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference (a), the Director of Purchasing reviews all submittals for responsiveness and recommends to the Evaluation Committee her findings, which the Evaluation Committee may accept or arrive at a different conclusion. Pursuant to Procurement Code Subsection 21.8.a.65, a responsive Bidder [proposer] means a person who has submitted a bid [proposal] which conforms in all material respects to a solicitation. The Request for Proposals (RFP) PNC2116439P1 Job Order Contract (JOC) Program Consultant included four (4) responsiveness requirements, including Lobbyist Registration Certification Form, acknowledgement of “must” addenda, pricing, and the Domestic Partnership Certification Form. The single proposer is recommended to be evaluated as responsive to all responsiveness requirements. In accordance with reference (b), the Evaluation Committee determines proposers’ responsibility. Pursuant to Procurement Code Subsection 21.8.b.64, a responsible firm is one that has the capability in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. To assist the Evaluation Committee in this determination, information regarding Office of Economic and Small Business Development goals compliance, the “material” litigation history disclosure, financial information, State of Florida authority to conduct business, affiliated entities, proof of insurance, and Vendor Security Questionnaire responsibility requirements are provided. The single proposer is recommended to be compliant to all responsibility requirements. This solicitation does not have a designated County Business Enterprise (CBE) goal. A draft Director of Purchasing’s Recommendation Memorandum and the three (3) supporting documents from the Finance and Administrative Services Department, the County Attorney’s Office and the Risk Management Division were emailed to proposers with a request that, if a proposer desires to clarify any information provided in their response, they should do so in writing. All written explanations received were subsequently reviewed by staff, as applicable. After careful review of the information provided and the solicitation’s requirements, the following recommendations are provided for consideration and final determination by the Evaluation Committee: CAROLYN MESSERSMITH Digitally signed by CAROLYN MESSERSMITH DN: dc=cty, dc=broward, dc=bc, ou=Organization, ou=BCC, ou=PU, ou=Users, cn=CAROLYN MESSERSMITH Date: 2018.05.02 19:17:14 -04'00' on behalf of Brenda J. Billingsley GLENN MARCOS Digitally signed by GLENN MARCOS DN: dc=cty, dc=broward, dc=bc, ou=Organization, ou=BCC, ou=ETS, ou=ERP, ou=Users, cn=GLENN MARCOS Date: 2018.05.03 11:56:55 -04'00'

Upload: others

Post on 17-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

FINANCE AND ADMINISTRATIVE SERVICES DEPARTMENTPURCHASING DIVISION 115 S. Andrews Avenue, Room 212 • Fort Lauderdale, Florida 33301 • 954-357-6066 • FAX 954-357-8535

Broward County Board of County CommissionersMark D. Bogen • Beam Furr • Steve Geller • Dale V.C. Holness • Chip LaMarca • Nan H. Rich • Tim Ryan • Barbara Sharief • Michael Udine

www.broward.org

DATE: May 2, 2018

TO: Evaluation Committee Members

THRU: Brenda J. Billingsley, Director of Purchasing

FROM: Carolyn Messersmith, Purchasing Agent, Senior

SUBJECT: Recommendation MemorandumRFP No. PNC2116439P1, Job Order Contract (JOC) Program ConsultantOne (1) Submittal

REFERENCE: (a) Procurement Code Subsection 21.83.d(b) Procurement Code Subsection 21.30.f.5

In accordance with reference (a), the Director of Purchasing reviews all submittals for responsiveness and recommends to the Evaluation Committee her findings, which the Evaluation Committee may accept or arrive at a different conclusion. Pursuant to Procurement Code Subsection 21.8.a.65, a responsive Bidder [proposer] means a person who has submitted a bid [proposal] which conforms in all material respects to a solicitation.

The Request for Proposals (RFP) PNC2116439P1 Job Order Contract (JOC) Program Consultantincluded four (4) responsiveness requirements, including Lobbyist Registration Certification Form, acknowledgement of “must” addenda, pricing, and the Domestic Partnership Certification Form. The single proposer is recommended to be evaluated as responsive to all responsiveness requirements.

In accordance with reference (b), the Evaluation Committee determines proposers’ responsibility.Pursuant to Procurement Code Subsection 21.8.b.64, a responsible firm is one that has the capability in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. To assist the Evaluation Committee in this determination, information regardingOffice of Economic and Small Business Development goals compliance, the “material” litigation historydisclosure, financial information, State of Florida authority to conduct business, affiliated entities, proof of insurance, and Vendor Security Questionnaire responsibility requirements are provided. The single proposer is recommended to be compliant to all responsibility requirements.

This solicitation does not have a designated County Business Enterprise (CBE) goal.

A draft Director of Purchasing’s Recommendation Memorandum and the three (3) supporting documents from the Finance and Administrative Services Department, the County Attorney’s Office and the Risk Management Division were emailed to proposers with a request that, if a proposer desires to clarify any information provided in their response, they should do so in writing. All written explanationsreceived were subsequently reviewed by staff, as applicable.

After careful review of the information provided and the solicitation’s requirements, the following recommendations are provided for consideration and final determination by the Evaluation Committee:

CAROLYN MESSERSMITH

Digitally signed by CAROLYN MESSERSMITH DN: dc=cty, dc=broward, dc=bc, ou=Organization, ou=BCC, ou=PU, ou=Users, cn=CAROLYN MESSERSMITH Date: 2018.05.02 19:17:14 -04'00'

on behalf of Brenda J. BillingsleyGLENN MARCOS

Digitally signed by GLENN MARCOS DN: dc=cty, dc=broward, dc=bc, ou=Organization, ou=BCC, ou=ETS, ou=ERP, ou=Users, cn=GLENN MARCOS Date: 2018.05.03 11:56:55 -04'00'

Page 2: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Recommendation MemorandumRFP No. PNC2116439P1, Job Order Contract (JOC) Program Consultant May 2, 2018Page 2 of 7

A. RESPONSIVENESS RECOMMENDATIONRecommendations regarding the responsiveness of proposers to the requirements are based on the solicitation’s criteria:

1. Lobbyist Registration - CertificationA vendor who has retained a lobbyist(s) to lobby in connection with a competitive solicitation shallbe deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies that each lobbyist retained has timely filed the registration or amended registration required under Section 1-262, Broward County Code of Ordinances.

A Lobbyist Registration Certification Form must be completed and returned upon request by the County if not included in the submittal.

Name of Firm Recommendation Remarks

The Gordian Group, Inc. Responsive Not retained

2. “Must” AddendaThere was no “MUST” Addenda for this RFP.

3. PricePricing must be submitted by the solicitation due date in order to be responsive to solicitation requirements.

Name of Firm Recommendation Remarks

The Gordian Group, Inc. Responsive Submitted

4. Domestic Partnership ActThe Broward County Domestic Partnership Act (Section 16½-157, Broward County Code of Ordinances) requires the vendor to certify that it currently complies or will comply with the Domestic Partnership Act requirements, by providing benefits to the employees’ domestic partners on the same basis as it provides benefits to employees’ spouses, for projects with an initial contract term is more than $100,000.

Name of Firm Recommendation Remarks

The Gordian Group, Inc. Responsive Complies

B. RESPONSIBILITY INFORMATION

The information provided below is intended to inform the Evaluation Committee regarding each proposer’s responsibility. After careful review of the information provided and the solicitation’srequirements, the following information is provided for consideration and final determination by the Evaluation Committee:

Page 3: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Recommendation MemorandumRFP No. PNC2116439P1, Job Order Contract (JOC) Program Consultant May 2, 2018Page 3 of 7

1. Office of Economic and Small Business Development ProgramThe Broward County Business Opportunity Act of 2012 and the Disadvantaged Business Enterprise Program Title 49 Code of Federal Regulations Part 26 establish the County’s policies for participation by Small Business Enterprises (SBE), County Business Enterprises (CBE), and Federal Disadvantaged Business Enterprises (DBE’s) in County contracts.

This solicitation has no County Business Enterprise goal requirements.

2. Disclosure of Litigation HistoryThe solicitation requests firms to disclose all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the vendor, any parent or subsidiary of the vendor, or any predecessor organization. It is the responsibility of each proposer to identify and disclose to the County all “material” cases. “Material” cases include cases involving work similar to the scope of work in this solicitation, professional negligence, malpractice, default, termination, suspension, poor performance, bankruptcy and business related criminal offenses. “Material” cases do not include cases that involve garnishment, auto negligence, personal injury, workers' compensation, foreclosure or a proof of claim filed by the vendor.

Name of Firm Responsibility Information Remarks

The Gordian Group, Inc. Zero Disclosed Cases No litigation with Broward County

3. Disclosure of Financial InformationThe information provided is based on a review by the Finance and Administrative Services Department. Each Vendor shall submit its most recent two (2) years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements shall be in the form of:

i. Balance sheets, income statements and annual reports; orii. Tax returns; oriii. SEC filings

The disclosure of financial information by proposers is a matter of responsibility.

RemarksName of Firm Responsibility Information (Current Ratio)

The Gordian Group, Inc. Provided 2016 Financials 2.34Provided 2015 Financials 2.46

Refer to memorandum for any reportable conditions brought to the attention of the Evaluation Committee.

Page 4: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Recommendation MemorandumRFP No. PNC2116439P1, Job Order Contract (JOC) Program Consultant May 2, 2018Page 4 of 7

4. Authority to Conduct Business in FloridaA Florida corporation or partnership is required to provide evidence with its response that the firm is authorized to transact business in Florida and is in good standing with the Florida Department of State. If not with its response, such evidence must be submitted to the County upon request by the County.

Name of Firm Responsibility Information Remarks

The Gordian Group, Inc. Provided Registration Number Authorized/Good Standing

5. Affiliated Entities of the Principal(s)All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

An Affiliated Entities Certification Form was included in the solicitation and must be completed and returned upon request by the County, if not included in the original response.

Name of Firm Responsibility Information Remarks

The Gordian Group, Inc. Provided No Affiliates

6. Insurance RequirementsThe solicitation indicated the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the firm currently carries the insurance or the vendor needs to submit a letter from the carrier indicating upgrade availability.

Name of Firm Responsibility Information Remarks

The Gordian Group, Inc. Provided Compliant (has insurance)

7. Vendor Security QuestionnaireTo be considered a responsible Vendor for this solicitation, the Vendor should complete and submit the Vendor Security Questionnaire at the time of submittal contract.

Name of Firm Responsibility Information Remarks

The Gordian Group, Inc. Provided Compliant

Page 5: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Recommendation MemorandumRFP No. PNC2116439P1, Job Order Contract (JOC) Program Consultant May 2, 2018Page 5 of 7

C. COUNTY STANDARD TERMS AND CONDITIONS INFORMATION:The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Evaluation Committee. The applicable Agreement terms and conditions for this solicitation were indicated in the Special Instructions to Vendors. Vendors were required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception.

Name of Firm Agree Exceptions

The Gordian Group, Inc. No Software as a Service Agreement:Article 1, Section 1.2Article 3, Section 3.2; 3.2.1;3.3.3; 3.4Article 4, Section 4.4Article 6, Section 6.2; 6.3Article 7, Section 7.1; 7.3Article 13, Section 13.1; 13.9; 13.19; 13.30;

13.31; 13.32Service Level AgreementSection 2.1.1; 2.1.3; 2.2.1; 2.3.1; 2.3.4; 2.5.1

2.7.1; 2.7.4; Section 3.6Section 4.1.1; 4.1.3; 4.1.4; 4.2.1; 4.2.6;

4.2.8; 4.3.2Section 5.1.7Section 6Section 7.1

D. REFERENCESThe solicitation’s Evaluation Criteria - Project Specific Criteria, Page 24, Question 4, request that completed references be provided for previous experience and projects. Attached are the references as verified by County staff.

E. PERFORMANCE EVALUATIONSThe Broward County Purchasing Division Contracts Central indicates evaluation scores for the proposing firms previously awarded contracts. Completed performance evaluations may be provided upon request.

The individual evaluation scores for the proposing firms are as follows:

Name of Firm Scores Provided

The Gordian Group, Inc. Attachment

Page 6: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Recommendation MemorandumRFP No. PNC2116439P1, Job Order Contract (JOC) Program Consultant May 2, 2018Page 6 of 7

Attached are Contracts Central performance evaluation history for the single proposer, including evaluation type (renewal and completed) and recommendation for future contracts (yes, no, or conditional). It does not include periodic evaluations.

F. CONE OF SILENCE VIOLATIONSThe Cone of Silence for this procurement has been in effect since March 23, 2018 which prohibits potential vendors from discussing this solicitation with the Evaluation Committee, the County Administrator, Deputy County Administrator, Assistant County Administrator, Assistants to the County Administrator, their respective support staff, and any other person authorized to evaluate or recommend selection in this procurement process.

Upon the first meeting of the Evaluation Committee, the Cone of Silence expands to also include County Commissioners and their staff. Potential vendors and their representatives are substantially restricted from communicating with County Commissioners and their staff regarding this procurement as stated in the Cone of Silence Ordinance.

After application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation. Vendors are required to certify that they have read, understand and will comply with the Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances.

The following is a report of the proposers’ Cone of Silence violations:

Name of Firm Remarks Violations

The Gordian Group, Inc. Will Comply None

G. VOLUME OF PREVIOUS WORK TIE BREAKERThe volume of work for the proposing firm is as follows:

Name of Firm Proposer Reported County Reported

The Gordian Group, Inc. $756,887.57 $728,934.48

H. PRINCIPAL BUSINESS LOCATION The solicitation states that a number of points will be allocated for location of the firm. The Vendor’s principal address in Broward County shall be the Vendor’s “Principal Address” as indicated with the Florida Department of State Division of Corporations, for at least six (6) months prior to the solicitation’s due date. A proposer with a principal business location within Broward County will receive five (5) points. A proposer not having its principal business location within Broward County will receive zero (0) points. The results are as follows:

Page 7: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Recommendation MemorandumRFP No. PNC2116439P1, Job Order Contract (JOC) Program Consultant May 2, 2018Page 7 of 7

Name of Firm Proposer Attested Location PointsNerve Center Verified in SunBiz Allocated

The Gordian Group, Inc. 30 Patewood Drive YES 0 PointsSuite 350Greenville, SC 29615

I. LOCAL PREFERENCE A vendor is eligible to be considered a local business for Local Preference purposes if it has a physical business address located within the limits of Broward County. The vendor must provide a valid business tax receipt issued by Broward County at least one (1) year prior to bid or proposal opening.

The results are as follows:

Name of Firm Eligibility Broward County Tax Receipt

The Gordian Group, Inc. Not Eligible Not Provided - Greenville, SC

J. LOCATION - TIE BREAKER A Vendor located within Broward County is eligible for the Location Tie Breaker. The County requires a copy of the Broward County Business Tax receipt for a period of time of at least six (6) months prior to the solicitation deadline and it must be provided with its initial submittal.

The results are as follows:

Name of Firm Eligibility Broward County Tax Receipt

The Gordian Group, Inc. Not Eligible Not Provided - Greenville, SC

Attachments1. Vendor Reference Verifications2. Vendor Performance Evaluations

c: Bob Melton, County Auditor, Office of the County AuditorClaudja Henry, Senior Contract/Grant Administrator, Facilities Management Division, Public Works

Department (Project Manager)Connie Mangan, Purchasing Manager, Purchasing Division, Finance and Administrative Services

DepartmentGlenn Miller, Assistant County Attorney, Office of the County AttorneyFernando Amuchastegui, Assistant County Attorney, Office of the County Attorney

BJB/cmm/mm

Page 8: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Vendor Reference Verification Form

Broward County Solicitation No. and Title:

Reference for:

Organization/Firm Name providing reference:

Contact Name: Reference date:

Contact Phone:Contact Email:

Name of Referenced Project:

Contract No. Date Services Provided: Projec Amount:

Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

Would you use this vendor again? Yes No

Description of services provided by Vendor:

Please rate your experience with the referenced Vendor:

NeedsImprovement

Satisfactory Excellent Not Applicable

1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

3. Timeliness of:a. Projectb. Deliverables

4. Project completed within budget

5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

Additional Comments: (provide on additional sheet if needed)

All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

X ANDY A. CAMACHO FMD 04/26/2018

03/27/2018Hector Badia

City of Miami - Office of Capital Improvements

[email protected]

Various Job Order Contracts

NJPA 09/15/2015

305-416-1206

The Gordian Group

Gordian provide services as it relates to our Job Order Contracting by managing the software and providing support and training to staff andcontractors. We have also used Gordian and related contractors through the the National Joint Powers Alliance and Gordian's ezIQC program.

Assistant Director

PNC2116439P1 Job Order Contract (JOC) Program Consultant

CURRENT JOC System License Fee; 1.98% of thevalue of the work ordered

Page 9: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Vendor Reference Verification Form

Broward County Solicitation No. and Title:

Reference for:

Organization/Firm Name providing reference:

Contact Name: Reference date:

Contact Phone:Contact Email:

Name of Referenced Project:

Contract No. Date Services Provided: Projec Amount:

Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

Would you use this vendor again? Yes No

Description of services provided by Vendor:

Please rate your experience with the referenced Vendor:

NeedsImprovement

Satisfactory Excellent Not Applicable

1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

3. Timeliness of:a. Projectb. Deliverables

4. Project completed within budget

5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

Additional Comments: (provide on additional sheet if needed)

All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

ANDY A. CAMACHOX FMD 04/24/2018

04/02/2018Francis Hoar

Miami-Dade County Public Schools

[email protected]

Professional Services Contract, Job Order Contracting "JOC"

N/A 12/20/2015 12/19/2019 $ 550,000.00

3059954044

The Gordian Group

The value of the contract can vary depending on the our use of JOC. The amount entreated is the estimated amount for fees for the duration of the contract.

Develop and support a Job Order Contracting program used to execute construction projects

Admin. Director

PNC2116439P1 Job Order Contract (JOC) Program Consultant

Page 10: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Vendor Reference Verification Form

Broward County Solicitation No. and Title:

Reference for:

Organization/Firm Name providing reference:

Contact Name: Reference date:

Contact Phone:Contact Email:

Name of Referenced Project:

Contract No. Date Services Provided: Projec Amount:

Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

Would you use this vendor again? Yes No

Description of services provided by Vendor:

Please rate your experience with the referenced Vendor:

NeedsImprovement

Satisfactory Excellent Not Applicable

1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

3. Timeliness of:a. Projectb. Deliverables

4. Project completed within budget

5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

Additional Comments: (provide on additional sheet if needed)

All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

ANDY A. CAMACHO FMDX 04/25/2018

03/27/2018Andrew W. Pupke

Pinellas County Board of County Commissioners

[email protected]

Job Order Contracting (JOC)

167-0421-CP(DF) 02/13/2018 02/12/2023 $ 20,000,000.00

727-464-3237

Gordian Group

Vendor provides turn-key Job Order Contracting (JOC) management. Services include maintaining pricing books andProgen software, and resolving issues between owner and contractor.

Director

PNC2116439P1 Job Order Contract (JOC) Program Consultant

Page 11: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Prime Vendor Dashboard - THE GORDIAN GROUP, INC

VC0000019499 / VC00019499 - THE GORDIAN GROUP, INC Prime Vendor Summary3 OE: Expired Thres: Adv: $1,477,837.81 PS: $425,525.63 Total: $1,903,363.44 Used: $1,701,007.07 Remain: $202,356.37No Fixed Contracts

2 Final/Completed/Renewal Eval Have Been Completed (5 Yrs) For A Overall Average Of: 4.22From Begining Of Advantage: First PO Issued Date: 04/28/2008Purchase Orders: 908 POs With A Total Amt Of: $1,769,617.80 Paid To Dt: ($1,744,121.48) Balance: $25,496.32

Contracts Purchase Orders Evaluations Sub Vendors Finish

Page 1 of 1

4/18/2018http://mrnet01/ContractsCentral/PrimeVendorDashboard_public.aspx

Page 12: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Prime Vendor Dashboard - THE GORDIAN GROUP, INC

Archived Final/Complete/Renewal Evals All Periodic Evals Finish

View Renewal/Periodic Extended Columns View Weighted ScoresProj/Contract/Agreement/WA Legend: Proj Nbr: = Project Number FC Nbr: = Fixed Contract Number OE Nbr: = Open End Contract Number WA Nbr: = Work Authorization Number

Export To ExcelFinal/Complete/Renewal Vendor Performance Evaluations - Past 5 Years

Proj/Contract/Agreement/WA Overseeing Div Evaluation Type Apprvd Dt Future Score Go

OE Nbr: R0892411A1 FACILITIES MANAGEMENT

Completed JOC Consultant Evaluation

7/28/2016 YES 4.25 View Docs (0)

OE Nbr: R0892411A1 FACILITIES MANAGEMENT

Renewal JOC Consultant Evaluation

11/3/2015 YES 4.19 View Docs (0)

Page 1 of 1

4/18/2018http://mrnet01/ContractsCentral/PrimeVendorDashboard_public.aspx

Page 13: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Prime Vendor Dashboard - THE GORDIAN GROUP, INC

5 YR Final/Complete/Renewal Evals Archived Final/Complete/Renewal Evals Finish

Close Renewal/Periodic Extended Columns Close Weighted ScoresProj/Contract/Agreement/WA Legend: Proj Nbr: = Project Number FC Nbr: = Fixed Contract Number OE Nbr: = Open End Contract Number WA Nbr: = Work Authorization Number

Periodic Vendor Performance Evaluations Proj/Contract/Agreement/WA Evaluation Type Apprvd Dt Future Score Raw Goal Weight Go

Page 1 of 1

4/18/2018http://mrnet01/ContractsCentral/PrimeVendorDashboard_public.aspx

Page 14: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

FINANCE AND ADMINISTRATIVE SERVICES DEPARTMENT115 S. Andrews Avenue, Room 513 • Fort Lauderdale, Florida 33301 • 954-357-7130 • FAX 954-357-7134 • Email: [email protected]

Broward County Board of County Commissioners Mark D. Bogen • Beam Furr • Steve Geller • Dale V.C. Holness • Chip LaMarca • Nan H. Rich • Tim Ryan • Barbara Sharief • Michael Udine

www.broward.org

MEMORANDUM

To: Claudja Henry, Project Manager, Facilities Management Division

Cc: Carolyn Messersmith, Senior Purchasing Agent, Purchasing Division

From: Lori Fortenberry, Investment & Finance Coordinator Finance and Administrative Services Department

Date: April 20, 2018

Re: PNC2116439P1 – Job Order Contract (JOC) Program Consultant

This memorandum provides a review of the financial statements for the respondents of the above referenced RFP.

The RFP specifies that the respondents will provide two years of financial statements. Full financial statements are generally understood to include a balance sheet, statement of operations, statement of retained earnings, statements of cash flows and notes. At a minimum, financial statements are generally defined as balance sheets and statements of operations (income statements) and may include tax returns which include this data. This review is not intended to express an opinion on the financial statements, but to determine whether the proposer has met the element of responsibility. Our review is intended to disclose to the committee whether the respondent submitted all of the required financial documents as specified in the RFP and to make the committee aware of any reportable condition and/or apparent issues in the financial statements which would indicate that the firm is not capable of performing the services specified in the RFP.

Reportable conditions include negative equity, net loss in its latest fiscal year and current ratios less than 1.0. The current ratio is calculated by dividing current assets by current liabilities, with a ratio of 1.0 or higher generally indicates a firm can meet its financial obligations in a timely manner. Debt to Equity is a measure of a company's financial leverage calculated by dividing its total liabilities by stockholders' equity. This ratio provides the relative proportion of the firm's equity and debt used to finance assets. A reportable condition is not necessarily indicative of a firm’s inability to perform but may be one of many factors the Committee considers in its evaluation.

There was one respondent to the RFP and the required two years of financial data as specified by the RFP was submitted.

There were no reportable conditions to bring to the attention of the Committee.

Attached is a spreadsheet showing selected financial data.

LORI FORTENBERRY 2018.04.20 14:40:21 -04'00'

Page 15: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

RFP/RLI#:Title:

Agency:PM:

# of Responders:Due Date:

Shortlist Date:

Responder Name: The Gordian Group, Inc.Financials Provided By: TGG Sub, Inc.

Confidentiality Claim: YPublicly Traded: N

Financials Provided Audited? RevenueNet

Profit/(Loss) Equity (E)Current Assets

(CA)Current

Liabilities (CL) Total Assets (TA)Total Liabilities

(TL)

Debt to Equity Ratio

(TL/E) 1

Current Ratio

(CA/CL) 2

FY Ending Dec 31, 2016 Full Financials Y 1.65 2.34 FY Ending Dec 31, 2015 Full Financials Y 1.47 2.46

Comment: TGG Sub, Inc. is a non-operating entity that serves as a holding company for its wholly-owned subsidiary, The Gordian Group, Inc., a Georgia corporation. TGG Sub has provided a letter of guarantee for The Gordian Group, Inc.

Notes:(1) Debt to Equity ratio is a measure of a company's financial leverage calculated by dividing its total liabilities by stockholders' equity. It indicates what proportion of equity

and debt the company is using to finance its assets. A high debt/equity ratio generally means that a company has been aggressive in financing its growth with debt.

(2) The Current Ratio is a liquidity ratio that measures a company's ability to pay short-term obligations. The higher the current ratio, the more capable the company is ofpaying its obligations. A ratio under 1.0 suggests that the company would be unable to pay off its obligations if they came due at that point.

5/24/2018

PNC2116439P1Job Order Contract (JOC) Program ConsultantFacilities Management DivisionClaudja Henry14/20/2018

CONFIDENTIAL

Page 16: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

TGG SUB, INC.

30 Patewood Drive, Suite 350, Greenville, SC 29615Tel: 800-874-2291

April 17, 2018

Carolyn Messersmith, Senior Purchasing AgentBroward CountyFacilities Management FM0020115 S. Andrews AvenueGovt Ctr Room 501Ft. Lauderdale FL 33301

Re: Solicitation No. PNC2116439P1 – Job Order Contracting (JOC) and Program Consultant

Dear Carolyn:

As requested, I am providing this letter on behalf of TGG Sub, Inc., the parent company of The Gordian Group, Inc., confirming that TGG Sub, Inc. will guarantee all financial obligations of The Gordian Group, Inc. for the purposes of the above-referenced Solicitation. Included with this letter is a resolution of the Board of Directors of TGG Sub, Inc. evidencing my authority to bind the corporation as an elected Officer. Please do not hesitate to contact me if you need any additional information.

Sincerely,

Ammon T. LesherVice President, General Counsel

Page 17: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference
Page 18: CAROLYN DN: dc=cty, dc=broward, dc=bc, MESSERSMITH …€¦ · REFERENCE: (a) Procurement Code Subsection 21.83.d (b) Procurement Code Subsection 21.30.f.5 In accordance with reference

Finance and Administrative Services DepartmentRISK MANAGEMENT DIVISION115 S. Andrews Avenue, Room 210 • Fort Lauderdale, Florida 33301 • 954-357-7200 • FAX 954-357-6545

Broward County Board of County CommissionersMark D. Bogen • Beam Furr • Steve Geller • Dale V.C. Holness • Chip LaMarca • Nan H. Rich • Tim Ryan • Barbara Sharief • Michael Udine

Broward.org

INSURANCE COMPLIANCE MEMORANDUM

April 18, 2018

TO: Carolyn Messersmith, Purchasing Agent Senior

FROM: Colleen Pounall, Risk Analyst

RE: RFP No. PNC2116439P1, Job Order Contract (JOC) Program Consultant

We have reviewed the proof of insurance from the proposers.

This solicitation requires proposers to either provide proof of insurance (even if the minimum limits are not met), or a letter stating that the proposer will comply with the minimum insurance requirements if awarded.

The requirements in this solicitation were:

General Liability Automobile Liability Workers Compensation Professional Liability

Below is a summary of the compliance of the proposers:

The Gordian Group, Inc. Compliant

Please advise Risk Management of any exceptions taken to the standard terms and conditions of the insurance article.

Digitally signed by COLLEEN A. POUNALL DN: dc=cty, dc=broward, dc=bc, ou=Organization, ou=BCC, ou=RM, ou=Users, cn=COLLEEN A. POUNALL Date: 2018.04.18 16:02:37 -04'00'