12.H.1.
North Sebastian Water and Sewer Project Phase 2, Award of Bid No. 2021019
Utility Services Director Vincent Burke referred to staff's memorandum dated
April 13, 2021, to provide background on the bidding of the North Sebastian
Water and Sewer Project Phase 2. He addressed conflicting comments received
from references provided by Southern Underground Industries, Inc. (Southern
Underground) when they were contacted by the Engineer of Record, Masteller &
Moler, Inc (Masteller & Moler). He stated that Southern Underground was not
recommended for the award of bid; however, they filed a timely protest for
review by the Purchasing Manager, who then notified Southern Underground that
their protest had been denied. Director Burke recommended awarding the bid to
Centerline, Inc. (Centerline), and added he had witnessed their work while being
employed by Harbor Branch Oceanographic Institute, and Masteller & Moler
had been pleased with past project performance by Centerline as well.
Upon question by Vice Chairman O'Bryan, Purchasing Manager Jennifer Hyde
clarified the process that took place regarding Southern Underground, making
note that although responsive, they were deemed to not be responsible, which
allowed the County to award the bid to Centerline, the next lowest responsive,
responsible bidder. Vice Chairman O'Bryan, County Attorney Dylan Reingold
and Ms. Hyde discussed the fact that the County was not required to award the
bid to the lowest bidder if they were not deemed to be responsible/qualified to
perform the work. Commissioner Adams was comfortable with staff's
recommendation to award the bid to Centerline.
Frank D'Alessandro, Vice President of Southern Underground, was present via
zoom to voice his dissatisfaction that the County had considered hearsay opinions
of their qualifications that came from reference checking, and also the opinion of
Masteller & Moler when awarding the bid. He discussed the number of years in
business and years of experience for both Southern Underground and Centerline.
Via zoom, Mr. D'Alessandro displayed a letter from the City of Lake Worth
contradicting a prior negative reference, and a letter from Nielson, Hoover &
Company, Inc. to confirm their office provided surety credit in the amount of $25
million per single project for Southern Underground. He added his opinion that
the location proximity should not disqualify Southern Underground.
Chairman Flescher responded that Centerline was not located within the County,
and the decision was based on the lowest responsive and responsible bidder.
Attorney Reingold made it clear that Southern Underground was disqualified due
to being deemed not responsible.
A motion was made by Vice Chairman O'Bryan, seconded by Chairman
Flescher, to uphold that the Purchasing Manager acted according to County