Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-25116 11.       
Meeting Date: 09/26/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO WAIVE and reduce the insurance requirement as established in Bid No. S2113787B1, for Employer’s Liability at $1 million per incident revised to $500,000 per incident, for Food Products for the Broward Addiction and Recovery Center Division (BARC).

ACTION:  (T-10:33 AM)  Approved.
 
VOTE: 6-0.  Commissioner LaMarca and Mayor Sharief were not present during the vote.  Commissioner Ryan was not present. 

B. MOTION TO AWARD open-end multiple award contracts to low responsive, responsible bidder, King's Cup, Inc., as the primary vendor for Groups 1-3; the low bidder, Mac Edwards Produce & Company, Inc., as the primary vendor for Group 4; and the second low responsive, responsible bidder, All-Brand Supplies Distributor, Inc. d/b/a ABS Distributors, as the secondary vendor for Groups 1-2 for Bid No. S2113787B1, Food Products for the Broward Addiction and Recovery Center Division, in the annual estimated amount of $1,135,269, and authorize the Director of Purchasing to renew the contract for two one-year renewal periods, for a three-year potential estimated amount of $3,405,808. The initial contract period begins on the date of award and terminates one year from that date.

ACTION:  (T-10:33 AM)  Approved.
 
VOTE: 6-0.  Commissioner LaMarca and Mayor Sharief were not present during the vote.  Commissioner Ryan was not present. 
Why Action is Necessary
A. 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.

B. 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. Allows for award of contract.

B. Provides an open-end contract for the purchase of various food items for the Broward Addiction and Recovery Center.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE HUMAN SERVICES DEPARTMENT/BROWARD ADDICTION AND RECOVERY CENTER DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTIONS. 

This item supports the Board’s value, “Approaching human services collaboratively and compassionately, with special emphasis on the most vulnerable” and its goal to "Effectively advocate for and acquire municipal, state and federal financial support to equitably address health and human services needs of the entire community, through a truly coordinated system of care." 
 
The Office of Economic and Small Business Development did not establish goals for this procurement for Small Business Enterprises under the Sheltered Market Program, or assign County Business Enterprise participation goals (Exhibit 2).

The purpose of this contract is to purchase a variety of food products for the Broward Addiction and Recovery Center Division (BARC) and other County agencies that may have a need for these products. This contract will consolidate eight existing contracts in order to streamline the ordering and contract management functions (Exhibit 5). The food products were separated in four major groups based on commodity. Group 1 is for Dried and Non-Perishable Foods, Group 2 is for Frozen and Fresh Foods, Group 3 is for Dairy, and Group 4 is for Produce. 

The Director of Purchasing recommends waiving, as a non-substantive irregularity, the insurance requirement section on "Employer’s Liability" set at $1,000,000. Upon further review by the Risk Management Division, it was determined that the requirement amount was excessive. Risk Management revised the Employer’s Liability requirement to $500,000, and has reviewed and approved the certificates of insurance provided by King's Cup, Inc., Mac Edwards Produce & Company, Inc., and ABS Distributors.

The Director of Purchasing has determined the following bidders to be non-responsive as they did not bid on all line items within a group as required in the solicitation: Vision Quest of Utah (Group 1), Cheney Brothers, Inc. (Groups 1 and 2), and Gordon Food Service (Groups 2 and 3).

This is a multiple-award contract and it is the intent of the County to utilize the lowest priced awarded bidder for Groups 1 and 2. Should the lowest bidder be unable to provide the products, the County will order from the second lowest bidder. Only a primary awardee vendor designation was applied to Groups 3 and 4.
 
The Broward Addition and Recovery Center has reviewed the bids submitted by King's Cup, Inc., Mac Edwards Produce & Company, Inc., and ABS Distributors and concurs with the recommendation for award (Exhibit 3). Eight evaluations were completed for King's Cup, Inc.; they have an overall rating of 4.78 of a possible 5. One evaluation was completed for Mac Edwards Produce & Company, Inc.; they received an overall rating of 3.85 of a possible 5. No vendor performance evaluations are available for ABS Distributors. A copy of the vendor performance evaluations are available upon request.

The Purchasing Agent has researched the prices submitted by the recommended bidders, King's Cup, Inc., Mac Edwards Produce & Company, Inc., and ABS Distributors, 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).

The amounts referenced in this agenda were rounded to the nearest whole dollar. Vendor payments will be based on the actual total bid amount. The bid tabulation reflects the actual amount of award.

There was no protest filed regarding this procurement. 

The bid posted on June 26, 2017 and opened on July 14, 2017; nine responses were received with three declinations (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 BBHC DCF ASA and AMH Grant Program 17/18 fund and general funds in the amount of $1,135,269.

Requisition No. ARC0000385
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Memorandum dated January 4, 2017
Exhibit 3 - User Concurrence dated August 14, 2017
Exhibit 4 - Price Analysis
Exhibit 5 - List of Incumbent Vendors


    

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

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