Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-26252 32.       
Meeting Date: 05/22/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO AWARD open-end, multiple-award contracts to all responsive, responsible bidders per Exhibit 4 for Bus Parts: New, Rebuilt, OEM, Aftermarket, Solicitation No. TRN2115605B1, for the Transit Division, in the annual estimated amount of $4,500,000 and authorize the Director of Purchasing to renew the contracts for two one-year periods, for a three-year potential estimated amount of $13,500,000. The initial contract period begins on the date of award and terminates one year from that date.

ACTION:  (T-10:43 AM)  Approved.  

VOTE:  8-0. Commissioner Sharief was not present.
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 multiple sources for cost-effective procurement of repair parts for Transit buses.
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 reviewed the scope of work and determined that this project will not contain race-conscious goals for Disadvantaged Business Enterprises. The goal assignment for this project is race-neutral because federal funds are being utilized (Exhibit 2).

The purpose of this contract is to provide multiple sources for a cost-effective way to procure repair parts for Transit buses. It is the intent of the County to procure bus parts from the vendor offering the lowest price at the time of each individual order. Should the low bidder be unable to provide the required item, the County will proceed to the second low bidder and so on until the request can be filled. The County reserves this right in the event of an urgent, immediate need, and/or if delivery time and availability of service as requested cannot be met by the low bidder at the time of need.

The Transit Division has reviewed the bids submitted by the bidders and concurs with the recommendations for award. Multiple performance evaluations were conducted for 12 of the recommended vendors for an overall average rating of 3.475 out of 5.0. Satisfactory references were received for the remaining three of the recommended vendors in lieu of an established performance history with the County. Copies of the vendor performance evaluations are available upon request (Exhibit 3).

There were no protests filed regarding this procurement.

The bid posted on December 14, 2017 and opened on January 22, 2018; 26 bids were received with four declinations.

The Director of Purchasing has determined 11 bidders to be non-responsive for failure to submit Buy America Certification, as required by the Federal Transit Administration US Department of Transportation Funding Supplement, at the time of bid submission (Exhibit 1).

Incumbents: M & H Automotive, Inc.; Muncie Transit Supply; Mohawk Manufacturing & Supply Company; Expert Diesel; The Janek Corporation; Gillig, LLC; Electric Sales & Service, Inc.; Cummins Power South; The Aftermarket Parts Company, LLC (formerly NABI Parts, LLC and New Flyer Industries - Canada, ULC); NABI Parts LLC (now Aftermarket Parts Company); Sutrak Corporation; Southeast Power Systems of Tampa, Inc.; Smith Bros Truck Garage, Inc.; Reliable Transmission Service, Inc.; Palm Truck Centers, Inc.; New Flyer Industries - Canada ULC (now Aftermarket Parts Company); Neopart, LLC; Applied Graphics, Ltd. Contract Title: Bus Parts - New, Rebuilt, Original Equipment Manufacturer, Aftermarket; Contract No. V1267602B1. Contract Term: February 10, 2015 to May 9, 2018. Expenditures to date: $15,179,356.81;  Incumbent: MCI Service Parts, Inc., Contract Title: MCI Bus Parts, Proprietary, Contract No. V1267602B3; Contract Term: November 18, 2016 to May 9, 2018.  Expenditures to date: $113,999.76.
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. The Transit Division’s operating and capital grant budgets will fund this item.

Requisition No. MTD0002432
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Memorandum dated October 3, 2017
Exhibit 3 - User Concurrence Memoranda signed February 14 - 16, 2018
Exhibit 4 - Award Criteria


    

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

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