Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-16291 20.       
Meeting Date: 04/01/2014  
Director's Name: Scott G. Miller
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 Service, Bid No. V1205802B1, for the Transit Division, in the estimated two-year amount of $1,284,792, including Optional Item 1 for Emergency Public Transportation Services, and authorize the Director of Purchasing to renew the contract for one one-year period, for a total potential three-year amount of $1,927,188. The initial contract period shall begin on date of award and shall terminate two years from that date, contingent upon receipt and approval of insurance.

ACTION: (T-10:17 AM) Approved.

VOTE: 8-0. Commissioner Kiar 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 for a multi-year period.
What Action Accomplishes
Provides an open-end contract for public transportation service which continues fixed-route bus service for the Broward County Transit (BCT) 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 Vision for an "Efficient and Accessible Regional Intermodal Transportation Network" and its Goal No. 2, to "enhance our efficient, safe, clean, attractive and interconnected multi-modal transportation systems".

The Office of Economic and Small Business Development has determined that County Business Enterprise (CBE) goals are not applicable to this contract due to the lack of CBE-certified firms that can perform this service (Exhibit 2).

The purpose of this contract is to provide continued public transportation service (fixed-route bus service) on the BCT fixed-routes 15, 23, and 56W, based upon an alternative contracted service methodology that was approved by the Board on September 28, 2010 (Item No. 24).
 
This contract also includes an optional item for emergency public transportation services. In the event of a major weather or regional event, wherein the County's transportation infrastructure is significantly impacted, the vendor shall be required to provide emergency public transportation services upon the request of the Contract Administrator, on an as needed basis, at the fixed price of $36 per revenue hour (Exhibit 1; Optional Item No.1).

In accordance with the Living Wage Ordinance 2008-45, as amended, Section 26-101(f)(4), 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). No performance evaluations have been completed for Limousines of South Florida, Inc.

The previous Contract No. V0908803B1 was for similar scope of services with Quality Transport Services, Inc., with total three-year expenditures to date totaling approximately $1,316,064 , and is due to expire on April 30, 2014.

There was no protest or appeal filed regarding this procurement.

The bid posted on February 11, 2014 and opened on February 26, 2014; two bids were received with one declination (Exhibit 1).

Fiscal Impact
Fiscal Impact/Cost Summary:
Each requirement processed against this open-end contract, in the estimated two-year amount of $1,284,792 and the three-year potential amount of $1,927,188, will be funded by the appropriate source at the time of release.

RQM No. MT121213000000000009; Folder No. 1205802
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Memorandum dated March 25, 2013
Exhibit 3 - User Concurrence Memorandum dated March 3, 2014


    

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

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