File #: 19-0922    Version: 1 Name:
Type: Bid Status: Passed
File created: 7/25/2019 In control: City Commission
On agenda: 8/7/2019 Final action: 8/7/2019
Title: MOTION TO APPROVE THE FINDINGS AND RECOMMENDATION OF THE EVALUATION COMMITTEE AND TO AWARD PL-18-06 “DIGITAL SIGNAGE FABRICATION AND INSTALLATION” TO DOWLING CONSTRUCTION COMPANY AND TO DIRECT THE CITY MANAGER TO NEGOTIATE A CONTRACT FOR SERVICES.
Attachments: 1. 1. PL-18-06 Bid Tabulation, 2. 2. PL-18-06 Evaluation Committee Conflict of Interest Forms, 3. 3. 4-30-2019 Meeting Minutes, 4. 4. 6-20-2019 Meeting Minutes, 5. 5. 6-20-2019 Meeting Summary Rankings and Score Sheets, 6. 6. Submittal from Dowling Construction Company, 7. 7. PL-18-06 - Digital Signage Fabrication and Installation
Title

MOTION TO APPROVE THE FINDINGS AND RECOMMENDATION OF THE EVALUATION COMMITTEE AND TO AWARD PL-18-06 “DIGITAL SIGNAGE FABRICATION AND INSTALLATION” TO DOWLING CONSTRUCTION COMPANY AND TO DIRECT THE CITY MANAGER TO NEGOTIATE A CONTRACT FOR SERVICES.

Summary Explanation and Background

SUMMARY EXPLANATION AND BACKGROUND:

1.  On February 6, 2019, the City Commission authorized the advertisement of PL-18-06 “Digital Signage Fabrication and Installation”, which was advertised on February 12, 2019.

2.  The purpose of this solicitation was to find a qualified firm to provide programmable digital message center board signs to display digital messages communicating information to the public about events and potential emergency situations within the City of Pembroke Pines and surrounding areas.

3.  On March 26, 2019, the City opened six (6) proposals from the following vendors:

     Vendor Name          

     Imperatives, Inc. (Alternate)             

     Dowling Construction Company (Alternate)            

     The Sign Gallery, LLC

     Sign Acquisitions LLC dba Interstate Signcrafters

     Don Bell Signs, LLC

     Don Bell Signs, LLC (Alternate)      

4.  On April 30, 2019, the City convened an evaluation committee to evaluate the qualifications of the proposers based on the weighted criteria provided for in the solicitation documents and listed below:

     - Experience and Ability (35%)

     - Relevant Similar Projects (25%)

     - Firm’s Understanding and Approach to the Work (30%)

     - Project Cost (5%)

     - Local Vendor Preference/Veteran Owned Small Business Preference (5%)

5.  At the time the proposals were tabulated, the Procurement Department deemed the proposals from The Sign Gallery, LLC and Sign Acquisitions, LLC dba Interstate Signcrafters as non-responsive for failure to submit multiple sections with their proposal that had been specifically stated as scored categories in the “Proposal Requirements” of t...

Click here for full text