Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-27186 52.       
Meeting Date: 08/14/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO AWARD open-end multiple award contracts to low responsive, responsible bidders, Weed-A-Way, Inc., a certified County Business Enterprise, for Groups 3 through 5, as the primary vendor, MCT Service, LLC, as the secondary vendor, and Jed Lawn Services, as the tertiary vendor, for Grounds Maintenance Services, Groups 3-8, Bid No. BLD2115552B1, for the Broward County Facilities Management Division (FMD), in the annual estimated amount of $621,916, which includes allowances in the amount of $15,000; and authorize the Director of Purchasing to renew the contract for two one-year periods, for a three-year potential estimated amount of $1,865,748. The initial contract period shall begin on the date of award and will terminate one year from that date.

ACTION:  (T-10:33 AM)  Approved, as amended, with the Yellow-Sheeted Additional Material, dated Tuesday, August 14, 2018, submitted at the request of the Finance and Administrative Services Department.
 
VOTE: 9-0.

B. MOTION TO AWARD open-end multiple award contracts to low responsive, responsible bidders, Weed-A-Way, Inc., a certified County Business Enterprise, for Group 6, as the primary vendor, and Superior Landscaping & Lawn Service, Inc., as the secondary vendor, for Grounds Maintenance Services, Groups 3-8, Bid No. BLD2115552B1, for the Broward County Water and Wastewater Services Division (WWS), in the annual estimated amount of $219,845, which includes an allowance in the amount of $3,000; and authorize the Director of Purchasing to renew the contract for two one-year periods, for a three-year potential estimated amount of $659,534. The initial contract period shall begin on the date of award and will terminate one year from that date.

ACTION:  (T-10:33 AM)  Approved.
 
VOTE: 9-0.

C. MOTION TO AWARD open-end contract to low responsive, responsible bidder, MCT Service, LLC, for Groups 7 through 8, for Grounds Maintenance Services, Groups 3-8, Bid No. BLD2115552B1, for the Broward Water and Wastewater Services Division (WWS), in the annual estimated amount of $277,813, which includes allowances in the amount of $2,000; and authorize the Director of Purchasing to renew the contract for two one-year periods, for a three-year potential estimated amount of $833,440. The initial contract period shall begin on the date of award and will terminate one year from that date.

ACTION:  (T-10:33 AM)  Approved.
 
VOTE: 9-0.
Why Action is Necessary
A, B and C. In accordance with the Broward County Procurement Code, Section 21.31.a.4., when the recommendation for award is to a bidder that is not the Low Bidder, the Board is required to approve all purchases exceeding $500,000.
What Action Accomplishes
A, B and C. Provides grounds maintenance services for the FMD and WWS.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT/FACILITIES MANAGEMENT DIVISION/WATER AND WASTEWATER DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTIONS.

The Office of Economic and Small Business Development (OESBD) designated this project as a reserved project for the certified County Business Enterprises (CBE). The OESBD reviewed the bids and determined that Weed-A-Way, Inc. meets the eligibility criteria of the CBE Reserve Program (Exhibit 2).

The purpose of the contract(s) is to furnish all labor, equipment and materials necessary to provide grounds maintenance services for FMD and WWS. The firms will provide scheduled grounds maintenance services at various locations.

The allowances incorporated in the contract(s), in the total amount of $20,000, are for material and/or specialty contractors for pest control related services. Expenditures under these allowance items must be approved by the contract administrator and will be reimbursed at the contractor’s actual cost without mark-up.

The Director of Purchasing determined the apparent low bidder, Florida Native Lawn Services, LLC, for Groups 3 and 5 through 8, to be non-responsive to the bid requirements, because Florida Native Lawn Services, LLC did not bid all items within a Group or indicate “No Charge” for those items that are included at no additional charge as required by this solicitation.

The Director of Purchasing determined the apparent second low bidder, W.S. Sod & Landscaping Inc., for Groups 7 through 8, to be non-responsible to the bid requirements, because W.S. Sod & Landscaping, Inc. did not provide the required Worker’s Compensation Insurance as required by this solicitation.

In accordance with this solicitation, the County reserves the right to make multiple awards for this contract; however, it is the intent of the County to place orders with the low responsive, responsible awarded bidder for each group.

In accordance with the Broward County Living Wage Ordinance, Section 26-101 (i), these are covered services. All recommended vendors have agreed to be bound to the contractual obligations of the Living Wage Ordinance.

FMD reviewed the bids submitted by Weed-A-Way, Inc., MCT Service, LLC and Jed Lawn Services and concurs with the recommendation for award for groups 3 through 5 (Exhibit 3). WWS reviewed the bids submitted by Weed-A-Way, Inc., Superior Landscaping & Lawn Services, Inc., and MCT Service, LLC and concurs with the recommendation for award for groups 6 through 8 (Exhibit 4). Three evaluations were completed for Weed-A-Way, Inc.; the firm has an overall rating of 3.95 out of a possible 5. Two evaluations were completed for Superior Landscaping & Lawn Services, Inc.; the firm has an overall rating of 3.69 out of a possible 5. Copies of Weed-A-Way, Inc.’s and Superior Landscaping & Lawn Services, Inc.’s vendor performance evaluations are available upon request. No evaluations were completed for MCT Service, LLC or Jed Lawn Services.

Groups 1 and 2 were not included in this solicitation because FMD and the vendors decided to renew the final term of the previous contract.

Incumbent: Florida Native Lawn Services, LLC, (Contract 3 - Groups 3-6) Contract No. L1391930B1_3, Grounds Maintenance Services; Contract Term: May 24, 2016 through May 23, 2018. Expenditures to date: $522,819.

On May 23, 2018, the Director of Purchasing approved the Interim Contract No. BLD2115552BX_1 to Weed-A-Way, Inc., for groups 3 through 6; MCT Service, LLC, for groups 7 through 8 in the not-to-exceed amount of $250,000 utilizing the same pricing, terms and conditions for Bid No. BLD2115552B1 in order to provide the reference services until the date of award.

The bid validity for this project expired on June 23, 2018. Weed-A-Way, Inc., MCT Service, LLC, Superior Landscaping & Lawn Services, Inc., and Jed Lawn Services agreed to extend their bid validities through October 21, 2018 for Bid No. BLD2115552B1.

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.

The bid posted on February 6, 2018 and opened on February 23, 2018 with six responses and no declination (Exhibit 1).
Source of Additional Information
Brenda J. Billingsley, 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. FMD0004092
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - OESBD Goal Memorandum dated February 26, 2018
Exhibit 3 - User Concurrence Memorandum signed April 6, 2018
Exhibit 4 - User Concurrence Memorandum signed April 16, 2018
Exhibit 5 - Price Analysis
Additional Material - Information


    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.