Broward County Commission Regular Meeting
Director's Name: George Tablack
Department: Finance and Administrative Services Division: Purchasing
Information
Requested Action
title
MOTION TO AWARD open-end contract to low bidder, ITW GSE Inc., for Pre-Conditioned Air Units and Replacement Parts (Group 1), Bid No. BLD2126849B1, for the Broward County Aviation Department in the initial one-year estimated amount of $3,141,601, which includes allowances in the total annual estimated amount of $350,000; and authorize the Director of Purchasing to renew the contract for four one-year periods, for a five-year potential estimated amount of $15,708,005.
body
Why Action is Necessary
In accordance with Broward County Procurement Code Section 21.47(a), Award and Execution Authority, the Board shall make all awards, and authorize the execution of the associated contracts, with a value of more than $500,000, inclusive of the value of any renewals or extensions provided for in the contract.
In accordance with Florida Statutes Section 332.0075(3)(b), a governing body must approve, award, or ratify contracts for the purchase of commodities or contractual services executed by or on behalf of a large hub airport in an amount that exceeds $1,500,000 as a separate line item on the agenda and must provide a reasonable opportunity for public comment. Such contracts may not be approved, awarded, or ratified as part of a consent agenda.
What Action Accomplishes
Provides an open-end contract for pre-conditioned air units and replacement parts for the Broward County Aviation Department.
Goal Related Icon(s)
☐County Commission
☐Go Green
☐MAP Broward
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE AVIATION DEPARTMENT/MAINTENANCE DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.
The Office of Economic and Small Business Development (OESBD) reviewed the scope of work and did not assign County Business Enterprises (CBE) goals pursuant to the Broward County Business Opportunity Act, Section 1-81.3(a)(1)a, which states that if there are fewer than two certified CBEs available to participate in a specific project, no CBE goal will be applicable (Exhibit 2).
This open-end contract provides pre-conditioned air units and replacement parts for the Aviation Department at the Broward County Fort Lauderdale-Hollywood International Airport (FLL).
All prices, terms and conditions will remain fixed for the initial one-year contract period. Upon completion of the initial contract period, the contractor may make a timely request for an annual price adjustment, prior to the renewal date, for years two through five, in accordance with the price adjustment clause term of the contract.
The allowances in this contract in the total annual estimated amount of $350,000 include an annual amount of $150,000 for freight/shipping charges, which will be reimbursed at the contractor's actual incurred cost, without mark-up; and an annual amount of $200,000 for percentage discount off list/catalog price for replacement parts, including but not limited to switches, fuses, smoke detectors, fans, and current transformers.
The Aviation Department has reviewed the bid submitted by ITW GSE Inc. for Group 1 and concurs with the recommendation for award (Exhibit 3). One vendor performance evaluation was completed for ITW GSE Inc; the firm has an overall performance rating of 4.65 out of possible rating of 5.0. Copies of the vendor performance evaluations are available upon request.
The Purchasing Division reviewed the prices submitted by low bidder, ITW GSE Inc., for Group 1; and determined the prices submitted are fair and reasonable in comparison to the current Broward County contract for these same items (Exhibit 4).
Incumbent: ITW GSE Inc. Contract Number and Title: BLD2124206B1_1, Pre-Conditioned Air Units, Contract Term: June 7, 2022, through June 6, 2024. Expenditures to date: $2,082,122.
The bid was advertised on August 3, 2023, and opened on August 25, 2023; three bids were received with no declination (Exhibit 1).
The Recommendation for Award was posted on the Purchasing Division website from October 27 through November 3, 2023. There was no protest or appeal filed against this procurement.
The contract consists of the County’s solicitation and the vendor’s response. The initial contract period shall begin upon date of award and terminate one year from that date.
The Aviation Department reviewed bidders for Group 2, JBT AeroTech Corporation (JBT) and Twist Aero, LLC, and did not concur with an award to either of the bidders (Exhibit 5). The Aviation Department determined that the product offered by JBT did not meet the solicitation’s Specifications and Requirements for a unit on a trailer including diesel engine, generator set, and hosing equipment. Regarding Twist Aero, LLC, the Aviation Department contacted the three references provided, which resulted with only one response with a poor rating. The Aviation Department afforded Twist Aero, LLC an opportunity to provide additional references; however, Twist Aero, LLC did not comply with this request. Based upon the Aviation Department’s findings and non-concurrences, the Director of Purchasing deemed both JBT AeroTech Corporation and Twist Aero, LLC to be non-responsive and non-responsible, respectively, to the solicitation’s Specifications and Requirements and the County’s request for additional references; and thereby rejected bids for Group 2 from both JBT AeroTech Corporation and Twist Aero, LLC.
Source of Additional Information
Robert Gleason, Director, Purchasing Division, (954) 357-6070
Fiscal Impact
Fiscal Impact/Cost Summary
Each requirement processed against this open-end contract will be funded by the appropriate source at the time of release.
Requisition No. AVM0009034