Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-23564 13.       
Meeting Date: 02/07/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO AWARD open-end contract to low responsive, responsible bidder, Allied Tube & Conduit Corporation, for Bid No. S2111206B1, Sign Posts and Footers for the Traffic Engineering Division, in the one-year estimated amount of $868,810, and authorize the Director of Purchasing to renew the contract for two one-year renewal periods, for a three-year potential estimated amount of $2,606,430. The initial contract period shall begin on the date of award and terminate one year from that date.

ACTION:  (T-10:26 AM)  Approved.

VOTE:  8-0.  Vice Mayor Furr was not present.
Why Action is Necessary
In accordance with the Broward County Procurement Code, Section 21.31.a.4, the Board is required to approve all purchases exceeding $250,000 per annum or $400,000 in a multi-year period.
What Action Accomplishes
Provides an open-end contract for the purchase of equipment and materials for Sign Posts and Footers for the Traffic Engineering Division to replace and install at various locations.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT/TRAFFIC ENGINEERING DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.

The Office of Economic and Small Business Development (OESBD) designated this project as a reserved project for County Business Enterprise (CBE) firms. The OESBD determined that one firm, TomaSiou Enterprises, Inc., met the eligibility criteria of the CBE Reserve Program (Exhibit 2).

The purpose of this open-end contract is for the purchase of equipment and materials for sign posts and footers for the Traffic Engineering Division to replace and install at various locations.

This procurement was reserved for participation by CBE firms only. The Director of Purchasing determined the third bidder and the only certified CBE firm, TomaSiou Enterprises, Inc., to be non-responsive to the bid requirements. The bidder advised after the bid opening that four of the six items were bid in error, and they could not meet the specifications and requirements. Additionally, the bidder could not provide verifiable commodity-related references as required by the bid document. 

The Director of Purchasing determined the following bidders to be non-responsive: Ultimate Highway Solutions failed to comply with the requirements for Broward County's Domestic Partnership Act, and Imex Innovative, Co. was not able to provide the engineer's certification of wind load criteria, as stated in the specifications and requirements, and the Florida Department of Transportation's structural design guidelines.  

The Broward County Traffic Engineering Division reviewed the bid submitted by Allied Tube & Conduit Corporation and concurs with the recommendation for award (Exhibit 3). One vendor performance evaluation was completed for Allied Tube & Conduit Corporation; the firm has an overall rating of 5.0 out of a possible 5.0. A copy of the vendor’s performance evaluation is available upon request.

There was no protest or appeal filed regarding this procurement. 

Incumbent: Allied Tube & Conduit Corporation, Contract Number and Title: H1158806B1, Sign Posts and Footers. Contract Term: October 22, 2013 through October 21, 2016, Expenditures to Date: $484,552.

The interim contract commenced on December 2, 2016 and will terminate upon approval of this contract. Interim Contract No. H1158806X1 with Allied Tube & Conduit Corporation, in the amount of $80,760, was approved by the Director of Purchasing utilizing the same pricing, terms and conditions as Contract No. H1158806B1 in order to provide the above referenced products. 

The bid posted on June 3, 2016 and opened on June 24, 2016; five bids were received with no declinations (Exhibit 1).
Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
The source of funding for this project is the Inventory of Materials-Supplies Fund in the amount of $868,810.  

Requisition No. TES0000020
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Memorandum dated July 1, 2016
Exhibit 3 - User Concurrence Memorandum signed January 4, 2017
Exhibit 4 - Price Analysis


    

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

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