Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-24477 38.       
Meeting Date: 06/06/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO APPROVE Agreement between Broward County and Achievement and Rehabilitation Centers, Inc. d/b/a ARC Broward, Inc. for the Agency Coordinated Transportation (ACT) Program, Request for Qualifications (RFQ) No. V2111249R1, in the total initial two year and seven month not-to-exceed amount of $299,812, and authorize the Director of Purchasing to renew the Agreement for three one-year periods, for a five-year and seven-month potential total estimated amount of $647,980; and authorize the Mayor and Clerk to execute same. The Agreement will begin on the date it is fully executed and will terminate on December 31, 2019.

ACTION:  (T-10:28 AM)  Approved.
 
VOTE: 8-0.  Commissioner LaMarca was not present.

B. MOTION TO APPROVE Agreement between Broward County and Ann Storck Center, Inc. for the Agency Coordinated Transportation (ACT) Program, Request for Qualifications (RFQ) V2111249R1, in the total initial two year and seven month not-to-exceed amount of $401,351, and authorize the Director of Purchasing to renew the Agreement for three one-year periods, for a five year and seven month potential total estimated amount of $867,435; and authorize the Mayor and Clerk to execute same. The Agreement will begin on the date it is fully executed and will terminate on December 31, 2019.

ACTION:  (T-10:28 AM)  Approved.  (Scrivener’s Error – See County Administrator’s Report: Exhibit 4 (Page 16 of 43, Section 12.2.4, in bold) and Exhibit 8 (Page 16 of 42, Section 12.2.4, in bold) currently reads: Direct Media’s duty.  Both should read: Agency’s duty.)
 
VOTE: 8-0.  Commissioner LaMarca was not present.

C. MOTION TO APPROVE Agreement between Broward County and Lucanus Development Center, Inc. for the Agency Coordinated Transportation (ACT) Program, Request for Qualifications (RFQ) V2111249R1, in the total initial two year and seven month not-to-exceed amount of $3,301,702, and authorize the Director of Purchasing to renew the Agreement for three one-year periods, for a five year; seven month potential total estimated amount of $7,135.936; and authorize the Mayor and Clerk to execute same. The Agreement will begin on the date it is fully executed and will terminate on December 31, 2019.

ACTION:  (T-10:28 AM)  Approved.
 
VOTE: 8-0.  Commissioner LaMarca was not present.

D. MOTION TO APPROVE Agreement between Broward County and United Cerebral Palsy of Broward, Palm Beach, and Mid-Coast Counties, Inc. for the Agency Coordinated Transportation (ACT) Program, Request for Qualifications (RFQ) V2111249R1, in the total initial two year and seven month not-to-exceed amount of $146,289, and authorize the Director of Purchasing to renew the Agreement for three one-year periods, for a five year and seven month potential total estimated amount of $316,173; and authorize the Mayor and Clerk to execute same. The Agreement will begin on the date it is fully executed and will terminate on December 31, 2019.

ACTION:  (T-10:28 AM)  Approved.  (Scrivener’s Error – See County Administrator’s Report: Exhibit 4 (Page 16 of 43, Section 12.2.4, in bold) and Exhibit 8 (Page 16 of 42, Section 12.2.4, in bold) currently reads: Direct Media’s duty.  Both should read: Agency’s duty.)
 
VOTE: 8-0.  Commissioner LaMarca was not present.
Why Action is Necessary
MOTIONS A., B., C., D. In accordance with the Broward County Procurement Code, Section 21.31.a.4, the Board is required to approve general service purchases exceeding $250,000 annually or $400,000 on a multi-year basis.
What Action Accomplishes
A., B., C., D. Approves the Agreements to allow pre-qualified agencies to provide Paratransit transportation services directly to Transportation Options Program Service (TOPS) eligible riders while reducing dependency on the Paratransit Program as part of the Agency Coordinated Transportation (ACT) Program.
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 MOTIONS.

This item supports the Board’s Values for "Cooperatively delivering an efficient and accessible regional intermodal transportation network.”  and “Consistently delivering responsive, efficient, quality services to the public and internal customers".

The Office of Economic and Small Business Development did not establish a County Business Enterprise (CBE) goal for this procurement (Exhibit 2).

Broward County has provided paratransit transportation services since December 1996 through its Transportation Options Program (TOPS). The current contract with two firms providing Transportation Options Program Service (TOPS) expires on June 30, 2017. This procurement was solicited to engage the services of pre-qualified agencies to provide Paratransit transportation services directly to TOPS-eligible riders' trips to and from agency locations also known as the Agency Coordinated Transportation (ACT) Program. Agencies that are part of the ACT Program will run a transportation program, servicing only their facilities, using vehicles provided and dispatched by the respective agencies. Eligible paratransit clients retain the right to request a TOPS ride at any time; however, allowing each qualified ACT Program agency to retain control of consistent daily trips to and from its facility will further the County’s goal to provide the most reliable, efficient, cost-effective transportation services possible.

On September 15, 2016, (Item No. 75), the Board approved the Request for Qualifications (RFQ) No. V2111249R1, Step One of a Two-Step procurement process. Step One provided for the shortlisting of qualified firms and Step Two provided for an Agreement to be sent to all qualified proposing agencies. Six firms submitted proposals in response to the RFQ. The Board also approved month-to month extensions of the current contract, No. V1251706R1, through June 30, 2017, to allow for implementation of the replacement contract.  

On January 6, 2017 an Initial Evaluation Meeting was held. The Evaluation Committee determined that one firm, Number 1 Transport, Inc., was non-responsive to the requirements of the RFQ. The Evaluation Committee determined that the remaining five firms, Ann Storck Center, Inc., Achievement and Rehabilitation Centers, Inc., dba ARC Broward, Inc., Lucanus Developmental Center, Inc., The Senior Center, Inc., d/b/a Daniel Cantor Senior Center and United Cerebral Palsy of Broward Palm Beach and Mid-Coast Counties, Inc., were responsive and responsible to the requirements of the RFQ. The Evaluation Committee also determined that the five firms successfully demonstrated that they met the qualification requirements of the RFQ. Having determined all five firms responsive, responsible and qualified, the Evaluation Committee determined that all five firms should proceed to negotiations.

The Evaluation Committee's final recommendation of qualified firms was posted in BidSync on January 12, 2017, which provided an opportunity for any aggrieved proposer to file a formal protest. There was no protest filed within this timeframe.

Prior to negotiations, The Senior Center, Inc., d/b/a Daniel Cantor Senior Center advised that they would no longer be perusing a contract with Broward County.

Motion A:
One Sunshine meeting was held to negotiate this Agreement on February 3, 2017. The meeting was attended by representatives from Achievement and Rehabilitation Centers, Inc. d/b/a ARC Broward, Inc., Paratransit Services, the County Attorney’s Office and the Purchasing Division.  Two Vendor performance evaluations were completed for ARC Broward, Inc. with an average of 4.56 out of a possible rating of 5.0. Copies of the vendor performance evaluations are available upon request

Motion B:
Two Sunshine meetings were held to negotiate this Agreement on March 1, 2017 and March 24, 2017. Meetings were attended by representatives from Ann Storck Centers, Inc., Paratransit Services, the County Attorney’s Office and the Purchasing Division.  No vendor performance evaluations were completed for Ann Storck Centers, Inc.

Motion C:
One Sunshine meeting was held to negotiate this Agreement on February 13, 2017. The meeting was attended by representatives from Lucanus Development Center, Inc., Paratransit Services, the County Attorney’s Office and the Purchasing Division.  One Vendor performance evaluation was completed for Lucanus Development Center, Inc. with an average of 4.45 out of a possible rating of 5.0. Copies of the vendor performance evaluations are available upon request

Motion D:
Two Sunshine meetings were held to negotiate this Agreement on February 16, 2017 and February 23, 2017. Meetings were attended by representatives from United Cerebral Palsy of Broward, Palm Beach, and Mid-Coast Counties, Inc., Paratransit Services, the County Attorney’s Office and the Purchasing Division.  No vendor performance evaluations were completed for United Cerebral Palsy of Broward, Palm Beach, and Mid-Coast Counties, Inc.

Incumbent: ARC Broward, Inc., Agreement Number and Title: V1251706R1, Agency Coordination Transportation Program (ACT). Contract Term: January 1, 2016 through June 30, 2017. Expenditures to date: $318,854.

Incumbent: Cypress Place Inc., Agreement Number and Title: V1251706R1, Agency Coordination Transportation Program (ACT). Contract Term: January 1, 2016 through June 30, 2017. Expenditures to date: $184,621.00

Incumbent:  The Senior Center, Inc dba Daniel D Cantor Senior Center, Agreement Number and Title: V1251706R1, Agency Coordination Transportation Program (ACT). Contract Term: January 1, 2016 through June 30, 2017. Expenditures to date: $471,787.

Incumbent: Lucanus Development Center, Inc., Agreement Number and Title: V1251706R1, Agency Coordination Transportation Program (ACT). Contract Term: January 1, 2016 through June 30, 2017. Expenditures to date: $2,610,546.

There was no protest or appeal filed regarding this procurement.

The amounts referenced in this agenda were rounded off to the nearest whole dollar. Vendor payments will be based on the actual maximum amount payable under this contract.

Additional supporting documentation provided to the Evaluation Committee regarding this procurement can be found on Broward County’s Purchasing Division website at http://www.broward.org/purchasing/pages/rlirfprepository.aspx.

The Evaluation Committee consisted of:

Martha Perez-Garviso, Purchasing Manager, Purchasing Division (Non-Voting - Chair)
Tim Garling, Deputy Director, Transportation Department
Andrea Busada, Director, Elderly & Veterans Services Division, Human Services Department
Ismael Martinez, Director, Family Success Administration Division, Human Services Department
Andrea Saucedo, Director, Administration Division, Aviation Department
Kesha Davis, Assistant to the Director, Transportation Department
 
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.

Requisition No. MTD0000207
Attachments
Exhibit 1 - Agreement Summary - Achievement and Rehabilitation Centers, Inc
Exhibit 2 - Achievement and Rehabilittion Centers Inc. - Agreement
Exhibit 3 - Agreement Summary - Ann Storck Center, Inc.
Exhibit 4 - Ann Storck Center Inc. - Agreement
Exhibit 5 - Agreement Summary - Lucanus Development Center, Inc.
Exhibit 6 - Lucanus Development Center Inc. - Agreement
Exhibit 7 - Agreement Summary - United Cerebral Palsy of Broward, Palm Beach, and Mid-Coast Counties, Inc.
Exhibit 8 - United Cerebral Palsy Agreement
Exhibit 9 - Goals Memo dated April 25, 2016


    

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

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