|
Miami-Dade
Legislative Item File Number: 201253 |
Printable PDF Format
Clerk's Official Copy
|
| File Number: 201253 | File Type: Resolution | Status: Adopted | ||||||
| Version: 0 | Reference: R-726-20 | Control: County Commission | ||||||
|
||||||||
| Requester: Internal Services | Cost: | Final Action: 7/21/2020 | ||||||
|
||||||||
|
||||||||
|
||||||||
| 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 | 7/21/2020 | 8F2 | Adopted | P | |||
| |
|||||||
| Transportation and Finance Committee | 7/14/2020 | 3B | Forwarded to the BCC by the BCC Chairperson with a favorable recommendation | P | |||
| REPORT: | Commissioner Levine Cava acknowledged Cutler Bay officials, Mayor Tim Meerbott and Council Member Roger Coriat, who spoke previously in favor of the Agenda Item. Chairman Bovo stated the item would help close the gap in the first and last mile of the South Dade Transitway Corridor. Hearing no more questions or comments, the members of the Transportation and Finance Committee proceeded to vote on the foregoing proposed resolution as presented. Pursuant to Commissioner Levine Cava's request, Chairman Bovo requested staff prepare the appropriate memorandum asking Board of County Commissioners' (BCC) Chairwoman Audrey M. Edmonson to waive the Board's Rules of Procedure and allow the foregoing proposed resolution to be forwarded to the July 21, 2020 BCC meeting for consideration. The Clerk of the Board received the appropriate memorandum signed by BCC Chairwoman Audrey M. Edmonson approving the request to waive the Board's Rules of Procedure to allow the foregoing proposed resolution to be heard at the July 21, 2020 BCC meeting, as requested by the Transportation and Public Works Department. The Clerk of the Board received the appropriate memorandum signed by BCC Chairwoman Audrey M. Edmonson approving the request to waive the Board's Rules of Procedure to allow the foregoing proposed resolution to be heard at the July 21, 2020 BCC meeting, as requested by the Transportation and Public Works Department. | ||||||
| |
|||||||
| Ed Marquez | 6/24/2020 | Assigned | Office of Agenda Coordination | 6/24/2020 | 6/24/2020 | ||
| |
|||||||
| Office of Agenda Coordination | 6/24/2020 | Assigned | County Attorney | 9/1/2020 | |||
| REPORT: | ISD - No Sponsor - Pending July Cmte - County Attorney: Bruce Libhaber - Attachments: Contract - Page Numbers: 54 | ||||||
| |
|||||||
| County Attorney | 6/24/2020 | Assigned | Bruce Libhaber | 6/25/2020 | |||
| |
|||||||
| Legislative Text |
|
TITLE RESOLUTION APPROVING AWARD OF CONTRACT NO. RFP-01083 TO RIVER NORTH TRANSIT, LLC. FOR PURCHASE OF ON-DEMAND TRANSIT SERVICES FOR THE DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS WITH AN ESTIMATED FISCAL IMPACT TO THE COUNTY IN AN AMOUNT OF UP TO $4,663,500.00 FOR THE INITIAL THREE-YEAR TERM; AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR�S DESIGNEE TO EXECUTE SAME FOR AND ON BEHALF OF MIAMI-DADE COUNTY AND TO EXERCISE ALL PROVISIONS OF THE CONTRACT, INCLUDING ANY CANCELLATION OR EXTENSION PROVISIONS, PURSUANT TO SECTION 2-8.1 OF THE CODE OF MIAMI-DADE COUNTY, FLORIDA AND IMPLEMENTING ORDER 3-38 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 Section 1. This Board approves award of Contract No. RFP-01083 to River North Transit, LLC. for the purchase of on-demand transit services for the Department of Transportation and Public Works, in substantially the form attached and made a part hereof, for the three-year term, with an estimated fiscal impact to the County in an amount of up to $4,663,500.00. Section 2. This Board authorizes the County Mayor or County Mayor�s designee to execute same for and on behalf of Miami-Dade County and to exercise all provisions of the contract, including any cancellation or extension provisions, pursuant to 2-8.1 of the Code of Miami-Dade County and Implementing Order 3-38. HEADER Date: To: Honorable Chairwoman Audrey M. Edmonson and Members, Board of County Commissioners From: Carlos A. Gimenez Mayor Subject: Recommendation for Approval to Award On-Demand Transit Services STAFF RECOMMENDATION Recommendation It is recommended that the Board of County Commissioners (Board) approve a competitive contract award, Contract No. RFP-01083, On-Demand Transit Services for the Department of Transportation and Public Works (DTPW). There is no existing or previous County contract for these services. This item is placed for Board review pursuant to Miami-Dade County Code Section 29-124(f)(ii). Because this is a transit-related procurement with a value of more than $1 million, even though no Charter County Transportation Surtax Funds will be used to cover the costs, the Board may only consider this item if the Citizens� Independent Transportation Trust (CITT) has forwarded a recommendation to the Board prior to the date scheduled for Board consideration or 45 days have elapsed since the issuance of this recommendation. If CITT has not forwarded a recommendation and 45 days have not elapsed since the issuance of this recommendation, a withdrawal of this item will be requested. Background This contract will provide for the development, deployment, marketing and customer service of a dynamically routed, on-demand, mobile app-based transit service to provide nearby door-to-door rides to and from the Metrorail, the South Dade Transitway and other Transit facilities. This service will provide real-time operations technology and the �right-sizing� of vehicles based on real-time trip demand, meaning that the route to a destination may change based on real-time demand without affecting customer's travel time (in-vehicle time) and wait time (pick-up time). The technology will enable a fully automated scheduling, dispatching, trip booking and real-time ride matching and routing system. The intent of this contract is to support and prioritize transit, promote the use of shared-use mobility services for chain-linked trips that include public transportation, alleviate traffic congestion, reduce greenhouse gas emissions and improve transit access and customer experience. On-demand transit services will be provided in four transit-related regional areas: Dadeland, Civic Center, Palmetto Bay and Cutler Bay. At the County�s discretion, locations may be added or deleted throughout the contract term. This contract will provide trips under three miles to and from transit facilities ensuring faster customer trips and shorter wait times, except for trips within Palmetto Bay and Cutler Bay where the trip length may be over three miles. Customers will be able to use a smartphone or mobile device app to book and for trips to and from the identified areas. A call center will also be provided by the vendor for users that do not have access to a smartphone or a mobile device. Payment options will include credit cards, debit cards and integration into the EASY Card. The services provided under this contract will be part of the Miami-Dade County Transit system, with fare payment and EASY Card system integration for passenger fare collection. The County will work with the Contractor to provide free rides for the first three months as an introductory service, whereby DTPW will pay for the revenue hours, and customers will be able to use the service at no cost. Thereafter, customers will be charged in accordance with the Miami-Dade Transit Passenger Fare Structure. Service in the Palmetto Bay and Cutler Bay Municipal areas will be free of charge to customers for the life of this contract. However, the cities of Palmetto Bay and Cutler Bay will reimburse the County 100 percent of the actual net operating annual cost of the service. On March 22, 2019, a Request for Proposals was advertised and seven responses were received, including five proposals and two �No Bids.� Following the technical evaluation of the five proposals, price proposals were reviewed for the two proposers remaining in consideration: River North Transit, LLC (a wholly owned subsidiary of Via Transportation, Inc.) and RideCo, Inc. The Competitive Selection Committee completed the evaluation of the proposals following the guidelines published in the solicitation and recommended that the County enter into negotiations with the highest ranked proposer, River North Transit, LLC. River North Transit, LLC demonstrated its ability to meet all aspects of the project requirements and to provide On-Demand Transit Services that best supports the needs of the County. Scope The scope of this item is countywide in nature. Fiscal Impact/Funding Source The fiscal impact for the three-year term is $4,663,500. Should the County choose to exercise, at its sole discretion, the one, three-year option to renew term, the estimated cumulative value will be $9,284,250. Department Allocation Funding Source Contract Manager Transportation and Public Works $4,663,500 FDOT/Federal Funds Jarice Rodriguez Total: $4,663,500 Track Record/Monitor Vanessa Stroman of the Internal Services Department is the Procurement Contracting Manager. Delegated Authority If this item is approved, the County Mayor or County Mayor�s designee will have the authority to exercise all provisions of the contract, including any cancellation or extension provisions, pursuant to Section 2-8.1 of the County Code and Implementing Order 3-38. The one, three-year option to renew term will be presented to the Board for approval as a separate agenda item. Vendor Recommended for Award A Request for Proposals was issued under full and open competition, whereby 12,314 vendors were notified, of which 190 viewed the solicitation, 44 downloaded the solicitation documents and seven responded to the solicitation, including two �No Bids.� Pursuant to Resolution No. R-477-18, the highest-ranked proposer is recommended in accordance with the method of award per the solicitation and is non-local. Vendor Principal Address Local Address* Number of Employee Residents Principal 1) Miami-Dade 2) Percentage* River North Transit, LLC (a wholly owned subsidiary of Via Transportation, Inc.) 160 Varick Street Floor 4 New York, New York None 0 Daniel Ramot 0% *Provided pursuant to Resolution No. R-1011-15. Percentage of employee residents is the percentage of vendor�s employees who reside in Miami-Dade County as compared to the vendor�s total workforce. Vendors Not Recommended for Award Vendor Local Address Reason for Not Recommending Beefree, LLC dba Freebee Yes Evaluation Scores/Ranking Dashboard Story, Inc. dba Duet No Downtowner Holdings, LLC No RideCo, Inc. No American Safety Utility Corp. No No Bid* W.W. Grainger, Inc. Yes *A �No Bid� means the vendor responded indicating that it will not be providing an offer. Due Diligence Pursuant to Resolution No. R-187-12, due diligence was conducted in accordance with the Internal Services Department�s Procurement Guidelines to determine vendor responsibility, including verifying corporate status and that there are no performance and compliance issues. The lists that were referenced included convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal excluded parties. There were no adverse findings relating to vendor responsibility. Applicable Ordinances and Contract Measures � The two percent User Access Program provision does not apply. � The Small Business Enterprise Selection Factor and Local Preference do not apply. � The Living Wage applies. � Aspirational Disadvantaged Business Enterprise goal of 10.65%. ______________________ Jennifer Moon Deputy Mayor |
|
Home |
Agendas |
Minutes |
Legislative Search |
Lobbyist Registration |
Legislative Reports
Home | Using Our Site | About | Phone Directory | Privacy | Disclaimer
E-mail your comments,
questions and suggestions to
Webmaster
|