City of Coral Gables

File #: 24-7247    Version: 1 Name: RFP 2024-001 Trolley Operation Services
Type: Resolution Status: Adopted
File created: 3/26/2024 In control: City Commission
On agenda: 4/16/2024 Final action: 4/16/2024
Enactment date: 4/16/2024 Enactment #: 2024-74
Title: A Resolution of the City Commission accepting the recommendation of the Chief Procurement Officer to award RFP 2024-001 Trolley Operation Services to MV Transportation, Inc., the highest ranked responsive and responsible proposer, pursuant to Section 2-763 of the Procurement Code entitled “Contract Award” and Request for Proposal (RFP) 2024-001.
Attachments: 1. R-2024-74 -Signed, 2. Agenda Cover Memo - RFP 2024-001, 3. Resolution - RFP 2024-001, 4. City Manager Intent to Award Memo - Signed, 5. Total Composite Scores, 6. Proposal Response - RFP 2024-001
Title

A Resolution of the City Commission accepting the recommendation of the Chief Procurement Officer to award RFP 2024-001 Trolley Operation Services to MV Transportation, Inc., the highest ranked responsive and responsible proposer, pursuant to Section 2-763 of the Procurement Code entitled “Contract Award” and Request for Proposal (RFP) 2024-001.

Body

The purpose of this RFP is to establish a contract with a qualified and experienced professional firm (“Proposer”) to provide trained and licensed trolley drivers, shuttle drivers, dispatchers and one (1) supervisor to operate the City owned Trolley system.

On January 16, 2024, the Procurement Division of Finance formally advertised, issued and distributed RFP 2024-001. Thirty (30) prospective proposers were notified through INFOR, the City’s web-based e-Procurement system.

On February 22, 2024, four (4) firms submitted proposals in response to the RFP: Limousine of South Florida, Inc., MV Transportation, Inc., RTW Management, Inc., and Safeguard America, Inc., dba Americas Transportation

The responses were reviewed by the Procurement Division in order to determine responsiveness to the requirements of the RFP. During the review, it was determined by Procurement, after consulting with the City Attorney’s Office, that RTW Management, Inc., and Safeguard America, Inc., dba Americas Transportation would be deemed non-responsive based on their failure to provide the required bid bond prior to the closing of the solicitation. 

On March 20, 2024, the Evaluation Committee convened to evaluate the two (2) responsive and responsible proposals and ranked the firms in the following order of preference: MV Transportation, Inc., (top ranked), and Limousine of South Florida, Inc., (second ranked). The Evaluation Committee determined that MV Transportation, Inc., was the highest ranked responsive-responsible proposer.

The Evaluation Committee further recommended that should negotiations fail with MV Transp...

Click here for full text