Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-24969 57.       
Meeting Date: 08/22/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO AWARD open-end contract to low bidder, Limousines of South Florida, Inc., for Public Transportation Services, Bid No. V2113790B1, for the Transit Division, in the estimated three-year amount of $2,439,186 and authorize the Director of Purchasing to renew the contract for two one-year periods, for a total potential five-year amount of $4,065,310. The initial contract period shall begin on the date of award and shall terminate three years from that date.

ACTION:  (T-10:19 AM)  Approved.
 
VOTE: 9-0.
Why Action is Necessary
In accordance with the Broward County Procurement Code, Section 21.31.a.4, the Board is required to approve all purchases exceeding $250,000 per annum or $400,000 for a multi-year period.
What Action Accomplishes
Provides an open-end contract for public transportation service that continues fixed-route bus service for the Broward County Transit Division's routes 15, 23 and 56W.
Is this Action Goal Related
Previous Action Taken

None.

Summary Explanation/Background
THE PURCHASING DIVISION AND THE TRANSPORTATION DEPARTMENT/TRANSIT DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.

This item supports the Board's Value of "Cooperatively delivering an efficient and accessible regional intermodal transportation network."

The Office of Economic and Small Business Development (OESBD) established a County Business Enterprise (CBE) goal of 6% for this contract. Limousines of South Florida, Inc. has committed to 6% CBE participation, which was reviewed and approved by the OESBD (Exhibit 2).

The purpose of this contract is to provide continued public transportation services (fixed-route bus service) on the Broward County Transit's  (BCT) fixed-routes 15, 23, and 56W, based upon an alternative contracted service methodology.

In accordance with the Living Wage Ordinance 2008-45, as amended, Section 26.102 (c), this contract is subject to living wage as a passenger transportation service contract. The vendor recommended for award, Limousines of South Florida, Inc., has committed to pay its workers at least the minimum requirement of the Living Wage Ordinance for the duration of the contract.

The Transit Division has reviewed the bid submitted by the low bidder, Limousines of South Florida, Inc., and concurs with the recommendation for award (Exhibit 3). Two vendor performance evaluations have been completed for Limousines of South Florida, Inc.; they have an overall score of 4.57 out of a possible rating of 5.0. Copies of the vendor performance evaluations are available upon request. 

Incumbent: Limousines of South Florida, Inc., Contract Title: Public Transportation Services, Contract Number: V1205802B1, Contract Term: April 1, 2014  through July 30, 2017. Expenditures to-date: $2,051,428. A month-to-month interim contract, not to exceed three (3) months, was established to ensure continuity of services.

The purchasing agent has researched the prices submitted by the recommended bidder, Limousines of South Florida, Inc., and has determined that the prices submitted are fair, reasonable and aligned with market analysis for the industry in comparison to the previous Broward County contract (Exhibit 4).

There was no protest or appeal filed regarding this procurement. The bid posted on May 3, 2017, and opened on May 22, 2017; three bids were received with no declination.
 
On May 25, 2017, the low bidder Unique Charters, Inc. submitted a request for bid withdrawal. Unique Charters, Inc. advised of its attempt to withdraw the bid prior to bid opening, as it was not able to fulfill contractual requirements. The bidder later discovered the failed attempt to withdraw and requested to formally withdraw during the evaluation of bids received. The Director of Purchasing approved the request on July 21, 2017.
Source of Additional Information
Brenda J. Billingsley, Director of Purchasing, (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
Each requirement processed against this open-end contract, in the estimated three-year amount of $2,439,186 and the five-year potential amount of $4,065,310, will be funded by the appropriate source at the time of release.

Requisition No. MTD0001461
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Memorandum dated June 5, 2017
Exhibit 3 - User Concurrence Signed July 7, 2017
Exhibit 4 - Price Analysis


    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.