Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-16463 34.       
Meeting Date: 04/22/2014  
Director's Name: Scott G. Miller
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO AWARD open-end contract to low bidder, Michelin North America, Inc., for Bus Tire Leasing, Bid No. V1191414B1, for the Transit Division, in the estimated two-year amount of $2,398,959, and authorize the Director of Purchasing to renew the contract for three one-year periods, for a total potential five-year estimated amount of $7,134,889, that includes optional items in the estimated amount of $4,735,930. The initial contract period shall begin on the date of award and terminate two-years from that date, contingent upon receipt and approval of insurance.

ACTION: (T-10:24 AM) Approved.

VOTE: 8-0. Commissioner Jacobs 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 bus tire leasing for the Transportation Department.
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 that this project will not contain race-conscious goals for Disadvantaged Business Enterprises (DBE). Because federal dollars are applicable, the assignment for this project is race neutral. In order for the Transportation Department to receive credit for utilization of DBE firms on this project, participating firms must be certified according to federal requirements as a DBE (Exhibit 2).

The purpose of this contract is to provide bus tire leasing services for the tires used on the fixed-route fleet of buses for the Transit Division.

The optional items incorporated in this contract, in the total potential five-year amount of $4,735,930, provide a firm fixed fee for the base tires and service (B305/70R x 22.5 and B305/85R x 22.5) for the three optional renewal years as well as a firm fixed fee for an additional tire for the potential five-year period. The Transit Division determined there may be a need for an additional tire size (B315/80R x 22.5) if newer buses that utilize this size tire are added to the fleet over the potential contract period. With the potential for a five-year contract term, firm fixed prices have been determined for all tire sizes and services for both the initial and renewal periods.

The Transit Division has reviewed the bid submitted by the low bidder, Michelin North America, Inc., and concurs with the recommendation for award (Exhibit 3). No performance evaluations have been completed for Michelin North America, Inc.

The previous Contract No. C807279B2 for a similar scope of services with The Goodyear Tire and Rubber Company (Goodyear), with a total of five-year expenditures to date totaling approximately $6,812,465, expired on January 22, 2014.

There was no protest or appeal filed regarding this procurement.

The amounts referenced in this agenda item have been 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 the award.

The bid posted on January 23, 2014 and opened on March 05, 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 $2,398,959, and optional items in the amount of $4,735,930, and the five-year potential amount of $7,134,889, will be funded by the appropriate source at the time of release.

RQM No. MT101813000000000003; Folder No. 1191414
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - Goal Memorandum dated October 9, 2013
Exhibit 3 - User Concurrence Memorandum dated March 18, 2014


    

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

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