Skip to main content
File #: 25-1538   
Status: Agenda Ready
In control: PUBLIC WORKS AND ENVIRONMENTAL SERVICES DEPARTMENT
Agenda Date: 4/14/2026 Final action:
Title: MOTION TO AWARD fixed contract to second low bidder, Southern Underground Industries, Inc., for Regional Effluent and Reuse Solutions Bid Pack No. 2, Bid No. PNC2130531C1, for Water and Wastewater Services, in the amount of $16,482,609, including alternate base bid items 0-45 and 0-46, and total allowance of $610,737, and authorize execution of the Agreement.
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - OESBD Goal Compliance Memorandum dated March 26, 2025, 3. Exhibit 3 - User Concurrence Memorandum signed February 11, 2026, 4. Exhibit 4 - Price Analysis, 5. Exhibit 5 - Protest - Southern Underground Industries, Inc., 6. Exhibit 6 - Protest Response, 7. Exhibit 7 - Agreement
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broward County Commission Regular Meeting                               

Director's Name:  Stephen Farmer (Acting Director)

Department:                       Finance and Administrative Services                     Division: Purchasing

 

Information

Requested Action

title

MOTION TO AWARD fixed contract to second low bidder, Southern Underground Industries, Inc., for Regional Effluent and Reuse Solutions Bid Pack No. 2, Bid No. PNC2130531C1, for Water and Wastewater Services, in the amount of $16,482,609, including alternate base bid items 0-45 and 0-46, and total allowance of $610,737, and authorize execution of the Agreement.

 

body

Why Action is Necessary

In accordance with the Broward County Procurement Code, Section 21.47, Award and Execution Authority, Board approval is required for awards with a value of more than $500,000, inclusive of the value of any renewals or extensions provided for in the contract, that include a protested award.

 

What Action Accomplishes

Provides for installation of new effluent pipes from Broward County’s North Regional Wastewater Treatment Plant to the City of Pompano Beach’s OASIS Water Reuse Plant.

 

Goal Related Icon(s)

County Commission

Go Green

MAP Broward

 

Previous Action Taken

None.

 

Summary Explanation/Background

THE PURCHASING DIVISION AND THE PUBLIC WORKS AND ENVIRONMENTAL SERVICES DEPARTMENT/WATER AND WASTEWATER SERVICES RECOMMEND APPROVAL OF THE ABOVE MOTION.

 

The Office of Economic and Small Business Development (OESBD) determined that no County Business Enterprise (CBE) participation goal should apply to this solicitation; the project is funded by the State of Florida Department of Economic Opportunity (DEO) grant which prohibits inclusion of local jurisdiction-based requirements (Exhibit 2).

 

This Agreement provides installation of new effluent pipes from Broward County’s North Regional Wastewater Treatment Plant to the City of Pompano Beach’s OASIS Water Reuse Plant.

 

This solicitation included alternate bid items (0-45 and 0-46) to base bid items (0-4 and 0-5). The alternate bid items specified “Class 250” ductile iron pipe; base bid items specified “Class 350” ductile iron pipe. In accordance with Special Instructions to Vendors, Paragraph I, Basis of Award: Alternate bid items 0-45 and 0-46 may be awarded in place of base bid items 0-4 and 0-5, respectively, if determined to be in the best interest of the County. Alternate bid items 0-45 and 0-46 are recommended for award; awarding the alternate bid items recognizes a savings of $518,009.

 

This procurement carries a 100% performance and payment guaranty. The vendor has provided a bid guaranty obligating the vendor to provide requisite performance and payment guaranty, upon notice of award.

 

The Agreement includes allowances in the amount of $610,737. Expenditures under the allowances must be approved by the Contract Administrator and will be reimbursed at the vendor’s actual costs without mark-up (Exhibit 1).

 

The bid was advertised on June 11, 2025, and opened on July 30, 2025; nine bids were received with no declinations.

 

Water and Wastewater Services reviewed the bid submitted by the low bidder, R.P. Utility & Excavation Corp dba RPU, and concurred with the recommendation for award, including the alternate bid items 0-45 and 0-46 to base bid items 0-4 and 0-5.

 

The initial Recommendation for Award was posted on the Purchasing Division website.

 

On October 22, 2025, the Director of Purchasing received a timely filed protest from Southern Underground Industries, Inc. The protest alleged that RPU did not meet the solicitation’s experience requirements and was not responsive and responsible (Exhibit 5).

 

On November 21, 2025, the Director of Purchasing issued a response to Southern Underground Industries, Inc. stating that RPU met the minimum solicitation’s experience requirements and was responsive and responsible. The protest was denied (Exhibit 6).

 

The low bidder’s, RPU’s, bid validity expired on November 27, 2025; RPU did not agree to extend bid validity.

 

Water and Wastewater Services reviewed the bid submitted by the second low bidder, Southern Underground Industries, Inc., (Southern Underground) and concurs with the recommendation for award, including the alternate bid items (0-45 and 0-46) to base bid items (0-4 and 0-5) (Exhibit 3).

 

Three County vendor performance evaluations were completed for Southern Underground; the vendor has an overall performance rating of 3.08 out of possible rating of 5. Copies of the vendor performance evaluations are available upon request.

 

The Purchasing Division reviewed the prices submitted by the second low bidder, Southern Underground, and determined that the prices submitted are fair and reasonable based on price analysis (Exhibit 4).

 

The subsequent Recommendation for Award was posted on the Purchasing Division website. There was no protest filed.

 

The second low bidder, Southern Underground’s bid validity expired on November 27, 2025; Southern Underground agreed to extend bid validity through April 14, 2026.

 

The proposed Agreement is Exhibit 1.

 

Source of Additional Information

Robert E. Gleason, Director, Purchasing Division, 954-357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

The fixed contract funding source is the Water and Wastewater Construct Fund in the amount of $16,482,609. The Project is funded by the State of Florida Department of Economic Opportunity (“DEO”) through the federally funded Community Development Block Grant - Mitigation Program (“CDBG-MIT”), pursuant to DEO Agreement No. MT042.

 

Requisition No. WWE0001697