File #: 22-428   
Status: Agenda Ready
In control: PUBLIC WORKS DEPARTMENT
Agenda Date: 5/24/2022 Final action: 5/24/2022
Title: MOTION TO AWARD open-end contracts to low responsive, responsible bidders, Barney's Pumps, Inc., for Groups 1 through 7, 9 through 11, 14 through 18, and 20; F.J. Nugent & Associates, Inc., for Groups 13 and 20; and Tom Evans Environmental, Inc., for Groups 8, 12, 19, and 20, for Submersible Lift Station Pumps, Parts, Repair (Warranty) and Install/Removal Service, Bid No. IND2123546B1, for Water and Wastewater Services, in the annual estimated amount of $1,811,449; and authorize the Director of Purchasing to renew the contracts for two one-year periods, for a three-year potential estimated amount of $5,434,347.
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - OESBD Goal Memorandum dated May 4, 2021, 3. Exhibit 3 - User Concurrence and Non-Concurrence Memoranda signed March 2, 2022, 4. Exhibit 4 - Price Analysis
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

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 contracts to low responsive, responsible bidders, Barney’s Pumps, Inc., for Groups 1 through 7, 9 through 11, 14 through 18, and 20; F.J. Nugent & Associates, Inc., for Groups 13 and 20; and Tom Evans Environmental, Inc., for Groups 8, 12, 19, and 20, for Submersible Lift Station Pumps, Parts, Repair (Warranty) and Install/Removal Service, Bid No. IND2123546B1, for Water and Wastewater Services, in the annual estimated amount of $1,811,449; and authorize the Director of Purchasing to renew the contracts for two one-year periods, for a three-year potential estimated amount of $5,434,347.

 

body

Why Action is Necessary

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

 

What Action Accomplishes

Provides for the supply of submersible lift station pumps and parts, and the services of warranty repairs, pump installation, and removal.

 

Is this Action Goal Related

No

 

Previous Action Taken

None.

 

Summary Explanation/Background

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

 

The Office of Economic and Small Business Development did not reserve this procurement for Small Business Enterprises under the Sheltered Market Program or assign County Business Enterprise participation goals as there are no certified firms available that can meet the requirements (Exhibit 2).

 

The purpose of this contract is to provide submersible lift station pumps, parts, warranty repair, installation, and removal services.

 

Water and Wastewater Services has reviewed the bids submitted by: Barney’s Pumps, Inc. for Groups 1 through 7, 9 through 11, 14 through 18, and 20; F.J. Nugent & Associates, Inc. for Groups 13 and 20; and Tom Evans Environmental, Inc. for Groups 8, 12, 19, and 20, and concurs with the recommendation for award (Exhibit 3). One vendor performance evaluation has been completed for Barney’s Pumps, Inc.; they have an overall rating of 3.31 out of a possible rating of 5.0. One vendor performance evaluation has been completed for F.J. Nugent & Associates, Inc.; they have an overall rating of 3.58 out of a possible rating of 5.0. One vendor performance evaluation has been completed for Tom Evans Environmental, Inc.; they have an overall rating of 4.39 out of a possible rating of 5.0. Copies of the vendor performance evaluations are available upon request.

 

The Director of Purchasing has determined that the apparent low bidder, Tom Evans Environmental, Inc., for Groups 1, 2 and 9 to be non-responsive. For Group 1 (Item 2) and Group 2 (Item 2), the bidder offered a pump that does not meet minimum requirements for factory mutual explosion proof listed for submersible sewage pumps as specified in the solicitation requirements. For Group 9 (Items 1 and 2), the bidder offered pumps with a three-inch discharge modified with a four-inch elbow (adapter), which does not comply with the solicitation requirements for a four-inch discharge. The low responsive, responsible bidder offered pumps that meet the minimum requirements. For Groups 1, 2, and 9, there is a $7,114 difference between the bid amount(s) of the apparent low bidder, Tom Evans Environmental, Inc., versus the bid amount(s) of the recommended bidder, Barney's Pumps, Inc.

 

The Director of Purchasing has determined that the apparent low bidders, F.J. Nugent & Associates, Inc. and Barney's Pumps, Inc., for Group 19 to be non-responsive to the bid requirements. The bidders did not bid on all line items, as the specified basis of award and required in the solicitation.

 

The amounts referenced in this agenda item are 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 Purchasing Division has reviewed the prices submitted by: Barney’s Pumps, Inc. for Groups 1 through 7, 9 through 11, 14 through 18, and 20; F.J. Nugent & Associates, Inc. for Groups 13 and 20; and Tom Evans Environmental, Inc. for Groups 8, 12, 19, and 20 and determined that the prices are fair and reasonable (Exhibit 4).

 

The bid posted on November 8, 2021 and opened on December 1, 2021; five bids were received with no declinations (Exhibit 1).

 

The Recommendation for Award was posted on the Purchasing Division website from March 28 through April 1, 2022 at which time any aggrieved vendor could have protested the result. There was no protest or appeal filed regarding this procurement.

 

The initial contract period shall begin on the date of award and will terminate one year from that date.

 

Source of Additional Information

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

 

Fiscal Impact

Fiscal Impact/Cost Summary

Each requirement processed against these open-end contracts will be funded by the appropriate source at the time of release.

 

Requisition No. WWF0004062