File #: 20-1881   
Status: Agenda Ready
In control: TRANSPORTATION DEPARTMENT
Agenda Date: 12/1/2020 Final action: 12/1/2020
Title: A. MOTION TO APPROVE sole brand designation, to Luminator Technology Group, Inc., for Apollo Retrofit Video Surveillance and related software, for the Broward County Transportation Department. ACTION: (T-10:35 AM) Approved. VOTE: 9-0. Commissioner Rich voted in the affirmative telephonically. B. MOTION TO AWARD fixed contract to single bidder, Luminator Technology Group, Inc., for Apollo Retrofit Video Surveillance, Bid No. TRN2121263B2, for the Broward County Transportation Department, in the amount of $3,994,424. ACTION: (T-10:35 AM) Approved. VOTE: 9-0. Commissioner Rich voted in the affirmative telephonically.
Indexes: Established Commission Goals
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - OESBD Compliance Memorandum dated June 30, 2020, 3. Exhibit 3 - User Concurrence Memorandum signed October 14, 2020, 4. Exhibit 4 - Price Analysis
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broward County Commission Regular Meeting                               

Director's Name:  George Tablack

Department:                       Finance and Administrative Services                     Division: Purchasing

 

Information

Requested Action

title

A. MOTION TO APPROVE sole brand designation, to Luminator Technology Group, Inc., for Apollo Retrofit Video Surveillance and related software, for the Broward County Transportation Department.

 

ACTION:  (T-10:35 AM)  Approved.

 

VOTE:  9-0.  Commissioner Rich voted in the affirmative telephonically.

 

B. MOTION TO AWARD fixed contract to single bidder, Luminator Technology Group, Inc., for Apollo Retrofit Video Surveillance, Bid No. TRN2121263B2, for the Broward County Transportation Department, in the amount of $3,994,424.

 

ACTION:  (T-10:35 AM)  Approved.

 

VOTE:  9-0.  Commissioner Rich voted in the affirmative telephonically.

 

body

Why Action is Necessary

Motion A. In accordance with the Broward County Procurement Code, Section 21.35, Sole Brand Procurement, Board approval is required for awards exceeding the Director of Purchasing’s authority after solicitation of offers in any manner deemed by the Director of Purchasing to be in the best interest of the County.

 

Motion B. In accordance with the Broward County Procurement Code, Section 21.31.a.4, Award Authority, Board approval is required for awards exceeding $500,000 that includes a single bidder, rejection of apparent low bidder, or protested award.

 

What Action Accomplishes

Motion A. Approves the sole brand designation of Luminator Technology Group, Inc. for Apollo Video Surveillance systems and related software on Broward County Transportation buses.

 

Motion B. Provides for the removal and retrofitting of outdated on-board video camera surveillance systems on up to 276 Broward County Transportation buses with newer technology Apollo Video Surveillance equipment and related software.

 

Is this Action Goal Related

Yes

 

Previous Action Taken

None.

 

Summary Explanation/Background

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

 

This item supports the Board’s Values of “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 Disadvantage Business Enterprises participation goal to this solicitation based on the review of products and services requested (Exhibit 2).

 

All Broward County Transportation (BCT) buses are equipped with multiple on-board video surveillance cameras capable of recording video and voice. The video and the audio from all the cameras on a bus are recorded and stored on a DVR located on the bus. Additionally, there is a software system that enables retrieval of videos from the bus and playback when needed. As of 2018, recent bus purchases have the newer technology, Apollo video camera systems, pre-installed by the bus manufacturers and feature enhanced (4K) high resolution video and better sound quality than the older legacy systems on the buses. Apollo video systems also provide for the enhanced safety of BCT passengers and bus operators as the system takes advantage of WiFi on the buses for “live look-in” capabilities. This capability allows authorized personnel to view and hear real-time activity on BCT buses while they are on the road instead of having to wait for the buses to return to the yard to download video.

 

On July 6, 2020, the Director of Purchasing approved the sole brand designation for Apollo Video Technology and related software for BCT. The purpose of this contract is to furnish all labor, materials, equipment, services, purchase, delivery, and incidentals for the removal and retrofitting of outdated legacy video equipment aboard the remaining 276 buses with Apollo Video Surveillance equipment and related software.

 

Solicitation No. TRN2121263B1 posted on July 28, 2020 to the open general marketplace and was scheduled to open on August 12, 2020. However, upon review of the submittals, it was determined that only one vendor had submitted a bid. In order to conduct additional outreach to invite other potential bidders, the Purchasing Division extended the bid opening date by one week, the bid opened on August 19, 2020. The funding for this solicitation is partially funded by the Federal Transit Administration (FTA) and the bid was deemed as non-responsive for failure to submit the required FTA documents per Section D of Special Instructions to Vendors in the bid document.

 

On September 1, 2020, Solicitation No. TRN2121263B2 was re-advertised to the open general marketplace and opened on September 16, 2020, with no declination. A single bid was received from Luminator Technology Group, Inc. (Exhibit 1).

 

The Transportation Department has reviewed the bid submitted by the single bidder and concurs with the recommendation for award (Exhibit 3). No performance evaluations were completed for Luminator Technology Group, Inc.

 

The amount referenced in this agenda has been 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 purchasing agent has completed a price analysis for the unit prices offered by the recommended bidder, Luminator Technology Group, Inc., and has determined that the prices are fair and reasonable when compared to the unit prices of the Independent Cost Estimate (ICE) provided by the Transportation Department (Exhibit 4).

 

On October 19, 2020, this single bid was provided to the Office of the County Auditor.

 

There were no protests or appeals filed regarding this procurement.

 

Source of Additional Information

Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

The source of funding for this project is a combination of Transportation Surtax and Federal grant funds.

 

Requisition No. MTD0005509