Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-26416 34.       
Meeting Date: 03/20/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO AWARD open-end contract to low bidder, Vilman Enterprises, Inc., for Groups 1, 2, and 4; and low responsive, responsible bidder, Vilman Enterprises, Inc., for Group 3 for Bid No. TRN2115471B1, New Transit Shelters and Amenities for the Transit Division, in the annual estimated amount of $3,686,517 and authorize the Director of Purchasing to renew the contract for two one-year renewal periods, for a three-year potential estimated amount of $11,059,551. The initial contract period begins on the date of award and terminates one year from that date.

ACTION:  (T-11:01 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 in a multi-year period.
What Action Accomplishes
Provides an open-end contract for the purchase of shelters and amenities for the Transit Division.
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.

The Office of Economic and Small Business Development determined this project is 100% funded by the Federal Transit Administration (FTA) and, because federal dollars are applicable, the project is subject to the requirements of Title 49 CFR Part 26. The County has established an overall Disadvantaged Business Enterprise goal of 16.13% for federally-funded transit projects.

The purpose for this contract is to procure transit shelters and amenities, such as: bike racks, trash receptacles, and benches to be installed on an as-needed basis for the Transit Division . These commodities will be in compliance with the Americans with Disabilities Act (ADA). 

The Director of Purchasing determined that the apparent low bidder for Group 3, Advanced Service Management, Inc., is non-responsive; the bidder failed to submit Exhibit 6 - Buy America Certification form, which the bidder must provide at the time of submittal. 

The Transit Division reviewed the bid submitted by Vilman Enterprises, Inc. and concurs with the recommendation for award (Exhibit 3).  No performance evaluations were completed for Vilman Enterprises, Inc. 

The purchasing agent has researched the prices submitted by the recommended bidder, Vilman Enterprises, Inc., and has determined that the prices submitted are fair, reasonable and aligned with market analysis for the industry (Exhibit 4).

There was no protest or appeal filed regarding this procurement. 

This contract does not replace any other contract. 

The bid posted on January 23, 2018 and opened on February 21, 2018 with three submittals and four declinations (Exhibit 1).

Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division, 954-357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
Each requirement processed against this open-end contract will be funded by the appropriate source at the time of release.  This project is funded with Federal Transit Administration (FTA) grant funds budgeted within the Transit Division's Capital Grant Fund. 

Requisition No. MTD0002388
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Memorandum dated October 9, 2017
Exhibit 3 - User Concurrence signed March 1, 2018
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.