Skip to main content
File #: 25-1357   
Status: Agenda Ready
In control: TRANSPORTATION DEPARTMENT
Agenda Date: 12/9/2025 Final action:
Title: MOTION TO AWARD open-end contract to low responsive, responsible bidder, Rosco Collision Avoidance LLC, for Collision Avoidance Detection System and Maintenance & Support Services for BCT Buses (FTA), Bid No. TRN2130767B1, for the Broward County Transportation Department, in the initial one-year estimated amount of $7,606,285, including an allowance of $57,100, and authorize the Director of Purchasing to renew the contract for four one-year periods, for a five-year estimated amount of $9,074,685.
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - OESBD Goal Memorandum dated November 11, 2025, 3. Exhibit 3 - User Concurrence Memorandum signed October 24, 2025, 4. Exhibit 4 - Price Analysis
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broward County Commission Regular Meeting                               

Director's Name:  Stephen Farmer (Acting Director)

Department:                       Finance and Administrative Services                     Division: Purchasing

 

Information

Requested Action

title

MOTION TO AWARD open-end contract to low responsive, responsible bidder, Rosco Collision Avoidance LLC, for Collision Avoidance Detection System and Maintenance & Support Services for BCT Buses (FTA), Bid No. TRN2130767B1, for the Broward County Transportation Department, in the initial one-year estimated amount of $7,606,285, including an allowance of $57,100, and authorize the Director of Purchasing to renew the contract for four one-year periods, for a five-year estimated amount of $9,074,685.

 

body

Why Action is Necessary

In accordance with the Broward County Procurement Code, Section 21.47, Award and Execution Authority, Board approval is required for awards with a value of more than $500,000, inclusive of the value of any renewals or extensions provided for in the contract, that include rejection of apparent low bidder.

 

What Action Accomplishes

Provides for the supply, installation, and maintenance of a collision avoidance detection system for Broward County Transportation Department (BCT) bus fleet.

 

Goal Related Icon(s)

County Commission

Go Green

MAP Broward

 

Previous Action Taken

None

 

Summary Explanation/Background

THE PURCHASING DIVISION AND THE TRANSPORTATION DEPARTMENT RECOMMEND APPROVAL OF THE ABOVE MOTION.

 

The Office of Economic and Small Business Development (OESBD) initially established Disadvantaged Business Enterprise (DBE) participation can be achieved through race-neutral methods. Subsequently, OESBD determined that no DBE participation goal shall apply due to change in the federal regulations governing the DBE Program (Exhibit 2).

 

This contract provides for the supply, installation, and preventative maintenance of a collision avoidance detection system, with additional driver-aided software. The system assists operators through audio and visual alerts, to detect potential hazards (i.e. pedestrians, cyclists, and vehicles) at varying speeds and in different situations (i.e., side or headway collisions). The initial estimated amount of $7,606,285, is for the purchase and installation of the system on 277 BCT transit buses inclusive of complete spare units and training, annual cost for software license and subscription, and preventative maintenance services. The four one-year renewal terms include the purchase of software license and subscription, and preventative maintenance in the estimated amount of $1,468,400, for a total five-year estimated contract amount of $9,074,685.

 

The contract includes allowances in the amount of $57,100 for the initial term. Expenditures under the allowances must be approved by the Contract Administrator and will be reimbursed at the vendor’s actual cost without mark-up (Exhibit 1).

 

The Director of Purchasing has determined the apparent low bidder, XPLO Group, LLC, to be non-responsive to the solicitation’s licensing requirements. The vendor was required to possess the Florida Department of Agriculture and Consumer Services Motor Vehicle Repair and Broward County Motor Vehicle Repair Shop licenses.

 

The Transportation Department has reviewed the bid submitted by Rosco Collision Avoidance LLC (Rosco) and concurs with the recommendation for award (Exhibit 3).

 

No County vendor performance evaluations have been completed for Rosco.

 

The Purchasing Division reviewed the prices submitted by the low responsive, responsible bidder, Rosco, and has determined that the prices submitted are fair and reasonable based on price analysis (Exhibit 4).

 

The bid was advertised on August 28, 2025, and opened on September 26, 2025; two bids were received with five declinations (Exhibit 1).

 

The Purchasing Division completed vendor outreach (via email and/or telephone) to all suggested vendors and vendors who viewed/downloaded the solicitation documents. Two vendors confirmed intent to bid. Five vendors stated that they were not going to bid: three vendors stated that the project was outside their scope; one vendor stated that they were unable to meet the FTA Buy America requirements; and one vendor responded that its product was not available in North America.

 

The Recommendation for Award was posted on the Purchasing Division website. There was no protest filed against this procurement.

 

The contract consists of the County’s solicitation and the vendor’s response.

 

The initial contract period begins on date of award.

 

Source of Additional Information

Robert Gleason, Director, Purchasing Division, (954) 357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

The open-end contract has a not-to-exceed amount of $9,074,685 over a potential five-year period. The funds estimated for the current Fiscal Year are included in the current Fiscal Year budget.

 

Requisition No. MTD0013475