![]() |
Miami-Dade
Legislative Item File Number: 241852 |
Printable PDF Format
![]() |
File Number: 241852 | File Type: Resolution | Status: Adopted | ||||||||||
Version: 0 | Reference: R-933-24 | Control: Pending BCC Assignment | ||||||||||
|
||||||||||||
Requester: Transportation and Public Works | Cost: | Final Action: 10/16/2024 | ||||||||||
|
||||||||||||
|
||||||||||||
|
||||||||||||
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 | 10/16/2024 | 8N3 | Adopted | P | |||
|
|||||||
Office of the Chairperson | 10/15/2024 | Scrivener's Errors | |||||
REPORT: | On page MCD017 in Article 7 Section A of the contract, the words “be in the” should be replaced with “not exceed the”. | ||||||
|
|||||||
Chairmans Policy Council & Intergov. Affairs Cmte. | 10/7/2024 | 3C | Forwarded to the BCC by the BCC Chairperson with a favorable recommendation | ||||
REPORT: | Commissioner Cabrera introduced the foregoing proposed resolution. He addressed the ongoing issue of traffic signal synchronization, noting a recent example on 3rd Avenue where consecutive traffic lights were improperly coordinated. He commended the administration for negotiating a new contract that would replace an ineffective vendor and noted the agreement included requirements to repair previously malfunctioning intersections and synchronize 500 new intersections each year. Commissioner Cabrera advised that the contract featured strict accountability measures with monthly reporting and included a contingency fund to avoid change orders. He further noted that the agreement also provided flexibility for future departmental needs and was designed as a long-term solution to traffic signal problems. Commissioner Bermudez emphasized that this was a longstanding issue affecting District 12 and thanked Horsepower Electric for working with the administration to incorporate key requirements for metrics, accountability, and timeliness. Commissioner Regalado noted that traffic signal synchronization had been a persistent Countywide problem for many years and commended staff for swift negotiations. While recognizing the commitment to upgrade 500 intersections annually, Commissioner Regalado suggested the administration consider allowing the contractor to complete more intersections if possible. Commissioners Bermudez and Regalado expressed their support for the traffic signal synchronization project and thanked Commissioner Cabrera for his leadership on the initiative. Hearing no further questions or comments, the Committee members proceeded to vote on the foregoing resolution, as presented. On an unrelated matter, Commissioner Cabrera informed his colleagues that he would be bringing forward an item at the next Board of County Commissioners (Board) meeting, developed in coordination with the administration that would create a mechanism for employees to contribute to Hurricane Milton relief efforts. The Clerk of the Board received notice that the foregoing proposed resolution was advanced to the October 16, 2024, Board of County Commissioners (BCC) meeting. | ||||||
|
|||||||
Jimmy Morales | 10/4/2024 | Assigned | Office of Agenda Coordination | 10/4/2024 | 10/4/2024 | ||
|
|||||||
Office of Agenda Coordination | 10/4/2024 | Assigned | County Attorney | 11/6/2024 | |||
REPORT: | DTPW - Late item - Commisisoner Bermudez and Commissioner Cabrera CO prime sponsor - County attorney Bruce Libhaber - attachments: ATMS contract, exhibit 1-16 - pgs 546 | ||||||
|
|||||||
County Attorney | 10/4/2024 | Assigned | Bruce Libhaber | 10/4/2024 | |||
|
|||||||
Office of the Chairperson | 10/4/2024 | Additions | |||||
|
Legislative Text |
TITLE RESOLUTION AUTHORIZING AWARD OF A BID WAIVER CONTRACT PURSUANT TO SECTION 5.03(D) OF THE HOME RULE CHARTER AND SECTION 2-8.1 OF THE CODE OF MIAMI-DADE COUNTY BY A TWO-THIRDS VOTE OF THE BOARD MEMBERS PRESENT; AUTHORIZING AWARD OF CONTRACT NO. BW-10523 TO HORSEPOWER ELECTRIC, INC. IN A TOTAL AMOUNT NOT TO EXCEED $199,919,376.66 FOR A TEN-YEAR TERM FOR THE COMPLETION OF THE ADVANCED TRAFFIC MANAGEMENT SYSTEM (ATMS) PROJECT FOR THE DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS; AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR�S DESIGNEE TO EXECUTE SAME FOR AND ON BEHALF OF MIAMI-DADE COUNTY AND EXERCISE ALL PROVISIONS OF THE CONTRACT, INCLUDING ANY CANCELLATION, RENEWAL OR EXTENSIONS, PURSUANT TO SECTION 2-8.1 OF THE CODE OF MIAMI-DADE COUNTY 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 finds it is in the best interest of Miami-Dade County to award a bid waiver contract under Contract No. BW-10523, in substantially the form attached and made a part hereof, for the completion of the Advanced Traffic Management System (ATMS) project to Horsepower Electric, Inc. for the Department of Transportation and Public Works for a 10-year term in an amount not to exceed $199,919,376.66, pursuant to section 5.03(D) of the Home Rule Charter and section 2-8.1 of the Code of Miami-Dade County, by a two-thirds vote of the Board members present. Section 2. This Board further authorizes the County Mayor or County Mayor�s designee to execute the contract and to exercise all provisions of the contract, including any cancellation, renewal or extensions, pursuant to section 2-8.1 of the County Code and Implementing Order 3-38. HEADER Date: To: Honorable Chairman Oliver G. Gilbert, III and Members, Board of County Commissioners From: Daniella Levine Cava Mayor Subject: Recommendation to Award a Bid Waiver Contract for the Advanced Traffic Management System STAFF RECOMMENDATION Executive Summary This item is in response to Resolution No. R-223-24, sponsored by Commissioner Kevin Marino Cabrera. The resolution directed the Administration to immediately terminate the Advanced Traffic Management System (ATMS) contract with Yunex LLC (Yunex Traffic), Contract No. RFP-01058, for cause, negotiate a completion ATMS contract with the second lowest, responsive, and responsible bidder, Horsepower Electric, Inc. (HPE), and present a recommendation to the Board as to whether the County should enter into such completion contract. Accordingly, this item sets forth the Administration�s recommendation to award a 10-year bid waiver contract to HPE for a value of $199,919,376.66 and outlines the parameters of the ATMS contract for the Department of Transportation and Public Works (DTPW). Under the contract, HPE is responsible for (a) upgrading the existing ATMS and traffic controllers; this consists of ensuring the signalized intersections are equipped with Caltrans Model 2070LX controllers and local controller software; a minimum of 500 intersections per year shall be upgraded; (b) actuating signalized intersections; this includes the engineering and construction work required for adding vehicular, bicycle, and pedestrian detection at signalized intersections; and (c) delivering engineering services to develop and integrate additional traffic signal operational functions; this task supports traffic response and adaptive signal control operations. More specifically, this contract will: 1) Continue to upgrade the County�s existing traffic signals: Prior to contract termination in April 2024, Yunex Traffic had deployed 788 intersection control systems (2070LX controller) along with implementing central and local software. Approximately 1,874 intersections have outdated control systems (McCain D170E controller), which will be upgraded to the 2070LX controller under this contract. HPE will utilize any systems purchased through Yunex Traffic but not deployed and re-utilize the 2070LX controllers, where possible, by means of a local software update or replacement of the Controller1C Module. 2) Make changes, corrections, and modifications to work initiated by Yunex Traffic: Prior to termination, Yunex Traffic initiated the installation of new vehicle detection systems at 100 intersections; however, only two locations passed final inspection. 3) Incorporate additional work required due to updates and revisions to applicable laws, codes, and specifications since the initial solicitation in 2018. This contract is intended to result in the delivery of a complete, functional, and intelligent traffic management system. To facilitate that, HPE will adhere to a phased approach to the design, development, and implementation of ATMS, with successful performance ultimately effectuating the County�s Signal Innovation Program, having smart technology maximize safety across various transit modes. Recommendation It is recommended that the Board waive competitive bidding procedures pursuant to Section 5.03(D) of the Home Rule Charter and Section 2-8.1(b)(1) of the Miami-Dade County Code (Code), by a two-thirds vote of the Board members present, and award a bid waiver contract, Contract No. BW-10523, Advanced Traffic Management System, to HPE in the amount of $199,919,376.66 for a 10-year term for DTPW. This contract replaces Contract No. 01058 approved by the Board via Resolution No. R-528-20 on May 19, 2020 in the amount of $160,173,671. Background DTPW operates and maintains over 3,000 signalized intersections on State of Florida and local roads within the County's geographical boundaries. DTPW monitors and manages the intersections from the Traffic Management Center. Through the deployment of state-of-the-art sensing, communications, and data processing technologies, ATMS provides solutions to alleviate congestion and promote safety by adapting to traffic conditions occurring on urban freeways and surface streets. ATMS capitalizes on information that can be provided by roadside traffic sensors to develop optimal traffic control strategies, addressing traffic needs in real time. Approximately 1,874 intersections are controlled using the McCain D170E controller, which will be upgraded to the 2070LX controller under this contract. The 2070LX controller is a rugged, multi-tasking field processor and communications system configurable for a variety of traffic management applications. In addition to upgrading the McCain D170E controllers, this contract will also modify existing 2070LX controllers through the replacement of the 1C Controller Module or updated local controller software so that there is a consistent and standardized platform at all traffic signals. There are currently 1,074 intersections being operated with 2070LX controllers (286 Econolite and 788 Yunex Traffic) within the County. Approval of a bid waiver in lieu of a competitive process is requested due to the County�s traffic management efforts and innovations since implementing the coordination and synchronization of traffic signals in the mid-1970s, combined with the growth and development of diverse and unique areas within the County, yielding a complex and sophisticated traffic system. The mixture of urban, suburban, and rural areas necessitates flexibility in the project approach, precluding an off-the-shelf solution from a single source for the County�s traffic management system. In 1976, the County began utilizing the Urban Traffic Control System (UTCS). In 2005, the Board approved a contract with Kimley Horn and Associates (KHA) to utilize their KITS� ATMS software, replacing the obsolete UTCS. Since then, the County has undertaken deliberate efforts to modernize the traffic signal system and implement a traffic signal infrastructure capable of integrating and supporting emerging technologies (e.g., adaptive controls, AI tools, and autonomous vehicles). In recent years, market research and field deployments of fully integrated ATMS systems � Econolite�s Centracs Software (Contract No. BW9872-1/20) and Yunex Traffic�s Tactics Software (Contract No. 01058) � revealed that package systems are not capable of meeting the demands of existing County traffic functions and operations without extensive redevelopment, which would significantly delay implementation. Under Resolution No. R-1099-21, the County awarded Contract No. L-10134 to KHA for the maintenance of the legacy KITS� ATMS, to be effective until the transition to a new ATMS. The contract also provided for a KITS� ATMS software update. As part of the maintenance effort, it was discovered that the updated KITS� software included features not available with Econolite�s or Yunex�s software, and that it was capable of seamlessly integrating with controllers from different manufacturers. Currently, the current KITS� software is the only system monitoring all traffic signals within the County. The proposed contract does contain an option that may be exercised by the County in the future to implement Econolite�s cloud-based software solution. Following Board direction to streamline efforts and promote efficiencies to complete the ATMS project, the Administration deems it is in the County�s best interest to award this bid waiver contract to HPE pursuant to Section 5.03(D) of the Home Rule Charter and Section 2-8.1(b)(1) of the Code. Through this contract, the County will continue to use and implement advanced features of the KITS� software to upgrade traffic signals, facilitating on-time project completion. Scope The scope of this item is countywide in nature. Fiscal Impact/Funding Source The fiscal impact for the 10-year term is $199,919,376.66. This amount includes a 10% contingency fee of $18,174,488.79 for unforeseen work. The 10-year term for this contract is based on a project schedule that considers the real time need to engineer and design the system implementation requirements, install and test the purchased equipment, and the engineering and construction work necessary for including additional vehicle and pedestrian detection systems. This contract is funded through the following funding sources: Program Adopted Budget Funding Sources 608400 Advanced Traffic Management System (ATMS) � Phase 3 FY24-25 Adopted Budget & Multi-Year Capital Plan; Volume 2, Page 174 Mobility Impact Fee FDOT - County Incentive Grant Program Track Record/Monitor The County is supervising, monitoring, and inspecting all aspects of the ATMS's implementation, deployment, and administration. Mr. Frank Aira, P.E., Chief, Traffic Signals & Signs Division, DTPW, is responsible for this project. 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, renewal or extension provisions, pursuant to Section 2-8.1 of the Code and Implementing Order 3-38. Vendor Recommended for Award Pursuant to Resolution No. R-477-18, the recommended vendor HPE is a local vendor. Vendor Principal Address Local Address Number of Employee Residents Principal 1) Miami-Dade 2) Percentage* Horsepower Electric, Inc. 8105 West 20 Ave Hialeah, FL 33014 8105 West 20 Ave Hialeah, FL 33014 Michael Martinez 1) 95 2) 90 % *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. Due Diligence Pursuant to Resolution No. R-187-12, due diligence was conducted in accordance with SPD�s Procurement Guidelines to determine contractor responsibility, including verifying corporate status and that there are no performance or compliance issues through various vendor responsibility lists and a keyword internet search. 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 contractor responsibility. Applicable Ordinances and Contract Measures � The two percent User Access Program provision does not apply. � Small Business Program contract measures, including Local Preference, do not apply as this is a bid waiver award. � The Living Wage Ordinance does not apply. __________________________ Jimmy Morales Chief Operating Officer |
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
|