Loading...
Agenda 04/14/2015 Item #16D5 4/14/2015 16.D.5. • EXECUTIVE SUMMARY Recommendation to reject the non-responsive sole bid response for Invitation to Bid No. 15-6421 "Aquatic and Water Feature On-Call and Emergency Services", and authorize staff to procure all future "on-call" maintenance repair services utilizing the applicable quotation and formal bid provisions in the Board approved Purchasing Ordinance. OBJECTIVE: To ensure the sustained on-call maintenance and repair aspect of the Parks and Recreation aquatic facilities by maintaining all equipment in safe condition for the public. CONSIDERATIONS: On September 23, 2014 (Agenda item 16D20), after two (2) failed attempts to solicit bids for inspection and on-call services for pool and Aquatic features, the Board approved the Award of Invitation to Bid(ITB) 14-6278RR"Aquatic Maintenance Support Services,"to Tri-City Pools, Inc.,in the estimated annual amount of$80,000, for: • Section A: Weekly.Interactive Water Features Preventive Maintenance (15 features shall be inspected and maintained each week for 52 weeks per year); • Section B: Semi-annual Aquatic Facilities (pools)Preventive Maintenance(15 pools shall be inspected and maintained twice per year); and, • An hourly rate and mark-up of materials In the original solicitation document, the County requested that bidders provide a price for each of the services in Section A and Section B, which was the basis of determining the order of the lowest responsive bidder to the highest responsive bidder outlined in the instructions. The County also requested that the bidders provide an hourly rate and a discount off the Manufactured Suggested Retail Price in the event the County requested additional "on — call" maintenance repair support services. To summarize, the order of the lowest responsive bidder for the annualized Total of Section A and B work [without"on—.call"maintenance repair support services]: • Tri-City Pools: $27,900.60; • Vista Pools: $36,279.84. On January 27, 2015 (Agenda Item l 1 C moved from 16D10), the Board continued this item so that staff from the Clerk's Finance Department and Procurement Services could review new pricing information for "on — call" maintenance repair support services questioning the application of the hourly rate and Manufacturer's Suggested Retail Price(MSRP). On February 10, 2015 (Agenda Item 16D7) the Board gave staff direction to re-solicit the "on- call" maintenance repair support service portion of the contract. More than forty (40) telephone calls, along with thirty (30) e-mail notifications were made to local pool contractors prior to issuing the bid. On February 24,2015,the Purchasing Division formally issued the solicitation to two hundred and seven email addresses,twenty four(24) solicitation packages were downloaded and one bid was received from Aquatic Technology Systems, Inc., Port St. Lucie. The vendor was deemed non-responsive as pricing was incomplete and documentation was not included. ,4, _ Packet Page-1005-, 4/14/2015 16.D.5. n Staff recommends that for each distinct"on-call" repair, that staff follow the Board's Purchasing Ordinance (and policy) Section 8: Purchases under $50,000 (for quotes) and Section 9: Formal Competitive Threshold (for formal bids) in compliance with the Board's direction on 4/22/2014, Agenda Item 11E. This action will ensure that the County will receive the current overall lowest price at the time of the repair. Utilizing this quote process may also result in generating more interest for County work and create a larger vendor pool for a future maintenance contract. The Board approves expenditures prior to payment with a finding of valid public purpose [Purchasing Ordinance Section 7 Purchases in General]. In summary, the Ordinance and policy allows for staff to compete for individual maintenance repair support services: • $3,000 or less: staff will obtain one quote from a vendor • More than three thousand ($3,000) to fifty thousand ($50,000): staff will obtain three quotes and issue purchase orders to the lowest responsive vendor; and, • In excess of fifty thousand ($50,000): Staff will follow the Board's Purchasing Ordinance Section 9 Formal: Competitive Threshold for obtaining bids for service. Staff recommends that the Board: Reject Invitation to Bid No. 15-6421 "Aquatic and Water Feature On-Call and Emergency Services"and authorize staff to obtain quotes for individual"on — call" repairs for maintenance repair support services and award to the lowest qualified and responsive vendor. Should any single repair estimate exceed fifty thousand ($50,000) dollars, Procurement Services staff will conduct a formal competition to complete the repair unless otherwise exempt per the Purchasing Ordinance. FISCAL IMPACT: Funds to maintain aquatic facilities are available within various cost centers in General Fund (001),MSTD General Fund (111), and Parks CIP Fund (306). GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires majority vote for approval. -CMG RECOMMENDATION: That the Board of County Commissioners rejects the non- responsive sole bid response for Invitation to Bid No. 15-6421 "Aquatic and Water Feature On- Call and Emergency Services" and authorizes staff to procure all future "on-call" maintenance repair support services utilizing the applicable quotation and formal bid provisions in the Board approved Purchasing Ordinance. Prepared By: Natali Betancur,Operations Analyst,Parks and Recreation Department Attachments: • 15-6421 Aquatic and Water Feature On-Call and Emergency Services Bid Tabulation. Packet Page-1006- COLLIER COUNTY 4/14/2015 16.D.5. Board of County Commissioners Item Number: 16.16.D.16.D.5. Item Summary: Recommendation to reject the non-responsive sole bid response for Invitation to Bid No. 15-6421 "Aquatic and Water Feature On-Call and Emergency Services", and authorize staff to procure all future "on-call" maintenance repair services utilizing the applicable quotation and formal bid provisions in the Board approved Purchasing Ordinance. Meeting Date: 4/14/2015 Prepared By Name: BetancurNatali Title: Operations Analyst,Beach&Water 3/19/2015 10:38:25 AM Approved By Name: WashburnJlonka Title:Manager-Park Operations,Parks &Recreation Date: 3/24/2015 9:12:09 AM Name: BrilhartBrenda Title: Procurement Specialist,Purchasing&General Services Date: 3/24/2015 2:47:57 PM Name: Markiewiczjoanne Title: Division Director-Purchasing&Gen Svc,Purchasing&General Services Date: 3/24/2015 4:25:51 PM Name: WilliamsBarry Title: Division Director-Parks &Recreation,Parks&Recreation Date: 3/24/2015 4:51:46 PM Name: JohnsonScott Title:Manager-Procurement,Purchasing&General Services Date: 3/25/2015 10:39:46 AM Name: TownsendAmanda Title:Division Director-Operations Support,Public Services Department Packet Page -1007- 4/14/2015 16.D.5. Date: 3/25/2015 2:48:34 PM Name: CarnellSteve Title:Department Head-Public Services,Public Services Department Date: 3/26/2015 7:26:42 AM Name: GreeneColleen Title:Assistant County Attorney, CAO General Services Date: 3/27/2015 11:10:37 AM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 4/6/2015 2:03:55 PM Name: KlatzkowJeff Title: County Attorney, Date: 4/8/2015 8:26:27 AM Name: OchsLeo Title: County Manager, County Managers Office Date:4/8/2015 12:48:16 PM Packet Page-1008- PM: Natali Betancour Bid Tabulation Notifi 4/14/2015 16.D.5. Procurement Svcs: Scott Johnson 15-6421 Aquatic and Water Features Downloaded: 24 On-Call and Emergency Services Submissions:1 Non-Responsive Aquatic Technology Item Description Systems, Inc. Port St. Lucie Per Hour 1 General Pool Contractor No Response / 2 General Pool Laborer \ No Response / 3 Electrician \, No Response / 4 Plumber \ No Response / 5 Diver \No Response/ Evidence of 5 years of comparable /' experience \ N / Evidence of Certified Pool Operator or Aquatic Facility Operator on staff ` Y / Evidence of certification of training on ITT \ f Marlow Pump and Motors 14u/ State of Florida Department of Corporations /N\ Attachment 2:Vendor Check List / N \ Attachment 3: Bid Response / N \ - Compliance Signature Block / N Attachment 4: Local Vendor Preference / N \ Attachment 5: Immigration Certification / N E-Verify Profile Page or MOU / N Attachment 6:Substitute W9 / N Attachment 7: Insurance / N '\ Bidder non-responsive, did not submit hourly rates or required forms. Brenda Brilhart, Procurement Strategist 3/11/2015 Diana DeLeon, Witness Packet Page -1009-