THE PURCHASING DIVISION AND THE TRANSPORTATION DEPARTMENT/TRANSIT DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.
This item supports the Board's Values: "Cooperatively delivering an efficient and accessible regional intermodal transportation network", “Encouraging investments in renewable energy, sustainable practices and environmental protection” and "Consistently delivering responsive, efficient, quality services to the public and internal customers."
The Office of Economic and Small Business Development (OESBD) did not establish a Disadvantage Business Enterprise (DBE) participation goal for this project (Exhibit 2).
This contract provides for the furnishing and installation of propane conversion kits and fuel quick release nozzles for gasoline powered paratransit vehicles. Propane is less expensive than gasoline, domestically produced, produces lower emissions, and contributes to the County’s Climate Change Action Plan initiatives.
The Director of Purchasing has determined the low bidder, Blossman Gas, Inc. DBA Alliance Autogas, to be non-responsive for failure to submit the Buy America Certification form, as required by the Federal Transit Administration, United States Department of Transportation Funding Supplement, at the time of bid submission.
The initial bid submitted by Icom North America, LLC was $908,310; the vendor offered a voluntary price reduction resulting in a savings of $36,810 and a revised total estimated annual amount of $871,500. The Broward County Procurement Code, Section 21.30.f.2(c), allows for acceptance of a voluntary reduction after bid opening, if such reduction does not result in the modification or deletion of any condition of the bid.
The Transit Division reviewed the bid submitted by Icom North America, LLC and concurs with the recommendation for award (Exhibit 3).
There are no performance evaluations for Icom North America, LLC.
The purchasing agent has researched the prices submitted by the recommended bidder, Icom North America, LLC, and has determined that the prices submitted are fair, reasonable and aligned with market analysis for the industry (Exhibit 4).
The bid posted on February 16, 2018 and opened on March 23, 2018; two bids were received with two declinations.
There were no protests received for this solicitation. |