Skip to main content
File #: 26-2258    Version: 1 Name: Award PSUT-25-09 Lift Station #64 Rehabilitation
Type: Bid Status: Consent Agenda
File created: 1/14/2026 In control: City Commission
On agenda: 3/4/2026 Final action:
Title: MOTION TO AWARD IFB # PSUT-25-09 "LIFT STATION # 64 REHABILITATION" TO THE MOST RESPONSIVE/RESPONSIBLE BIDDER, INTERCOUNTY ENGINEERING INC., IN THE AMOUNT NOT TO EXCEED $782,314.88, WHICH INCLUDES $17,384.78 TO PROVIDE A PAYMENT AND PERFORMANCE BOND, AND A 10% OWNER’S CONTINGENCY IN THE AMOUNT OF $69,539.10.
Sponsors: Utility
Attachments: 1. 1. Intercounty Engineering - PSUT-25-09 Lift Station #64 Rehab (VE), 2. 2. Exhibit A - IFB# PSUT-25-09 Lift Station 64 Rehabilitation, 3. 3. Exhibit B - Intercounty Engineering, Inc - Bid Submittal, 4. 4. PSUT-25-09 - Bid Tabulation

Title

MOTION TO AWARD IFB # PSUT-25-09 "LIFT STATION # 64 REHABILITATION" TO THE MOST RESPONSIVE/RESPONSIBLE BIDDER, INTERCOUNTY ENGINEERING INC., IN THE AMOUNT NOT TO EXCEED $782,314.88, WHICH INCLUDES $17,384.78 TO PROVIDE A PAYMENT AND PERFORMANCE BOND, AND A 10% OWNER’S CONTINGENCY IN THE AMOUNT OF $69,539.10.

 

Summary Explanation and Background

PROCUREMENT PROCESS TAKEN:

 

- Chapter 35 of the City’s Code of Ordinances is titled “PROCUREMENT PROCEDURES, PUBLIC FUNDS.”

 

- Section 35.15 defines an Invitation for Bid as “A written solicitation for competitive sealed bids with the title, date and hour of the public bid opening designated therein and specifically defining the commodities or services for which bids are sought.  The invitation for bid shall be used when the city is capable of specifically defining the scope of work for which a service is required or when the city is capable of establishing precise specifications defining the actual commodities required.  The invitation for bid shall include instructions to bidders, plans, drawings and specifications, if any, bid form and other required forms and documents to be submitted with the bid.”

 

- Section 35.18 of the City's Code of Ordinances is titled "COMPETITIVE BIDDING OR COMPETITIVE PROPOSALS REQUIRED; EXCEPTIONS."

 

- Section 35.18(A) states, "A purchase of or contracts for commodities or services that is estimated by the Chief Procurement Officer to cost more than $100,000 shall be based on sealed competitive solicitations as determined by the Chief Procurement Officer, except as specifically provided herein."

 

- Section 35.19 of the City's Code of Ordinances is titled "SEALED COMPETITIVE BIDDING PROCEDURE."

 

- Section 35.19(A) states "All sealed competitive solicitations as defined in § 35.18 shall be presented to the City Commission for their consideration prior to advertisement."

- Section 35.21 of the City's Code of Ordinances is titled "AWARD OF CONTRACT."

 

- Section 35.21(A) of the City's Code of Ordinances is titled "City Commission approval.”

 

- Section 35.21(A)(1) states, "An initial purchase of, or contract for, commodities or services, in excess of $100,000, shall require the approval of the City Commission, regardless of whether the competitive bidding or competitive proposal procedures were followed."

 

SUMMARY EXPLANATION AND BACKGROUND:

1.  On August 6, 2025, the City Commission authorized the advertisement of IFB # PSUT-25-09 “Lift Station # 64 Rehabilitation”, which was advertised on August 14, 2025.

 

2. The purpose of the solicitation was to seek bids from qualified contractors to renovate the existing Lift Station #64, located at 120 NW 108th Terrace, Pembroke Pines, FL 33026, in accordance with the terms, conditions, and specifications contained in this solicitation.

 

The project involves the renovation of existing Lift Station #64, including bypasses to maintain system operation during construction, cleaning and demolition of the existing dry pit pumping system, and structural modifications to wet well. It also includes installation of a new valve vault, submersible pumps, bypass connection, electrical service, and control panel as shown in the contract documents. 

 

3. On September 23, 2025, the City opened proposals from the following five (5) vendors listed in ascending order:

 

Vendor

Bid

P&P Bond

Cost with Bonds

SOP Consulting LLC

$552,062.00

3.00%

$568,623.86

Intercounty Engineering Inc.

$695,391.00

2.50%

$712,775.78

Foster Marine Contractors Inc

$788,040.00

3.00%

$811,681.20

Southern Underground Industrie,Inc.

$861,663.00

2.00%

$878,896.26

David Mancini and Sons, Inc.

$1,431,000.00

1.50%

$1,452,465.00

 

4. SOP Consulting LLC submitted the lowest bid; however, during the pre-award meeting SOP Consulting LLC indicated that they may not be able to hold their pricing. SOP Consulting LLC subsequently responded via email confirming that they could not hold their pricing and, “If the City cannot accept the revised amount, we understand you will proceed to the next bidder.”

 

5. The second lowest bid was submitted by Intercounty Engineering Inc. The Procurement and Sustainability Department, together with the Utilities Department reviewed Intercounty Engineering Inc.'s references and performance history, verified the work performed, confirmed the projects were aligned with this project, and deemed the firm a responsive and responsible bidder.

 

6. The final project cost reflects the base bid submitted by Intercounty Engineering Inc., the cost for the vendor to provide the required payment and performance bond and a 10% owner’s contingency as outlined in the breakdown below.

 

Intercounty Engineering

 

 

Bid Total

 

$695,391.00

Payment & Performance Bond

2.50%

$17,384.78

Contingency

10.00%

$69,539.10

Total

 

$782,314.88

 

7. Request Commission to award IFB # PSUT-25-09 "Lift Station # 64 Rehabilitation" to the most responsive/responsible bidder, Intercounty Engineering Inc., in the amount not to exceed $782,314.88, which includes $17,384.78 to provide a payment and performance bond, and a 10% owner’s contingency in the amount of $69,539.10.

 

Financial Impact

FINANCIAL IMPACT DETAIL:

 

a)   Initial Cost: Amount not to exceed $782,314.88

b)   Amount budgeted for this item in Account No: Funds are available in Account # 471-535-6021-663122-0000-000-0000-00812 (Lift Station)

c)   Source of funding for difference, if not fully budgeted: Not Applicable.

d)   5-year projection of the operational cost of the project: Not Applicable.

e)   Detail of additional staff requirements: Not Applicable.

 

FEASIBILITY REVIEW:

A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts.  This analysis is to determine the financial effectiveness of function sourcing services.

 

a)   Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service?  Not Applicable.

b)   If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable.