Item Coversheet
Town of Miami Lakes
Memorandum

To:Honorable Mayor and Town Councilmembers
From:Alex Rey, Town Manager
Subject:RFP 2016-44 Bus Operations Services
Date:10/4/2016

Recommendation:
It is recommended that the Town Council authorize the Town Manager to award a contract in an amount not to exceed budgeted funds to MV Contract Transportation, Inc. who is the highest ranked Proposer submitting a Response to the above-referenced Request for Proposals (“RFP”). The contract for bus operation services is based on fixed hourly rates.It is recommended to award a blended hourly rate of $25.82.

The FY17 budget for the weekday circulator bus operation services is $125,000 from Special Revenue and the on-demand bus operation service is budgeted at $55,000 from the General Fund.
Background:

On August 15, 2016, the Town of Miami Lakes (“Town”) issued RFP No. 2016-44 Bus Operations Services to procure proposals from qualified firms to provide bus operations services for the Town's fixed route and on-demand buses.

The Town currently contracts with MV Contract Transportation, Inc. (“MV”) under a City of Hialeah piggyback for the operations for our Circulator Bus and On-Demand Transportation Services. Council authorized a temporary extension to the current agreement which expires October 31, 2016. The City of Hialeah currently provides storage, maintenance and fueling to the Town's fleet under an Interlocal Agreement (“ILA”). The City of Hialeah has chosen to build upon their previous agreement with MV which was already under a bid waiver. As such, the Town prepared a competitive solicitation in order to secure our own agreement in line with the Hialeah ILA effective dates.

The RFP was advertised in the Miami Daily Business Review, posted on the Town website and Demandstar (319 suppliers were notified under 8 commodities) andnoticed in the


Town Hall lobby. The Town received two (2) proposal responses from Limousines of South Florida, Inc. (“LSF”) and MV by the submittal deadline. Procurement conducted reference and business background checks on both firms. MV received three positive references and no reference responses were received for LSF.

Minimum Qualification Requirements were as follows per the RFP:

· Firm is licensed by the State of Florida and Miami-Dade County to provide commercial transportation services and be currently and continuously engaged in providing such services for a minimum of three (3) consecutive years (no less than 36 months).

· Firm has provided circulator services to a minimum of three (3) entities within the past five (5) years.

· Firm has provided on-demand services to a minimum of two (2) entities within the last five (5) years

· Firm acknowledges and demonstrates compliance with applicable local, state and federal laws and regulations in the performance of services stipulated herein to include but not be limited to written drug and alcohol testing policy.

An Evaluation Committee (“Committee”) comprised of the following individuals met on September 15, 2016 to evaluate the submittals and establish the ranking of the firms:

1. Brandon Schaad, AICP, LEED, AP – Director of Planning, Town of Miami Lakes

2. Nicole Singletary – Director of Community Engagement & Outreach, Town of Miami Lakes

3. Jorge De La Nuez – Transit Manager, City of Hialeah

4. Non-voting member: Nicole McGrath – Planning & Zoning, Town of Miami Lakes

The RFP responses were evaluated based on the criteria set forth in the solicitation:

1. Proposer's Qualifications, Experience and References – 30 Points

2. Proposer's Plan, Approach and Procedures – 40 Points

3. Price Proposal – 30 Points (weighted value)

= 100 Possible Points

The Committee ranked the responses as follows:

Firm Total Points Ranking
MV Contract Transportation, Inc. “MV” 298 Points 1
Limousines of South Florida, Inc. “LSF” 229 Points 2

The proposed hourly prices for services are as follows:

Description of Service LSF MV
Circulator & On-Demand (Mon-Fri)/
per hour
$42.50 $25.62
On-Demand Only (Sunday)/ per hour $42.50 $34.70

The FY17 Adopted Budgetdoes not include funding for the vendor's anticipated provision of Sunday on-demand service as the RFP was due September 9, 2016and the Budget was passed on September 20, 2016. MV requested a .20 centincreaseto the hourly rate per service hour. It is recommended to award the additional .20 cents per service hour yielding an hourly rate of $25.82 which will result in an annual additionalexpenditure of approximately $1,500.

The current year budget allocation is approximately $7,000 less than the projected contract expenditure assuming the current level of service; however, in the negotiated agreement, MV assumes liability insurance coverage for the buses and as a result, the Town will save approximately $7,000 in insurance premiums.

The Committee discussed each proposal section by section, starting with LSF's proposal. During its analysis of LSF's proposal, the Committee was well informed due to the past experience its members had with LSF. Members noted that in past dealings with LSF, there were issues with customer service and communication.

MV is the Town's incumbent vendor through a piggyback of the City of Hialeah's agreement, and as such the Town has extensive experience with the firm. The Committee had a positive experience with the current General Manager, stating he has been available at all hours and responsive to the Town's needs. MV's upper management and dispatcher have similarly been active and responsive to the Town's requests.

With regards to vendor safety plans, the Committee noted several items in MV's proposal that supports safer practices to include incentive programs and bonuses that award employees for adhering to safer working procedures. MV also uses a collision avoidance system that alerts drivers to objects within a certain proximity of the bus.

Finally, the Committee discussed whether the Town would incur any transition costs should it transition from its incumbent vendor. The Committee concluded that the direct cost would be the hourly price of service which would nearly double. In addition, the vendor would need to be able to ensure adequate pre-trip supervision/dispatch of drivers whether it be from their own headquarters locally or on-site at the City of Hialeah, where the buses are currently stored, maintained and fueled. Various logistical issues between the vendor, the Town and Hialeah would need to be addressed. The way in which Hialeah already oversees MV's service by proxy since it is also their bus driver provider could not necessarily be expected if the Town were to engage a different provider as it is not a part of the current ILA between the two municipalities.

Based on the above, it is recommended that the Town award RFP 2016-44 Bus Operations Services to MV. The initial term is November 1, 2016 to March 30, 2018 with two 12-month renewal options. Cost adjustments for the renewal years are capped at whichever is less, five (5%) per year or the latest yearly percentage increase in the Consumer Price Index (CPI-U) for the Miami-Ft. Lauderdale, Fl area, as published by the Bureau of Labor Statistics, U.S. Department of Labor.

ATTACHMENTS:
Description
Resolution
RFP 2016-44
RFP 2016-44 Exhibit A Agreement
RFP 2016-44 Exhibits
RFP 2016-44 MV Submittal
RFP 2015-44 Committee Ranking