Skip to main content
File #: 25-1348   
Status: Agenda Ready
In control: Public Works and Environmental Services - Water and Wastewater Services
Agenda Date: 12/9/2025 Final action:
Title: A. MOTION TO AWARD open-end contract to Barney's Pumps, Inc. (Groups 2, 4, 5, 8, 9, 11, 14 and 21), for Submersible Lift Station Pumps, Parts, and Installation/Removal Services, Bid No. OPN2129401B1, for Water and Wastewater Services, in the initial one-year estimated amount of $524,757, and authorize the Director of Purchasing to renew the contract for four one-year periods, for a five-year estimated amount of $2,623,785. ACTION: (T-11:05 AM) Approved. VOTE: 8-0. Commissioner Furr was not present. B. MOTION TO AWARD open-end contract to F. J. Nugent & Associates, Inc. (Groups 3, 6, 7, 15, 16, 17, 20 and 21), for Submersible Lift Station Pumps, Parts, and Installation/Removal Services, Bid No. OPN2129401B1, for Water and Wastewater Services, in the initial one-year estimated amount of $421,030, and authorize the Director of Purchasing to renew the contract for four one-year periods, for a five-year estimated amount of $2,105,150. ACTION: (T-11:05 AM) Approved. VOTE: 8-0. Commissio...
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - OESBD Goal Memorandum dated September 5, 2024, 3. Exhibit 3 - User Concurrence Memorandum signed October 8, 2025, 4. Exhibit 4 - Price Analysis
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

A. MOTION TO AWARD open-end contract to Barney’s Pumps, Inc. (Groups 2, 4, 5, 8, 9, 11, 14 and 21), for Submersible Lift Station Pumps, Parts, and Installation/Removal Services, Bid No. OPN2129401B1, for Water and Wastewater Services, in the initial one-year estimated amount of $524,757, and authorize the Director of Purchasing to renew the contract for four one-year periods, for a five-year estimated amount of $2,623,785.

 

ACTION: (T-11:05 AM) Approved.

 

VOTE: 8-0. Commissioner Furr was not present.

 

B. MOTION TO AWARD open-end contract to F. J. Nugent & Associates, Inc. (Groups 3, 6, 7, 15, 16, 17, 20 and 21), for Submersible Lift Station Pumps, Parts, and Installation/Removal Services, Bid No. OPN2129401B1, for Water and Wastewater Services, in the initial one-year estimated amount of $421,030, and authorize the Director of Purchasing to renew the contract for four one-year periods, for a five-year estimated amount of $2,105,150.

 

ACTION: (T-11:05 AM) Approved.

 

VOTE: 8-0. Commissioner Furr was not present.

 

C. MOTION TO AWARD open-end contract to Tom Evans Environmental, Inc. (Groups 1, 10, 12, 13, 18, 19, 20, and 21), for Submersible Lift Station Pumps, Parts, and Installation/Removal Services, Bid No. OPN2129401B1, for Water and Wastewater Services, in the initial one-year estimated amount of $1,012,346, and authorize the Director of Purchasing to renew the contract for four one-year periods, for a five-year estimated amount of $5,061,730.

 

ACTION: (T-11:05 AM) Approved.

 

VOTE: 8-0. Commissioner Furr was not present.

 

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.

 

What Action Accomplishes

Provides for submersible lift station pumps, parts, installation, and removal services necessary to support the ongoing of County lift stations.

 

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 MOTIONS.

 

The Office of Economic and Small Business Development (OESBD) determined that no County Business Enterprise (CBE) participation goal should apply to this solicitation based on OESBD review of the products and services and availability of CBE firms (Exhibit 2).

 

This contract provides for submersible lift station pumps, parts, installation, and removal services, which are essential for optimal lift stations operations.

 

The Director of Purchasing has determined Barney’s Pumps, Inc. as non-responsive for Group 18, based on technical review completed by Water and Wastewater Services (WWS), as products offered did not meet the “Curve Variance", in accordance with Specifications and Requirements, Section 5 Specifications, 5.9 Curve Ranges, and Attachment B, BCWWS Standard Lift Station Pump Curves.

 

The Director of Purchasing has determined F. J. Nugent & Associates, Inc. as non-responsive for Groups 4, 5, 8, 9, 10, 11, 13, 14, and 18, based on technical review completed by WWS, as products offered did not meet the “Curve Variance”, in accordance with Specifications and Requirements, Section 5 Specifications, 5.9 Curve Ranges, and Attachment B, BCWWS Standard Lift Station Pump Curves.

 

The Director of Purchasing has determined Tom Evans Environmental, Inc. as non-responsive for Group 2, based on technical review completed by WWS, as the product offered does not meet the “Curve Variance”, in accordance with Specifications and Requirements, Section 5 Specifications, 5.9 Curve Ranges, and Attachment B, BCWWS Standard Lift Station Pump Curves.

 

Water and Wastewater Services has reviewed the bids submitted by Barney’s Pumps, Inc; F.J. Nugent & Associates, Inc.; and Tom Evans Environmental, Inc. and concurs with the recommendation for award (Exhibit 3).

 

Five County vendor performance evaluations were completed for Barney’s Pumps, Inc.; the vendor has an overall performance rating of 3.68 out of possible rating of 5.0. Eight County vendor performance evaluations were completed for F.J. Nugent & Associates, Inc.; the vendor has an overall performance rating of 3.68 out of possible rating of 5.0. Four County vendor performance evaluations were completed for Tom Evans Environmental, Inc.; the vendor has an overall performance rating of 3.78 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 Barney’s Pumps, Inc.; F. J. Nugent & Associates, Inc.; and Tom Evans Environmental, Inc. and has determined that the prices submitted are fair and reasonable based on price analysis (Exhibit 4).

 

Incumbent: Barney’s Pumps, Inc.; Contract Number and Title: IND2123546B1_1, Submersible Lift Station Pumps, Parts, Repair (Warranty) and Install/Removal Service; Contract Term: May 24, 2022, through February 20, 2026, including a 90-day and a six-month extension. Expenditures to date: $2,004,243.

 

Incumbent: Tom Evans Environmental, Inc.; Contract Number and Title: IND2123546B1_2, Submersible Lift Station Pumps, Parts, Repair (Warranty) and Install/Removal Service; Contract Term: May 24, 2022, through February 20, 2026, including a 90-day and six-months extensions. Expenditures to date: $545,849.

 

Incumbent: F.J. Nugent & Associates, Inc.; Contract Number and Title: IND2123546B1_3, Submersible Lift Station Pumps, Parts, Repair (Warranty) and Install/Removal Service; Contract Term: May 24, 2022, through February 20, 2026, including a 90-day and six-months extensions. Expenditures to date: $320,945.

 

The bid was advertised on June 9, 2025 and opened on July 3, 2025. Three bids were received with no declinations (Exhibit 1).

 

The Recommendation for Award was posted on the Purchasing Division website from October 13 - 20, 2025. There was no protest filed against this procurement.

 

Barney’s Pumps, Inc.’s bid validity expired on October 31, 2025, and Barney’s Pumps, Inc. has agreed to extend it through January 29, 2026.

 

Tom Evans Environmental, Inc.’s bid validity expired on October 31, 2025, and Tom Evans Environmental, Inc. has agreed to extend it through January 29, 2026.

 

F.J. Nugent & Associates, Inc.’s bid validity expired on October 31, 2025, and F.J. Nugent & Associates, Inc. has agreed to extend it through January 29, 2026.

 

The amounts referenced in this agenda item were rounded to the nearest whole dollar. Vendor payments will be based on the actual total bid amount. The bid tabulation reflects the actual amount of the award.

 

The contract consists of the County’s solicitation and the vendor’s response.

 

The initial contract period begins on date of award.

 

Source of Additional Information

Robert Gleason, Director, Purchasing Division, (954) 357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

The open-end contract has a not-to-exceed amount of $9,790,664 over a potential five-year period. The funds estimated for the current fiscal year are included in the current Fiscal Year budget.

 

Requisition No. WWF0006749