City of Coral Gables

File #: 17-6141    Version: 1 Name: Trolley Operations Services
Type: Resolution Status: Adopted
File created: 6/1/2017 In control: City Commission
On agenda: 6/13/2017 Final action: 6/13/2017
Enactment date: 6/13/2017 Enactment #: 2017-145
Title: A Resolution accepting the recommendation of the Chief Procurement Officer to award the Trolley Operations Services contract to MV Transportation, Inc., the most responsive and responsible proposer, at an estimated annual amount of $953,080, subject to change per Miami Dade County Living Wage rate adjustments, not to exceed the budgeted available funds, for a period of two (2) years with options to renew for two (2) additional two (2) year periods exercisable at the option of the City Manager, pursuant to Section 2-828 of the Procurement Code entitled “Contract Award” and Request for Proposals (RFP) 2017.03.MS; should negotiations fail with the most responsive-responsible proposer, negotiations shall commence with the next most responsive-responsible proposer until an agreement and contract amount acceptable to the City has been reached. (This contract is funded 100% by CITT - Half-Cent Transportation Surtax. This contract is increasing from prior year by approximately $103,153 due t...
Attachments: 1. Signed Resolution 2017-145, 2. Draft Agenda Memo - Trolley Operations Services - RFP 2017.03.pdf, 3. Draft Resolution - Trolley Operations Services - RFP 2017.03.pdf, 4. Evaluation Committee Total Scores and Ranking, 5. MV Transportation Proposal Response - RFP 2017.03.MS - Trolley Operations Services, 6. CCMtg June 13 2017 - Agenda Item I-4 - Resolution to award Trolley Operations Service Contract to MV Transportation
Title
A Resolution accepting the recommendation of the Chief Procurement Officer to award the Trolley Operations Services contract to MV Transportation, Inc., the most responsive and responsible proposer, at an estimated annual amount of $953,080, subject to change per Miami Dade County Living Wage rate adjustments, not to exceed the budgeted available funds, for a period of two (2) years with options to renew for two (2) additional two (2) year periods exercisable at the option of the City Manager, pursuant to Section 2-828 of the Procurement Code entitled “Contract Award” and Request for Proposals (RFP) 2017.03.MS; should negotiations fail with the most responsive-responsible proposer, negotiations shall commence with the next most responsive-responsible proposer until an agreement and contract amount acceptable to the City has been reached. (This contract is funded 100% by CITT - Half-Cent Transportation Surtax. This contract is increasing from prior year by approximately $103,153 due to a $4.18 hourly rate increase submitted by the most responsive-responsible proposer.)
Body
The purpose of the Trolley Operations Services contract is to hire a qualified transportation company to provide trained and licensed trolley drivers, dispatchers and a supervisor to operate the City owned trolley system.

On March 28, 2017, the Procurement Division of Finance formally advertised, issued, and distributed Trolley Operations Services, RFP 2017.03.MS. On April 7, 2017, a non-mandatory pre-proposal conference was held with three (3) prospective proposers in attendance of the thirty-seven (37) prospective proposers who downloaded the RFP package from Public Purchase, the City’s web based e-Procurement service. On May 8, 2017, three (3) proposals were received in response to the Trolley Operations Services, RFP 2017.03.MS from: First Transit, Inc., Limousines of South Florida, Inc., and MV Transportation, Inc.

On May 22, 2017, the Evaluation Committee convened to evaluate ...

Click here for full text