Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-25018 9.       
Meeting Date: 10/10/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO WAIVE and reduce the $5,000,000 "Employer's Liability" insurance coverage requirement in the bid documents, as it was a typographical error, and the intent was to request $500,000 in workers' compensation coverage. Risk Management has reviewed and approved the certificate of insurance provided by Rosenbauer Minnesota, LLC.

(A member of the public pulled this item.)

ACTION:  (T-11:06 AM)  Approved.  (Refer to minutes for full discussion.)

VOTE:  9-0.


B. MOTION TO WAIVE requirement to submit the bid bond in the form of the County's approved bid bond form by the solicitation due date and time by the low bidder, Rosenbauer Minnesota, LLC, due to the bidder's submittal on a non-County bid bond form, which was subsequently remedied by the bidder.

(A member of the public pulled this item.)

ACTION:  (T-11:06  AM)  Approved.  (Refer to minutes for full discussion.)

VOTE:  9-0.


C. MOTION TO AWARD fixed contract to low bidder, Rosenbauer Minnesota, LLC, for Bid No. Z2113907B1, Aircraft Rescue and Fire Fighting Trucks, for the Aviation Department, in the amount of $2,028,884, which includes optional items in the amount of $200,730, to be delivered 360 calendar days from issuance of the purchase order, contingent upon receipt and acceptance of performance and payment guaranty.

(A member of the public pulled this item.)

ACTION:  (T-11:06 AM)  Approved.  (Refer to minutes for full discussion.)

VOTE:  9-0.

 
Why Action is Necessary
A and B: In accordance with the Broward County Procurement Code, Section 21.30.f.1(c), the Board may waive a minor or non-substantive lack of conformity in the submission of bid requirements considered a technicality or irregularity.

C. 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 in a multi-year period.
What Action Accomplishes
A and B: Allows for award to low bidder.

C. Provides a fixed contract for the purchase of two Aircraft Rescue and Fire Fighting Trucks for use at the Broward County Fort Lauderdale-Hollywood International Airport.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE AVIATION DEPARTMENT RECOMMEND APPROVAL OF THE ABOVE MOTIONS.

The Office of Economic and Small Business Development did not establish a County Business Enterprise goal for this procurement (Exhibit 2).

The Director of Purchasing recommends waiving, as a non-substantive irregularity, the requirement for $5,000,000 in "Employer's Liability" insurance coverage, as stated in the original bid documents.  The Risk Management Division determined that the $5,000,000 requirement was a typographical error, and the intent was to request $500,000 in coverage. Rosenbauer Minnesota, LLC has provided its certificate of insurance with the correct amount of "Employer's Liability" coverage and Broward County as additionally insured. There is no competitive advantage gained by the bidder by this waiver, and it does not adversely affect the interests of the County. 
 
The Director of Purchasing also recommends waiving, as a non-substantive irregularity, the requirement to submit the bid bond in the form of the County's approved bid bond form by the solicitation due date and time. Rosenbauer Minnesota, LLC provided the required 5% bid bond prior to bid opening; however, the bid bond was not on the County's approved bid bond form. By submitting the bid bond on time and for the correct amount, the bidder demonstrated its intent to meet the requirements of the bid. Rosenbauer Minnesota, LLC subsequently provided the bid bond on the correct form and is in compliance with the bid bond requirement. There is no competitive advantage gained by the bidder by this waiver, and it does not adversely affect the interests of the County.  

The purpose of this contract is to purchase two Aircraft Rescue and Fire Fighting Trucks and optional items for the Aviation Department for use at the Broward County Fort Lauderdale-Hollywood International Airport to ensure continuation of its safety operations and compliance with the Federal Aviation Administration. One vehicle will replace the 3,000 gallon 2003 E-One Titan Truck No. 3 in the Airport's fleet, as it is 14 years old and has reached its useful life limit.  The other vehicle is  necessary to ensure that there are at least three fully functional and ready available vehicles at all times.  

This procurement carries a 100% performance and payment guaranty. The Purchasing Division has confirmed with the surety company that Rosenbauer Minnesota, LLC has the capacity to obtain the required guaranty.

The Aviation Department has reviewed the bid submitted by Rosenbauer Minnesota, LLC and concurs with the recommendation for award (Exhibit 3). No performance evaluations were completed for Rosenbauer Minnesota, LLC.

The purchasing agent has researched the prices submitted by the recommended bidder,  Rosenbauer Minnesota, LLC, 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.

This contract does not replace any other contract.

The bid posted on May 15, 2017 and opened on June 16, 2017; two bids were received with one declination (Exhibit 1).
Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
The source of funding for this project is the ARFF Truck 310 Replacement; Project No. 100461 fund in the amount of $2,028,884.

Requisition No.  AVA0000332
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Memorandum dated February 2, 2017
Exhibit 3 - User Concurrence dated August 1, 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.