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, Vehicle Technical Consultants, Inc., for Bus Inspections Services, Bid No. TRN2129607B1, for the Broward County Transportation Department, in the initial one-year estimated amount of $301,833; and authorize the Director of Purchasing to renew the contract for two one-year periods, for a three-year estimated amount of $905,500.
body
Why Action is Necessary
In accordance with 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 a single bidder, rejection of apparent low bidder, protested award, or pulls from the Board regarding the intended award.
What Action Accomplishes
Provides an open-end contract for bus line inspection services for Clean Diesel, Hybrid Electric Drive or Electric Heavy Duty transit buses.
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) determined that this project is race-neutral and will not contain race-conscious contract goals (Exhibit 2).
The purpose of this open-end contract is to provide bus line inspection services for clean diesel, hybrid electric drive or electric heavy duty transit buses. The Broward County Transportation (BCT) Department plans to acquire approximately 382 buses: 309 Standard 40-foot buses, 59 60-foot Articulated Buses, and 14 Express 45’ Coaches. These services are needed to ensure the buses acquired by BCT meet the standards of being well built, top-quality and can provide the best maximum performance and high reliability. The acquisition of the buses is Federal Transit Administration (FTA) funded.
The Director of Purchasing has determined the apparent low bidder, General Fleet Services, Inc., to be non-responsible for failure to provide references in compliance with the solicitation requirements.
BCT has reviewed the bid submitted by Vehicle Technical Consultants, Inc., and concurs with the recommendation for award (Exhibit 3).
No County vendor performance evaluations have been completed for Vehicle Technical Consultants, Inc.
The Purchasing Division reviewed the prices submitted by Vehicle Technical Consultants, Inc., and has determined that the prices submitted are fair and reasonable in comparison to the Using Agency Estimate (Exhibit 4).
The bid was advertised on February 7, 2025, and opened on February 25, 2025; two bids were received with no declinations.
The Recommendation for Award was posted on the Purchasing Division website from May 15 - 22, 2025. There was no protest filed regarding this procurement.
The amounts referenced in this agenda item were 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 open-end contract consists of the County’s solicitation and the vendor’s response.
The initial contract period begins on the date of approval, and terminates one year from that date, unless extended.
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 $905,500, allocated from Federal Transit Administration funding. The funds estimated for the current Fiscal Year are included in the current Fiscal Year budget.
Requisition No. MTD0011807