Hollywood FL banner
File #: R-2016-331    Version: 1 Name: Welding Repair and Fabrication Services
Type: Resolution Status: Passed
File created: 10/12/2016 In control: Department of Public Utilities
On agenda: 11/2/2016 Final action: 11/2/2016
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Ranking The Proposers For Welding Repair And Fabrication Services; And Further Authorizing The Appropriate City Officials To Issue The Attached Blanket Purchase Orders Between The Two Highest Ranked Firms And The City Of Hollywood For A Three Year Term In An Estimated Amount Of $168,505.75.
Attachments: 1. Resolution - Welding Repair and Fabrication Services RFP-4512-16-RL.pdf, 2. B002937 and B002938.pdf, 3. Evaluation Committee Notes.pdf, 4. Evaluation Matrix.pdf, 5. Packet_for_Bid_RFP-4512-16-RL.pdf, 6. SGA Management, Inc Proposal.pdf, 7. Lambert Bros Inc. Proposal.pdf, 8. Term Sheet - SGA Management and Lambert Bros..pdf, 9. BIS 17-022.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Ranking The Proposers For Welding Repair And Fabrication Services; And Further Authorizing The Appropriate City Officials To Issue The Attached Blanket Purchase Orders Between The Two Highest Ranked Firms And The City Of Hollywood For A Three Year Term In An Estimated Amount Of $168,505.75.

 

 

Body

 

Staff Recommends: Approval of the Attached Resolution.

 

 

Explanation:

The Department of Public Utilities acted as the lead on behalf of the City and identified a Citywide need for Welding Repair and Fabrication Services to be performed at various locations throughout the City of Hollywood.

 

On July 18, 2016, Request for Proposals Number RFP-4512-16-RL was electronically advertised via BidSync in accordance with the City’s Purchasing Ordinance, Section 38.42(A).

 

RFP-4512-16-RL was opened at 3:00 p.m. on August 10, 2016, and resulted in the following four (4) responses:

 

                                        Lambert Bros., Inc

                                          Fort Lauderdale, FL

 

                                          SGA Management, Inc

                                          Miami, FL

 

                                          A to Z Metal Fabrication Inc.

                                          Hollywood, FL

 

                                          Condo Electric Industrial Supply, Inc.

                                          Hialeah, FL

 

The proposal submitted by A to Z Metal Fabrication Inc. was found non-responsive as they did not meet the minimum qualification of being a state certified and licensed contractor.

 

The proposal submitted by Condo Electric Industrial Supply, Inc. was found non-responsive as they did not meet the minimum qualification of having at least five (5) years of experience as a 6-G Certified Welder.

 

On September 27, 2016, the two (2) proposals were evaluated by a three (3) member committee representing the Department of Public Utilities.

 

The scoring criteria the evaluation committee used to score the proposals included the Letter of Transmittal, Experience, Project Organization & Technical Qualifications, Pricing, and References.                     

 

The proposals were evaluated and the scores were compiled to arrive at the following rankings:

 

1.                     SGA Management, Inc - 259 points

2.                     Lambert Bros., Inc. - 205 points

 

RFP Number RFP-4512-16-RL allows for award to a single or multiple responsive and responsible proposers that meet the specifications, terms, and conditions of the RFP.

 

The evaluation committee agreed that the RFP submittals received from SGA Management, Inc. (Primary Vendor) and Lambert Bros., Inc (Secondary Vendor) would best meet the City’s operational needs.

 

The initial term of this agreement shall be for a period of three (3) years beginning upon date of award.

 

The City may renew this agreement for two (2) additional one (1) year periods subject to vendor acceptance, satisfactory performance, and determination that the renewal will be in the best interest of the City.

 

The total estimated annual amount of this award for both the primary vendor and secondary vendor is $168,505.75.

 

Funding for the attached Blanket Purchase Orders has been provided for in the fiscal year 2017 budget 42.4041.00782.536.005224, 42.4041.00784.536.005224, 42.4011.00762.536.004633 and 43.4031.00000.538.005225 and will be budgeted in subsequent fiscal years.

 

Award is subject to the City’s receipt and approval of all insurance certificates required by the City’s Risk Manager, and indemnity to the City.

 

 

 

Recommended for inclusion on the agenda by:

Dr. Wazir Ishmael, City Manager

Gus Zambrano, Assistant City Manager/Sustainable Development, Office of the City Manager

Steve Joseph, Director, Public Utilities

George R. Keller, Jr., Assistant City Manager/Finance & Administration

Paul Bassar, Contract Compliance Officer, Office of the City Manager