Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-24806 51.       
Meeting Date: 06/13/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO AWARD fixed contract to the awarded vendor Motor Coach Industries, Inc. under the Victor Valley Transit Authority Commuter Coach Consortium Contract No. VVTA 2013-04, Over the Road Heavy Duty Commuter Coaches, for the purchase of 10 transit commuter coach buses and original equipment manufacturer options for the Transit Division, in the estimated amount of $7,552,766, to be delivered within 8 to 10 months from the issuance of the Notice to Proceed.

ACTION:  (T-10:35 AM)  Approved.
 
VOTE: 9-0.

B. MOTION TO AWARD fixed contract to the awarded vendor Motor Coach Industries, Inc. under the Roaring Fork Transportation Authority Contract No. 15-014, Over the Road Heavy Duty Commuter Coaches, for the purchase of 20 transit commuter coach buses and original equipment manufacturer options for the Transit Division, in the estimated amount of $12,232,520, to be delivered within 8 to 10 months from the issuance of the Notice to Proceed.

ACTION:  (T-10:35 AM)  Approved.
 
VOTE: 9-0.

C. MOTION TO AWARD fixed contract to the awarded vendor Gillig, LLC., under the Metropolitan Council Contract No. 12P227, Forty-Foot Low Floor Transit Buses, for the purchase of 30 transit buses and Original Equipment Manufacturer (OEM) options for the Transit Division, in the estimated amount of $17,495,682, to be delivered within 12 to 14 months from the issuance of the Notice to Proceed.
 
ACTION:  (T-10:35 AM)  Approved.
 
VOTE: 9-0.
Why Action is Necessary
A. B. and C.  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
A. B. and C.  Provides for the purchase of up to 30 over the road, heavy duty commuter coaches and 30 forty foot, low floor, transit buses for use by the Transportation Department to improve the capacity of the transit system.
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 value for "Cooperatively delivering an efficient and accessible regional intermodal transportation network."

The Office of Economic and Small Business Development did not assign Disadvantaged Business Enterprise (DBE) participation goals for this procurement. Consistent with the  United States Department of Transportation (FDOT), the purchase of buses with federal funding are exempt from DBE goal assignment. Broward County requires that each transit manufacturer, as a condition of being authorized to bid or propose on Federal Transportation Administration (FTA) assisted transit vehicle procurements, certify that it has complied with the requirements of title 49 CFR 26.49 (Exhibit 4).

In accordance with Section 21.36 of the Procurement Code, the Director of Purchasing may purchase directly from federal, state or local contracts, when the contract expressly permits or if the awarding jurisdiction and/or the vendor agree to allow the County to purchase therefrom. By utilizing these contracts, the County will benefit from lower costs available through competitive pricing based on large volume discounts.

The purpose of this contract is to provide for the purchase of up to 30 commuter coaches, including available optional items, and up to 30 forty-foot, low floor transit buses for the County’s Transit Division. Obtaining the necessary vehicles will improve the capacity of the transit system. The Purchasing Division is seeking to piggy-back on the Victor Valley Transit Authority Contract VVTA No. 2013-04, Roaring Fork Transportation Authority (RFTA) Contract No. 15-014, and the Metropolitan Council Contract (MCC) No. 12P227 (Exhibits 1, 2 and 3). Motions A and B allow access to purchase the same busses, but with options for all busses to be purchased under Motion A.  All 30 of the forty foot, low floor transit buses are being purchased through the MCC contract.

These contracts were competitively solicited through each state and meet the Federal Transportation Administration (FTA) requirements for compliance (Exhibit 5). Additionally, they meet the Broward County fixed-route transit fleet requirements and comply with the FTA piggy-back requirements. Each state has authorized Broward County to utilize each contract for its needs by execution of Assignment Agreements, which allows the vendors to provide the necessary vehicles to the County (Exhibit 6). In order to expedite the procurement of these commuter coaches and transit buses and obtain delivery in an efficient manner, whereby timeliness is a major factor, the Transit Division is requesting approval to utilize these contracts.
Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
This project is funded with Federal Transit Administrative (FTA) grant and Florida Department of Transportation (DOT) Joint Participation Agreement (JPA) funds budgeted within the Transit Division’s Capital Grant Fund.

Requisition No. MTD0001990, MTD0001991
Attachments
Exhibit 1 - Victor Valley Transit Authority Contract No. VVTA 2013-04
Exhibit 2 - Roaring Fork Transportation Authority Contract No. 15-014
Exhibit 3 - Metropolitan Council Contract No. 12P227
Exhibit 4 - OESBD Memo Dated May 24, 2017
Exhibit 5 - Request to Utilize Contracts to Procure Commuter Coaches and Transit Buses
Exhibit 6 - Executed Assignment Agreements


    

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

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