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 low bidder, AR Maintenance Solutions, Inc., for Airport Grounds Maintenance and US-1 Landscaping, Bid No. BLD2128809B1 (Group 1), for the Aviation Department, in the initial one-year amount of $727,947; and authorize the Director of Purchasing to renew the contract for four one-year periods, for a five-year estimated amount of $3,639,736.
B. MOTION TO AWARD open-end contract to low, responsive, responsible bidder, AR Maintenance Solutions, Inc., for Airport Grounds Maintenance and US-1 Landscaping, Bid No. BLD2128809B1 (Group 2), for the Aviation Department, in the initial one-year amount of $636,375, which includes a total allowance in the annual amount of $50,000; and authorize the Director of Purchasing to renew the contract for four one-year periods, for a five-year estimated amount of $3,181,875.
body
Why Action is Necessary
Motions A and B. In accordance with Section 332.0075(3)(b), Florida Statutes, a governing body must approve, award, or ratify all contracts executed by or on behalf of a large hub airport for 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.
Motion B. In accordance with 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 single bidder, rejection of apparent low bidder, protested award, or pulls from the Board regarding the intended award.
What Action Accomplishes
Motion A: Provides landscape and irrigation maintenance at the Broward County Fort Lauderdale-Hollywood International Airport and surrounding grounds.
Motion B: Provides landscape maintenance alongside US-1 Highway leading to the entrance of the Broward County Fort Lauderdale-Hollywood International Airport.
Goal Related Icon(s)
☐County Commission
☐Go Green
☐MAP Broward
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE AVIATION DEPARTMENT RECOMMEND APPROVAL OF THE ABOVE MOTION.
Motion A: The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) goal of 25% for Group 1. AR Maintenance Solutions, Inc., a CBE firm, committed to 100% CBE participation, which has been reviewed and approved by OESBD (Exhibit 2).
This contract provides landscape and irrigation maintenance at the Broward County Fort Lauderdale-Hollywood International Airport and surrounding grounds.
Motion B: The OESBD designated Group 2 as a reserve opportunity for certified County Business Enterprise (CBE) firms. AR Maintenance Solutions, Inc. is a certified CBE, and therefore is considered a responsive and responsible bidder under the provisions of this contract (Exhibit 2).
The contract provides landscape maintenance alongside US-1 Highway leading to the entrance of Broward County’s Fort Lauderdale-Hollywood International Airport.
The contract for Motion B identifies allowances in the total amount of $50,000 for the initial term. Expenditures under the allowance must be approved by the Contract Administrator and will be reimbursed at the vendor’s actual cost without mark-up. (Exhibit 1)
In accordance with the Broward County Living Wage Ordinance, Broward County Administrative Code, Section 26-101(i), these services are covered services. The vendor has agreed to be bound to the contractual obligations of the Living Wage Ordinance.
The Aviation Department has reviewed the bid submitted by AR Maintenance Solutions, Inc. and concurs with the recommendation for award for both Groups 1 and 2 (Exhibit 3).
Six County vendor performance evaluations were completed for AR Maintenance Solutions, Inc.; the vendor has an overall performance rating of 3.87 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 the low bidder, AR Maintenance Solutions, Inc., for Group 1 and determined that the prices submitted are fair and reasonable in comparison to a current Broward County contract for these same services.
The Purchasing Division reviewed the prices submitted by the low, responsive, responsible CBE bidder, AR Maintenance Solutions Inc., for Group 2 and determined pricing to be fair and reasonable in comparison to the apparent low non-CBE bidder, Grass Root Complete LLC, and the current Broward County contract for these same services. AR Maintenance Solutions, Inc.’s unit prices, with exception to 4 (of the 21 items), were lower than Grass Root Complete LLC (Exhibit 4). Overall, AR Maintenance Solutions, Inc.’s total bid exceeds Grass Root Complete LLC’s bid by approximately 3%. However, since their total bid does not exceed the lowest responsive and responsible non-CBE bidder by more than 10%, AR Maintenance Solutions, Inc. is recommended for award for Group 2, per the County’s Business Opportunity Act, Secrion1-81.3.
Incumbent for Motion A: Juniper Landscaping of Florida. LLC; Number and Title: BLD2123273B1_1, Airport Grounds Landscaping, Contract Term: April 8, 2022 through April 7, 2025, First Renewal: April 8, 2023 through April 7, 2024; Second Renewal: April 8, 2024 through April 7, 2025. Expenditures to date: $1,362,171.
Incumbent for Motion B: AR Maintenance Solutions Inc.; Contract Number and Title: BLD2123274B1_1, US-1 Landscaping, Contract Term: April 23, 2022 through April 22, 2025, First Renewal: April 23, 2023 through April 22, 2024; Second Renewal: April 23, 2024 through April 22, 2025. Expenditures to date: $1,013,655.
The bid was advertised on October 28, 2024 and opened on November 15, 2024. Five bids were received with zero declinations (Exhibit 1).
The Recommendation for Award was posted on the Purchasing Division website from January 17 - 27, 2025. There was no protest filed against this procurement.
The contract consists of the County’s solicitation and the vendor’s response.
The initial contract period for the contract referenced in Motion A begins on April 8, 2025.
The initial contract period for the contract referenced in Motion B begins on April 23, 2025.
Source of Additional Information
Robert E. Gleason, Director, Purchasing Division, 954-357-6070
Fiscal Impact
Fiscal Impact/Cost Summary
The open-end contracts have a combined not to exceed amount of $6,821,611 over a potential five-year period. The funds estimated for the current fiscal year are included in the current fiscal year budget.