THE PURCHASING DIVISION AND THE TRANSPORTATION DEPARTMENT/TRANSIT DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.
The Office of Economic and Small Business Development determined this project to be a race-neutral and did not contain race-conscious contract goals (Exhibit 2).
The purpose of this contract is to furnish all labor, materials, equipment and services required to supply, install and replace the existing rack cooling system, and provide uninterruptible power supply (UPS) preventive maintenance and repair services for Broward County Transit.
Keystone Critical Systems and Advisors, LLC, the apparent low bidder, requested to withdraw its bid due to not being able to offer tiered pricing, and its bid price did not include a significant scope of the rack cooling system and UPS preventive maintenance and repairs services (Line Nos.01-1, 01-03, 01-04, 01-06, 01-07, 01-08 and 01-09). In accordance with the Broward County Procurement Code, Section 21.30.f.4(b)(2), a bidder may request to withdraw its bid alleging prima facie evidence of mistake. The Director of Purchasing approved Keystone Critical Systems and Advisors, LLC’s request to withdraw its bid.
The initial contract term estimated amount includes the purchase of the rack cooling system and maintenance required for the term. Renewal terms have a lesser contract value as only maintenance and related services that may be required.
Broward County Transit reviewed the bid summitted by ARM Electrical Services, LLC, and concurs with the recommendation for award (Exhibit 3). Five vendor performance evaluations were completed for ARM Electrical Services, LLC; the firm has a rating of 4.89 out of a possible 5.0, over the past five years. Copies of the vendor performance evaluations are available upon request.
The purchasing agent has researched the prices submitted by the recommended bidder, ARM Electrical Services, LLC, and has determined that the prices submitted are fair, reasonable and aligned with market analysis for the industry (Exhibit 4).
The amounts referenced in this agenda 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.
There was no protest or appeal filed regarding this procurement.
There is no incumbent or previous contract for this service.
The bid posted on December 1, 2017 and opened on January 5, 2018; three bids were received with no declinations.
|