Miami-Dade Legislative Item
File Number: 112195
Printable PDF Format Download Adobe Reader  Clerk's Official Copy   

File Number: 112195 File Type: Resolution Status: Adopted
Version: 0 Reference: R-955-11 Control: Board of County Commissioners
File Name: 15,917,956 WITH B&C TRANSIT, INC. TO PROVIDE METRORAIL Introduced: 10/20/2011
Requester: Internal Services Cost: Final Action: 11/15/2011
Agenda Date: 11/15/2011 Agenda Item Number: 8F1
Notes: Title: RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT IN THE AMOUNT OF $15,917,956 WITH B&C TRANSIT, INC. TO PROVIDE METRORAIL CONTROL CENTER UPGRADE SERVICES, AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR’S DESIGNEE TO EXECUTE AN AGREEMENT FOR AND ON BEHALF OF MIAMI-DADE COUNTY AND TO EXERCISE ANY CANCELLATION AND RENEWAL PROVISIONS, TO EXERCISE ALL OTHER RIGHTS CONTAINED THEREIN, AND AUTHORIZING THE USE OF CHARTER COUNTY TRANSPORTATION SURTAX FUNDS CONTRACT NO. 725 [SEE ORIGINAL ITEM UNDER FILE NO. 111935]
Indexes: NONE
Sponsors: Sally A. Heyman, Prime Sponsor
Sunset Provision: No Effective Date: Expiration Date:
Registered Lobbyist: None Listed


Legislative History

Acting Body Date Agenda Item Action Sent To Due Date Returned Pass/Fail

Board of County Commissioners 11/15/2011 8F1 Adopted P

Regional Transportation Committee 10/24/2011 3E SUB. Forwarded with a favorable recommendation P
REPORT: Assistant County Attorney Bruce Libhaber read into the record the title of the foregoing proposed resolution. In response to Commissioner Moss’s inquiry relating to the timeframe of the Metrorail cars, Ms. Ysela Llort, Director of Miami-Dade Transit Department (MDT), advised the vendor not recommended filed an appeal with the Federal Transit Administration (FTA). She noted that Dr. Yvette Taylor, FTA’s Regional Administrator for Region IV, advised that FTA’s management was reviewing the response prepared to the appeal by FTA’s attorneys. She stated County officials should receive FTA’s final response by this week. In response to Commissioner Moss’s inquiry, Ms. Llort advised that one of the vendors established the final assembly line for the Metrorail cars in Miami-Dade County (MDC) while the other vendor had it elsewhere. Commissioner Moss asked that the selection committee take into consideration the location where Metrorail cars were assembled before making the award recommendation, and that the committee give priority to the Poinciana Park area currently under revitalization. In response to Commissioner Souto’s inquiry, Ms. Llort advised that the consumer complaint letter regarding the cleanliness of Metromover cars was sent to the Miami Herald; and MDT was in the process of preparing a public response to ensure the public was aware of the maintenance efforts for the stations and cars. Commissioner Moss asked the Miami-Dade Transit Director to develop ways to more effectively promote public awareness and to solicit public participation in maintaining the Metrorail and Metromover station including public awareness announcements and signage. Ms. Llort advised that MDT would review how the public awareness message to the public could be sent more effectively. There being no further comments, the committee proceeded to vote.

County Mayor 10/21/2011 Additions 10/24/2011

County Attorney 10/21/2011 Assigned Bruce Libhaber

County Manager 10/20/2011 Assigned Alina Tejeda-Hudak

County Mayor 10/20/2011 Assigned County Attorney 11/15/2011
REPORT: Substitute to 111935--Gerald S is the CAO and Commissioner Heyman is the sole sponsor.

Legislative Text


TITLE
RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT IN THE AMOUNT OF $15,917,956 WITH B&C TRANSIT, INC. TO PROVIDE METRORAIL CONTROL CENTER UPGRADE SERVICES, AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR�S DESIGNEE TO EXECUTE AN AGREEMENT FOR AND ON BEHALF OF MIAMI-DADE COUNTY AND TO EXERCISE ANY CANCELLATION AND RENEWAL PROVISIONS, TO EXERCISE ALL OTHER RIGHTS CONTAINED THEREIN, AND AUTHORIZING THE USE OF CHARTER COUNTY TRANSPORTATION SURTAX FUNDS CONTRACT NO. 725

BODY
WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference,

NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board approves the execution of an agreement in the amount of $15,917,956.00 with B&C Transit, in substantially the form attached hereto and made a part hereof, and authorizes the County Mayor or County Mayor�s designee to execute same for and on behalf of Miami-Dade County and to exercise any cancellation and renewal provisions and all other rights contained therein, and authorizes the use of Charter County Transportation Surtax Funds.


HEADER
Date:

To: Honorable Chairman Joe A. Martinez
and Members, Board of County Commissioners

From: Alina T. Hudak
County Manager/Deputy Mayor

Subject:Recommendation for Approval to Award a Contract for a Comprehensive Metrorail Control Center Upgrade
This item is being substituted per the attached delegation.

..RECOMMENDATION
It is recommended that the Board of County Commissioners approve award of a contract to B&C Transit to replace the obsolete hardware and software for the Metrorail System Control Center that is used to operate the Metrorail line. This comprehensive upgrade and modernization project includes the control and monitoring of the movement of the Metrorail trains, control of power to the trains, and provision of communications and data between the Metrorail stations and the Central Control Center. This upgrade also includes the integration of the new Airport Link extension. The contract includes upgrades of the hardware and software, modernization of the facilities and the fire suppression system for the Central Control Center. A copy of the contract is on file with the Clerk of the Board.

CONTRACT NO: Contract No. 725

CONTRACT TITLE: Metrorail Control Center Upgrade

DESCRIPTION: This contract is for the complete overhaul and modernization of the Metrorail Control Center (MRCC). The upgrade will replace obsolete hardware and software, and add remote redundancy to minimize risk of failure which would impact the safety, management and supervision of the Metrorail System operation. This project will integrate the Airport Link extension with the existing mainline as one unified system. A single system display showing the location of the trains will be provided. The new display will allow MDT to make changes or add additional lines without hardware expansion. Another upgrade feature is the ability of the trains to communicate with Central Control in real time. This feature is required since MDT will be operating multiple lines. Also included is the development of existing office space to accommodate the modernization of the existing Central Control facility and systems. The modernization includes the heating, ventilation and air conditioning (HVAC) system on the 3rd, 4th, and 5th floors, workstations, power distribution units, uninterruptible power supplies, electrical systems, existing systems hardware and software, design, construction and necessary equipment for the control center.

TERM: Thirty months for completion of upgrade, a three year warranty period with two, five-year options to renew. A performance/payment bond for 100% of the project is included in the contract as a result of the negotiations. A warranty bond in the amount of 10% of the contract value for the three year warranty period is also included.

APPROVAL TO ADVERTISE: May 3, 2010

CONTRACT AMOUNT: The value of the contract is $15,917,956. No additional funds are included for the option terms as the county will own the source code and provide its own maintenance and support for the software. The option terms were included in the solicitation, and are included in the event there is a future need for technical assistance.

The contract breakdown is as follows:

Table 1
1 Construction $6,403,476 2 Design $6,123,180 3 Project Management $2,596,300 4 Spare Parts $500,000 5 Maintenance & Warranty $295,000 6 Two 5-Year Options Not Included TOTAL $15,917,956 The design cost�appears to be�comparable to the construction cost because this�project has more complex components when compared to a�typical new construction (civil, electrical & mechanical) project as indicated below:

1) In addition to the typical civil, electrical & mechanical components, this project�has a large�operating systems component that requires�a�significant amount of hardware and software engineering, as well as systems integration for�the complex control center�that will be developed specifically for�the 25-mile, 23-Station MDT Metrorail System.

2) This project requires designs for construction on three occupied floors in a sensitive operating environment where operations cannot be disturbed and with back-up subsystems always�available.

3) This project requires civil, electrical and�mechanical, along with systems hardware and software designs for construction in at least�two phases and for the seamless cutover from the old system to the new system.


The�cost breakdown for the Design which also includes both Preliminary and Final Design is shown in Table 2 below:

Table 2
Final Design Price Percentage of Construction + Project Management 1 Architectural Design $645,680 7% 22% 2 Engineering Design $1,343,250 15% 3 Hardware Design $1,548,750 17% 4 Software Design & Development $2,285,500 25% 5 Payment & Performance Bonds $230,000 3% 6 Certificate of Insurance $70,000 1% TOTAL $6,123,180 �

USING/MANAGING AGENCY AND
FUNDING SOURCE(s):

Department Allocation Funding Source Project
Manager Miami-Dade Transit $15,917,956 Florida Department Of Transportation FDOT) Grant (AOP27FDOT) and People�s Transportation Plan (PTP). MDT has confirmed there are no FTA funds involved in this project.Daniel Mondesir, Construction Manager 3 Total $15,917,956 The allocation and funding sources have been reviewed and approved by the Office of Strategic Business Management (OSBM). There is no fiscal impact beyond that which is stated in this award recommendation.
DPM CONTRACTING OFFICER: Andrew Zawoyski

METHOD OF AWARD: Awarded to the recommended responsive, responsible vendor based on the evaluation criteria established in the solicitation. A full and open competitive Request for Proposals (RFP) process was used.

VENDOR RECOMMENDED
FOR AWARD:

Vendor Address Principal B&C Transit
Non-local Vendor 2300 East Oakland Boulevard Ste. 203
Ft. Lauderdale, FL
33304 Alberto Fernandez,
President
VENDORS NOT RECOMMENDED
FOR AWARD: Indra USA, Inc.
Siemens Industry, Inc.
MCM Inc.
Turner Construction

PERFORMANCE DATA: There are no known performance issues.

COMPLIANCE DATA: There are no known compliance issues.

CONTRACT MEASURES: 20% Disadvantaged Business Enterprise Goal.

LIVING WAGE: The construction component of this contract is covered by the Responsible Wage Ordinance

USER ACCESS PROGRAM: The User Access Program provision is included in the contract. The 2% program discount will be collected.


LOCAL PREFERENCE: The Local Preference was applied in accordance with the Ordinance and did not affect the outcome.

ESTIMATED CONTRACT
COMMENCEMENT DATE: Ten days after date adopted by the Board of County Commissioners, unless vetoed by the Mayor.

DELEGATED AUTHORITY: If this item is approved, the County Mayor or designee will have the authority to exercise, at County Mayor�s or designee�s discretion, subsequent options-to-renew and other extensions in accordance with the terms and conditions of the contract.

BODY

The Miami-Dade Transit Department�s (MDT) Metrorail Central Control (MRCC) System located at the Stephen P. Clark Center (SPCC) is the operations center for the Metrorail System. The MRCC was built as part of the construction of the original Metrorail phase in 1984.� This comprehensive project to upgrade the MRCC re quires the replacement/modernization of the existing Central Control facility and systems, including servers, workstations, video display wall, fire suppression, telephony, power distribution units, uninterruptable power supplies, electrical systems, systems hardware, backup servers and console at Lehman Center Yard facility and software, design, construction as well as heating, ventilation and air conditioning (HVAC) system to maintain the required ambient environment for control center equipment and personnel on three floors of the Stephen P. Clark Center.

This project will be carried out in two phases. The initial phase requires remodeling of the existing MRCC location, and the unoccupied office space adjacent to the MDT control center, to accommodate the relocation of MRCC operations while operating the existing mainline in parallel. As the relocation takes place, the vacant space shall be remodeled in conjunction with the remainder of the existing MRCC so as to have the Metromover and Metrobus Central Control Centers located in a single shared space.� The second phase includes the installation, testing, commissioning and migration to the new MRCC control systems.� Decommissioning of the existing systems is included in this contract, and shall take place after the new MRCC becomes fully operational.

The Miami Intermodal Center � Earlington Heights Connector (MIC-EH), Airport Link, shall be integrated into the new Control Center as part of this project. After completion of the MRCC modernization, all functionality of the MIC-EH workstation shall be integrated into the new Metrorail Central Control System.

Five proposals were received in response to a Request for Proposals (RFP) issued on May 19, 2010. The RFP required that the selected proposer furnish all labor, material and equipment necessary for the satisfactory upgrade of the MRCC. The required work includes: (a) design, analysis and preparation of all necessary documentation; (b) furnishing all necessary equipment, hardware and software, work stations and other components, materials and supplies, and providing all associated installation, integration, debugging, and testing; (c) fabrication, construction, shipping/receiving, demolition, and removal and disposal services, and, (d) training of personnel, project and construction management services and quality assurance. MDT�s existing Central Control system will remain operational throughout the duration of this upgrade and will remain in place until the upgrades are fully tested, operational, accepted and commissioned.

Proposals were evaluated based on the requirements stated in the solicitation. The three highest ranked proposers were invited to oral presentations. Following oral presentations, the Evaluation/Selection Committee recommended that staff enter into negotiations with B&C Transit, Inc., the highest ranked proposer.

The highest ranked proposer was selected based on its overall past performance and experience. Work experiences where the proposer has performed similar work on previous projects was confirmed with Bay Area Transit � San Francisco; Los Angeles County Metro Rail System and Metropolitan Atlanta Rapid Transit Authority.

Favorable consideration was given for demonstrated experience in system integration, project organization, and the proposer�s overall approach to the work. Key factors considered were the proposed solution which includes open architecture of the software, and delivery of source code to the County, and a demonstration of successful modernization of rail transit control centers of similar complexity. During the oral presentation, the proposer�s technical personnel demonstrated their experience and expertise with different sub-systems. The recommended vendor met or exceeded all solicitation requirements, and proposes to complete the work within a 30-month period.

During negotiations, the Committee reviewed each technical aspect of the scope of work, technical specifications, as well as the Contractor�s proposed solution. These included architectural and civil design, software, hardware and computer back-up, displays, interface with train control, traction power, communications, and integration with equipment, network, and operation, testing, training, electrical, fire, code compliance, mechanical, HVAC, Halon, plumbing, compliance with Americans with Disabilities Act (ADA) requirements, and project management. The Contractor was also encouraged to identify cost savings throughout the scope of the project.

The price offered in the proposer�s submission was in line with the engineer�s estimate for this project. Negotiations resulted in a price reduction which exceeded $2.3 million and does not impact the project�s scope. The contract has been reviewed by the County Attorney�s Office for legal sufficiency. The price stipulated in the contract includes all requirements in the agreement. Additionally, the Contractor will provide a performance bond equal to the value of the agreement.

The contract requires that the software source code, object codes, configuration tools and documentation be conveyed to the County upon completion of work, a significant value. This means the project software will be the property of the County. There will be no need to contract with the vendor for maintenance and support services, nor are there any escrow agreement costs. Typically these costs range between 15-20 percent of the value of the software annually. If the County were to expand or provide additional functionalities to the software, this work can be performed in-house, a significant value added benefit.

Staff has reviewed information from Dunn & Bradstreet (D&B) reports, a risk analysis and indication of the proposers� business practices, regarding how they meet financial obligations, and their payment practices. Staff also reviewed a PACER (Public Access to Court Electronic Records) report to determine if there was any pending litigation. PACER reports indicate no pending litigation. The company is not listed on the State of Florida Suspended Vendor List. Staff ran reports from existing Miami Dade County systems, including: the Finance Department�s Delinquent Vendor List, SBD Violations Report, Goal Deficit List and the County�s Debarred Contractors List; and the State of Florida Convicted Vendor List and Suspended Vendor list. B&C was not listed on any of these reports. B&C is a registered County vendor and is registered in active status with the State of Florida, Division of Corporations. B&C is a Disadvantaged Business Enterprise and will meet the required 20% DBE goal.


________________________
Deputy Mayor



Home  |   Agendas  |   Minutes  |   Legislative Search  |   Lobbyist Registration  |   Legislative Reports
2024 BCC Meeting Calendar  |   Miami-Dade County Code of Ordinances   |   ADA Notice  |  

Home  |  Using Our Site  |  About Phone Directory  |  Privacy  |  Disclaimer

E-mail your comments, questions and suggestions to Webmaster  

Web Site � 2024 Miami-Dade County.
All rights reserved.