Title
MOTION TO AWARD IFB # RE-25-03 “REPLACEMENT OF WINDOWS AND DOORS TO IMPACT RATED MATERIAL AT VARIOUS CITY PARKS RE-BID" TO THE MOST RESPONSIVE/RESPONSIBLE BIDDER, DAN ENTERPRISES TEAM LLC, IN THE AMOUNT NOT TO EXCEED $906,721.14, WHICH INCLUDES A PAYMENT AND PERFORMANCE BOND IN AN AMOUNT NOT TO EXCEED $17,793.48 AND A 10% OWNER’S CONTINGENCY IN THE AMOUNT OF $80,811.61.
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 15 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 $25,000 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 35.19(E) is titled "Bid opening procedure."
- 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 $25,000, 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 March 5, 2025, the City Commission authorized the rejection of all bids for IFB # RE-24-05 “Windows and Doors Replacement at Various Parks” and authorized the re-advertisement of IFB # RE-25-03 "Replacement of Windows and Doors to Impact Rated Material at Various City Parks Re-Bid”. The solicitation was advertised on March 12, 2025.
2. The purpose of the solicitation was to obtain bids from qualified Contractors to replace the exterior windows, pedestrian doors, roll up windows, storefront systems, louvers and louvered doors as necessary at various locations.
3. On April 8, 2025, the City opened nine (9) bids. The bidders are listed below in order of price, from lowest to highest, with primary and alternative bids separated, for all tables the * signifies an incomplete bid submittal:
|
PRIMARY BID VENDOR TOTALS - PARK |
|
Vendor |
Subtotal (including park) |
P&P Bond |
Total |
|
Atlas Door & Gate Inc |
$500,685.86 |
$16,000.00 |
$516,685.86 |
|
Best Home Protection Windows And Doors Inc |
$568,900.00 |
$20,000.00 |
$588,900.00 |
|
Dan Enterprises Team, LLC |
$889,683.30 |
$17,793.48 |
$907,476.78 |
|
Legacy Capital LLC |
$957,050.00 |
$19,200.00 |
$976,250.00 |
|
Triple J Roofing |
$1,051,881.00 |
$33,660.00 |
$1,085,541.00 |
|
Dekora LLC |
$1,228,500.00 |
$500.00 |
$1,229,000.00 |
|
Florida Retrofits |
$967,078.74 |
$965,755.40 |
$1,932,834.14 |
|
DMS Contractors LLC* |
$0.00 |
$0.00 |
$0.00 |
|
Nexlevel Contractors Corp* |
$0.00 |
$0.00 |
$0.00 |
|
ALTERNATIVE BID VENDOR TOTALS - PARK |
|
Vendor |
Subtotal (including park) |
P&P Bond |
Total |
|
Atlas Door & Gate Inc |
$500,683.86 |
$16,000.00 |
$516,683.86 |
|
Best Home Protection Windows And Doors Inc |
$602,400.00 |
$20,000.00 |
$622,400.00 |
|
DMS Contractors LLC |
$748,205.65 |
$37,410.26 |
$785,615.91 |
|
Nexlevel Contractors Corp |
$910,381.84 |
$26,000.00 |
$936,381.84 |
|
Triple J Roofing |
$946,722.00 |
$30,295.00 |
$977,017.00 |
|
Dekora LLC |
$991,200.00 |
$500.00 |
$991,700.00 |
|
Florida Retrofits |
$965,755.82 |
$965,744.40 |
$1,931,500.22 |
|
Dan Enterprises Team, LLC* |
$0.00 |
$0.00 |
$0.00 |
|
Legacy Capital LLC* |
-$5.00 |
$0.00 |
-$5.00 |
4. The scope of work for RE-25-03 "Replacement of Windows and Doors to Impact Rated Material at Various City Parks Re-Bid” included the renovation of seven parks:
|
|
Park List |
|
1 |
Paul J Maxwell |
|
2 |
Pines Recreation Center |
|
3 |
Fletcher Park |
|
4 |
Flamingo Park |
|
5 |
Pembroke Falls Aquatic Center |
|
6 |
Towngate Park |
|
7 |
Pembroke Shores Park YMCA |
However, during the evaluation of the bids, the City decided to remove Paul J. Maxwell Park from the scope of work as it is owned by Broward County Board of County Commissioners. Due to availability of funds, City owned parks will have the priority for replacement of windows and doors.
Below is an updated bid tabulation accounting for the reduction of scope. All other elements of the scope remain unchanged.
|
PRIMARY BID VENDOR TOTALS - NO PARK |
|
Vendor |
Subtotal |
P&P Bond |
Total |
|
Atlas Door & Gate Inc |
$441,580.00 |
$16,000.00 |
$457,580.00 |
|
Best Home Protection Windows And Doors Inc |
$500,100.00 |
$20,000.00 |
$520,100.00 |
|
Dan Enterprises Team, LLC |
$808,116.05 |
$17,793.48 |
$825,909.53 |
|
Legacy Capital LLC |
$856,030.00 |
$19,200.00 |
$875,230.00 |
|
Triple J Roofing |
$858,920.00 |
$33,660.00 |
$892,580.00 |
|
Dekora LLC |
$1,098,500.00 |
$500.00 |
$1,099,000.00 |
|
Florida Retrofits |
$834,446.73 |
$965,755.40 |
$1,800,202.13 |
|
DMS Contractors LLC* |
$0.00 |
$0.00 |
$0.00 |
|
Nexlevel Contractors Corp* |
$0.00 |
$0.00 |
$0.00 |
|
ALTERNATIVE BID VENDOR TOTALS - NO PARK |
|
Vendor |
Subtotal |
P&P Bond |
Total |
|
Atlas Door & Gate Inc |
$441,578.00 |
$16,000.00 |
$457,578.00 |
|
Best Home Protection Windows And Doors Inc |
$530,000.00 |
$20,000.00 |
$550,000.00 |
|
DMS Contractors LLC |
$663,833.58 |
$37,410.26 |
$701,243.84 |
|
Nexlevel Contractors Corp |
$801,565.84 |
$26,000.00 |
$827,565.84 |
|
Triple J Roofing |
$773,063.00 |
$30,295.00 |
$803,358.00 |
|
Dekora LLC |
$893,700.00 |
$500.00 |
$894,200.00 |
|
Florida Retrofits |
$834,446.81 |
$965,744.40 |
$1,800,191.21 |
|
Dan Enterprises Team, LLC* |
$0.00 |
$0.00 |
$0.00 |
|
Legacy Capital LLC* |
-$5.00 |
$0.00 |
-$5.00 |
5. The lowest bidder, Atlas Door & Gate Inc., withdrew from the bid process because their proposal included some alternative materials which were not accepted, and materials approved by the City would not allow them to maintain the original pricing. Best Home Protection Windows and Doors Inc. was disqualified from the bidding process due to its failure to fulfill the pre-bid meeting requirement. Best Home Protection Windows and Doors Inc. only attended one of the seven required site locations during the site visit. The bid submitted by DMS Contractors LLC, was also disqualified as it did not include the required replacement louvers at the YMCA Aquatic Center per the scope of work, rather it recommended cleaning of the louvers.
6. The Recreation and Cultural Arts Department and the Procurement and Sustainability Department reviewed the submission from Dan Enterprises Team, LLC, and deemed them to be the most responsive/responsible bidder.
7. In addition, Dan Enterprises Team, LLC, has also completed the Equal Benefits Certification Form and has stated that the "Contractor will comply with the conditions of this section at the time of award."
8. Request Commission to award IFB # RE-25-03 “Replacement of Windows and Doors to Impact Rated Material at Various City Parks Re-Bid" to the most responsive/responsible bidder, Dan Enterprises Team LLC, in the amount not to exceed $906,721.14, which includes a payment and performance bond in an amount not to exceed $17,793.48 and a 10% owner’s contingency in the amount of $80,811.61.
Financial Impact
FINANCIAL IMPACT DETAIL:
a) Initial Cost: $906,721.14
b) Amount budgeted for this item in Account No: 001-572-7001-663000-0000-000-0000 Improvement Other Than Bldg.
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.