Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-28853 29.       
Meeting Date: 05/21/2019  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO TERMINATE FOR CONVENIENCE open-end contract with MCT Service, LLC, Groups 4 and 5, for Grounds Maintenance Services, Contract No. BLD2115552B1_2, awarded by the Board on August 14, 2018 (Item No. 52).

ACTION:  (T-10:33 AM)  Approved.

VOTE:  9-0.


B. MOTION TO AWARD open-end contract for Group 4 to second low responsive, responsible bidder, Superior Landscaping & Lawn Service, Inc., Contract No. BLD2115552B1_6, for Grounds Maintenance Services, for the Facilities Management Division, in the annual estimated amount of $112,613, which includes an allowance in the estimated amount of $1,667; and authorize the Director of Purchasing to renew the contract for two one-year periods in the annual amount of $342,840, which includes an annual allowance in the amount of $5,000 for a potential estimated total amount of $799,960. The initial contract period begins on the date of award and terminates August 13, 2019.

ACTION:  (T-10:33 AM)  Approved.

VOTE:  9-0.


C. MOTION TO RETROACTIVELY APPROVE retroactive extension of open-end Interim Contract No. BLD2115552X2, for Group 5, to Superior Landscaping & Lawn Service, Inc., in the estimated amount of $284,596, which includes an allowance in the amount of $5,000, for material and/or specialty contractors for pest control related services. The interim contract will be on a month-to-month basis retroactive to March 11, 2019 through September 30, 2019.

ACTION:  (T-10:33 AM)  Approved.

VOTE:  9-0.
Why Action is Necessary
Motion A: In accordance with the Broward County Procurement Code, Section 21.122, the termination of any contract must be made by the awarding authority.

Motions B and C:  In accordance with the Broward County Procurement Code, Section 21.31.a.4, Award Authority, Board approval is required for award exceeding $500,000 that includes a single bidder, rejection of apparent low bidder, or protested award.
What Action Accomplishes
Motion A: Provides for the termination of the open-end contract with MCT Service, LLC.

Motions B and C: Provides uninterrupted grounds maintenance services for Facilities Management Division at various Broward County locations.
Is this Action Goal Related
Previous Action Taken

None.

Summary Explanation/Background
THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT/FACILITIES MANAGEMENT DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTIONS.

On August 14, 2018 (Item No. 52), the Board awarded an open-end contract to low responsive, responsible bidder, MCT Service, LLC (MCT), as the primary vendor and Superior Landscaping & Lawn Service, Inc. (Superior), as the secondary vendor for Groups 4 and 5, Grounds Maintenance Services, Groups 3 through 8, Bid No. BLD2115552B1, for the Facilities Management Division (FMD). Termination for convenience of Contract No. BLD2115552B1, Groups 4 and 5 is mutually recommended by both MCT and FMD due to the vendor, MCT, being overwhelmed by the condition of the locations, the County's concerns that MCT does not have the resources to perform the scheduled services for Groups 4 and 5, and the lack of available personnel for the widely dispersed requests for grounds maintenance needs by multiple work crews.

Initial Award Contract No. BLD2115552B1_2 (Groups 4 and 5) with MCT Service, LLC; Contract Term: August 14, 2018 through August 13, 2019. Expenditures to date: $250,238.65.

The purpose of this contract is to furnish all labor, equipment and materials necessary to provide grounds maintenance services for FMD. The awarded firm will provide scheduled grounds maintenance services at various locations.

The allowances incorporated in the contract(s), in the total amount of $5,000, 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.

In accordance with the Broward County Administrative Code, Section 26-102 (i), these services are covered services. Superior has agreed to be bound to the contractual obligations of the Living Wage Ordinance, as amended (Exhibit 5).

Facilities Management Division reviewed the bid submitted by Superior and concurs with this award recommendation (Exhibit 2). No vendor performance evaluations have been completed for Superior over the past five years.

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.

Due to the request to terminate services for Group 5, on December 12, 2018, the Director of Purchasing approved Interim Contract No. BLD2115552X2 for Group 5 to Superior through March 11, 2019. Expenditures to date: $63,600. Services provided for this group need to continue; therefore, the recommendation for the retroactive approval is requested through September 2019. A new solicitation is being solicited and the services covered in Group 5 will be included. The approval of the new contract should be in place prior to the expiration of the interim agreement.

There was no protest or appeal filed regarding this procurement.

The bid posted on February 6, 2018 and opened on February 23, 2018; three bids were received for Group 4 with three declinations and four bids were received for Group 5 with two declinations (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.
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - User Concurrence signed April 25, 2019
Exhibit 3 - Price Analysis
Exhibit 4 - Using Agency and Vendor Correspondence Requesting Termination of Contract
Exhibit 5 - Living Wage and Consent Waiver


    

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

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