Res No 121-17-14922RESOLUTION NO: __ 1_2_1_-_1_7_-_1_4_922
A Resolution authorizing the City Manager to enter into a multi-year
agreement with Limousines of South Florida, Inc., for a public
transportation circulator service, by piggybacking onto its contract with
the City of Aventura.
WHEREAS, the City desires to operate a public transportation circulator service to
run predominately in the business district and CRA areas; and
WHEREAS, Miami-Dade County Board of County Commissioners adopted a
resolution approving an Interlocal Agreement for Public Transportation Service between
Miami-Dade County Department of Transportation and Public Works (DTPW) and the City
for the operation of public transportation service in and around the City; and
WHEREAS, under the terms of the Interlocal Agreement, the City shall be
responsible for all operating and maintenance costs for this service which will be funded
from the City's share of the Charter County Transportation Surtax Allocation funds, Direct
Transit, account no. 125-1730-541-3450, Contracultural Services; and
WHEREAS, the City's route will operate Tuesday, Wednesday, Thursday and Friday
from 5 PM to 12 AM and on Saturday, the service will operate from 2 PM to 12 AM and
Sunday 12 PM to 10 PM with three (3) roundtrips per hour; and
WHEREAS, the City will operate two 16 passenger busses with two wheelchair
positions; and
WHEREAS, the City intends to wrap the buses with unique City South Miami
graphics to identify the circulator and to market the service; and
WHEREAS, the City intends to utilize a Smart Phone Trolley APP, a feature that will
provide riders with real-time circulator arrivals at the designated bus stops utilizing Apple
or Android smart phones; and
WHEREAS, the City of Aventura, after a competitive process, awarded a three (3)
year contract with one (1) two (2) year extension, expiring March 2, 2020 to Limousines
of South Florida, Inc.; and
WHEREAS, the contract with Limousines of South Florida, Inc. provides for a
service rate is $54 per hour, per vehicle which includes drivers, maintenance and
operating costs. This is the same rate as found in the agreement that was competitively
solicited by the City of Aventura; and
WHEREAS, the City's agreement with Limousines of South Florida, Inc. shall not
exceed five (5) consecutive years, with an estimated annual fee for this service of
Page 1 of2
Res. No. 121'-17-14922
$269,568 and a $5,000 contingency for any unplanned expenses, for an annual total of
$274,568.
NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
THE CITY OF SOUTH MIAMI, FLORIDA;
Section 1. The City Manager is authorized to enter into a multi-year agreement
with Limousines of South Florida, Inc., for a term not to exceed five (5) consecutive years,
for a public transportation circulator service, by piggybacking onto the agreement
between the City of Aventura and Limousines of South Florida, Inc., for an estimated
annual fee for this service of $269,568 and a $5,000 contingency for any unplanned
expenses for a total annual cost not to exceed $274,568, funded by the City's share of the
Charter County Transportation Surtax Allocation, Direct Transit. In accordance with the
City of Aventura's terms and conditions in the Invitation for Bid, #14-09-15-2, the City
shall have the right to terminate the agreement at its sole discretion upon giving the
Contractor 10 calendar days' notice. A copy of the piggyback contract with Limousines of
South Florida, Inc., is attached.
Section 2. Severability. If any section, clause, sentence, or phrase of this
resolution is for any reason held invalid or unconstitutional by a court of competent
jurisdiction, this holding shall not affect the validity of the remaining portions of this
resolution.
Section 3. Effective Date: This resolution shall take effect immediately upon
adoption.
PASSED AND ADOPTED this 6ttdayof June ,2017.
ATIEST: APPROVED:
COMMISSION VOTE: 4-1
Mayor Stoddard: Yea
Vice Mayor Welsh: Yea
Commissioner Harris: Yea
Commissioner Liebman: Nay
Commissioner Edmond: Yea
Page 20[2
R~';P'·'·"· Sou[~"Jiami CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM Till' CITY or PI FASANT IIVINC
To:
FROM:
DATE:
-----~---------.--.----------------
The Honorable Mayor & Members of the City Commission
Steven Alexander, City Manager
June 6,2017 Agenda Item NO.:/5
'-'-"'--'-'--"'-~-----
SUBJECT: A Resolution authorizing the City Manager to enter into a multi-year
agreement with Limousines of South Florida, Inc., for a public
transportation circulator service, by piggybacking onto its contract with
the City of Aventura.
BACKGROUND: The City desires to operate a public transportation circulator service to run
predominately in the business district and CRA areas. On May 2,2017, the Miami-
Dade County Board of County Commissioners approved a resolution approving an
Interlocal Agreement for Public Transportation Service between Miami-Dade
County, through the Department of Transportation and Public Works (DTPW) and
the City for the operation of public transportation service in and around the City.
Under the terms of the Interlocal Agreement with Miami-Dade County, the City
shall be responsible for all operating and maintenance costs for this service which
will be funded from the City's share of the Charter County Transportation Surtax
Allocation. The beginning balance ofthe People's Transportation Tax (PIT), Direct
Transit Fund as of September 30, 2016 was $733,191. Furthermore, the City
anticipates expending $163,917 for the construction of bus shelters and if
approved, $70,500 for the 3-month operation of the City's circulator in FY 16-17.
Moreover, to-date, the City has received PTP Transit Revenue amount of $38,436.
In summary, the current fund balance, less the expenditures of $163,917,
excluding any costs associated with the proposed circulator is $607,710.
The fund reserve will be used to pay for the expenses in excess of the recurring
annual revenue amount.
The City's circulator is a FREE service. Some key provisions of the Miami-Dade
County Interlocal Agreement include:
• The City will adhere to all County, federal, state and local transit operating
requirements.
Ti if C;~y OF PI F,\SA~~ l '11'<:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
. ;
• The Interlocal Agreement shall remain in force for five (5) years and is
subject to two (2), five-year automatic renewals. Each party has the right
to terminate for cause or without cause.
• Miami-Dade County Department of Transportation and Public Works
(DTPW) and the City will work collaboratively to exchange route and
schedule information for the benefit of riders.
• The City route will operate 6-days a week, 8-hours a day, two shuttles
circulating on the same route, going in opposite directions.
• Some ofthe bus stops include the following locations: Mack Cycle/across
from City Hall, Larking Hospital, U.S. Post Office, Murray Park Aquatic
Center, Shops of Sunset Place and CVS Pharmacy.
• The City is responsible for bus stop passenger amenities such as bus
shelters and benches at all stops within the City. Such responsibility
includes Americans with Disabilities Act (ADA) accessibility of the
amenities.
The City will piggyback for the operation of the circulator service from a contract
and solicitation competitively bid by the City of Aventura. Limousines of South
Florida, Inc., was awarded a three (3) year contract on March 2, 2015 which
provides for one additional two (2) year extension, expiring March 2, 2020;
including the renewals. In accordance with City Charter, the City contract shall
not exceed five (5) consecutive years. In accordance with the City of Aventura's
terms and conditions in the Invitation for Bid, #14-09-15-2, the City shall have
the right to terminate the agreement at its sole discretion upon giving the
Contractor 10 calendar days' notice.
Limousines of South Florida, Inc., will provide the City with two 2016 shuttle
buses with a capacity of 16 passengers and two wheelchair pos·ltions. Hours of
operation will be a minimum 48 hours per week, per vehicle, which will be
running on the same route in opposite directions. The rate fee to operate the
service is $54 per hour which includes drivers, maintenance and operating costs
of the shuttles.
THf CITY or PI tASA,'ll I ;VINC
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The buses will be {(wrapped" with unique City of South Miami graphics, to be
determined, that will identify the City's circulator and serve to market the service.
Limousines of South Florida, Inc., will install the decals and wrap the vehicles
accordingly but the City is responsible for the graphics and all graphic designs.
As an added feature, the circulator will utilize a Smart Phone Trolley APP. Th'ls
feature will provide riders with real-time circulator arrivals at the designated bus
stops utilizing Apple or Android smart phones. The Smart Phone APP is not part
of the piggyback agreement and will be procured separately.
The total recurring annual estimated expenditure for the operation of the
circulator is $269,568. A $5,000 contingency is also included for any unplanned
expenses for an annual recurring total of $274,568. A summary of the
expenditures is below:
r---: ' i
I h' I : I Hours perJ:! k i Annual Amount; , Ve Ie e! Rate k Per Wee. 52 W k !: ; Wee i ee s
f So< IIl1s54 I 48~~i_ $2,59?_-\-$134,784--i
i Bus #2. $54 I 48 i $2,592! $134J84
TOTAL $269,568
Circulator service can be implemented approximately 30 to 45 days after a Notice
to Proceed is issued to Limousines of South Florida, Inc.
AMOUNT: Annual recurring amount not to exceed $274,568
ACCOUNT: The expenditure shall be charged to the City's allocation of Miami-Dade County's
Peoples Transportation Plan Funds, Direct Transit, account number 125-1730-541-
3450, Contractual Services, with a current balance of $0.
AnACHMENTS: Resolution
Miami-Dade County Interlocal Agreement Agenda Item
Circulator Route System and Schedule
Piggyback Agreement, Limousines of South Florida, Inc.
Bid Tabulation
Notice of Award & Contract
Sun Biz
d MIAMI.DADE~ Memoran urn Rrl
Date:
To:
From:
Subject:
May 2, 2017
Honorable Chairman Esteban L. Bovo, Jr.
and Members, Board of county9.~ 0 missioners
Carlos A Gimenez r-_--£<L-----~)
Mayor ~---t:ta& &~~
~--=
Resolution Approving an Interlo greement for Public Transportation Service
Miami-Dade County and the City of S th Miami
RECOMMENDATION
Between
It is recommended that the Board of County Commissioners (Board) approve this Interlocal Agreement
(Agreement) for Public Transportation Services between Miami-Dade County (County), through the
Department of Transportation and Public Works (DTPW), and the City of South Miami (City) for the
operation of public transportation service in and around the City.
SCOPE
This Agreement has a direct Impact on the City, located in District 7, which is represented by
Commissioner Xavier L. Suarez; however, due to the connection of service with other DTPW routes, the
impact of this service benefits the public, and is, therefore, countywide.
FISCAL IMPACT
There is no fiscal impact to the County for this Agreement. The City will be responsible for all operating
and maintenance costs and has advised that the service will be funded from the City's share of the
Charter County Transportation Surtax Allocation. The City Circulator Trolley is a fare~free service.
TRACK RECORD/MONITOR
This is the firs! agreement between the County and the City for public transportation service, The project
manager for this Agreement is Gerald E, Bryan, DTPW Section Chief of Transit Service Planning and
Scheduling.
BACKGROUND
The City Is currently served by several County bus routes, On December 6, 2016, the City Commission
adopted Resolution No. 230-16-14785 approving an Interlocal Agreement With the County relating to the
Public Transportation Service. The objective of the Agreement is to reduce traffic congestion on City
roadways while enhancing connections with County transit services.
Consistent with Section 31-113 of the County Code, this Agreement (Section 2,10 and Section 3.1)
requires that the County have the right to bid for this service should the City outsource the operation of its
transit system.
As per Chapter 31, Article III, and section 31-113 of the County Code, this agreement allows the City to
operate public transportation services.
/
Honorable Chairman Esteban L. Bovo, Jr.
and Members, Board of County Commissioners
Page 2
Key provisions of this Agreement include:
The City will adhere to all County, federal, state and local transit operating and reporting
requirements.
This Agreement shall remain In force for five (5) years and is subject to two (2), five-year
automatic renewals. Each party has the right to terminate for cause or without cause.
OTPW and the City will work collaboratively to exchange route and schedule information for the
benefit of riders.
The City route will operate Tuesday, Wednesday, Thursday and Friday from 5 PM to 12 AM. On
Saturday, the service wlll operate from 2 PM to 12 AM and Sunday 12 PM to 10 PM. There will be
three (3) roundtrips per hour.
Some of the bus stops include the following locations: Mack Cycle/across from City Hall, Larkin
Hospital, U.S. Post Office, Murray Park Aquatic Center, Shops of Sunset Place, and CVS
Pharmacy.
The City is responsible for bus stop passenger amenities such as bus shelters and benches at all
bus stops within the City. Such responsibility includes Americans with Disabilities Act (ADA)
accessibility of the amenities.
The City will operate the service at no cost to patrons. In the case where the City may charge a fare,
similar to other agreements for service, this Agreement requires the City to enact a fare structure to
include the acceptance of all DTPW passes, transfers, or identif!cation entitling an eligible passenger to
ride the service without paying an additional fare (i .e., Patriot Passport and Golden Passport) or for half
fare (i.e. kindergarten -12th grade students).
This Agreement is essentially the same as those previously approved by the Board with several other
municipalities.
Nina~
Deputy ayor
MEMORANDUM
(Revised)
TO: DATE: May 2, 2017
FRO~: SIJBJECT: Agenda Item No. 5(G)
Please note any items checked.
"3-Day Rule" for committees applicable if raised
6 weeks required between first reading and public hearing
4 weeks notification to mllllicipal officials required prior to public
hearing
Decreases revenues or increases expenditures without balancing budget
Budget required
Statement of fiscal impact required
Statement of social equity required
Ordinance creating a new board requires detailed County Mayor's
report for public hearing
No committee review
Applicable legislation requires more than a majority vote (i.e., 2/3's __ ,
3/5's __ , unanimous __ ) to approve
Current information regarding funding SOUTee, index code and available
balance, and available capacity (if debt is contemplated) required
3
Approved __________ -'M~a)~'o'_!..r Agendaltem No. S(C)
5-2-17 Veto
Override
RESOLUTIO~ 1\0.
RESOLUTION APPROVING AN INTERLOCAL AGREEMENT
BETWEEN MIAMI-DADE COGrITY AND THE CITY OF
SOUTH MIAMI FOR THE PROVISION OF PUBLIC
'fRAl"JSPORTATION SERVICES AND AUTHORIZING THE
COUNTY MAYOR OR COUNTY MAYOR'S DESIGKEE TO
EXECUTE SAME AND TO EXERCISE THE PROVISlOKS
CONT ArNED THEREIN
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 COU!\TY, Ji'LORIDA, that this Board approves an
Interlocal Agreement between Miami-Dade County and the City of South \1iami for the provision
of public transportation services and authorizes the County Mayor or County \1ayor's designee to
execute same and to exercise the provision contained therein.
The foregoing resolution was offered by Commissioner
who moved its adoption. The motion wa<; seconded by Commissioner
and upon being put to a vote, the vote was as follows:
Esteban L. Bovo, Jr., Chairman
Audrey M. Edmonson, Vice Chairwoman
Bruno A. Barreiro Daniella Levine Cava
Jose "Pepe" Diaz Sally A. Heyman
Barbara J. Jordan Joe A. Martinez
Jean Monestime
Rebeca Sosa
Xavier L. Suarez
Dennis C. Moss
Sen. Javier D. Souto
Agenda Item No. 5(G)
Page No.2
The Chairperson thereupon declared the resolution duly passed and adopted this 2nd day
of May, 2017. This resolution shall become effective upon the earlier of (1) 10 days after the
date of its adoption unless vetoed by the County Mayor, and if vetoed, shall become effective
only upon an override by this Board, or (2) approval by the County Mayor of this Resolution and
the filing of this approval with the Clerk of the Board.
Approved by County Attorney illY .
to fonn and legal sufficiency.
Annery Pulgar Alfonso
5
MIAMI-DADE COUNTY, FLORlDA
BY ITS BOARD OF
COUNTY COMMISSIONERS
HARVEY RUVIN, CLERK
By: ---
Deputy Clerk
Interlocal Agreement Between
Miami-Dade County and the City of South Miami
For the Provision of Public Transportation Services
For the Operation of the South Miami Trolley
This is an Interlocal Agreement, made and entered into by and between Miami-Dade County, a
political subdivision of the State of Florida, hereinafter referred to as lithe County" and the City of
South Miami, a municipal corporation of the State of Florida, hereinafter referred to as "the City".
WITNESSETH:
WHEREAS, residents of City of South Miami wish to enhance their transit mobility, and the
operation of a municipal Trolley provides the opportunity of transit to match the travel needs of
the South Miami residents; and.!.
WHEREAS, the provision of regularly scheduled transit Trolley services can help decrease the
need for specialized transportation services by the County; and
WHEREAS. the provision of regularly scheduled transit Trolley service will connect with existing
Miami-Dade Department of Transportation and Public Works (OTPW) services and help increase
the use of services provided by OTPW; and
WHEREAS, the City has sponsored and is willing to provide an alternative form of supplemental
public transit throughout the City and has secured and obligated the necessary funds to provide;
NOW THEREFORE.
IN CONSIDERATION of the mutual terms, conditions, promises, covenants and payments
hereinafter set forth, the County and the City agree as follows:
pg.l
ARTICLE 1
DEFINITIONS
1.1 "ADA" shall mean the Americans with Disabilities Act of 1990, as amended
1.2 "Contracto~' shall mean any entity, public or private providing public Trolley services as
described in this Agreement under contract to the City.
1.3 "Trolley" shall mean fIXed route or semi-fixed route public transportation Trolley services
where at least seventy (70%) percent of the route is within the City and said Trolley service
is operated by the City, directly or by contract, pursuant to this Agreement and Chapter 31
of the code of Miami-Dade County.
1.4 "The County" shall include Miami-Dade County, the Miami-Dade Department of
Transportation and Public Works Miami-Dade. Consumer Services Department, and
authorized representatives thereof.
1.5 "The City" shall mean City of South Miami and authorized representatives thereof.
1.6 "FOOT" shall mean the Florida Department of Transportation and authorized.
1.7 "DTPW" shall mean the Miami-Dade Department of Transportation and Public Works
and authorized representatives thereof.
1.8 "US DOT" shall refer to the U.S. Department of Transportation, its rules and regulations
and representatives thereof.
1.9 "FTA" shall mean the Federal Transit Administration, its rules and regulations, and
representatives thereof.
1.10 "CSD" shall mean the Consumer Services Department of Miami-Dade County
1.11 "PTRD" shall refer to the Passenger Transportation Regulatory division of CSD.
1.12 "Federal Reporting Requirements" shall mean those requirements referenced in 49 CFR
Section 5335(a), as may be amended from time to time, and found in the National Transit
Database Reporting Manual published by the FT A.
1.13 "Fares" for the Trolley service shall mean individual transportation fees paid by public
transit passengers in accordance with a schedule of fares adopted by County Ordinance.
1.14 "STS", Special Transportation Service, is the component of the conventional transit system
designed to provide comparable Trolley service to disabled individuals as mandated in the
ADA.
pg.2
ARTICLE 2
GENERAL REQUIREMENTS
2.1 Compliance with Applicable Laws and Regulations. The City and its contractors, if any,
shall comply with all eXisting and future laws, statutes, ordinances, codes, rules,
regulations and procedural requirements, whether federal, state, or local, which are
applicable to or in any manner affect, the provision of City of South Miami Trolley Services.
The City shall be responsible for requiring compliance of its employees, contractors,
agents, or assigns with all applicable county, state and federal requirements, including, but
not limited to, all safety, mechanical, and vehicular standards mandated by OTPW and
CSO. The City shall be responsible for obtaining copies of the appropriate laws,
regulations, ordinances, and documents and complying therewith.
2.2 The County Regulatory Requirements. Prior to the commencement of the Trolley service
under this Agreement, the City and/or its contractors. if any. shall have current and valid
certificates of transportation, permits, and chauffeur registrations as required by Chapter
31 of the Code of Miami-Dade County. The City and its contractors shall maintain such
certificates, registrations and permits current during the Period of this Agreement. In no
event shall the City or any of its contractors provide any transportation services
contemplated by this Agreement until any and all County regulatory requirements are
satisfied.
2.3 Vehicle Licensing. All vehicles utilized to provide transportation services shall at all times
be properly licensed and permitted in accordance with applicable federal, state and county
requirements. Vehicle operators shall comply with all safety, mechanical and vehicular
standards mandated by any applicable county. state and federal reqUirements including,
but not limited to, all safety, mechanical and vehicular standards mandated by OTPW and
CSO.
2.4 Vehicle Standards. Vehicles shall comply with all of the ReqUirements contained in
Chapter 30 and 31 of the Code of Miami~Dade County, pertinent state statutes and other
directives as may be prescribed and required by CSO or OTPW. All vehicles utilized to
provide transportation services authorized by this Agreement shall at all times display a
current and valid county permit and shall comply with safety. mechanical and vehicular
requirements mandated by applicable county, state or federal requirements, including
ADA.
2.5 Chauffeur Requirements. Vehicle chauffeurs shall at all times have a current and valid
county chauffeur'S registration, ~ehicle chauffeurs shall also comply with any safety.
mechanical and vehicle standards mandated by applicable county, state and federal
requirements and as may be prescribed and required by CSD or OTPW.
2.6 Proof of Compliance Prior to Operation. The City and/or its contractors, if any shall provide
the County with proof of compliance with licensure, insurance and any other requirements
mandated by the Code of Miami-Dade County, state statute or federal law prior to
commencement of the Trolley service.
pg.3
2.7 Purchase of Services/Sole Responsibility. The parties agree that this Agreement is a
contract for the provision of transportation services provided by the City for the benefit of
citizens of City of South Miami and of the County. City employees, agents and contractors
providing transportation services shall be considered to be, at all times, solely employees,
agents or contractors of the City under its sole direction and not employees, agents or
contractors of the County.
2.8 Compliance with ADA. The City's Trolley services shall comply with all applicable
requirements of the ADA. The City and the County recognize their joint obligation to
provide STS in the area served by the City's Trolley service. In fulfillment of the City's
obligation, the City hereby allows the County to provide STS Service at no cost to the City.
To the extent that any terms in the Agreement are in conflict with ADA, the requirements
of the ADA shall control.
2.9 Compliance with Procurement Requirements. The City agrees to comply with applicable
federal and state procurement requirements, as may be amended from time to time, when
entering into contracts with third parties to fulfill the obligations under this Agreement.
2.10 County's Right to Submit Proposals and Bids. The County shall be given the opportunity
to bid upon any Requests for Proposals, Requests for Qualifications, or Requests for bids
which the City shall be considered, along with private contractors, for provision of services
to be provided by the City pursuant to this Agreement.
2.11 Drug-free Workplace and Testing. In accordance with the Code of Miami-Dade County,
the City shall certify that it will have dug-free workplace program. Further, the City shall
require pre-employment drug testing and other periodic druq testing for all persons holding
safety-sensitive positions, as defined by US DOT, related to transit operation. Effective
upon execution of the Agreement, the City shall require that its employees or contractor if
applicable, comply with all applicable requirements of the US DOT regulations for drug and
alcohol testing. To the extent that any terms in this Agreement are inconsistent with the
US DOT regulation, the requirements of the US DOT shall control.
2.12 City Representative. The City shall designate individuaJ(s) to act as liaison to the County
and notify the County thereof. The City shall prompUy notify the County of any changes.
2.13 County Representative. The County shall designate individual(s) to act as liaison to the
City and notify the City thereof. The County shall promptly notify the City of any changes.
2.14 Amendments or modifications. Unless provided otherwise elsewhere in this Agreement,
amendments and modifications to this Agreement must be in writing and shall require the
signatures of the County Mayor or designee and the City Manager, or their deSignees.
subject to authorization by their respective Boards. Notwithstanding the foregoing,
amendments to this Agreement regarding alignments, schedules, and fares, as described
in Section 2-150 (c) of the Miami-Dade County Code, may be approved by the County
Mayor or designee and the City Manager or their designees.
pg.4
ARTICLE 3
CITY OF SOUTH MIAMI TRANSPORTATION SERVICES
3.1 Provision of City Trolley. The City shall provide public transportation service on one or
more routes within the City of South Miami as contained in Figure 1 (map) and schedules
contained in Figure 2, copies of which are attached. Changes to Figure 1 or 2 shall be
consistent with Chapter 31 of the Code of Miami-Dade County and be effective only upon
the written consent of the County Mayor or designee and the City Manager or designee.
The following steps must be performed, during the planning phase, if the City decides to
change a route (this includes adding or abolishing a route): 1} advertise a notice of public
hearing in English and Spanish; and 2) conduct a minimum of one public hearing that gives
the community an opportunity to voice their opinion concerning the change. The City must
present proof to Miami-Dade County that the two steps previously mentioned were done
before the route change is implemented. In addition, the City must notify Miami-Dade
County under the following circumstances:
1) Prior to raising fares;
2) If the City decides to site or locate a vehicle storage facility, maintenance facility or
operations center which requires land acquisition or the displacement of persons
from their residences and businesses for which a National Environmental Policy
Act (NEPA) process has not been completed (NOTE: A facility does not include
bus shelters, transit stations or power substations)
3) Prior to the submission of the City's Title VI Plan, the Public Participation Plan
must be reviewed and approved by Miami-Dade County Office of Civil Rights and
Labor Relations for the Department of Transportation and Public Works. The plan
must include an outreach plan to engage the City's pre-determine traditionally
underserved community; or
4) Prior to conducting either an Environmental Assessment (EA) or an Environmental
Impact Statement (EIS) for new projects.
If in the event the City, after the effective date of this lnterlocal Agreement, should place
for bid or solicitation for services described herein the City shall give Miami-Dade County
the opportunity to submit a bid or proposal to provide that transportation service.
3.1.5 Miscellaneous. The City or City's Contractor shall provide adequate customer service
training to its employees. Drivers, dispatchers and supervisors shall be subject to a training
program inclusive of the recommended practices established by the American Public
Transportation Association (APTA) in documents BTS-80-RP-001-07 and BTS-80-RP
0002-07 (copies have been previously been provided to the city).
3.2 Fares. The City shall operate the Trolley charging a Trolley fare in accordance with public
transit fares established by the City of South Miami Commission, as may be modified from
time to time. Initially no fare shall be collected until such a time as the City of South Miami
Commission enacts an Ordnance with an alternative fare structure.
pg.5
If an aHemate fare structure is enacted, the City shall accept OTPW passes, transfers, or
identification entiUing a passenger to ride a Trolley without paying any additional fare.
Qualified passengers shall pay no fare. OTPW Easy Cards and Tickets, or identification
entitling a passenger shall be accepted to enable passengers to ride the Trolley without
paying an additional fare.
3.3 Connection and Coordination with County Bus Routes. The Trolley shall connect with
regular County Metro routes at pOints where the routes, intersect, merge or diverge.
3.4 Operation of Routes In Their Entirety. The City shall be responsible for ensuring that
Trolley routes are operated in their entirety with no deviation from the approved routes and
schedules unless otherwise authorized by the County.
3.5 Trolley Shown on County Bus Schedules. The County shall provide information on the
City's Trolley service through DTPW's routine and customary public information
dissemination processes, including its transit information telephone service, and transit
website.
3.6 Issuance of Trolley Schedules. The County shall make available to its Metrobus, Metrorail
and Metromover passengers map and schedules provided by the City to DTPW.
3.7 Planning and Scheduling of Trolley Routes. The County, through the DTPW Director or
his designee, may assist the City staff with technical support for planning and scheduling
of City Trolley services.
3.8 Use of Logo. The City may wish to design a logo uniquely identifying its Trolley service. If
they do so, such logo shall at all times be displayed on the exterior of all vehicles operation
pursuant to this Agreement. The County shall allow the display of the Trolley logo on the
County's bus stop signs at all stops common to the City and the County bus routes does
not interfere with previously placed signage, and is done in coordination with DTPW staff.
The City shall be responsible for placing the logo on the pertinent signs.
Figure 2
See attached brochures for route schedules
3.9 Bus Stop Signs and Signposts. The City may provide, install and maintain bus stop signs
and signposts at stops along the City's Trolley routes. In the event that the City, its
contractor, licensee, permittee, or assignee installs sign facilities that can accommodate
Metrobus bus stop information, the County may elect to utilize the City's sign facility to
display Metrobus bus stop information. If such election is made, DTPW shall provide to
the City the materials to be displayed on the bus stop sign facility, in the size and format to
be specified by the City and the City will remove the County's signs and return the signs to
the County. The City shall be responsible for installing the Metrobus stop information inion
the bus stop sign facility.
3.10 Bus Passenger Shelters and Benches. The City agrees that it will be the responsibility of
the City to comply with all ADA standards regulations with regards to accessibility to and
from bus passengers stops and bus shelters which the City installs.
pg.6
3.11 Bus Stops and Bus Bays or Pull-outs. The City shall, at its sole option, provide, install, and
maintain bus stop sites, including bus bays or pull-outs at Trolley stops along the City's
Trolley routes, provided that any proposed bus bays or pull-outs shall be first reviewed and
approved by the County or State, as appropriate.
3.12 Non-Interference and Non-Disturbance. The County and the City hereby mutually agree
not to interfere with or unreasonably impede the free flow of pedestrian movement or of
each other's public transit vehicular traffic or passengers accessing or egressing Metrobus
or South Miami Trolley in-service vehicles. .
pg. 7
ARTICLE 4
RECORDS AND REPORTS
4.1 Reporting Requirements. The City shall collect or assure the collection of all information
required for Federal and State reporting purposes, and shall provide collected and
compiled information to the County no less often than quarterly. The City shall annually
prepare and submit to the County a copy of said reports no later than ninety (90) days after
the close of the County's fiscal year.
4.2 Additional Information. The City shall provide additional information about the City Trolley
service operations as requested by the County within thirty (30) days, unless a different
time period is agreed upon by the City and the County.
ARTICLE 5
INSURANCE
The parties hereto acknowledge the City is self-insured governmental entity subject to the
limitations of Section 768.28, F.S. The City shall institute and maintain a fiscally sound and
prudent risk management program with regard to its obligations under this Agreement in
accordance with the provision of Section 768.28, F.S. The City shall collect and keep on file
documentation of insurance of any and all private providers operating in the City of South Miami
Trolley service routes. In the event that the City contracts with a private vendor for services, the
City shall require contractor to meet the insurance requirements shown in Figure 3, as minimum.
The City shall further require the private operator to include the County as a named insured and
shall provide the County with a copy of the insurance policy purchased by any contractor prior to
the provision of Trolley service operations.
pg.8
Figure 3
Insurance Check List
1. Worker's Compensation and Employer's Liability per the statutory limits of the state of
Florida.
2. Commercial General liability (occurrence form), limits of liability $1,000,000 per
occurrence for bodily injury property damage to include premises! operations; products
and completed operations; independent Contractors; broad form property damage
endorsement and contractual indemnity (hold harmless endorsement exactly as written in
"insurance requirements" of specifications).
3. Automobile Liability-$ 1,000,000 each occurrence owned/non-ownedl hired automobiles
included.
4. Excess Liability-$ ___ .00 per occurrence to follow the primary coverage.
5. The City must be named as an additional insured on the liability policies and it must be
named as an additional insured on the liability policies; and it must be stated on the
certificate.
6. Other Insurance as indicated:
___ ,Builders Risk completed value
____ Liquor liability
___ Fire legal liability
___ Protection and indemnity
___ Employee dishonesty bond
_X_Other blanket fidelity bond
7. Thirty days written cancellation notice required
8. Best's guide rating 8+: VI or better, latest edition.
9. The certificate must state the bid number and title.
$_----
$_----
$_----
$_----
$,--~~~
$ 10.000.00
pg.9
ARTICLE 6
INDEMNIFICATION
6.1 The City shall, to the extent permitted by law at all-time hereafter, indemnify and hold
harmless the County, and its officers, agents, employees and instrumentalities from any
and all liability, claims, losses and causes of action, including attorneys' fees and costs of
defense which the County or its officers, employees, agents or instrumentalities may incur
as a result of claims, demands suits, causes of actions or proceedings of any kinds or
nature arising out of, or relating to or resulting from the negligence of the City and/or its
officers, employees, agents or instrumentalities, during the term of this Agreement. The
City shall resolve all claims and losses in connection therewith, and shall investigate and
defend all claims, suits or actions of any kind or nature in the name of the County, where
applicable, including appellate proceedings, and shall pay all costs, judgments and
reasonable attorneys' fees which may issue thereon. The City expressly understands and
agrees that any insurance protection required by this Agreement or otherwise provided by
the City shall in no way limit the responsibility to indemnify, keep and save harmless and
defend the County or its officers, employees, agents or instrumentalities as herein
provided. Nothing herein shall be deemed to indemnify the County from any liability or
claim arising out of the negligent performance or failure of performance of the County, its
officers, employees, agents or instrumentalities or any other related third party. This
paragraph is subject to the limitations of Section 768.28, F .S.
6.2 The County shall, to the extent permitted by law at all times hereafter, indemnify and hold
harmless the City, and its officers, agents, employees and instrumentalities from any and
all liability, claims, losses, and causes of action, including attorneys' fees and costs of
defense which the City or its officers, employees, agents or instrumentalities may incur as
a result of claims. demands, suits, causes, of actions or proceedings of any kind or nature
arising out of, or relating to or resulting from the negligence of the County and/or its officers,
employees, agents or Instrumentalities, during the term of this agreement. The County
shall pay all claims and losses in connections therewith. and shall investigate and defend
all claims, suits or actions of any kind or nature in the name of the City, where applicable,
including appellate proceedings, and shall pay all costs, judgments and reasonable
attorney's fees which may issue thereon. The County expressly understands and agrees
that any insurance protection required by this Agreement or otherwise provided by the
County shall in no way limit the responsibility to indemnify, keep and save harmless and
defend the City or its officers, employees, agents or instrumentalities as herein provided.
Nothing herein shall be deemed to indemnify the City from any liability or claim arising out
of the negligent performance or failure of performance of the City, its officers, employees.
agents or instrumentalities or any other related third party. This paragraph is subject to the
limitations of Section 768.28. F.S.
pg.l0
6.3 In the event the City contracts for transportation services authorized by this Agreement.
the contractor shall, in its contract with the City, be required to indemnify and hold harmless
the County, and its officers, agents employees and instrumentalities from any and all
liability, claims, liabilities, losses, and causes of action, including reasonable attorneys' fees
and cost of defense which the County, the City or their officers, employees, agents and
instrumentalities may incur as a result of claims, demands, suits, causes of actions or
proceedings of any kind or nature arising out of, or relating to or resulting from the provision
of transportation services by the contractor and/or its officers. employees, agents or
independent contractors. The contractor shall be required to pay all claims and losses in
connection therewith. and shall investigate and defend all claims, suits or actions of any
kind or nature in the name of the County and City, where applicable, including appellate
proceedings, and shall pay all costs, judgments and attorneys' fees which may issue
thereon. The City shall require that the contract between and City and the contractor
include a proVision which states that the contractor expressly understands and agrees that
any insurance protection required by this agreement or otherwise provided by the
contractor shall in no way limit the responsibility to indemnify, keep and save harmless and
defend the County and the City or their officers, employees, agents or instrumentalities as
herein provided. Nothing herein shall be deemed to indemnify the County and the City
from any liability or claim ariSing out of the negligent performance of the County and the
City, their officers, employees, agents or instrumentalities or any other related third party.
pg. 11
ARTICLE 7
FINANCIAL ASSISTANCE
7.1 Grant Matching Funds. The City may, at its sole option, provide grant-matching funds for
state and/or federal grants for capital or operating funds to be used for the Transportation
Services. The County, upon agreement with the City, may, but shall not be required to,
provide all or part of cash or other types of matches required for state and federal grants
which may be received by the City for the Trolley service, or for expansion of the Trolley
service, in future years.
7.2 Bus Shelters and Benches. The City may, at its sole option, provide and install and
maintain bus shelters, benches and other bus stop furnishings, at those Trolley service
stops along the City's route where the City, or its contractor, feels that there is a need for
such furnishings. The City shall at its own cost maintain and all sheletes, benches, and all
other bus stop furnishings with the City.
7.3 In the event the County seeks federal or state funds and a condition of receipt of said funds
is the proVision of operating statistics for the National Transit Database, County may
require City to maintain and provide the necessary data. City's Share of supplemental
Federal Funding. Beginning with the first year in which the Trolley service's operating
statistics are reflected in the National Transit Database, where those operating statistics
result in new or supplemental funds are solely attributable to the Trolley service's properly
reported operations, the County agrees to pay the City its attributable share of federal
formula funds received from US DOT no less than sixty(60) days after funding is received
from the federal government, less any direct grants received by the City from the County
'for the Trolley, provided that the funds remitted to the City herein shall be used for the
expansion, enhancement or maintenance of the Trolley service program.
As used herein, the City's attributable share shall be one half of the amount equivalent to
those Supplemental Urbanized Area Formula Funds, as described in 49 U.S.C, Section
5307, as may be amended from time to time, that the County received as a direct result of
Trolley serve operations provided by the City pursuant to this Agreement and as included
in the National Transit Database. Said attributable share shall be calculated utilizing the
following formula:
Multiply by .5 the City's properly reported annualized Bus Revenue Vehicle Miles statistic
that was used in the apportioned federal programs for a fiscal year "Unit Value for Bus
Vehicle Miles for Urbanized Areas over 1,000,000" as reported in the table of Unit Values
for Formula Grant Apportionments, published annually in the Federal Register.
NOTE: Historically. apportioned funds are allocated to the County two (2) years after Bus
Revenue Vehicle Miles are reported to federal government.
pg. 12
7.4 City's Share of Supplemental State Funding. In the event that the Trolley operations
contribute to an increase in the County's State transportation funding, beginning with the
first year in which service is reflected in State's reporting system, the County agrees to pay
the City its attributable share (one half of the supplemental funding), as defined In
paragraph 7.3 above, of new or supplemental state Transportation Block Grant funding
received by the County from FOOT no less than sixty (60) days after funding is received
from the State less any direct grants received by the City from the County for the Trolley.
The State funding fonnula can be found at Section 341.052(6), F.S.
7.5 Comparable Agreements. In the event that the County enters into an Interlocal Agreement
with any other municipality for Trolley services which are comparable to the services
provided herein, County may agree to amend this Agreement, if requested by the City, to
provide substantially equivalent favorable tenns to the City as those provided in such other
Countyl Municipallnterlocal Agreements.
pg.13
ARTICLE 8
TERMS, MODIFICATIONS AND MISCELLANEOUS PROVISIONS
8.1 Terms of Agreement. This Agreement shall commence upon approval of the board of
County Commissioners and the City of South Miami Commission and the execution by the
County Mayor or designee, City Manager or designee, and shall remain in force for fIVe
years thereafter. This Agreement is subject to two fIVe-year automatic option to renew
under the same contract terms and conditions, all parties have the right to terminate (see
8.4 and 8.5).
B.2 Renegotiation or Modification. Any substantive changes in the level of service to be
provided by the City as set forth herein shall only be implemented after the County, the
City have entered into a written agreement describing the changed services, and the
provisions of the County Code have been exercised.
8.3 Title VI and VII Civil Rights Act of 1964. The City and its Contractors shall not discriminate
against any person because of race, color, sex, religious background, ancestry or national
origin in the performance of the Agreement. The City and its Contractor agree to comply
with any portion of the Title VI and VII of the Civil Rights Act of 1964 applicable to the
operation of this route.
8.35 Americans with Disabilities Act (ADA) Title II of 1990.
The City, and its Contractors shall not'discriminate against any person because of race,
sex, religious background, ancestry, national origin or disability in the performance of the
Agreement. The City and its contractors agree to comply with all parts of the ADA Title II
applicable to the operation of this route. Furthermore, the City, prior to putting into place
and operating this route, shall provide the following evidence to the County of compliance
with Tittle II of the ADA as mandated by the Code of Federal Regulations Title 49 Parts
27.13 and 27.15:
1. The name and contact information of the City's ADA Coordinator.
2. Evidence of ADA notice posted in an accessible format on the City's website.
3. The ADA notice shall be comprised of the following:
a. Notice of nondiscrimination on the basis of disability (see Appendix X for
sample),
b. ADA grievance procedure.
c. An online contact form if applicable.
d. Accessible contact information of the deSignated ADA Coordinator,
including phone number and email address.
8.4 Termination for Cause. This Agreement may be terminated for cause by either party upon
no less than thirty (30) days written notice to the other party, except when Trolley
operations are in violation of health and/or safety-related provisions of state statutes or the
Code of Miami-Dade County, in which case termination shall be determined by the County
Mayor or deSignee. Said notice shall be delivered by verified facsimile transmission or
certified mail, retum receipt requested. The noticed party shall have the opportunity to cure
any stated cause for termination within a reasonable notice period, in which case the
pg.14
termination party may cancel the termination notice using the same means by which the
notice of termination was delivered.
8.5 Termination without Cause. The County or the City may terminate this Agreement without
cause upon no less than sixty (60) days written notice to the other party. If the County or
the City terminates this Agreement with or without cause. the City agrees to reimburse the
County on a prorated basis for any financial assistance it has received for the Trolley bus
service for the year.
8.6 Notices. All notices and other communications required to be remitted pursuant to this
Agreement to either party hereto shall be in writing and shall be delivered by verified
facsimile transmission or certified mail, return receipt requested, to the parties at the
address indicated below:
pg.15
FOR MIAMI-DADE COUNTY:
Miami-Dade Department of Transportation and Public Works
701 NW 181 Court
Miami, Florida 33136
Attention: Director, Miami-Dade Department of Transportation and Public Works
Fax: (786) 469-5406
FOR CITY OF SOUTH MIAMI
City of South Miami
Steven Alexander, Manager
6130 Sunset Drive
First Floor
South Miami, FL 33143 Ph. 305-663-6340
8.7 Complete and Binding Agreement. This writing embodies the full and complete agreement
of the parties. No other terms, conditions or modifications shall be binding upon the parties
unless in writing and signed by the parties.
B.8 Execution. This document shall be executed in fIVe (5) counterparts, each of which shall
be deemed an original.
8.9 Governing Law. This Agreement shall be construed in accordance with the laws of the
State of Florida.
pg. 16
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their
respective and duly authorized officers the day and year first above written. .
An EST:
ATIEST:
CITY OF SOUTH MIAMI
A Municipal Corporation of
the State of F
/2 -11-11'
Date
Miami-Dade County, a political
Subdivision of the State of Florida
By Its Board of County
Com . ners
~-~ r " .. -"ff-............ ~ ~Jlqln
Date
pg.17
Figure 1 (Map)
pg.18
Minutes Distance between
AprolC. Location NeB rbV landmarks Direction stops {miles)
5995 Sunset Dr Mack Cyclel Across City Hall West Bound
3 0.25
7031 SW 62 AVE Larkin HospItal North Bound
2 0.25
59 Place, slo SW 69 ST US Post Office North Bound
Murray Park Aquatic Centerl Gibson 3 0.25
SW 68 ST, E/O SW 58 PL Bethel community Center East Bound
2 0.25
SW 57 Ave , N/O San Remo Avenue Shops of Sunset Place South Bound
4 0.2
5795 Sunset Drive CVS West Bound
4 0.3
5995 Sunset Dr Mack Cycle West Bound
Total aproxlmate cVde time: 20-25 minutes
Total length of route: 1.5 miles
Figure 2 (Schedule)
pg.20
Weekday
The dates and hours: Tuesday, Wednesday, Thursday and Friday from 5 PM to
12AM.
Weekend
On Saturday, the service will operate from 2 PM to 12 AM and Sunday 12 PM to
10 PM .
. Trips per hour will be 3 in each direction.
WEEKDAY:
The dates and hours; Tuesday, Wednesday, Thursday and Friday from 5 PM to
12AM.
WEEKEND:
On Saturday, the service will operate from 2 PM to 12 AM and Sunday 12 PM to
10 PM.
Trips per hour will be three in each direction.
STOPS
Nearby Landmarks Approx. Location
Mack Cycle/Across City Hall 5995 Sunset Drive
larkin Hospital 7031 SW 62 Avenue
US Post Office/Murray Park Aquatic Center 59 Place SW 69 Street
Gibson-Bethel Community Center SW 68 Street, SW 58 Place
Shops of Sunset SW 57 Avenue
CVS 5795 Sunset Drive
Mack Cycle/Across City Hall 5995 Sunset Drive
CONTRACT FOR MUNICIPAL TRANSIT SERVICES
THIS AGREEMENT made and entered into this tfl~ day of :::11:1 iJ ' 201'1 by
and between the City of South Miami, a Florida municipal Corporation by and through its City
Manager (hereinafter referred to as "City") and Limousines of South Florida, Inc., (hereinafter
referred to as "Contractor").
WITNESSETH:
WHEREAS, the contract for Municipal Transit Services contract was competitively
solicited by the City of Aventura pursuant to Bid No. 14-09-15-2 and after completing a
competitive bidding process, awarded a contract to Contractor; and
WHEREAS, the City of South Miami desires to utilize the Municipal Transit
Services contract and pursuant to authority of the City of South Miami's Charter.
NOW, THEREFORE, the City and the Contractor, each through their authorized
representative/official, agree as follows:
1. The City desires to enter into a Contract, under the same terms and
conditions as set forth in the solicitation and the agreement between the Contractor and the
City of A ventura for Municipal Transit Services.
2. The City has reviewed the contract and agrees to the tenns and conditions to
be applicable to a purchase order to be issued by the City and further agrees to the fair and
reasonableness of the pricing. Contractor hereby agrees to provide such goods and/or
services, pursuant to the City's purchase order made during the term of this agreement, under
the same price(s), terms and conditions as found in the solicitation documents, Exhibit A,
and the response to the solicitation, pertinent copies of which are attached hereto as Exhibit
B and made a part hereof by reference, and the agreement and/or the award between the
Contractor and the City of Aventura, a copy of which, including any amendments and
addendums thereto, is attached hereto and made a part hereof by reference.
3. All references in the Bid No. 14-09-15-2 and Contract between the City of
Aventura, competitively solicited by the City of Aventura pursuant to Bid No. 14-09-15-2 and
Contract, for Municipal Transit Services and Contractor, shall be assumed to pertain to, and
are binding upon Contractor and the City of South Miami. All decisions that are to be made on
behalf of the between City of A ventura, competitively solicited by the City of Aventura
pursuant to Bid No. 14-09-15-2 and Contract and its agreement with Contractor, shall be made
by the City Manager for the City of South Miami. The term of the contract, shall be for three (3)
years with one (1) two (2) year option-to renew if the extension is in writing and signed by the
City Manager. An extension of the term of this Contract is at the CITY's sole and absolute
discretion. The renewal, including all extensions authorized by the contract, shall not exceed five
(5) consecutive years. The term of the contract, including all extensions authorized by the
contract shall not exceed five This provision supersedes and takes precedence over any contrary
provisions oftennination contained in the Contract Documents. Notwithstanding anything
contained in the Bid No. 14-09-15-2 and Contract to the contrary, this agreement shall be
governed by the laws of the State of Florida and venue for all dispute resolutions or litigation
shall be in Miami-Dade County, Florida.
4. Scope of Goods and Services. The scope of goods and services are set forth
in the attached Exhibit A.
S. Contract Price. The contract price for the good and services is set forth in
the attached Exhibit B. If not otherwise set forth in the City of Aventura
Agreement/Contract, the Contractor shall be paid upon delivery of all the goods, the
completion of all the services and after fmal inspection by the City that approves of the
goods delivered and the work perfonned. .
6. Grant Funding: This project is being funded N/A and Contractor agrees to
comply with all the requirements of that Grant, applicable to the delivery of the goods and
services that are the subject of this Agreement, and that are within its power to provide and
to provide all the documentation within its control that is required for the City to be able to
recover the contract price pursuant to the terms of the grant. A copy of the grant is attached
hereto and made a part hereof by reference.
7) Public Records: CONTRACTOR and all of its subcontractors are required to
comply with the public records law (s.119.0701) while providing goods and/or services on behalf
of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in
all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by
the public agency to perform the service; (b) Upon request from the public agency's custodian of
public records, provide the public agency with a copy of the requested records or allow the records
to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided
in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or
confidential and exempt from public records disclosure requirements are not disclosed except as
authorized by law for the duration of the Contract term and following completion of the Contract
if CONTRACTOR does not transfer the records to the public agency; and (d) Upon completion of
the Contract, transfer, at no cost, to the public agency all public records in possession of
CONTRACTOR or keep and maintain public records required by the public agency to perform the
service. If CONTRACTOR transfers all public records to the public agency upon completion of
the Contract, CONTRACTOR shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps
and maintains public records upon completion of the Contract, CONTRACTOR shall meet all
applicable requirements for retaining public records. All records stored electronically must be
provided to the public agency, upon request from the public agency's custodian of public records,
in a format that is compatible with the information technology systems of the public agency.
IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION
OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S
DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS
CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT
305-663-6340; E-mail: mmenendez@southmiamifl.gov; 6130 Sunset Drive,
South Miami, FL .33143.
8. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily
and intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the
Contract Documents or the perfonnance ofthe Work thereunder.
9. Validity of Executed Copies: This agreement may be executed in several
counterparts, each of which may be construed as an original.
10. Attorneys' Fees and Costs: In the event of any litigation between the parties
arising out of or relating in any way to this Agreement or a breach thereof, each party shall
bear its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right
to be indemnified for any attorney fees incurred in the defense of an action by a person or
entity who is not a party to this Agreement.
11. Severability: If any term or provision of this Agreement or the application
thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the
remainder of this Agreement, or the application of such term or provision to persons or
circumstances other than those to which it is held invalid or unenforceable, shall not be
affected thereby and each term and provision of this Agreement shall be valid and
enforceable to the fullest extent permitted by law.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned
representatives of the parties hereto have caused this instrument to be signed in their respective
names by their proper officials on or before the day and year first above written.
It--r' i.e.,."H--v..'-L ~Ns~A .. "\.}-
(type name and title of signatory above)
Read and Approved as to FOlID,
Language, Legality and Execution
Thereof.
~~#= By: ______________________ ___
Thomas F. Pepe
City Attorney
Via Federal Express
January 22 nd , 2015
Mr. Mark Levitt
Vice President
City of
Aventura
Government Center
19200 West Country Club Drive
Aventura, Florida 33180
Limousines of South Florida, Inc.
3300 S.W. 11th Avenue
Ft. Lauderdale, FL 33315
Re: Agreement for City of Aventura -Municipal Transit Services
Bid #14-09-15-2 Resolution #2014-51
Dear Mr. Levitt:
ENID WEISMAN
MAYOR
COMMISSIONERS
ENBAR COHEN
TERI HOLZBERG
DENISE LANDMAN
MARC NAAOTSJ()'
ROBERT SHellEY
HOWARD WEINBERG
ERIC M. SOROKA, ICMA-eM
CmMAw.GER
As you are aware, on Tuesday, October 7, 2014, the City Commission adopted a
resolution awarding a contract and authorizing an agreement between the City of
Aventura (City) and Limousines of South Florida, Inc. for Municipal Transit Services
under Bid number 14-09-15-2. As a result, we have enclosed three (3) original copies of
an agreement pursuant to the award and requirements of the Bid.
Please execute all two (2) copies of the agreement and return them to me for the City's
execution. Please note that the effective date for commencement of this agreement is
March 2nd, 2015. In addition, as required by the Bid and your submittal, please provide
the following documents along with the executed agreements:
1. A performance bond in the amount of $821,016.00 from a surety
company, meeting the requirements of Section 3.11 and Certificates of
I~uffince. .
Please forward all of the above documents to me by Friday, February 6th
,. 2015. Upon
my review for completeness and accuracy, I will forward the agreements to the City
Manager for his execution. One (1) fully-executed copy of the agreement will be returned
to you for your records.
PHONE: 305466-8900 • FAX: 305-466-8939
Vvww.cityofaventura.com
As per the contract, the City reserves the right in the event that the contractor cannot
provide an item(s) or service(s) in a timely manner as requested, that the City reserves
the right to seek and obtain other sources without thereby violating the intent of the
contract.
If you should have any questions regarding this letter, please call me at (305) 466-8925.
cc: Robert M. Shennan, Director of Community Services
Eric M. Soroka, ICMA-CM, City Manager
2
TO: Mark Levitt
Vice President
NOTICE OF AWARD
Limousines of South Florida, Inc.
3300 SW 11th Avenue
Ft. Lauderdale, FL 33315
PROJECT DESCRIPTION: Municipal Transit Services; Bid No. 14-09-15-2; in accordance with Contract
Documents as prepared.
The CITY has considered the Bid submitted by you for the above described WORK in response to its
Advertisement for Bid and Instruction to BIDDERS.
You are hereby notified that your Bid bas been accepted to provide service for Municipal Transit Services; Bid
No. 14-09-15-2 per City Resolution #2014-51, in the amount of~I,OI6.00.
You are required by the Instruction to BIDDERS to execute the Agreement and fumish the required
CON1RACTOR'S Perfurmance Bond, and Certificates of Insurance within ten (10) days from the date of this
Notice to you.
If you fuiI to execute said Agreement and to furnish said Bond and! or Certificate ofInsurance within ten (10)
days from the date of this Notice, said CITY will be entitled to disqualifY the Bid, revoke the award and retain
the Bid Security.
BY:
mLE: CffY MANAGER
Dated this:;;3_ day of _~~~~~_._--' 2015 __ .
\
i
i
\
\
\
\
I
I
\
i
ACCEPTANCE OF NOTICE
You are required to return an acknowledged copy of this Notice of Award to the CITY.
AGREEMENT
THIS AGREEMEl\TT, made and entered into on this 2 day of March ,2015, by and
between Limousines of South Florida, Inc. Party of the First Part, and 'The City of Aventura, Party of
the Second Part:
WITNE SETH:
That, the First Party, for the consideration hereinafter fully setout, hereby agrees with the Second
Party as follows:
1_ That the First Party shall furnish all the materials, and perform all of the Work in manner and
form as provided by the following enumerated Specifications, and Documents, which are
attached hereto and made a part hereof, as if fully contained here:
Advertisements For Bids
Instruction To Bidder
Bid Form
Award Preference for Identical Tie Bids
Bidder Qualification Statement
Non -Collusion Affidavit
Sworn Statemeni Pursuant To Florida
Statutes On Public Crimes
Notice Of Award
Agreement
Performance Bond
OSHA Acknowledgment
General Conditions
Special CAlnditions
Technical Specifications
Supplementary Technical Specifications As Referred To:
2. That the First Party shall commence the Services to be performed under this Agreement on a
I
l
\
\
\
j
1
1
1
I
i
1
date to be specified in a \vritten order of the Second Party and shall complete all Work
hereunder wjthin the length of time stipulated in the Bid.
3. That the Second Party hereby agrees to pay to the First Party for the faithful performance of
this Agreement in accordance with the unit pricing provided in the Bid Form in lawful
money of the United States.:
4. That the Second Party shall make monthly partial payments to the First Party on the basis of
a duly certified and approved estimate of Work performed during each calendar month by the
First Party, Less the retainage provided in the General Conditions, which is to be withheld by
the Second Party until Work within a particular part has been performed in accordance with
this Agreement and until such Work has been accepted by the Second Party.
5. That upon submission by the First Party of evidence satisfactory to the Second Party that aU
payrolls, material bills, and other costs incurred by the First Party in connection with the
Work have been paid in full, final payment on account of this Agreement shall be made
within 60 days after the completion by the First Party of all Work covered by this Agreement
and the acceptance of such Work by the Second Party.
6.
7.
In the event that the Contractor shall fail to complete the Work within the time limit or the
extended time limit agreed upon, as more particularly set forth in the Contract Documents,
liquidated damages shall be paid at the rate of One Thousand and 0011 00 DoUars ($1000.00)
per day, plus any monies paid by the City to the Consultant for additional engineering and
inspection services associated with such delay.
It is further mutually agreed between the parties hereto that if, at any time after the execution
of this Agreement and the Surety Bond hereto attached for its faithful performance, the
Second Party shall deem the Surety or Sureties upon such bond to be unsatisfactory, or if, for
any reason such bond ceases to be adequate to cover the perfonnance of the Work, the First
Party shall, at its expense within 5 days after the recei pt of noti ce from the Second Party so to
do, fumish an additional bond or bonds in such fonn and amount and with such Surety or
Sureties as shall be satisfactory to the Second Party. In such event, no further payment to the
First Party shall be deemed to be due under this Agreement until such new or additional
security for the faithful performance of the Work shall be furnished in manner and fonn
satisfactory to the Second Party.
8. No additional Work or extras shall be done unless the same shall be duly authorized by
appropriate action by the Party of the Second Part.
IN WlTNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first
above written, in two (2) counterparts, each of which shall, without proof or accounting for the other
counterpart be deemed an original Contract.
AUfHENTICA TION:
BY:
NAME: Ellisa L. Horvath
TITLE: CITY CLERK
APPROVED AS TO fORM:
BY:
NAl\1E:
TITLE: CITY ATTORNEY
CONTRACTOR:
BY:
NAME:
TITLE:
OWNER: City of Aventura
BY:
NAME: Eric M. Soroka
TITLE: CITY MANAGER
END OF SECTION
PAYMENT BONO
Bond No. SVRQOO2111
THE CoHomON OF THIS OBLIGATION IS SUCH, 1hat wherHI the tboYe ~ Prtncipe!; Ia entered
into • CtrtIin .-&gI88m8t'It ~ .~ .".. named; 0bfI0et (hwI/nafter refeRed to .. the Connct),
~ Ute iIIi .. ,day oIIDJa.. JIiI;'.fO( 'ra: ,.,.'fIMMt. eM more My ~ in Mid contr.ct. aeld ~ .heftjby~to aIjd '. ... • "liUwnot .
tKNI, THEREF~ THE.COMXTION OF THIS OBUGATION IS SUCH. that If the I8Id PdncipaI, Ita
~. 8\tFnInIIInItora.~,ans .nd ....... pIIV all pensona who IhaIl have bnIIhed labor or
~ drectIy.1o tie Plkidpel fI:ir !lie Itt tht .~ ~ the ato" .... d wor1(. . ...m d whlctlllkl piRone
IIhIIIh8¥e a ~ right "tdICm on thlI··lIIIIR.iment In ~ own ~ and for ..". own bentftt, ~
however, to theObligM'I priOffty, Ihen ttU oIWIpIiOn II) be vo&d; ottieI\'JtIe to rwnIin In fUll fOn:e tnd·~
~ anything to the oonti'Iry in the Contract, the Bof1d Is IUbject to the foIlore\11ng ~ aDndIUonI: .
1. No daJm, ection, SUR or ~. eapt. henlinA" Nt forth; IhII be t*1 ()r maIrdaItIed .-1he
SunIty on·thIJ inItn.meht LIII*.., dim, acaon. .. or ~ II brOugltt Ot'~ upon the
St,iNty WIhIn one ~ fi'om ..m1ll'ilHDn.QI' expiIdoIi of.1M bond tIfm; or IftIr the ..... , of •. daye
.... day on WhIch any pnon .. euppIIkt the IIDor tndIor ~ for whktt Ihe dIIm .. tnade.
~ occurI ftral if thIi.6JnIIIOn II voki or pi~ by ., ... the minkhum period d IimMIilfI
..,..... to Surety as e dIfenIi'fn tnt~ "the.-thaI be apptIc8b6e.
2. The..ImOUnt Of He 8oncl1haR be rer.1uced· bY and ., "'1XIIJnt of Bn1 PII)'I'nert or peymenta made in good
fIHh hereUnder,
3, If any contIct Cl'1ncio! .... icy uiltlbetwOUh the Surety'. GbIIQItionI or undertakillgl-deIcribed In 1hIa
bond and .. ·cIetaW In the undeI1yIng Contract. then the terms ofilia Bond shell premo
." '":::--:
;-. ..r -,; ~ -. ,. -.....
z ti
i I H I ~ J f i 11\
ii I Ii I~ I ., ~S ~ & g"i [ i ~ I l sf I~.i t 1 r g ft·
j I: II °1 a. r 2 I I
;
... i r· i I ! J
8 fl
i ~ I i~ t i II!~ ~t l.II\~~I~ .... ~Si I .\ ~ I .. iii i .. i! i 1 i lo( I
-]11 ~ §
"
. ~
ii ~~
IiI :
.~
t~ tllll' III ~i t.ll.li·~ ,f HI h
i I ~ . r I j III I ~ II illi Ii III Ii n liU i HI !I ~f fr'f I IH H
f IUlfPJ..· i lilt) ! UI iff ~ ~i
f hHi~--~. i llit ; II! '.i! I;; i Ilh(! ,~ ll;ti I II! h Si .J-f
,. to. Sf .5' . 1. I "I r .1 JI a i f {I:I .. I I I I ~c")
! 111.= .••.. ~.·I I ~ll.r ft. .~; ~ ·1 f 11. .&l ~. l • . ft· 4 < i'l J. II i" ." f·· .' j tit '" ~
f IE~i~ I '1 f··· ·8 A"t i II~II ~ tl~ HI .. I
i lU .•. il il· .. ~ .. h IJ~UR! ! I 1,,1 t .r J: ~ a .. ~
. . t I ~ -.---f
~ i
II
~
PERFORMANCE BOND FOR MUNICIPAL TRAftS[T SERVICES
CON11tACT
KNOWING AU. MEN BY 11tISE PR!SEHTS, that I.imguIIgM pf ScndII
fIoIMe, IDrir,·As Principal, and , as Surety, are
held and ftmy bound lI'ltD CIty of • ....., florida (herein ~0bI1gee-") In the penal
sum of BgbttlloDdTwenb!:Qoe11q§ilDd:!Mr:ffl ($ 821,016.00 )doIlars
tawful money eX the UnIta;I St.ates cI Amer1ca for the paynlEft of whk:h un eX monev, the
pt1ndpal and the Surety bfnd tflemseIves, their heirS, eJCeCIiDrs, adn*alsbators, su:xesscxs
and assigns, joIntty and severally and ftnnly by these presents:
WHEREAS, the prlndpaI has 0Jntracted WIth the Obligee to provide Municipal
Transit ServIa!, ptI"SUBI1t to contract d SId #15:D9:l5-2; awarded the C)1Qher Z, 2014
ReritUm '201+51 (the "Q)ntractorj;
WItERfAS, IJlI'SI,IaIlt to the COrUact, the PrtndpaIls reqtired to proyIde to
OblIgee a guarantee for the M and faithful perfamance by Principal d 1he Obligations
ImpaJed IJII this contnx:l
NOW, THEREfORE, the mndItIons fA this Bond are such, tflat If the above
bolIIded PrindpaI shaH In all respects 0)I'JI(lty with the tErms and <XJndtIans ctth! Coclbact
and pf1ndpaI's obIlgatfons thereunder, and shallndemnIfy and save harmless the said
OblIgee against or rrom aU costs, ecpense, damage, 1njtIy, or loss III wh1ch the said
OblIgee may be sub)eded by reason cI ai1V wrongdoing, mismnduct, want or· care d sklQ,
negIgena! or defd: on the PiI't cl said PrIncIpal, Is agents or employees, 111 the
pef(Jr1118i1Ce of1tle Contract, then this 80ncI shall be void, otherwise to remain in fiAI fort:e
in etrec:t.
ThIs Bond shall n!I1liIln in fijfolte and eCfettfor a period mmmencing upon the
effett:Ne date d the Cor iba:1 and ending three (3) years with one adCIIionaI two (2) year
e)(Iensi()n after termination or expiration of the COrtIId:. AI·St.its at law or inequity to
rec:xJ'Ier on this Bond must be Instit:l.ad wftNn twefve (ll) months after the expiration of
the Bond as refened to hereinaboVe.
IN WIINESSWHEREOF, the said __________ ~
As Principal hemin has caused these presents to be signed in Its name bv_-_
________ ---.1' its President or VIce PreSIdent and •• ested by
________ ---', Its Seaetary or Asststant: secretary under ItS
Cotpotate Seal, and the saki , as
Surety herein has caused these prese Its to be signed In its name l1f ____ _
________ -..4' Its At:bJme'rIn-Fact, and Its Coij)oIate Seal ~
attached by , Its ~
hereunto affixed this day of , in the year __ "
I . I
I
!
i
!
. . .
ATTEST
BY: -V l--::'9"--~---
(SEAL)
AIII5T:
BY: -----------------
11TlE
{SEAL}
Approved as to foon and suftidency
By Oly AUorney on behalf of the
<Hgee aty this day of
____ ~---~, 2015.
BY: -----------------
BY:
BY:
SURETY
~: --------------------~
~: ---------------------RegIstered Rortda
Agent for Surety
Weiss Serota Helfman PasttWa Cole a. BonIske, P.L
OtyAttomey, by
David M. WoIpIn, Esq.
· .
\( -..
ACKNOWLEDGMENT OF CONFORMANCE
WITH OSHA STANDARDS
TO The City of Aventura
for Cfty of Aventura MuniCipal Transit SeNices. Bid No. 14..()9.15-2,88 specified, have the
sole responsibility for compliance with all the requiJementB of the Federal Occupational
Safety and HeaIh Ad.of 1970, and all State and. local safety and health regulations. and
agree to indemnify and. hold harmtass the City of Aventura against any and aIIliabiity.
claims, damages losses and expenses they may incur due to the faikJre of
ATTEST: ____ ~--~4---~----
I
I
I
I
I
!
EXHIBIT A
CONTRACT FOR MUNICIPAL TRANSIT SERVICES
City of A ventura Invitation for Bid
Bid No. 14-09-15-2
CITY OF AVENTURA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICES
BID # 14-09-15-2
ISSUING DATE: Friday, August 8,2014
MANDATORY PRE-BID CONFERENCE: Wednesday, September 3,
2014 at 10:00 A.M.
SUBMITTAL DATE: Monday, September 15, 2014 at 2:00 P.M.
Government Center
19200 West Country Club Drive
Aventura, Florida 33180
TABLE OF CONTENTS
CONTENTS: PAGE #
FORMAL INVITATION FOR BIDS 6
GENERAL INFORMATION 7
DEFINITIONS 8
SECTION I INSTRUCTION TO BIDDER'S 10
SEC. I. I SERVICES REQUESTED 10
SEC. 1.2 AGREEMENT PERlOD 10
SEC.IJ NECESSARY LICENSING 10
SEC.I.4 EVALUATION OF BIDS 10
SEC.l.5 MINIMUM QUALIFICATIONS 10
SEC.l.6 INSTRUCTIONS TO SUBMIT BIDS 10
SEC.I.7 BID REQUIREMENTS 11
SEC.I.8 TIMETABLE FOR REVIEW AND SELECTION 12
I SECTION 2 GENERAL CONDITIONS 13
\
I
2.1 PURPOSE OF BID
2.2 SUBMISSION OF BIDS
13
13
I 2J GUARANTIES 14
J
I 2.4 DELIVERY 14
I 2.5 MISTAKES 14
! 2.6 BRAND NAMES 14
2.7 MATERlAL 14
2.8 PRICING 14
2
TABLE OF CONTENTS (CONTINUED)
CONTENTS PAGE #
2.9 TAXES 15
2.10 SAFETY STANDARDS 15
2.11 PAYMENTS 15
2.12 LIABILITY, INSURANCE, LICENSES AND PERMITS 15
2.13 COUNTY LICENSE 15
2.14 COMPLIANCE WITH LAW 16
2.15 ASSIGNMENT 16
2.16 AWARDS OF BIDS 16
2.17 EV ALUA TION OF BIDS 16
2.18 IDENTICAL (TIE BIDS) 16
2.19 PREFERENCE TO LOCAL BUSl1\IESS 17
2.20 HOLD HARMLESS 17
2.21 CANCELLA TIONlTERt\1INA TION 17
2.22 DISPuTES 17
2.23 NONCONFORMANCE TO CONTRACT 17
2.24 DEFAULT PROVISIONS 18
2.25 IDEMNIFICATION 18
2.26 SECONDAR Y IOTHER VENDORS 18
2.27 BID PROTEST PROCEDURE 18
2.28 CITY'S RIGHTS RESERVED 18
2.29 CONE OF SILENCE 18
2.30 CAMPAIGN FINANCE RESTRICTIONS ON VE};1)ORS 20
3
T ABLE OF CONTENTS (CONTINUED)
CONTENTS PAGE #
2.31 PUBLIC ENTITY CRlMEIDISQUALIFICA TION 23
2.32 CONFLlCTS OF INTEREST 24
SECTION 3 SPECIAL CONDITIONS 25
3.1 SCOPE OF SERVICES 25
3.2 INITIAL CONTRACT PERlOD AND CONTRACT RENEWAL 26
3.3 SCOPE OF WORK 26
3.4 COMPLIANCE WITH LAWS, LICENSING REQUIREMENTS
AND TERMS OF CONTRACT 32
3.5 SCHEDULES 35
3.6 STRIKES AND LOCKOUTS 36
3.7 NO CONTINGENT FEE 37
• i 3.8 A ITORNEY'S FEES 37 I ,
I 3.9 ADDENDA, CHANGES OR INTERPRET A TIONS DURING i
i BIDDING 37
!
\ 3.10 BASIS OF AWARD 38 i ,
I 1
I 3.11 BONDS 38 I
I 3.12 BID SECURITY FORfEITED, LIQUIDATED DAMAGES 38
\
!
! 3.13 CONTRACT CONTINUITY 38
3.14 COMPLAINTS OR DISPUTES 39
3.15 LICENSING 39
3.16 INSURANCE 39
3.17 CONTRACTOR'S RELATION TO THE CITY 40
3.18 DISCRlMINATORY PRACTICES 40
4
TABLE OF CONTENTS (CONTINUED)
CONTENTS PAGE #
3.19 COUNTY COMPLIANCE 41
3.20 SUB-CONTRACTORS 41
BlDFORM 42
RESPONDENT'S CERTIFICATION 44
NO BID OR PROPOSAL RESPONSE 46
SCHEDULE OF VALUES 47
BIDDER'S QUALIFICATIONS FORM 49
AGENCY REFERENCES 52
OTHER REFERENCES 54
VEHICLE AND EQUIPMENT LIST 56
BID EXCEPTION FORM 57
INDEMNIFICATION CLAUSE 58
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES 59
BUSINESS ENTITY AFFIDAVIT 61
DRUG-FREE WORKPLACE AFFlDA VIT 63
ANTI-KICKBACK AFFIDAVIT 65
NON-COLLUSIVE AFFIDAVIT 66
APPENDIX 1 -BID BOND 69
APPENDIX 2 -PERFORMANCE BOND 71
APPENDIX 3 -NATURAL GAS FUEL FLEET VEHICLE REBATE 73
APPENDIX 4 -INTER-LOCAL AGREEMENT 79
5
CITY OF AVENTURA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICE
BID # 14-09-15-2
The City of Aventura is seeking a qualified company to provide local transit circulator services
within the City. The Invitation for Bids will be received and opened at
Office of the City Manager
City of Aventura
Government Center
19200 West Country Club Drive
Aventura, FL 33180
Submittals must be received at the above address no later than 2:00 P.M. (EST), on
Monday, September 15, 2014 and clearly marked on the outside of envelope "BIDS FOR
MUNICIPAL TRANSIT SERVICE: BID # 14-09-15-2." Late submittals will not be
accepted and returned unopened.
Interested finns should obtain the Invitation for Bids (IFB) package from www.demandstar.com
or www.cityofaventura.com/finance/bids.shtml. on or after Friday, August 8, 2014. A
MANDATORY pre-bid conference wiH be held at 10:00 A.M. on Wednesday, September 3,
2014 in the 5tb Floor Executive Conference Room of the Aventura Government Center
loca1ed at 19200 West Country Club Road, Aventura, Florida. The IFB package contains
information about the Statement of Work, Bid submission requirements, and selection procedure
resulting from this IFB. Any or all questions shall be directed to Indra Sarju, Purchasing Agent
at (305) 466-8925 or emailedtosariui@cityofaventura.com.
Pursuant to City Code Sec. 2-260 (Ordinance 2002-12), public notice is hereby given that a
"Cone of Silence" is imposed concerning this City's' competitive purchasing process, which
generally prohibits communications concerning the IFB from the time of advertisement of the
IFB until the beginning of the City Commission meeting at which the City Manager makes a
written recommendation to the City Commission concerning the competitive purchase
transaction. Please see the detailed specifications for the public solicitation for services for a
statement fully disclosing the requirements of the "Cone of Silence."
Pursuant to Ordinance 2005-14; City Code Section 2-420, vendors of the City are prohibited
from in any way providing campaign contributions to City Commission candidates. Please see
the detailed specifications of this solicitation for further details.
The City of A ventura reserves the right to request clarification of infomwtion submitted and to
request additional information. The City also reserves the right to reject any and all proposals
with or without cause and to waive any or all irregularities with regards to the specifications.
Eric M. Soroka
City Manager
6
GENERAL INFORMATION
A. SCOPE OF SERVICES:
The City desires to contract with a qualified company to provide local transit circulator services
within the City which will commence on or about March 2, 2015.
B. PROPOSAl, DUE DATES:
Complete Bids are due on Monday, September 15, 2014 at 2:00 p.m (EST). All bids must be
received in the Office of the City Manager by the date and time indicated, with opening
immediately following at the City of Aventura, 19200 West County Club Drive, Aventura, FL
33180.
A Pre-Bid Conference will be held on Wednesday, September 3, 2014 at 10:00 a.m (EST) in
the 5th Floor Executive Conference Room of the A ventura Government Center, 19200 W.
Country Club Drive, Aventura, FL 33180. Attending this pre-bid conference is mandatory
for all Bidders.
Proposals should be addressed or delivered to:
IFB # 14-09-15-2
Municipal Transit Services
Office of the City Manager
City of Aventura
19200 West Country Club Drive
Aventura, Fl 33180
C. Questions concerning this IFB should be directed to:
Indra Sarju, Purchasing
City of Aventura
19200 W. Country Club Drive
Aventura, FI 33180
Phone (305) 466-8925 Fax (305) 466-8939
Email: sariui@cityof~\f(-!_ntura.com
D. BIDDER shall deliver to the City as Bid Package all of the documents including (\) original
unbound with one (1) CD that contains a single PDF file that contains your entire response in the
order as presented in the Bid Package, including any attachments plus three (3) additional copies
inside a sealed envelope.
THE RESPONSIBILITY FOR OBTAINING AND SUBMITIING A BID TO THE
OFFICE OF THE CITY MANAGER ON OR BEFORE THE STATED DATE AND
TIME OF:
7
I
I
I ,
I
I
I
\
I
1
I
i
!
Monday, September 15, 2014AT 2'.00 PM
IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE PROPOSER. THE
CITY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY ANY MAIL, PACKAGE
OR COURIER SERVICE, INCLUDING THE U.S. MAIL, OR CAUSED BY ANY
OTHER OCCURRENCE. ANY PROPOSAL RECEIVED AFTER THE DATE AND
TIME STATED IN THE SOLICITATION TIMETABLE IN THIS INVITATION FOR
BIDS WILL NOT BE OPENED AND WILL NOT BE CONSIDERED.
TELEGRAPHIC OR FACSIMILE PROPOSALS SHALL NOT BE CONSIDERED.
Hand-carried Bids may be delivered to the above address during the City's regular business
hours, Mondays through Fridays, excluding holidays observed by the City, but not beyond
the Due Date and Time. Proposers are responsible for informing any commercial delivery
service, if used, of all delivery requirements and for ensuring that the required information
appears on the outer wrapper or envelope used by such service.
The Bids must be signed by an authorized officer of the Proposer who is legally authorized
to enter into a contractual relationship in the name of the Proposer. The submittal of a Bid
by a Proposcr will be considered by the City as constituting an offer by the Proposer to
perform the required services, and/or provide the required goods, at the price stated by the
Proposer.
D. ACRONYMSIDEFINITIONS
For the purposes of this Invitation for Bids (IFS), the following acronyms/definitions will be
used:
Alternative Fuel
City/Owner
Contractor
Commission
Due Date and Time
Evaluation
Committee
Fuels that help reduce the City's carbon footprint including Propane,
Biodiesel 820, Compressed Natural Gas, Hybrid-Electric, and Electric
City of A ventura or designated representative when appropriate
The organization(s)/individual(s) that is awarded and has an approved
contract with the City for the services identified in this !FB. ( Also
referenced as " Vendor" herein ).
The term Commission as used throughout this document will mean the
City Commission of City of Aventura, Florida.
Shall refer to the due date and time listed in the Solicitation Timetable
of this Solicitation.
An independent committee comprised solely of City staff and
consultants of the City established to revicw proposals submitted in
response to the IFB score the proposals, and recommend a
Proponcnt(s).
8
May
FSS
IFB
Offeror
Proponent
Proposer
Provider or
Successful
Proposer
ShalllMust
Should
Sub-Contractor &
Sub-Consultant
Work, Services,
Project &
Engagement
Indicates something that is not mandatory but permissible.
Florida State Statutes
Invitation for Bids
Shall refer to any offer(s) submitting an Offer in response to this
Invitation for Bids
Organization/individual submitting a bid/proposal in response to this
IFB.
Shall refer to anyone submitting a bid in response to the Invitation for
Bids.
Shall refer to the Proposer receiving an award as result of this
Invitation for Bids ("IFB") and/or Request for
Qualifications ("RFQ")
Indicates a mandatory requirement. Failure to meet a mandatory
requirement will, if material, result in the rejection of a proposal as
non-responsive.
Indicate something that is recommended but not mandatory. Ifthe
Proponent fails to provide recommended information, the City may, at
its sole option, ask the Proponent to provide the information or
evaluate the proposal without the information. Failure after demand
will result in rejection.
Shall refer to any person, firm, entity, or organization, other than the
employees of the Successful Offeror, who contract with the Successful
Offeror to furnish labor, or labor and materials, in connection with the
Work or Services to the City, whether directly or indirectly, on behalf
of the Successful Offeror.
Shall refer to all matters and things that will be required to be done by
the Successful Offeror in accordance with the Scope of Work, and the
terms and Conditions of this submittal.
9
SECTION 1
INSTRUCTION TO BIDDERS
CITY OF AVENTURA
INVITATION FOR BIDS
MUNICIPAL TRANSIT SERVICES
810# 14-09-15-2
SEC.I.I SERVICES REQUESTED:
The City of Aventura is accepting sealed bids for the operation of a fixed route transit
service within the City. A more complete scope of services is included as Section 3
under the Special Conditions of this bid.
SEC.I.2: AGREEMENT PERIOD:
The contract shall be for a period of five (5) years.
SEC.I.3: NECESSARY UCENSING:
As more fully discussed in this DOCUMENT, the contractor must have a "Passenger
Motor Carrier Certificate of Transportation."
SEC.I.4: EVALUATION OF BIDS:
Bids will be evaluated based upon the criteria contained in Section 2 of 2.17 through
2.19 of the General Conditions and Section 3 of 3.10 of the Special Conditions.
SEC.I.S: MINIMUM QUALIFICATIONS:
All bidders must have a minimum of fIVe (5) years experience providing fixed route
services similar to those described in this document.
SEC.1.6: INSTRUcnONS TO SUBMIT BIDS:
Bids will be accepted, until 2:00 P.M., Monday September 15, 2014, by the City of
Aventura to select a company to provide a fixed route munic"lpal transit service and
charter services as required by the City.
Bids must be submitted in sealed envelopes and clearly identified as "BIDS FOR
MUNICIPAL TRANSIT SERVICE: BID #14-09-15-2./1
In order to facilitate review of the bids, each bidder must submit one (1) original
10
unbound plus three (3) bound copies for a total of four (4) complete sets of all bid
forms, plus a CD that contains a single PDF file that contains your entire response in the
order as presented in the bid package including any attachments, inside a sealed
envelope.
Bids shall be submitted to the Office of the City Manager, City of Aventura, 19200
Country Club Drive, Aventura, Florida 33180.
Questions concerning this bid should be directed to:
Indra Sarju, CPPB, Purchasing Agent
19200 Country Club Drive
Aventura, Florida 33180
(305) 466-8925 or Email: sadui@cityofaventura.com
The City will hold a pre-bid conference with all interested companies on Wednesday,
September 3, 2014 at 10:00 A.M. in the Executive Conference Room atthe Government
center, 19200 Country Club Drive, Aventura, Florida 33180. Attendance at this pre-
bid conference is mandatory for all Bidders. At the meeting, City staff will attempt
to answer questions regarding that bid. The routes and schedules to be provided by the
Contractor will be almost identical to those provided currently and are available at the
City's website at www.cityofaventura.com. All questions regarding this Invitation
for Bids are due on or before 5 PM on Wednesday, September 10, 2014. No
pleas of ignorance by the bidder of conditions that exist, or that may hereinafter exist
as a result of failure to make the necessary examinations or investigations or failure to
fulfill in every detail the requirements of the contract documents, will be accepted as
basis for varying the requirements of the City of Aventura or the compensation of the
vendor.
SEC.l.7: BID REQUIREMENTS:
Bids must include but need not be limited to four (4) complete sets of the complete Bid
Form including Attachments as follows:
Bid Form
Respondent's Certification
No Bid or Proposal Response
Schedule of Values
Bidder's Qualifications Form
Agency References
Other References
Vehicle & Equipment List
Bid Exception Form
Indemnification Clause
Sworn Statement Pursuant to Section 287.133 (3) (a), Florida Statutes
Business Entity Affidavit
11
Drug-Free Workplace Affidavit
Anti-Kickback Affidavit
Non-Collusive Affidavit
Appendix 1 -Bid Bond
The City provided bid forms must be completed, signed, notarized and certified as to
authorization. Forms attachments must be completed using the City provided forms.
For the Indemnification Clause Form, the City provided form must be signed and
notarized. In addition, the bid packet shall include one copy of the entire bid document
with the bidders company and initials on each page. Also, one original of the bid bond
or cashier's check must be included in the sealed envelope.
SEC.1.S: TIMETABLE FOR REVIEW AND SELECTION:
The successful Bidder will assume full service responsibilities starting March 2, 2015.
THE END OF SEmON ONE
12
SECTION 2
CITY OF AVENTURA
INVITATION FOR BIDS FOR
MUNICIPAL TRANSIT SERVICE
BID # 14-09-15-2
GENERAL CONDITIONS
2.1: PURPOSE OF BID:
The City of Aventura intends to secure a source of supply(s) of the service needed at
the most responsive and responsible price. The City reserves the right to award the bid
considered to best serve the City's interests.
2.1.1 Any questions concerning the bid specifications or any required need for
clarification shall be made by 5 PM on Wednesday September 10, 2014,
No plea of ignorance or delay or required need of additional information
shall exempt a bidder from submitting his bid on the required date and
time of day as publicly noted.
2.1.2 Bidder warrants that the prices, terms, and conditions quoted in the bid
will be firm for a period of one hundred fifty (150) days from the date of
the bid opening unless otherwise stated by the bidder. Incomplete,
unresponsive, irresponsible, vague, ambiguous responses to the Invitation
for Bids will be just cause for rejection as determined by the City.
2.1.3 In the event of any conflicts between provisions contained in the General
Conditions (Section 2 of 2.1 through 2.30) and SpeciaL Conditions (Section
3 of 3,1 through 3.20), the provisions contained in the Special Conditions
shall govern.
2.2: SUBMISSION OF BIDS
2.2.1: Bidders must use the bid formes) furnished by the City. Failure to do so
may cause the bid to be rejected. Removal of any part of the bid may
invalidate the bid.
2.2.2: Bids having an erasure or corrections must be initialed by the bidder in
ink. Bids shall be signed in ink. All quotations shall be typewritten or
filled in with ink.
13
2.3: GUARANTIES:
No guarantee or warranty is given or implied by the City as to the total amount of
services that mayor may not be purchased from any· resulting contract or award.
These quantities are for bid purposes only and will be used for tabulation and
presentation of the bid. The City reserves the rights to reasonably increase or decrease
quantities as required.
2.4: DELIVERY:
All items shall be delivered F.O. B. destination (i.e. at a specific City of Aventura
address), and delivery costs and charges (if any) will be included in the bid price.
Exceptions should be noted. When practical, the City may make pick-ups at the
vendor's place of business.
2.5: MISTAKES:
If there is a discrepancy in the unit and extended prices, the unit price(s) will prevail
and the extensions adjusted to coincide. Bidders are responsible for checking their
calculations. Failure to do so will be at the bidder's risk and errors will not release the
bidder from his responsibility as noted herein.
2.6: BRAND NAMES:
If a brand name, make, of any "or equal" manufacturer trade name, trade name, or
vendor catalog is mentioned whether or not followed by the words "approved equal" it
is for the purpose of establishing a grade or quality of material only. Vendor may offer
equals with appropriate identification, samples and/or specifications on such item(s).
The City shall be the sole judge concerning the merits of items proposed as equals.
2.6.1: Provision of written indication of intent to quote an alternative brand or
model number, or deSignation of objective of the bid will be considered
as a quotation in compliance with the specifications as listed, at the
discretion of the city, which would best serve the City's interest.
2.7: MATERIAL:
Acceptance of any materials delivered under this bid shall remain the property of the
seller until accepted to the satisfaction of the City. In the event materials supplied to
the City are found to be defective or do not conform to specifications, the City reserves
the right to return the product(s) to the seller at the seller's expense.
2.8: PRICING:
Prices should be stated in units of quantity speCified in the bid specifications. In case of
a discrepancy, the city reserves the right to make the final determination at the lower
14
net cost to the City. Bidders shall submit their prices that will be in effect and fixed for
the first three years of the contract. Costs for the final two years are subject to an
adjustment for fuel and personnel expenses only. Any request for adjustment must be
documented thoroughly by the Contractor and submitted to the City Manager at least
ninety (90) days prior to the end of the third year of the contract.
2.9: TAXES:
Bidders should not include taxes in bid prices.
2.10: SAFETY STANDARDS:
The BIDDER warrants that the product(s) supplied to the City conforms in all respects
to the standards set forth in the occupational safety and health act and its
amendments. Bids must be accompanied by materials data safety sheets (M.D.S.S.)
when applicable.
2.11: PAYMENTS:
Payment will be made after commodities/services have been received accepted, and
properly invoiced as indicated in the contract and/or purchase order. Invoices must
bear the purchase order number.
2.12: UABmLrTY, INSURANCE, UCENSES &. PERMITS:
Where bidders are required to enter onto City of Aventura property or public right of
way to deliver materials or to perform work or services as a result of a bid award, the
bidder will assume the full duty, obligation, and expense of obtaining all necessary
licenses, permits, inspections, and insurance required. The bidder shall be liable for any
damages or loss to the city occasioned by negligence of the bidder (or his agent) or any
person the bidder has designated in the completion of this contract as a result of the
bid. Contractor shall be required to furnish a certified copy of all licenses, certificates of
competency or other licensure requirements necessary to perform services hereunder
as required by Florida State Statute, Florida Building Code, Miami-Dade County, or City
of Aventura Code, if any. These documents shall be furnished to the City along with
the bid response. Failure to furnish these documents or to have required licensure will
be grounds for rejecting the bid and forfeiture of the bid bond.
2.12.1 The vendor shall furnish to the Finance Department Director, City of
Aventura, 19200 Country Club Drive, Aventura, FL 33180, certificate(s)
of insurance which indicate that insurance coverages comply with
Section 3 of 3.16 under Special Conditions of this bid.
2.13: COUNTY LICENSE:
Successful Contractor must obtain a MIAMI-DADE County License for the operation of a
15
I
I
I
I
I
I
1
I
I
I
I
!
I
1
1
Passenger Motor Carrier prior to beginning services under any contract awarded.
2.14: COMPLIANCE WITH LAW:
Bidder shall conduct its operations in compliance with all applicable federal, state,
county and local laws; in providing any services hereunder.
2.1S: ASSIGNMENT:
The contractor shall not transfer or assign the perfonnance required by this bid without
prior written consent of the City of Aventura. Any award issued pursuant to this bid
invitation and monies which may be payable by City are not assignable except with
prior written approval of the City of Aventura. In the event that the successful Bidder's
company or firm ownership is sold, changed, or otherwise changes, the City of Aventura
specifically reserves the right to terminate this agreement with ten (10) days' notice to
the Contractor. Furthermore the City shall reserve the right to approve transfer of
ownership in any form.
2.16: AWARD OF BIDS:
The City of AVentura reserves the right to accept or reject any and/or all bids or parts of
bids, to workshop or negotiate any and all bids, to waive irregularities, and to request
re-bids on the required materials or services. The City also reserves the right to award
the contract on a split order basis, group by group or item by item, or such combination
as will best serve the interests of the City unless otherwise stated. The City also
reserves the right to waive minor variations to the specifications (interpretation of such
to be made by the applicable department personnel). Final determination and award of
bides) shall be made by the City Commission. The successful bidder shall execute a
contract for municipal transit service in a form of contract which is approved by the City
Attorney for form and legal sufficiency.
2.17: EVALUATION OF BIDS:
The City, at its discretion, reserves the right to inspect any/all BIDDERS facilities to
determine their capability of meeting the City's needs. Since this is a turnkey project,
BIDDERS must submit specific information (address) on the location and
facilities they propose to use.
2.18: IDENTICAL (TIE BIDS):
In the event of a tie in price between Bidders, City shall award based on the
Contractor's ability to provide the service with the most complete Automated Vehicle
Locating system and/or the bid that features low floor buses that meet all other vehicle
requirements as noted in this IFB.
16
2.19: PREFERENCE TO LOCAL BUSINESSES:
Pursuant to Section 1, (G), of Ordinance No. 96-07 (City Code Sec. 2-257), "businesses
located within the (corporate limits) of the City of Aventura ... shall receive a preference
bonus of 10% or 10 points during the tabulations of bids".
2.20: HOLD HARMLESS:
ALL BIDDERS shall hold the City, it's officials and employees harmless and covenant not
to sue the City, it's officials and employees for their decision to reject, award or not
award a bid, as applicable.
2.21: CANCELlATION/TERMINATION:
Failure on the part of the vendor to comply with the conditions, specifications,
requirements, and terms as determined at the sole discretion of by the City, shall be
just cause for cancellation of the award, with the vendor holding the City harmless.
Furthermore, the aty shall have the right to terminate the Agreement at its sole
discretion upon giving the Contractor 10 calendar days notice.
2.22: DISPUTES:
If any dispute concerning a question of fact arises under this contract, other than
termination for default or convenience, the contractor and the city department
responsible for the administration of the contract shall make a good faith effort to
resolve the dispute. If the dispute cannot be resolved by agreement, then the
department with the advice of the City Attorney, shall resolve the dispute and send a
written copy of its decision to the contractor[ which shall be binding on both parties.
2.23: NONCONFORMANCE TO CONTRACT:
The City will not pay for any services not performed in accordance with the
specifications in this bid. If the Contractor fails to provide any portion of the service
called for in the schedule of the Aventura Express, the City will not pay for the hours of
service that were not provided to passengers. For example, if the buses used do not
have a properly operating air conditioning system, the City will not pay for the hours of
service such a bus was in service. The City of Aventura may withhold acceptance of, or
reject items of services which are found upon examination, not to meet the
specification requirements. Upon written notification of rejection, items of service shall
be corrected within five (5) calendar days by the vendor at vendor's expense and
properly provided at vendors expense. Deficiencies not timely corrected by Contractor,
will result in the City having the right, at Contractor's expense, to procure services from
other vendors which conforming to service specifications, and failure to meet delivery
or performance schedules may result in the Contractor being found in default.
17
I
I
I
I
l
1
i
I
I
I
i
I ;
2.24: DEFAULT PROVISION:
In Case of default by the BIDDER or Contractor, the City of Aventura may cancel the
service agreements, procure the articles or services from other sources and hold the
BIDDER or Contractor responsible for any excess costs occasioned or incurred thereby.
2.25: INDEMNIFICATION:
The Contractor shall indemnify, save harmless, and defend the City of Aventura, it's
officers, agents and employees against any claims, demands or causes of action of
whatsoever kind or nature arising out of error, omission, negligent act, conduct or
misconduct of the contractor, his agents, servants or employees in the provision of
goods or the performance of services pursuant to this bid and/or from any procurement
decision of the City including without limitation, awarding the contract to the contractor.
2.26: SECONDARY IOTHER VENDORS:
The City reserves the right in the event the primary vendor cannot provide an item(s) or
service(s) in a timely manner as requested, to seek and obtain other sources without
thereby violating the intent of the contract.
2.27: BID PROTEST PROCEDURE:
Bid protests are governed by Sec. 2-259 of the Aventura City Code.
2.28: CITY'S RIGHTS RESERVED:
The City of Aventura reserves the right to reject all bids or to reject any bid not
conforming to this Document, and to waive any irregularity or informality with respect
to any bid. The City further reserves the right to request clarification of information
submitted and to request additional information from one or more bidders. The City
may also negotiate modification to bids deemed to be in the best interest of the City.
2.29: CONE OF SILENCE PROVISION:
A. Notwithstanding any other provision of these speCifications, the provisions of
City Code Sec. 2-260 (Ordinance 2002-12) "Cone of Silence" are applicable to
this transaction. The "Cone of Silence, II as used herein, means a prohibition
on any communication regarding a particular Request for Proposal ("RFP"),
Request for Qualification ("RFQ") or bid, between:
1. A potential vendor, service provider, proposer, bidder, lobbyist, or
consultant, and:
2. The City Commission, City's professional staff including, but not
limited to, the City Manager and his or her staff, any member of the
18
I
I
I
I
I
I
I
I
I
I
City's selection or evaluation committee.
B. The Cone of Silence shall be imposed upon each RFP, RFQ and bid after the
advertisement of said RFP, RFQ or bid.
C. The Cone of Silence shall terminate at the beginning of the City Commission
meeting at which the City Manager makes his or her written recommendation
to the City Commission. However, if the City Commission refers the
Manager's recommendation back to the Manager or staff for further review,
the Cone of Silence shall be re-imposed until such time as the Manager
makes a subsequent written recommendation.
D. The Cone of Silence shall not apply to:
(1) Oral communications at pre-bid conferences;
(2) Oral presentations before selection or evaluation
committees;
(3) Public presentations made to the City Commissioners during
any duly noticed public meeting;
(4) Communications in writing at any time with any City
employee, unless specifically prohibited by the applicable
RFP, RFQ or bid documents. The bidder or proposer shall
file a copy of any written communication with the City Clerk.
The City Clerk shall make copies available to any person
upon request;
(5) Communications regarding a particular RFP, RFQ or bid
between a potential vendor, service provider, proposer,
bidder, lobbyist or consultant and the City's Purchasing
Agent or City employee designated responsible for
administering the procurement process for such RFP, RFQ or
bid, provided the communication is limited strictly to matters
of process or procedure already contained in the
corresponding solicitation document;
(6) Communications with the City Attorney and his or her staff;
(7) Duly noticed site visits to determine the competency of
bidders regarding a particular bid during the time period
between the opening of bids and the time the City Manager
makes his or her written recommendation;
(8) Any emergency procurement of goods or services pursuant
to City Code;
(9) Responses to the City's request for clarification or additional
information;
(10) Contract negotiations during any duly noticed public
meeting;
(11) Communications to enable City staff to seek and obtain
industry comment or perform market research, provided all
19
i ,
I
i
I
I
1
i
I
!
communications related thereto between a potential vendor,
service provider, proposer, bidder, lobbyist, or consultant
and any member of the City's professional staff including,
but not limited to, the City Manager and his or her staff are
in writing or are made at a duly noticed public meeting.
E. Please contact the City Attorney for any questions concerning Cone of Silence
compliance.
F. Violation of the Cone of Silence by a particular bidder or proposer shall render
any RFP award, RFQ award or bid award to said bidder or proposer vOidable
by the City Commission and/or City Manager.
2.30: CAMPAIGN FINANCE RESTRICTIONS ON VENDORS
Sec. 2-420. Prohibited campaign contributions by vendors. Pursuant to Ordinance
2005-14; City Code Section 2-420, vendors of the City are prohibited from in any way
providing campaign contributions to City Commission candidates.
(a) Genera/, prohibition, disqualification definitions.
(1)
a. No vendor shall give, solicit for, deliver or provide a campaign contribution
directly or indirectly to a candidate, or to the campaign committee of a
candidate, for the Offices of Mayor or Commissioner. Commencing on the
effective date of this article, all proposed City contracts, as well as
requests for proposals (RFP), requests for qualifications (RFQ), requests
for letters of interest (RFLI), or solicitations of bids issued by the City,
shall incorporate notice of this section so as to notify potential vendors of
the proscription embodied herein.
b. No candidate or campaign committee of a candidate for the Offices of
Mayor or Commissioner, shall deposit into such candidate's campaign
account any campaign contribution which is received directly or indirectly
from a vendor or which such candidate or campaign committee knows or
should know was solicited by or for a vendor or delivered or provided for a
vendor, Candidates (or those acting on their behalf) shall ensure
compliance with this code section by confirming through examination of
the official vendor list which is posted on the City of Aventura website to
verify the vendor status of any potential contributor. A cand'idate or the
campaign committee of a candidate shall not be in violation of this
subsection if the vendor way not listed as a vendor in the City website at
the time that the contribution was received or deposited so long as the
candidate or the campaign committee of a candidate did not know that
the person or entity was a vendor of the City,
20
(2) Each prohibited act of giving, soliciting for, delivering or providing a campaign
contribution or depositing a campaign contribution in violation of this section
shall constitute a separate violation. All contributions deposited into a
candidate/s campaign account in violation of this section shall be forfeited to
the City's General Revenue Fund.
(3)
a. A person or entity, other than a then existing vendor, who directly or
indirectly makes a campaign contribution to a candidate who is elected to
the office of Mayor or Commissioner shall be disqualified for a period of 12
months following the swearing in of the subject elected official from
serving as a vendor with the City. A then existing vendor who directly or
indirectly makes a contribution to a candidate who is elected to the Office
of Mayor or Commissioner, shall be disqualified from serving as a vendor
with the City for a period of 12 months from a final finding of a violation
of this section, or from the time of action on a waiver request by the City
Commission pursuant to subsection (b) below, in the event that a waiver
is sought by the vendor. In the event that such waiver request for a
particular transaction is granted, the affected vendor shall nonetheless be
disqualified from serving as a vendor with the City as to any other goods,
equipment or services to be provided by the vendor to the City, beyond
the vendor goods, equipment or services which are the subject matter of
any waiver which is granted. In the event such waiver request is denied
for a particular transaction the 12-month disqualification period shall
continue to apply to both the particular transaction for which the waiver
was sought, as well as all other vendor activities for the provision of
goods, equipment or services to the City during that 12-month period.
b. For purposes of this section, the term "disqualified" shall be defined to
include:
1. Termination of a contributor/vendor's existing contracts with the
City, subject to the applicable waiver provisions of subsection (b)
herein; and
2. Disqualification of a contributor's response to solicitation requests
for prospective vendor contracts with the City, subject to the
applicable waiver of subsection (b) herein.
(4) As used in this section:
a. Vendor.
1. A "Vendor' is a person and/or entity who has been selected by the
City as the successful bidder on a present or pending bid to provide
to the City goods, equipment or services, or has been approved by
21
the City of a present or pending award to provide to the City
goods, equipment or services, prior to, upon or following execution
of a contract, or purchase order.
2. "Vendor" shall include natural persons and/or entities who hold a
controlling financial interest in a vendor entity. The term
"controlling financial interest" shall mean the ownership, directly or
indirectly, of ten percent (10%) or more of the outstanding capital
stock in any corporation or a direct or indirect interest of ten
percent (10%) or more in a firm. The term "firm" shall mean a
corporation, partnership, business trust or any legal entity other
than a natural person.
3. "Vendor" shall not include City officers or employees.
4. For purposes of this section, "Vendor" status shall terminate upon
completion of performance of the agreement for the provision of
goods, equipment or service.
a. Services. For purposes of this section, the term
"services" shall mean the rendering by a vendor through
competitive bidding or otherwise, of labor, profesSional
and/or consulting services to the City, including, but not
limited to, the provision of lobbying services to the City.
b. Campaign contributions. The term "campaign contribution"
shall have the meaning which is ascribed to the term
"contributions" pursuant to F.S. § 106.011, as amended.
(b) Waiver of prohibition.
(1) Criteria for waiver. The requirements of this section may be
waived by the affirmative vote of five (5) members of the City
Commission for a particular transaction after a public hearing, upon
finding that:
a. The goods, equipment or services to be involved in the
proposed transaction are unique and the City cannot avail
itself of such goods, equipment or services without entering
into a transaction which would violate this section but for
waiver of its requirements; or
b. The business entity involved in the proposed transaction is
the sole source of supply as determined by the City Manager
in accordance with procedures established by the City
Manager; or
22
c. An emergency contract (as authorized by subsection 2-
253(5) of this Code) must be made in order to protect the
health, safety or welfare of the citizens of the City; or
d. A contract for the provision of goods, equipment or services
exists which, if terminated by the City would be substantially
adverse to the best economic interests of the City.
(2) Limited waiver. Notwithstanding the denial of the City
Commission of a waiver request regarding the provision of goods/
equipment or services under an existing contract pursuant to
subsection (b)a. above/ the City Commission, may by the
affirmative vote of five (5) members of the City Commission after a
public hearing, grant a limited waiver concerning an existing
contract for the provision of goods, equipment or services between
a vendor and the City upon finding that in order to protect the
health/ safety and welfare of the citizens of the City, it is necessary
that the affected contract be continued for a limited duration (not
to exceed a period of six [6] months) in order for the City to obtain
a replacement vendor.
(3) Full disclosure. Any grant of a waiver or limited waiver by the
City Commission must first be supported with a full disclosure of
the subject campaign contribution.
(c) Implementation. The City Manager is authorized to adopt additional
procurement procedures for goods, equipment or services to implement
this section, These procedures shall provide for the assembly/
maintenance and posting of an official City vendor list as referenced
above.
(d) Penalty. The Ethics Commission created pursuant to Miami-Dade
County Ordinance 97-105, shall have primary jurisdiction for enforcement
of this section. A finding by the Ethics Commission that a person violated
this section, shall subject such person to an admonition or public
reprimand and/or a fine of $250.00 for the first violation, and $500.00 for
each subsequent violation.
(e) Applicability. This section shall be applied only prospectively to campaign
contributions which are made after the date of this section.
COrd. No. 2005-14, § 3, 10-11-05)
2.31: PUBLIC ENTITY CRIME/DISOUALIFICATION
Pursuant to Section 287.133(3)(a), Florida Statute all proposers are advised as follows:
23
"A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of a public building or public work, may not submit
bids on leases of real property to a public entity, may not be awarded or perform work
as a contractor, supplier, subcontractor, or consultant under a contract with any public
entity, and may not transact business with any public entity and may not transact
business with any public entity in excess of the threshold amount provided in 5.287.017
for CATEGORY TWO for a period of 36 months from the date of being placed on the
convicted vendor list. II
2.32: CONFLICTS OF INTEREST
The award of any contract hereunder is subject to the provisions of Chapter 112,
Florida State Statutes. BIDDER's must disclose with their Bids, the name of any officer,
director, partner, associate or agent who is also an officer or employee of the City of
Aventura or its agencies.
END OF SECTION 2
24
SECTION 3
CITY OF AVENTURA
INVITATION FOR BIDS FOR
MUNICIPAL TRANSIT SERVICE
BID # 14-09-15-2
SPECIAL CONDITIONS
3.1: SCOPE OF SERVICES:
The City of Aventura is accepting sealed bids for providing a "fixed route" Municipal
Transit Service to serve the City. Bidders shall provide all equipment, maintenance,
operations, facilities, and personnel necessary to successfully operate the system.
There will be five different routes within the City as noted in the table below. Four
routes will operate between the hours of 7:45 A.M. and approximately 6:40 P.M. on a
Monday thru Saturday basis, while one route (Yellow) will start its service at 8:45 A.M.
and end its day at 6:40 P.M. Service will be provided until approximately 9:30 P.M. on
Saturday nights with two buses that will together cover the entire city after 6:45 P.M.
Vehicles will average approximately 10 M.P.H. while in service, and drivers will have one
hour for lunch on an unpaid( ie: no payment from City to Vendor) basis each day. The
exact totals for hours and miles might change, but only slightly, and the numbers below
serve as a sound foundation to describe the nature of service for bidders. The chart
below provides basic information on the proposed "fixed" routes.
City of Aventura Fixed Route Service Characteristics
Route Name Daily Service Hours Service Miles Total Hours Total Miles
Mon. -Sat. Mon. -Sat. per Year per Year
--. --
Yellow 8.83 89.0 2737 27,590
Green 9.83 90.0 3047 27900
Blue 9.83 90.0 3047 27,900
Red 9.83 90.0 31.047 27900
Purple 9.83 90.0 3,047 27900
SubTotal 48.15 449 14,925 139,190
,
Sat. Night Sat. Night All Sat. Nights All Sat. Nights I
North 2.5 26 130 1,352 ._---~~-
South 2.86 28 149 1456
SubTotal 5.36 54 279 280B
Total Year 15,204 141998
NOTES:
Service will begin March 2, 2015. Contractor shall be in compliance with all
25
requirements. In summary, the City of Aventura anticipates there will be five shuttle
bus routes running six days per week, with four buses operating 9.83 hours per day
and one bus operating 8.83 hours per day, with two buses operating an additional 2.5
and 2.86 hours on Saturdays, totaling 15,204 service hours per year.
Service will operate 310 days per year.
No service on Sundays, Thanksgiving, Christmas, or New Year's holidays.
The contractor is responsible for including its costs of deadhead mileage in its bid.
While it is not likely, the City may increase (or decrease) the number of hours of
service provided. All bidders shall indicate charges for additional hours of service
(e.g., adding one more minibus to provide an additional route). Bidders shall
indicate in their bid what it would charge for hourly charter service on an as
needed basis for special events within the city.
3.1.1 Supervision: The Contractor shall also ensure proper supervision of the
service that devotes time and attention to the direction of the operation to
ensure performance of obligations and duties described herein. The supervisor
shall check on the schedule adherence of the vehicles though a GPS system that
tracks the buses, talk with the operators at least once a week to determine if any
element of the service needs to be addressed, and visit the Oty to talk with
passengers and see how the service is being perceived by passengers at least
once per month. The supervisor shall also be responsible for ensuring that
appropriate ridership reports are provided to the City every month as well as
comments on the performance of the service, including a recording of all
accidents or road calls.
3.2: INITIAL CONTRACT PERIOD AND CONTRACT RENEWAL
The contract shall be for a period of five (5) years from execution of the agreement. As
noted in Section 2.8, Bidders shall submit their prices that will be in effect and fixed for
the first three years of the contract. Costs for the final two years are subject to an
adjustment for fuel and/or personnel expenses only, and all adjustments shall be
subject to the approval of the City Manager. Any request for adjustments shall be
justified and documented thoroughly by the Contractor and submitted to the City
Manager no later than ninety (90) days prior to the end of the third year of the
contract.
3.3: SCOPE OF WORK
3.3.1 Service Area will be within the City of Aventura.
3.3.2 Service Standards:
26
3.3.2.1
3.3.2.2
Display of City Symbol on Vehicles:
All vehicles when being used to provide service for the City
under this contract must display, on the exterior of the
vehicle, the approved City provided signs or "wraps". The
Contractor shall pay for and provide for installation of same
for each bus, in the manner prescribed by the City:
The following signs or wraps shall be required:
a: Front: A destination sign, whether a header or an
insert in the front windshield at the base of the
windshield on the passenger side in clear view of the
public. Minimum sign size shall be 12" in height and
18" wide.
b. Sides: A wrap shall be located on each side and
minimum size shall be 18" in height and 36" wide. A
logo shall also be applied on both sides. Wraps will
reflect the appropriate bus route with the route.
Vehicle Standards
The vehicles used to provide service must comply with all
applicable local, State, and Federal Codes, safety standards or
laws and comply with or exceed manufacturer's safety and
mechanical standards for the particular vehicle and model
used in the provision of services under this contract. The
contractor will be provided with a time period of 115 days in
which to purchase and prepare new vehicles to be used in
providing services to City hereunder, prior to starting its
service. All vehicles provided must
a. Have a rear-view mirror and side-view mirrors
mounted on both sides of the vehicle
b. Have functioning interior lighting within the passenger
compartments; be equipped with a dry chemical type
A-8-C fire extinguisher with a minimum of a five
pound capacity, equipped with a pressure guage,
mounted and easily accessible to the driver; a first aid
kit mounted and easily accessible to the driver; blood-
bome pathogen spill kits; three safety triangles or
three road flares secured in a convenient location
which will not interfere with passengers.
27
c. Be equipped with operable air conditioning systems of
sufficient size and capacity to provide a cooling effect
throughout the vehicle with temperatures between 70
and 75 degrees, with cold air blowing in all sections of
the vehicle. If the air conditioning system
becomes inoperable during the day. the
Contractor shall replace the vehicle within one
hour, The vehicle shall not again be used until such
time that the air conditioning system has been
repaired.
d. Have exterior free of grime, oil or other substances
and free from cracks, breaks, dents and damaged
paint that noticeably detract from the overall
appearance of the vehicle.
e. Be clean in the interior and free from torn floor
coverings, damaged or broken seats, and protruding
sharp edges. The seats shall be padded and
comfortable. Seat coverings shall have a smooth
surface, such as vinyl or comparable surface, which
allows complete cleaning of any spills with no ability
for spills to soak into the seat.
f. Have unobstructed vision on at least three (3) sides
of the vehicle.
g. Have a properly functioning wheelchair lift mechanism
in order to provide accessibility to those passengers
who are non-ambulatory, unless an accessible low-
floor bus is provided in which case a ramp must be
provided that meets ADA requirements. A minimum of
one (1) wheelchair space must be available on each
vehicle. The wheelchair space shall have a
mechanism in place to properly secure the
wheelchair. If the wheelchair lift becomes inoperable
during the day, the Contractor shall replace the
vehicle within one hour. The vehicle shall not again
be used until such time that the wheelchair lift has
been repaired.
h. All vehicles and equipment on the vehicles shall be
maintained in full operational condition at all times
according to the manufacturer's recommendations.
i. Not have leaks of any kind.
28
j. Be equipped with a functioning horn.
k. At no time during the duration of this Contract or any
renewal thereof shall a vehicle be more than five~
years of age or have more than 150,000 miles as
recorded by the vehicle's odometer. Vehicles must
meet the structural durability specifications developed
by the Florida Department of Transportation for
cutaway minibuses. The bid must include a
description of the type of buses the Contractor
intends to use, including the model, year, and fuel to
be used. Bidders may buy vehicles from the State of
Florida contract at a fixed price once a letter is
provided to and accepted by the FDOT. That contract
can be found at www.transitplus.com/trips/php. Only
new vehicles shall be used at the start of services
hereunder, and those vehicles shall continue to be
used to provide the services to City during the term,
so long as properly maintained and compliant with
applicable law, unless replaced by another new
vehicle which is compliant with the specifications and
applicable law. Vehicles purchased for this contract
shall only be used for service provided to the City of
Aventura as specified herein this IFB and for no other
purposes or clients.
I. There shall be designated room in the vehicles,
including overhead racks or bins on one side of the
bus, for passengers to rest packages such as bags
from groceries and stores. Vehicle drivers are
expected to provide reasonable assistance to
passengers and package handling whenever possible.
m. Vehicles shall not have any exterior displays of
telephone numbers or advertising, unless authorized
by the City.
n. Bidders are encouraged to submit price proposals as
an option that feature "low floor" buses that do not
require passengers to climb up or down steps to enter
or exit, but conform with all other aspects of the
vehicle speCifications contained herein, including a
functioning ramp that meets ADA regulations.
o. The City of Aventura wishes to reduce its carbon
29
3.3.2.3
footprint. Bidders shall submit their base bid using
B20 biodiesel fuel. However, Bidders may also submit
additional quotes for vehicles that are powered by
propane, electric power, diesel-hybrid electric, or
compressed natural gas (CNG). Bidders are
encouraged to apply for incentive grants from the
State of Florida if they wish to use propane or CNG to
help pay for any cost differentials or conversions. The
details of that program are attached to this RFP as
APPENDIX 3.
p. Bidders shall include as an alternate for all vehicles to
be equipped with two security cameras on board to
record any incidents that might occur on the vehicles,
and successful bidder must keep all recordings
available for at least 90 days. If possible, Contractor
shall provide remote website accessibility to all that is
being viewed by the cameras so that City can view
what is being recorded in real time, if possible.
q. Vehicles shall be equipped with GPS tracking
technology that allows both the provider and the city
with the ability to track the location and schedule
adherence of each vehicle live in real time.
Contractor shall provide City with remote website
accessibility and appropriate password if required.
r. Bidders shall include as an alternate automatic
passenger counters on each bus to assure reliable
recording of passenger activity without the need for
drivers to manually record such activity with the
exception of spot checks to ensure accuracy of
equipment.
Vehicle Inspections
Upon issuance of the first Contract and each three (3) months
thereafter, the Contractor shall supply the City with a list of all
vehicles and ID numbers to be used in the subsequent three
months. All vehicles shall be inspected by successful bidder, or
made available for inspection at any time ordered by the City
at its sole discretion. Any vehicle not found in conformity with
the above standards must be removed from service
immediately until any deficiencies are corrected. The City
further reserves the right to order the immediate removal
30
from service of any vehicle not in compliance with any vehicle
standards referenced herein. Failure to comply with these
requirements shall be cause for disallowance of compensation
for services rendered in the violating vehicle. It is anticipated
that the Contractor will use the buses purchased for this
contract throughout the life of the contract.
Type of Vehicle:
The basic type of vehicles which a Contractor may utilize in the provision of
transportation services on all but the Yellow and Blue Route, is described below:
Veh icle Type
Minibus
# of Seats
20-24
Length
22' -26'
The Yellow and Blue routes carries heavier loads of passengers, and the
minibuses used on those routes must be able to seat at least 26 passengers and
be no more than 29 feet long to allow it to maneuver through condominiums and
shopping centers.
Seats in all vehicles shall be soft (padded), vinyl (or other smooth material)
surfaced and forward facing. All model vehicles provided by the contractor must
have completed "Altoona testing" for a seven-year vehicle and the contractor
must attest in writing that they have reviewed the Altoona Test results and
believe that the vehicle is suitable for reliable service to the City of Aventura
throughout the life of the contract.
3.3.2.4 Sufficient Number and Types of Vehicles to Meet Estimated
Demand:
(1) Contractor provided vehicles must conform to the Oty of Aventura's
color scheme. Vehicles must have provisions for, at least, one
wheelchair tie-down position.
(2) The Contractor shall provide at least six (6) vehicles equal to
handle the Peak Vehicle Requirements (PVR) and spare ratio.
Contractor shall provide a back-up vehicle in place within one (1)
hour of a reported breakdown.
(3) The interior shall be cleaned at least once each day and the
exteriors shall be cleaned at least twice per week. The vehicles
shall be free of pests and exterminated for pests at least once per
week.
31
3.4 COMPLIANCE WITH LAWS, LICENSING REQUIREMENTS AND TERMS OF
CONTRACT:
Contractor shall comply with any and all laws, statutes, ordinances, rules, regulations,
and procedural requirements whether federal, State, County, or local and of any agency
or such government, including County and the Federal Transit Administration, which
relate to or in any manner affect the performance of this Contract. This includes
compliance with any existing or future drug policies, the Federal Civil Rights Act of
1964, the Americans with Disabilities Act (ADA), and any laws and regulations issued by
Local County, State, or Federal agencies. Drivers of vehicles must pass a pre-
employment physical and drug-alcohol test in accordance with U.S. Department of
Transportation requirements. Drivers and all other employees conducting safety
sensitive functions will satisfy the requirements of the Operator's Drug and Alcohol
Testing program which will be administered in conformance with the requirements of 49
C.F.R., Part 40 and Part 655. The Contractor shall require drug and alcohol testing of
its employees, including but not limited to pre-employment, reasonable suspicion, post-
accident, and follow-up, with expenses bome by the Contractor.
3.4.1 All participating contractors must provide a System Safety program plan
as required under Florida Statute 341.061 and FOOT Rule 14-90.
3.4.2 Contractor Personnel:
The Contractor shall ensure that relief personnel shall be readily available
throughout the term of the contract. All drivers shall adhere to the follOWing
proVisions.
3.4.3 Personal Appearance
Cleanliness and neatness are required at all times. A driver's uniform must be
clean, pressed, brushed and in good repair at all times; shoes must be shined.
Driver's hair, moustache, and beard must be well groomed or drivers who do not
have moustache or beard must be cleaned shaven. The wearing of non-uniform
apparel will not be pennitted, except during cold weather when drivers will be
permitted to wear a non-uniform jacket or coat.
At all times Contractor drivers shall treat all passengers and the public with
courtesy and respect and shall conduct themselves in a professional manner.
The following acts are specifically prohibited by drivers when providing services
under this contract. This list is not intended to be all inclusive.
a. Use of intoxicating liquors, narcotics or controlled substances of any kind
(excluding doctor's prescriptions) while on duty or reporting for duty in
uniform while under the influence of liquors, narcotiCS, or controlled
substances of any kind (excluding doctor's prescriptions).
32
I
I
i
I
I
I
I
I
I
I
[
i
i
b. Gambling in any form.
c. Smoking and all other uses of tobacco including "e-cigarettes" while on
duty except in places or at times designated for that purpose.
d. Eating or drinking while a passenger is on board.
e. Carrying of pistols, firearms, or concealed weapons while on duty.
f. Resorting to physical violence, including threatened or actual, to settle a
dispute with a fellow employee or the general public while on duty or on
City premises.
g. Spitting or any other unsanitary practices in prohibited or public places.
h. Use of loud, indecent, or profane language and/or making threatening or
obscene gestures toward passengers, the general public, or other
employees.
i. Acceptance of tips from passengers. 'This service is intended to be totally
free to all passengers. Contractors should understand that tipping will not
be allowed, and pay and instruct their drivers accordingly. Accepting tips
shall be grounds for driver removal at the CITY's sole discretion.
j. Drivers are prohibited from using cell phones on board the vehicle while it
is in route unless it is an emergency involving the service that cannot be
dealt with via the bus radio communication equipment, in accordance with
Florida law.
k. Driver's Responsibility
It shall be the responsibility of the driver to devote full attention to the safe,
smooth, and efficient operation of equipment and to avoid discomfort or
inconvenience to passengers. Subject to orders of persons of higher authority,
the driver has charge of the vehicle and shall be responsible for:
a. Adherence to route schedules, scheduled stops and time points;
b. Knowledge and observance of traffic laws and safety regulations;
c. The safety of boarding and alighting passengers at authorized stops only;
d. Calling out of bus stops and major intersections for the visually impaired;
e. Assisting passengers with packages as they board or disembark from the
bus.
33
3.4.3.1 Drivers shall not have a criminal history which might impair the
service to the customers, including convictions for crimes involving
assault, battery and moral turpitude. The Contractor shall, at a
minimum, perform the following checks to determine if the driver
has a criminal background: National Sex Offender Database;
Widescreen National Criminal Search; Address history; Motor
vehicle records; Social Security Number check; Prior drug and
alcohol abuse. Drivers shall not be used if they do not pass these
checks. The Contractor shall maintain personnel records of all
employees utilized to provide the Aventura Express service. In
addition:
a. Drivers shall be of the minimum age of 21.
b. Drivers must be fluent in their understanding, reading, writing,
and speaking the English language. The ability to speak
Spanish would be helpful, but is not required .
C. Drivers shall not have more than two (2) moving violations in
the last 5 years and no DWl/DUI convictions, nor any
chargeable accidents in anyone-year period. The driver must
not have had a driver's license suspended or revoked for
moving violations within the last three years. The driver must
not have been found guilty of fleeing the scene of an accident
or vehicular manslaughter or any death resulting from driving.
d. It is the city's desire for the Contractor to provide vehicles
equipped with Automated Passenger Counters (APC). However,
if the City chooses not to require such capabilities on the
vehicles, drivers shall complete a daily passenger trip report and
a daily vehicle mileage report for each shift worked. All reports
shall be collected and checked by the contractor and turned in
to the City by the 10th of each month. If APC equipment is
installed in each vehicle, drivers will still be requested to record
passenger boardings from time to time to provide an accuracy
check against the data provided by the electronic equipment.
3.4.3.2 Drivers shall have and maintain the State and Federal required
Class C or higher Commercial Drivers License (CDL) with passenger
endorsement, and required County Chauffeurs license.
3.4.3.3 The Contractor shall certify that the drivers and other personnel
providing transportation under this contract will complete an initial
and follow-up training program developed by the Contractor,
subject to prior approval by the City, consisting of at least the
34
following items:
a. Defensive and safe driver training.
b. Basic professional courtesy and customer service.
c. How to de-escalate and avoid confrontational situations.
d. Technical training in the proper use of vehicle equipment,
including but not limited to fire extinguishers, wheelchair lifts
and securement systems, and the communications system.
e. Sensitivity and awareness of the special needs of handicapped
and elderly passengers, including ADA Compliancy training.
f. Training in the completion of required City of Aventura fOnTIs.
g. Drivers shall have a thorough knowledge of the Aventura transit
system schedules and routes; and basic knowledge of other
public transit services available within the Oty.
h. Training in City of Aventura's fare-free policy.
i. It will be the Contractor's responsibility to monitor drivers'
performance and schedule refresher courses, as needed.
This written training program must be submitted with Proposal and is
subject to modification only at the direction of, or with the concurrence
of, the City.
1. The service provided is fare-free to passengers and is expected
to remain so. However, in the event that the City desires to
collect fares, it shall be the responsibility of the Contractor to
secure and install such equipment as directed and specified by
the City. City shall negotiate a cost for this with the Contractor.
2. For the purposes of revenue collection, the City may require the
Contractor to deliver revenue to the City Hall or at such time
intervals as determined by the City, or at City's option a
different method of revenue delivery may be selected.
3.5 SCHEDULES:
Adherence to schedule is of utmost importance. At the City's sole discretion, drivers
may be required to keep time records that indicate actual arrival and/or departure times
and the project supervisor shall check on the accuracy of these records. As much as
35
possible, Aventura Express shuttle routes are designed to meet each other at the
Aventura Mall. Drivers shall be alert to accommodating those passengers who wish to
transfer to another Aventura Express minibus route or a Miami-Dade Transit route.
1. Telephone System: The Contractor shall make available sufficient
telephone capacity to ensure accessible communication between the City
and Contractor's facility. Should the City determine that telephone access
is inadequate, the Contractor must provide a dedicated telephone line.
2. Two-Way Communication System: The Contractor, through a base station
or a City approved altemate communication system, is required to be in
regular communication with all vehicles providing transportation service.
Additionally, the Contractor shall install, pay for, and provide the City with
compatible communications eqUipment to the Contractor's vehicles utilized
in the Contract for purposes of communicating between City and
Contractor's vehicles and/or dispatchers.
3. Automated Vehicle Location: In addition to the communication systems
noted in #1 and #2 above, the City wishes to be able to, at a minimum,
track the location and schedule adherence of each vehicle at all times it is
in service to the City of Aventura on a real time basis through a web
based application or other method the Contractor can provide. The AVL
tracking component shall provide no worse than lO-second updates. The
Contractor is encouraged to include a full reporting suite for all activities
including stops, idling, etc., with real time message alerts for speeding.
This feature should be installed in the vehicles no later than four months
after the contract has started.
4. Automated Passenger Counting: One other additional option the City
wants to consider is the installation of Automated Passenger Counting
equipment and software that is integrated with the AVL system and will
record passengers entering and leaving the vehicles, with the ability to
differentiate those activities, by stop, by direction, with no driver
interaction required. Each bidder must submit in their bid the additional
cost of providing such eqUipment and the software and service required to
provide both the Contractor and the City with this information. The cost
shall be described in an additional cost per hour. This feature should be
installed in the vehicles no later than four months after the contract has
started, if required by City.
3.6 STRIKES AND LOCKOUTS:
There will be no strikes, work stoppages, Sick-outs, picketing while working, slowdowns
or other concerted failure or refusal to perform assigned work by the Contractor's
employees, and there will be no lockouts by the Contractor for the duration of this
36
,
!
I ,
i
I
I
1
i
I
1
I
Contract. The Contractor shall make an attempt to obtain from any association
representing the Contractor's employees a letter of understanding agreeing to support
the City fully in maintaining operations in every way.
Any employee who participates in or promotes an illegal strike, work stoppage, picket
while working, slowdown, sick-out or concerted failure to refuse to perform assigned
work may be discharged or otherwise disciplined by the Contractor.
It is recognized by the parties that the City is responsible for and engaged in activities
which are the basis of the health and welfare of our citizens and that any violation of
this section would give rise to irreparable damage to the City and the public at large.
Accordingly it is understood and agreed that in the event of any violation of this section,
the City shall be entitled to seek and obtain immediate injunctive relief and all other
relief as provided by law, including attorney's fees and full costs associated with the
violation and restoration of service. In the event of a strike, work stoppage, or
interference with the operations and accomplishment of the mission of the City, the
Contractor and any association representing the Contractor's employees shall promptly
and publicly order the employees to return to work and attempt to bring about a
prompt resumption of normal operations.
3.7: NO CONTINGENT FEE:
Contractor warrants that it is has not employed or retained any company or person,
other than a bona fide employee working solely for the Contractor to solicit or secure
the agreement and that it has not paid or agreed to pay any person, company,
corporation, individual or firm, other than a bona fide employee working solely for the
Contractor, any fee, commission, percentage, gift, or other consideration contingent
upon or resulting from the award or making the agreement. For the breach or violation
of this provision, the City shall have the right to terminate the agreement, without
liability, at it's discretion.
3.8: ATTORNEY'S FEES:
If the City incurs any expense in enforcing the terms of the agreement whether suit be
brought or not, contractor agrees to pay all such costs and expenses including but not
limited to court costs, interest, and reasonable attorney's fees.
3.9: ADDENDA, CHANGES OR INTERPRETATIONS DURING BIDDING:
Any inquiry or request for interpretation received seven (7) or more days prior to the
date fixed for the opening of the bids will be given consideration. All such changes or
interpretations will be made in writing in the form of an addendum and, if desired, will
be mailed or sent by available means to all known prospective bidders not later than
five (5) days prior to the established bid opening date. Each prospective bidder shall
acknowledge receipt of such addenda in the space provided therefore in the bid form.
In case any bidder fails to acknowledge receipt of such addenda or addendum, his bid
37
will nevertheless be considered as though it had been received and acknowledged and
the submission of his bid will constitute acknowledgment of the receipt of same. All
addenda are a part of the contract documents and each bidder will be bound by such
addenda, whether or not received by him. It is the responsibility of each prospective
bidder to verify that he has received all addenda issued before bids are opened. Any
questions regarding the specifications may be directed to the Finance Department,
Indra Sarju, Purchasing Agent, located at 19200 Country Club Drive, Aventura, FL
33180, (305) 466-8925 or email tosadui@cityofaventura.com. Under no circumstances
will the city accept facsimile transmissions in lieu of a sealed bid. Any bids received in
the above manner will be deemed unresponsive and a "no bid" will be entered for the
bidder.
3.10: BASIS OF AWARD:
Award will be made to the most responsive and responsible bidder. Evaluation criteria,
in addition to those contained in Sections 2 of 2.17 through 2.19 of the General
Conditions, are the fee proposed, quality of equipment and qual'ifications of personnel,
experience, and the overall ability to perform the services requested.
3.11: BONDS:
The bidder must include a bid bond in the amount of five percent (S%) of the amount
bid for the Annual Fee in Paragraph "A" in the Schedule of Values on page 47. Such
bond may be in the form of a certified or cashiers check or security bond in the form
shown as Appendix 1 to this bid. In addition, the successful bidder shall furnish a
performance bond in the amount of 100% of the yearly Service Agreement Fee bid with
the City of Aventura as the obligee, as security for the faithful performance of the
contract. The bond shall be issued by a satisfactory surety company authorized to do
business in the State of Florida and be in the form shown as Appendix 2 to this bid.
3.12: BID SECURITY FORFEITED, LIQUIDATED DAMAGES:
Failure to execute a contract in the form prepared by City and to file an acceptable
performance bond as provided herein within ten (10) days after written notice of award
has been given shall be just cause for the annulment of the award by City and the
forfeiture of the bid security to the City, which forfeiture shall be considered not as a
penalty, but in liquidation of damages sustained. Awards may then be made to the
next best responsible bidder or all bids may be rejected, as best meets the needs of the
City.
3.13: CONTRACT CONTINUITY:
In the event services are scheduled to end either by contract expiration or by
termination by the City of Aventura (at the City's discretion), it shall be incumbent upon
the contractor to continue the service, if requested by the City, until new services can
be completely operational. At no time shall this transition period extend more than
ninety (90) days beyond the expiration date of the existing contract.
38
I
I
I
I
i
I
I
i
I
! :
i
3.14: COMPLAINTS OR DISPUTES:
The contractor agrees that any complaints received by the City concerning misconduct
on the part of the contractor, such as poor services, discourtesy to passengers, damage
to vehicles, etc., will be referred to the office of the Community Services Department
for appropriate action. The contractor agrees to make any complaints conceming the
City of Aventura available to the City Manager or his designee for action as required.
3.15: UCENSING:
The successful bidder shall be licensed and certified by all appropriate County, State,
and Local agencies. The contractor shall procure at it's own expense, all necessary
licenses and pennits. The contractor shall conform to all applicable laws, regulations,
or ordinances of the State, County, and City.
3.16: INSURANCE:
The Contractor shall purchase and maintain, in full force and effect for the life of the
contract, at contractor's sale expense, the following insurance policies:
1. A business automobile policy which covers any vehicles used in connection
with this agreement, regardless of whether the vehicle is owned, rented,
hired or borrowed by the contractor. This shall specifically include
coverage for the transport of persons as a passenger motor carrier.
Minimum limits for bodily/property damage liability shall be $2,000,000
per occurrence.
2. A comprehensive general liability policy with minimum coverage limits of
$2,000,000.00 for bodily injury and property damage per occurrence.
3. A workers compensation and employer's liability policy which covers all of
the contractor's employees to be engaged in work on this contract as
specified by and in accordance with F.s.s. 440.
The City of Aventura shall be named as additional insured on policies listed as 1-3 of
the contractor's above required policies of insurance except for the Workers
Compensation insurance. The form and types of coverage and sufficiency of insurer
shall be subject to approval of the City Manager.
The contractor agrees to indemnify, defend and hold harmless the City of Aventura
from and against any and all claims, suits, judgments, executions, and/or liabilities as to
bodily injuries and/or property damages which arise or grow out of this contract or
contractors performance or operations hereunder.
39
The contractor shall, in its contract with the City, be required to indemnify and hold
harmless the City and its officers, agents, employees and instrumentalities from any
and all liability, claims, liabilities, losses, and causes of action, including attorneys' fees
and costs of defense which the City or its officers, employees, agents and
instrumentalities may incur as a result of claims, demands, suits, causes of actions or
proceedings of any kind of nature arising out of, or relating to or resulting from the
provision of transportation services by the contractor and/or its officers, employees,
agents or independent contractors. The contractor shall be required to pay all claims
and losses in connections therewith, and shall investigate and defend all claims, suits or
actions of any kind or nature in the name of the City, where applicable, including
appellate proceedings, and shall pay all costs, judgments and attorneys' fees which may
issue thereon. The City shall require that the contractor expressly understands and
agrees that any insurance protection required by this agreement or otherwise provided
by the contractor shall in no way limit the responsibility to indemnify, keep and save
harmless and defend the City and its officers, employees, agents or instrumentalities as
herein provided.
Copies of all policies or certificates of such insurance shall be delivered to the city, and
said documentation shall provide for the City to be notified a minimum of thirty (30)
days prior to any cancellation, termination, reduction or non-renewal of any required
insurance policy.
The Contractor shall also, upon request by the City, provide copies of all official receipts
and endorsements as verification of contractor's timely payment of each insurance
policy premium as required by this contract.
3.17: CONTRACTOR'S RELATION TO THE CITY:
It is expressly agreed and understood that the contractor IS In all respects an
independent contractor as to all work hereunder, and that the contractor is in no
respects an agent, servant, or employee of the City of Aventura. This contract specifies
the work to be done by the contractor, but the method to be employed to accomplish
this work shall be the responsibility of the Contractor, unless otherwise provided in the
contract.
3.18: DISCRIMINATORY PRACTICES:
The contractor shall not deny service, deny access, or deny employment to any person
on the basis of race, color, creed, sex, sexual orientation, religion, or national origin.
The contractor will strictly adhere to the equal employment opportunity requirements
and any applicable requirements established by the City, County, the State of Florida or
the Federal Government.
40
3.19: COUNTY COMPLIANCE:
The contractor shall comply with all requirements of the City's inter-local Agreement
with Miami-Dade County including insurance, indemnification, and licensure and service
requirements. A copy of this agreement is attached to this IFB as Appendix 4. Any
clauses which that City-County inter-local Agreement requires to be provided herein
are hereby incorporated by reference.
3.20: SUB-CONTRACTORS:
Sub-Contractors will be permitted for Motor Coach Charter Service only, at the City's
sole discretion. Sub-contractors are subject to compliance with all terms, conditions,
and speCifications contained herein.
END OF SECTION 3
41
BID FORM
CITY OF AVENTURA
INVITATION FOR BIDS
MUNICIPAL TRANSIT SERVICES
BID # 14-09-15-2
I hereby propose to furnish the goods and services specified in the Invitation for Bid. I
agree that my bid will remain firm for a period of 150 days after bid opened by the City
in order to allow the City adequate time to evaluate the bids.
I certify that all information contained in this bid is truthful to the best of my knowledge
and belief. I further certify that I am duly authorized to submit this bid on behalf of the
Company named as Proposing Company and that said Company is ready, willing and
able to perform if awarded the contract.
I further certify, under oath, that this bid is made without prior understanding,
agreement, connection, discussion, or collusion with any other person, firm or
corporation submitting a bid; no officer, employee, or agent of the City of Aventura or
any other bidder has an interest in said bid. Furthermore, I certify that the undersigned
executed this Bid Form with full knowledge and understanding of matters therein
contained and was duly authorized to do so.
Addendum # Dated ___ _
Addendum # Dated ----
Addendum # Dated ___ _
Attached hereto are the following forms/documents which form a part of this bid:
Attachments
Bid Form
Respondent's Certification
No Bid or Proposal Response
Schedule of Values
Bidder's Qualifications Form
Agency References
Other References
Vehicle & Equipment List
Bid Exception Form
Indemnification Clause
Sworn Statement Pursuant to Section 287.133 (3) (a), Florida Statutes
On Public Entity Crimes
Business Entity Affidav"lt
42
Drug-Free Workplace Affidavit
Anti-Kickback Affidavit
Non-Collusive Affidavit
Appendix 1 -Bid Bond
Name of Bidding Company
BY:
Signature
Name & Title, Typed or Printed
Mailing Address
Sworn to and subscribed before me
This day of
______________________ ,/2° ___
Notary Public
State of ________________ _
My Commission Expires: ____ _
City, State, Zip Code
LJ
Telephone Number
Atte~: __________________ _
SEAL BIDDER'S NAJv1E: _________ _
(if Corporation) CO~~ANYNA~:: ______ _
43
CITY OF AVENTURA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICES
BID # 14-09-15-2
RESPONDENT'S CERTIFICATION
CERTIFICATE
(if Corporation)
STATE OF )
COUNTY OF
) SS
)
I HEREBY CERTIFY that a meeting of the Board of Directors of
the ------
a corporation existing under the laws of-the-State of _, held on
_________ , 2014, the following resolution was duly passed and adopted:
RESOL YED, that, as of the Corporation, be and is hereby authorized to
execute the proposal dated., , 2014 to the City of A ventura from this
corporation and that his execution thereof, attested by the Secretary of the Corporation,
and with the Corporate Seal affixed, shall be the official act and deed of this Corporation
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of
corporation on this the of ____ . _____ _
Secretary
(SEAL)
44
CITY OF AVENTURA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICES
IFB # 14-09-15-2
RESPONDENT'S CERTIFICATION
CERTIFICATE
(if Partnership)
STATE OF
COUNTY Of
I HEREBY
the
CERTrFY
)
) SS
)
that a meeting
----------------------------------
of the Partners
a partnership existing under the laws of-the-State of , held on
_______ ,2014, the following resolution was duly passed and adopted:
"RESOL YED, that
as of --------
Partnership, be and is hereby authorized to execute the proposal dated ______ _
of
the
2014, to the City of Aventura from this partnership and that his execution of thereof,
attested by the shall be the official act and deed of this
Partnership. "
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this __ , day of ___ __
2014
Secretary
(SEAL)
45
1
1
!
I
I
I
i
!
CITY OF AVENTURA
"NO BID or PROPOSAL" RESPONSE
If your finn is unable to submit a bid, please complete and return this fonn prior to date shown
for receipt of proposal, and return to:
CITY OF A VENTURA
We have declined to propose on BID # 14-09-15-2, for the following reasons:
~ __ ~We do not offer this service/product
______ Our schedule would not permit us to perform
______ Unable to meet specifications
______ Unable to meet bond/insurance requirements
Specifications unclear (please explain below)
Other (please specify below)
REMARKS -------
---~-~~-------~ ---
Typed Name and Title
-~~--~ ~ ~.-----
Company Name
Address
Business Phone Fax Number
46
CITY OF A VENTURA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICES
IFB # 14-09-15-2
SCHEDULE OF VALUES
PROPOSED TOTAL ANNUAL PRICE (TO BE PAID BY THE CITY IN EQUAL MONTHLY
INCREMENTS), FOR MUNICIPAL TRANSIT FOR THE CITY OF AVENTURA FOR BASE
SERVICE FOR THE FIRST THREE YEARS OF THE CONTRACT USING BIODEISEL B20
FUEL:
A. $ ~ THE TOTAL ANNUAL FEE FOR
EACH TWELVE MONTH PERIOD FOR FIXED ROUTE SERVICE.
B. $ PER HOUR COST FOR FIXED-ROUTE MINIBUS SERVICE AS
REQUESTED BY THE CITY.
c. $ PER HOUR COST OF 32 PASSENGER BUS SERVICE FOR
CITY SENIOR TRAVEL PROGRAMS TO AREA ATTRACTIONS AND MUSUEMS, ETC~
APPROXIMATELY 12 PER YEAR.
D. $ PER HOUR COST OF MINI BUS SERVICE FOR SPECIAL
EVENTS WITHIN THE CITY.
Costs for the final two years are subject to an adjustment for fuel and personnel
expenses only and are subject to the approval of the City Manager. Any request for
adjustment must be justified and documented thoroughly by the Contractor and
submitted to the City Manager at least ninety (90) days prior to the end of the third
year of the contract.
Providing Mini Bus Service using alternate fuels:
Propane:
Total Annual Fee $ _____ _ Hourly Fee $ _____ _
Compressed Natural Gas:
Total Annual Fee $ _____ _ Hourly Fee $ _____ ... _
Hybrid:-electric:
Total Annual Fee $ _____ _ Hourly Fee $ ____ _
47
Electric:
Total Annual Fee $ _____ _ Hourly Fee $
The City has also requested bidders to provide prices for ALTERNATIVES to the base
service, including using low floor buses and Automated Passenger Counters. Please
provide the additional costs associated with each of these options below:
ALTERNATE #1:
$ AS THE TOTAL ADDITIONAL FEE PER
HOUR FOR PROVIDING SERVICE USING LOW FLOOR BUSES (Please indicate
manufacturer and model and confirm it has been Altoona tested as a seven year
vehicle)
ALTERNATE #2:
$ AS THE TOTAL ADDmONAL FEE PER
HOUR FOR PROVIDING AUTOMATED PASSENGER COUNTING CAPABILITY AND
INFORMATION AS DESCRIBED IN SECTION 3 of 3.5 (4) OF THE SPECIAL CONomONS
ALTERNATE # 3:
$ AS THE TOTAL AODmONAL FEE PER
HOUR FOR PROVIDING SECURITY CAMERAS AS DESCRIBED IN SECTION 3.3.2.2 (P)
OF THE SPECIAL CONDITIONS
1) I agree to be bound by all terms and conditions contained in this Invitation for
Bid.
YES NO *
2) I agree that the yearly Services amount as proposed shall remain in effect for the
first three (3) years of the fIVe (5) year contract.
YES NO *
If "no" to any question, bidder must fully describe their proposed
exception on Bid Exception Form.
Bidder Name and Title
Company Name
Address
Phone
Email Address
48
CITY OF A VENTURA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICES
IFB # 14-09-15-2
BIDDER'S QUALIFICATIONS
(page 1 of3)
NOTE: This ~iatement of Proposer's Qualification must be completely filled out, properly
executed and returned as part of your Bid.
1. List the true, exact, and proper names of the company, partnership, corporation, trade or
fictitious name under which you do business and principals by names and titles:
Name of Company:
Address:
---~ --~--------
Principals: Titles:
-----~
2. a. Are you licensed, as may be required, in the designated area(s) of Miami-Dade County,
Florida? YES NO
b. List Principals Licensed:
Name(s): Title: -------
Remarks:
----------------
3. How long has your company been in business and so licensed? ______________ _
49
BIDDER'S QUALIFICATIONS (continued)
(page 2 of3)
4. If Proposer is an individual, corporation, or a partnership, answer the following:
a. Date of Organization --------------b. Name, address and ownership units of all partners:
-------... -_. -----
c. State whether general or limited partnership:
d. State whether a corporation . ___ _ . Date and place of incorporation
If Proposer is other than an individual, corporation or partnership, describe the organization
and give the name and address of principals.
5. If Proposer is operating under a fictitious name, submit evidence of compliance with the
Florida Fictitious Name Statute.
6. How many years has your organization been in business under its present business name?
a. Under what other former names has your organization operated?
-------------------_._---
7. a. lIas your company ever failed to complete a bonded obligation or to complete a contract?
YES NO ---
a If so, give particulars including circumstances, where and when, name of bonding
company, name and address of contracting parties, and disposition of matter:
50
BIDDER'S QUALIFICATIONS (continued)
(Page 3 of3)
b. Are you now or in the past five (5) years been involved as a defendant in litigation
concerning the performance of your company operations'? If so list:
~~~.~--------------~-
-----------~--
8. a. List the pertinent experience of the key individuals of your organization; (continue on
insert sheet, if necessary).
-~-------~----------------------~
b. State the name of the individual(s) who will have personal supervision of the work,
and what experience they have in supervising shuttle bus systems:
----------------------
---------------------
9. List name and title of persons in your company who are authorized to enter into a contract
with the City of Aventura, Florida for the proposed work should your company be the
successful Proposer.
Name
Title
10. Describe your Company's experience in providing services to other agencies similar to the
comprehensive service to be provided herein.
Bidder Name and Title
Company Name
Address
Phone
51
AGENCY REFERENCES
BIDDER's shall submit as a part of their bid package a list of Agency, Address, Telephone and
Fax Numbers, and Contact person at the Department of all Governmental Agencies for which
your firm has provided bus services within the past five years. (*Indicates required informatioQ)
Name: -------------------------------------------------------------------
Contact Name:
*Addrcss:
*Telephone No.: _____________ _ *Fax No.: _____________ _
Cell Phone No.: Email: -----------------------
DmeofContract~: __________________________________________________ _
..•.........•..•.•.........•........•...........•....•.....••....•.....•...•...
Name: ____________________________________________________________ __
Contact Name:
*Address:
*Tclephone No.: _________ _ * Fax No. : ___________________ ~ __ _
Cell Phone No.: _________ _ Email:
DmeofContract~: ____________________________________________________ __
52
AGENCY REFERENCES cont.
Namc: __________________________________________________ __
Contact Name:
*Address:
*Telephone No.: __________ _ *Fax No.: ---------------------------
Cell Phone No.: _________ _ Email: ___________ ~ __ _
Date ofContract _____________________________ _
******************************************************************************
Name: ________________________________________ __
Contact Name:
*Address:
*Telcphone No.:. _________ _ *Fax No.: _________ _
Cell Phone No.: __________ _ Email:
Date of Contract: --------------------------------------------
******************************************************************************
Name:
Contact Name:
*Addrcss:
*Telephonc No.: _________ _ *Fax No.: ____ . _________ _
Ccll Phone No.: __________ _ Email:
Date of Contract __________________________________ _
53
OTHER REFERENCES
BIDDER's shall submit as a part of their bid package, Agency, Address, Telephone and Fax
Numbers, and Contact person at Department of all Non-Governmental entities for which your
firm have provided bus services within the past five years. (*Indicates required information)
Name: ________________________________________________________ __
*Contact Name:
*Address: ___________________________________________________ ___
*Telephone No.: __________ _ *Fax No.: ______________ _
Cell Phone No.: __________ _ Email: ________________ _
Date of Contract: _________________________ _
....•.••.......................•............................•...........•......
Name: ____________________________________________________ ___
Contact Name:
*Address: ______________________________________________ _
*Telephone No.: ___________ _ *Fax No.: ________________ _
Cell Phone No.: Email: ________________ _
DmcofContract __________________________________________ _
54
OTHER REFERENCES cont.
Name: -----------------------------------------------------
Contact Name:
*Address:
*Telephone No. : _____________ _ *Fax No.: _________ _
Cell Phone No.: _________ _ Email:
Date of Contract: --------------------------------------------------
******************************************************************************
Name: ______________________________________________________ __
Contact Name:
*Address:
*Telephone No.: _________ _ *Fax No.: _________________ _
Cell Phone No.: _________ _ Email:
Date ofContract: ________________________ _
******************************************************************************
Name: ____________________________________________________________ __
Contact Name:
*Address:
*Telephone No.: _________ __ *Fax No.: _______________ _
Cell Phone No.: Email: -------------------
Date of Contract __________________________________________________ _
55
CITY OF A VENTURA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICES
IFB # 14-09-15-2
VEHICLE & EQUIPMENT LIST
List vehicles and equipment to be used in accordance with Contract.
Group the vehicles and equipment by class and state year, make, condition, mileage,
and ownership information for each. Say if any of the vehicles have been in any
accidents and describe what repairs were necessary.
-------~--~.~-----~.~----
------~-~------
~----------.-~-~ -~----
~---~--------.--~~--------
Bidder Name and Title
Company Name
Address
Phone
---~---------------------Email Address
56
CITY OF AVENTURA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICES
IFB # 14-09-15-2
BID EXCEPTION FORM
(See Bid Form)
The Company wishes to take exception to the following items:
Page Item Costs
Bidder Name and Title
Company Name
Address
Phone
57
CITY OF AVENTURA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICES
IFB # 14-09-15-2
INDEMNIFICATION CLAUSE
The Contractor shall indemnity, defend, and hold harmless the City Commission, the City of
A ventura and City's officers, agent" and employees from and against all claims, damages, losses
and expenses (including attorney's fees) arising out of or resulting from the contractor's
performance of the work, provided that any such claim, damage, loss, or expense (1) is
attributable to bodily injury, sickness, disease, or death, or to injury to or damage or destruction
of property including the loss of use resulting therefrom, and (2) is caused in whole or in part by
any breach or default by Contractor or negligent act or omission of the Contractor, any
Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts
any of them may be liable, regardless or whether or not it is caused in part by a party indemnified
hereunder.
Proposer's Name
STATE OF FLORIDA
COUNTY OF MIAMI-DADE
Signature Date
SWORN TO AND SUBSCRIBED before me, the under signed authority,
--:-:--:--______ who, after first being sworn by me, affixed his/her
[name of individual signing]
signature in the space provided above on this __ day of ______ , 20 __ .
-----------
NOTARY PUBLIC
58
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORi"i TO IN THE
PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICAL
AUTHORIZED TO ADMINISTER OATHS.
I. This sworn statement is submitted to the CITY OF A VENTURA, FLORIDA
By: __________ -,--_
(print individual's name and title)
For: ----------_.-
(print name of entity submitting sworn statement)
whose business address is: -----------
and (if applicable) its Federal Employer Identification Number (FEIN) is: __ . __ _
(lfthe entity has no FEIN, include the Social Security Number of the individual signing this sworn
statement: ___ -_ .. __ -____ .)
2. I understand that a ""public entity crime" a<; defmed in Paragraph 287.133 (l)(g), Florida Statutes,
means a violation of any st!ite or federal law by a person with respect to and directly related to the
transaction of business with any public entity or with an agency or political subdivision of any other
state or of the United States, including but not limited to, any bid or contract for goods or services to
be provided to any public entity or an agency or political subdivision of any other state or of the
United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or
material misrepresentations.
3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1 ) (b), Florida
Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an
adjudication of guilt, in any federal or state trial court of record relating to charges brought by
indictment or infonnation after luJy 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a
plea of guilty or non contendere.
4. I understand that an "affiliate" as defined in Paragraph 287. 133(1)(a), Florida Statutes, means:
1. A predecessor or successor of a person convicted of a public entity crime; or
2. An entity under the control of any natural person who is active in the management of the entity
and who has been convicted of a public entity crime. The term "affiliate" includes those officers'
directors, executives, partners, shareholders, employees, members, and agents who are active in
the management of an affiliate. The ownership by one person of shares constituting a controlling
interest in another person, or a pooling of equipment or income among persons when not for fair
market value under an arm's length agreement, shall be a prima facie case that one person
controls another person. A person who knowingly enters into a joint venture with a person who
has been convicted of a public entity crime in Florida during the preceding 36 months shall be
considered an affiliate.
5. I understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any
natural person or entity organized under the laws of any state or of the United States with legal power
to enter into a binding contract and which hids or applies to bid on contracts for the provision of
goods or services let by a public entity, or which otherwise transacts or applies to transact business
with a public entity. The term "person" includes those ofTicers, directors, executives, and partners.
59
Shareholders, employees, members, and agents who are active in management of an entity.
6. Based on infonnation and belief, the statement, which I have marked below, is true in relations to the
entity submitting this sworn statement. (Indicate which statement applies).
o Neither the entity SUbmitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, nor any affiliate ofthe entity has been charged with and convicted of a public entity crime
subsequent to July I, 1989.
o The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, or an affiliate of the entity has been charged with and convicted of a public entity crime
subsequent to July 1, 1989.
o The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agent~ who are active in the management of the
entity, or an affiliate ofthe entity ha" been charged with and convicted of a public entity crime
subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing
Officer of the State of Florida, Division of Administrative Hearings and the final Order entered
by the I-Iearing Officer determined that it was not in the public interest to place the entity
submitting this sworn statement on the convicted vendor list (attach a copy of the final order).
I UNDERSTAND THAT THE SUBMISSION OF TIDS FORM TO TIlE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR
THAT PUBLIC ENTITY ONLY AND THAT l'HIS FORM IS VALID THROUGH DECEMBER
31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM
REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT
IN EXCESS 01<' THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA
STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION
CONTAINED IN THIS FORM.
Signature
Sworn to and subscribed before me this ____ day ,20_
Personally known ___ _
OR __ -,-Name of Notary
Produced identification ___________ Notary Public -State of _____ _
60
BUSINESS ENTITY AFFIDAVIT
(VENDORIBIDDER DISCLOSURE)
I, ____________________ , being first duly sworn
State:
The full legal name and business address of the person(s) or entity contracting or transacting
business with the City of A ventura ("City") are (Post Office addresses are not acceptable), as
follows:
Federal Employer Identification Number (If none, Socia/ Security Number)
Name of Entity, Individual, Partners or Corporation
----~~--~-~-~-~~--~--~~-~
Street Address Suite City State Zip Code
OWNERSHIP DISCLOSURE AFFIDA VIT
1. If the contact or business transaction is with a corporation, the full legal name and
business address shall be provided for each officer and director and each stockholder who
holds directly or indirectly five percent (5%) or more of the corporation's stock. If the
contract or business transaction is with a trust, the full legal name and address shall be
provided for each trustee and each beneficiary. All such names and addresses are (Post
Office addresses are not acceptable), as follows:
Full Legal Name Address Ownership
%
% -------
% ----
61
The full legal names and business address of any other individual (other than subcontractors,
material men, suppliers, laborers, or lenders) who have, or will have, any interest (legal
equitable, beneficial or otherwise) in the contract or business transaction with the City are (Post
Office addresses are not acceptable), as follows:
Signature oj Affiant Date
Print Name
Sworn to and subscribed before me this ____ day of _______ , 20 __ '
Personally known ____ ~ ___ .~ ___ _
OR Notary Public
Produced identification ------Notary Public -State of __ _
My Commission expires:
Type of identification
~----
Printed, typed or stamped commissioned
62
CITY OF AVENTURA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICES
IFB # 14-09-15-2
DRUG-FREE WORKPLACE AFFIDAVIT
FLORIDA STATE STATUTE 287.087
In order to have a drug-free workplace program, a business shall:
a) Publish a statement notifYing employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is prohibited in the
workplace and specifying the actions that will be taken against employees for violations
of such prohibition.
b) Infonn employees about thc dangers of drug abuse in the workplace, the
business's policy of maintaining a drug-free workplace, any available drug counseling,
rehabilitation, and employec assistance programs, and the penalties that may be imposed
upon employees for drug abuse violations.
1) Give each employee engaged in providing the commodities or
contractual services that are under Bid a copy of the statement specified in
subsection (l).
2) In the statement specified in subsection (1), notify the employees
that, as a condition of working on the commodities or contractual services that are
under Bid, the employee will abide by the terms of thc statement and will notify
the employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of chapter 893 or of any controlled substance law of the United States or
any state, for a violation occurring in the workplace no later than five (5) days
after such conviction.
63
DRUG-FREE WORKPLACE AFFIDAVIT (continued)
3) Impose a sanction on, or require the satisfactory participation in a
drug abuse assistance or rehabilitation program if such is available in the
employee's community, by any employee who is so convicted.
4) Make a good faith effort to continue to maintain a drug-free
workplace through the implementation of this section.
FLORIDA STATE STATUTE 287.087
As the person authorized to sign the statement, I certify that this firm complies fully with the
above requirements.
---~ .. --.-----
Vendor's Signature
64
CITY OF AVENTURA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICES
IFB # 14-09-15-2
ANTI-KICKBACK AFFIDAVIT
STATE OF FLORIDA
COUNTY OF
}
ss:
}
I, the undersigned, hereby duly sworn, depose and say that no portion of the sum herein
bid will be paid to any employees of the City of Aventura, its elected officials, and
____ or its design consultants, as a commission, kickback,
reward or gift, directly or indirectly by me or any member of my firm or by an officer of the
corporation.
By:
Title: ----"--
Sworn and subscribed before this
___ day of , 20_
Notary Public, State of Florida
(Printed Name)
My commission expires: _____ " _____ _
65
CITY OF AVENTURA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICES
IFB # 14-09,.15-2
NON-COLLUSIVE AFFIDAVIT
STATE OF FLORIDA }
SS:
COUNTY OF }
_____________ being first duly sworn, deposes and says that:
a) Helshe is the _________________ , (Owner,
Partner, Officer, Representative or Agent) of the
Proposer that has submitted the attached Proposal;
b) Helshe is fully informed respecting the preparation and contents of the
attached Proposal and of all pertinent circumstances respecting such Proposal;
c) Such Proposal is genuine and is not collusive or a sham Proposal;
d) Neither the said Proposer nor any of its officers, partners, owners,
agents, representatives, employees or parties in interest, including this affiant,
have in any way colluded, conspired, connived or agreed, directly or indirectly,
with any other Proposer, finn, or person to submit a collusive or sham Proposal
in connection with the Work for which the attached Proposal has been submitted;
or to refrain from proposing in connection with such work; or have in any manner,
directly or indirectly, sought by person to fix the price or prices in the attached
Proposal or of any other Proposer, or to fix any overhead, profit, or cost elements
of the Proposal price or the Proposal price of any other Proposer, or to secure
through any collusion, conspiracy, connivance, or unlawful agreement any
advantage against (Recipient), or any person interested in the proposed work;
e) The price or prices quoted in the attached Proposal are fair and
proper and are not tainted by any collusion, conspiracy, connivance, or unlawful
agreement on the part of the Proposer or any other of its agents, representatives,
owners, employees or parties in interest, including this affiant.
66
NON-COLLUSIVE AFFIDAVIT (continued)
Signed, seaJed and delivered
in the presence of:
Witness
Witness
67
By:~ _______ _
(Printed Name)
(Title)
NON-COLLUSIVE AFFIDAVIT (continued)
ACKNOWLEDGMENT
STATE OF FLORIDA
COUNTY OF
}
SS:
}
BEFORE ME, the undersigned authority personally appeared
_______________ to me well known and known by me to be the
person described herein and who executed the foregoing Affidavit and acknowledged to and
before me that executed said Affidavit for the
purpose therein expressed.
WITNESS, my hand and official seal this ___ day of ____ _ ---'
20
My Commission Expires:
Notary Public State of Florida at Large
68
APPENDIX 1
BID BOND
STATE OF FLORIDA )
) 55:
COUNTY OF MIAMI-DADE )
KNOW ALL MEN BY THESE PRESENTS, that we, _________ _
_____________ ---', as Principal, and ________ _
-----________ ---1, as Surety, are held and firmly bound unto the
City of Aventura, a municipal corporation of the State of Florida in the penal sum of -
_____ Dollars ($ ), lawful money of the United States,
for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents.
THE CONOmON OF THIS OBLIGATION IS SUCH that whereas the
Principal has submitted the accompanying Bid, dated , 2014
For: MUNICIPAL TRANSIT SERVICES
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate
(b) If said Bid shall be accepted and the prinCipal shall properly execute and deliver
to said City the appropriate contract documents (Contract for Services,
Performance Bond, Insurance, etc.), and shall in all respects fulfill all terms and
conditions attributable to the acceptance of said Bid,
then this obligation shall be void; otherwise, it shall remain in force and effect, it being
expressly understood and agreed that the liability of the Surety for any and all claims
hereunder shall in no event exceed the amount of this obligation as herein stated.
The Surety, for value received, hereby agrees that the obligations of the said Surety
and its bond shall be in no way impaired or affected by any extension of time within
which said CITY may accept such BID; and said Surety does hereby waive notice of any
extension. .
IN WITNESS WHEREOF, the above bound parties have executed this instrument
under their several seals this day of , 2014,
the name and the corporate party being hereto affixed and these presents being duly
signed by its undersigned representative.
69
IN PRESENCE OF:
ArrEST:
Secretary (If Corporation)
(SEAL)
Corporation, Individual or Partnership Principal)
By:
(Contractor)
(Business Address)
(City/State/Zip)
(Business Phone)
By: ______________________ ___
(Surety)
By: (SEAL)
(Attomey-in-Fact)
By: __________________________ _
(Registered Florida Agent for Surety)
IMPORTANT Surety companies executing bond must appear on the Treasury
Department's most current list (circular 570 as amended) and be authorized to transact
business in the State of Florida.
70
APPENDIX 2
PERFORMANCE BOND FOR MUNICIPAL TRANSIT SERVICES
CONTRACT
KNOWING ALL MEN BY THESE PRESENTS, that ,
As Principal, and , as Surety, are held and firmly
bound unto City of Aventura, Florida (herein "the Obligee'') in the penal sum of
___________ ($ ) dollars lawful money of the
United States of America for the payment of which sum of money, the principal and the
Surety bind themselves, their heirs, executors, administrators, successors and assigns,
jOintly and severally and firmly by these presents:
WHEREAS, the principal has contracted with the Obligee to provide Municipal
Transit Service, pursuant to contract of , 2014, (the
"Contractor) ;
WHEREAS, pursuant to the Contract, the Principal is required to provide to
Obligee a guarantee for the full and faithful performance by Principal of the Obligations
imposed by this contract.
NOW, THEREFORE, the conditions of this Bond are such, that if the above
bounded Principal shall in all respects comply with the terms and conditions of the
Contract and principal's obligations thereunder, and shall indemnify and save harmless
the said Obligee against or from all costs, expense, damage, injury, or loss to which the
said Obligee may be subjected by reason of any wrongdoing, misconduct, want or care
of skill, negligence or default on the part of said Principal, its agents or employees, in
the performance of the Contract, then this Bond shall be VOid, otherwise to remain in
full force in effect.
This Bond shall remain in full force and effect for a period commencing upon
the effective date of the Contract and ending one (1) year after termination or
expiration of the Contract. All suits at law or in equity to recover on this Bond must be
instituted within twelve (12) months after the expiration of the Bond as referred to
hereinabove.
IN WITNESS WHEREOF, the said ____________ -1
As Principal herein has caused these presents to be signed in its name by ___ _
____________ , its President or Vice President and attested by
____________ , its Secretary or Assistant Secretary under its
Corporate Seal, and the said _________________ , as
Surety herein has caused these presents to be signed in its name by _____ _
__________ -', its Attorney-in-Fact, and its Corporate Seal duly
attached by ______________ ---1' its Attorney-in-Fact,
hereunto affixed this day of , in the year 2014.
71
ATTEST
BY: __________________ __
TITLE
(SEAL)
ArrEST:
BY: __________________ __
TITLE
(SEAL)
Approved as to form and sufficiency
By City Attorney on behalf of the
Obligee City this day of
____________ ---1, 2014.
BY: -------------------
CONTRACTOR
BY:
BY:
SURETY
BY:
ATTORNEY-IN-FACf
BY __________________________ _
Registered Florida
Agent for Surety
Weiss Serota Helfman Pastoriza Cole & Boniske, P.L.
City Attorney, by
David M. Wolpin, Esq.
72
APPENDIX 3
50-4.001 Natural Gas Fuel Fleet Vehicle Rebate
(1) This rule applies to any applicant seeking a rebate under the Natural Gas Fuel Fleet
Vehicle Rebate program for the cost of conversion or the incremental cost incurred by an
applicant in connection with the conversion, purchase, or lease for a minimum term of 5
years, of a natura! gas fleet vehicle placed into service on or after July 1, 2013. Pursuant
to Section 377.810(3), F.5., an applicant is eligible to receive a maximum rebate of
$25,000 per purchased, leased .. or converted vehicle, not to exceed 50 percent of eligible
costs. Each applicant may receive up to a total of $250,000 per fiscal year on a first come,
first serve basis.
(a) "Placed into service" means when a vehicle is purchased, leased, or converted.
(b) "Natural gas fuel" means any liquefied petroleum gas product, compressed natural
gas product, or combination thereof used in a motor vehicle as defined in Section
206.01(23), F.S. This term includes, but is not limited to, all forms of fuel commonly or
commerdally known or sold as natural gasoline, butane gas, propane gas, or any other
form of liquefied petroleum gas, compressed natural gas, or liquefied natural gas. This
term does not include natural gas or liquefied petroleum placed in a separate tank of a
motor vehide for cooking, heating, water heating, or electric generation.
(2) An applicant seeking a Natural Gas Fuel Fleet Vehicle Rebate must apply to the
Department of Agriculture and Consumer Services, Office of Energy (Department) as
follows:
(a) Applicants shall complete a Natural Gas Fuel Fleet Vehicle Rebate Application,
FDACS-01976, Rev. 10/13, for each vehicle purchase, lease, or conversion.
73
(b) Applications shall be submitted by certified mail or hand delivery to the Natural Gas
Fuel Fleet Vehicle Rebate, 600 South Calhoun Street, Suite 251, Tallahassee, Florida
32399-0001. Applications must be received by the Department by 5:00 P.M. Eastern
Standard Time on June 30 of each year that funding is available.
1. Certified mail means the service provided by the United States Postal Service
whereby the sender is provided with a mailing receipt and delivery record.
2. Hand delivery means any submission of an application or applications to the
Department from a representative of an applicant, courier, or a private delivery service. If
there is a physical first-come, first-served line, applications delivered by couriers and
private delivery services will be signed for by the Department and then given a place at
the end of that line at the time that they are received.
(c) Applications will be accepted according to the following schedule:
1. During the first year of the program (July 1, 2013 to June 30, 2014) applications will
be accepted beginning at 8:00 A.M. Eastem Standard Time on January 7, 2014;
2. During the second year of the program (July 1, 2014 to June 30, 2015) applications
will be accepted beginning at 9:00 A.M. Eastern Standard Time on July 1, 2014;
3. During the third year of the program (July 1, 2015 to June 30, 2016) applications
will be accepted beginning at 9:00 A.M. Eastern Standard Time on July 1, 2015;
4. During the fourth year of the program (July 1, 2016 to June 30, 2017) applications
will be accepted beginning at 9:00 A.M. Eastern Standard Time on July 1, 2016; and
5. During the fifth year of the program (July 1, 2017 to June 30, 2018) applications will
be accepted beginning Qt9:00 AM Eastern Standard Time on July 3, 2017.
(d) Applications must include the information required by the Natural Gas Fuel Fleet
74
Vehicle Rebate Application, FDACS-01976, Rev. 10/13.
(e) Applications must include an itemized list of the following supporting
documentation:
1. A legible photocopy of the purchased, leased, or converted vehicle's valid and
current (as of the date the application is received by the Department) registration.
Applications for vehicles proportionally registered in Florida must also provide a letter
signed by an authorized corporate officer that includes an affirmation that a majority of
the vehicle's operation will take place in Rorida, as well as a description of the location(s)
of the facilities where the vehicles are primarily headquartered, fueled and maintained.
2. The Vehicle Identification Number (VIN) of the purchased, leased, or converted
vehicle ... y
3. For converted vehides, a dear and legible photograph of the Vehicle Identification
Number (VIN) from the vehicle~y
4. For converted vehicles, a clear photograph of the converted vehicle.,j
5. For converted vehicles, a clear photograph of the natural gas fuel tank installed on
the vehicle ... y
6. A copy of the Environmental Protection Agency Certificate of Conformity with the
Clean Air Act of 1990 that corresponds with the vehicle's engine or installed conversion kit,
or documentation that the installed conversion system is an Environmental Protection
Agency Certified Altemative Fuel Conversion System, Intermediate Age Clean Alternative
Fuel Conversion System, or Outside Useful Life Clean Alternative Fuel Conversion System.
7. For a vehicle purchase or lease, documentation of the cost of the equivalent diesel
or gasoline vehicle
75
8. In the case of a conversion of a metered taxi! a copy of a valid and current weights
and measures permit pursuant to Section 531.60! F.5.
(f) Applications must document investment in a natural gas fuel fleet by including both
an invoice and corresponding proof of payment for all vehicle purchases, leases, or
conversions for which the applicant is seeking a Natural Gas Fuel Fleet Vehicle Rebate. An
explanation shall be included concerning price and proofs of payment if multiple vehicles
are purchased, leased, or converted with the same payment.
1. Proofs of payment shall redact instances of bank account and credit card numbers
(except the last 4 digits) and all financial infonnation not pertaining to the purchase, lease
or conversion of the vehicle represented on the application.
2.-h Acceptable fonns of proof of payment include
a. A canceled check with proof of deposit;
b. A copy of an electronic funds transfer from a financial institution including the
purchase amount and to whom the payment is being made;
c. A bank statement or a_screenshot of an online bank statement reflecting the
transaction (with unrelated information redacted) showing the purchase amount and to
whom the payment is being made;
d. A signed and executed lease contract;
e. A credit card statementJeflecting the transaction shOWing the cardholder'S name,
address! the purchase amount, and to whom the payment is being made; or~
f. A signed and executed promissory note or signed and executed auto loan.
3. The proof of payment must contain at least:
a. A payment amount of at least the price of the purchased or leased vehicle or vehicle
76
conversion; and
b. The name of the seller from which the vehicle was purchased or leased, or the
company that completed the vehicle conversion; and
4. The invoice must contain at least:
a. The name and address of the seller from whom the vehicle was purchased or
leased, or the company that completed the vehicle conversion;
b. The price of the vehicle purchase, lease, or conversion;
c. The Vehicle Identification Number of the purchased, leased or converted vehicle
represented on the application; and
d. In the case of a vehicle purchase or lease, a clear indication that the vehicles
represented on the invoice are natural_gas fuel powered motor vehicles.
(g) Copies of documentation in place of originals will be accepted; however, if the
Department determines the application or supporting documentation is illegible, the
application will be determined incomplete.
(h) Each applicant shall complete the sworn statement, included as part of the
application fonn, affirming; that the natural gas fuel fleet vehicle(s) eligible for the rebate
are in compliance with applicable United States Environmental Protection Agency emission
standards.
(i) Each applicant shall complete the sworn statement[ included as part of the
application form, affirming: that the information contained in the application and
supporting documentation is true and correct; that vehicle purchase/lease or conversion
for which the applicant is seeking a Natural Gas Fuel Fleet Vehicle Rebate have not
previously received a Natural Gas Fuel Fleet Vehicle Rebate; and that the requirements of
77
Section 377.810, F.5., and this rule have been met.
(3) -(5) No changes.
(6) The Department will evaluate the application to verify that the applicant has met
the qualifying statutory and rule criteria. If the Department determines that the applicant
is eligible for rebate, the Department will retain the original application and issue a written
notification that the application is complete. The Department shall issue each rebate after
it is determined that all required information has been provided to make that
application complete and after that application has been reviewed and approved,
provided funds are available to do so.
(7) -(9) No changes.
(10) Applications received after funding has been exhausted will be returned to
applicant with a notice that funding has been exhausted for that program year. (11) No
changes.
Rulemaking Authority 377.810(5) F5. Law Implemented 377.810 F5. History-New 1-7-14,-
Amended
78
Intertocal Aoreement Between
M~ County and the City of Avenlunr
for the Provt.Ion ofPWlo Transportation SeNJoes
This 1& an tntert<M:al Ageeement, made Md tmtered l~ by and between Mlcvnl-Dade County, a
J)OItical tuIldMtlon of the ~t&Of FlOrida, hereinafter refemtIj to as "tile Cmmty" and the CIty of
Aventllra; a municipal col'pOlttkm Of the·state Of Florida, hereli1after refefied 10 as "the CIty',
WlTNE$SI:TH:
WHE~; reaIdeIJIa ofAventura.wiah toeBhence their trans~ mobIIIty,anc:i
the.op8r8tl6n Clr:a~ ahUtllli-/ltt* prOvIdeS Ii'M) oppertuhltyof tranalt 10 metdl the travel
1'Ie.td.6fth6ree~ of A-venwra;and.
'MiaU:A$, the pfOvIelon ¢~ *<tIeql!ied tranaltahuWe bua 8eIVIcea canhefp dea'eaee
1h8 needfo(~~lrai~~ by the County; and
~, ~proVIrilon Of ~ulirty~,tranal thuWe bus stMV\c& wtl OQnnectWith
~~Dad~T~ (MOl)'.eNlceearw tie/p ~ tM uaeof~ provided by MbT; .nd . . _. -. . .
WtiEREM. -1i'ie Cjty has.~·aIld 18 wfing to provide en 'aliematIYe fonn -of
.~plemental pm6e tranllt ~IheCIy and has -seemed and obIigtted the neceaSlilry
fund& to pr-ovIde: .
NOWlHEREFORE.
IN CONSIOERATION of the mutual \efrnB, ccmcllllons. promises, oovanan1S and payments
hereNfter set forth, theComty and the City 8gte& 8& follows:
79
ARTICLE 1
DEFINITIONS
1.1 "ADA" shaH mean the Americans wittI Dlaabllties Aci of 1990, as ..-nended
1.2 "Contractor" shal mean any entIty,publlcor private provld~ publJo shuttle bus services
118 ~ In 1tQ, AQnterneot uOder coow.ct to the CIty.
1.3 "Shuttfs ~~ $ha11ll(l8ll f1J(ed I'OlJta or 8arn1-flxed rou\4t pub\I(i~h shuttle bus
servfoea Where ~ Ieast.eventy (10%) percent of the rou~ Ie wIthInlhe ely, and8ald
Shuttle Q IKttvIce ilop.!8ted bvthe CIty I dlreotJy Qr by contraet. puTluant to this
Agraementand Chap(ar 31 ofttie code of MI~~ County.
1.4 ,"T1leCOutty" _ iOWde Mi!iml-, ~;~"tbIt M~18 Tra.nait MllU'11t-Oade.
C<Io8urner' ~C8$~andiluthOrizecI repreaentatlwia,tilereof.
1.6 ''The cItY " $MIl m.w. CItY OfA~ Md~rep~ivel there.
1 ;6 "FOOT" .... mean the FiodI:faDepartment of Tra~and attthorked.
1.7 "MDT" ahall mean the MIamJoDade Ti'ana~ and authorized repreaer\bdlvB8 thefeof.
1.8 "USOOT" ahallrefer to the U.S. Dep8JtmentofTranaportallon,1t8 rule'&: and regUlatIons
and tepretentatlvea fuere<lf.
1.9 "FTA" ahattmean the Federal TrtmfJltAdmlnl8tr8tion, its rules and fllgUlatiOn8,
reprea~ thenIOf.
1.10 "RERi' 'shallll88n 1M ~ and Eoonomio ~ Oep«rtment of MlamhOade
C~uirty
1.11 "PTRO" $haIf refer to the Passenger Tranllportation Reguatory dMalon Of Regulatory
And EOOnomIc~ .
1.12 "F~ ~g Requi'ementa" shall Me$n th088~ tefWenoed In 49 ern S8d1an 5335(a);_ may be amenti$dfrom tme to tine, and found In the National Traneit
~ RepPi1ing MtI~1 publlehed by the FlA.
1.13 "Fares" forlhe shuttle bull'SeIvk:e ahan rneanlndlvtdual ti'anaponatloo toos pafd by publk:
tranalt peaeengere In'aoiXli'danc8 With '.a .,ohedule of fares adopted by County 0fdInan0e.
1.14 .~S". SPecial TranlJlort8tlons6rv!ce, 18 the component of!he oooventional transit
8Y$18m '~ to provtde eomparable thutlle bus &elV1ce to dlaabled Individuals as
mandated In the ADA.
80
ARTICLE 2
GENERAL REQUIREMENTS
2,1 CooWflAAwIIfl·ADoIiqa(I@!,aw8-1l1d Rec!Ula!lJ!n8, The City and its oomract0r8. if any,
AhIiII ooniply WIth all exIatilgandfulu~ lAw!t, etlluIea. ordJnanoea, ood •• mi ••
f8gulatiorl$ and prooedu,. requf~ ~fed8ral,~. or JOO8~whloh are
aWIIClib!. to cit bt anY manner effect, \he PJOVislon of city Of AwnnnShoWe bus
SeMoes. The Clty~ ~·~b~ngciQinp~.d.IIa~.
oOnt~ ~.or~ v.1th ~.~~ CXiUntY. etateend fedef'aI.requ~,
~~.~ I'Iof,IjI'riItod ~,aII~J mfld\arilcal. 1!In<t ~leuIar ~ ~ndated by MOr «Id REA. The ~._be ~~I6rOllt$fn!ng ~ofth&appropriate 1«W8,
~uIaJIoI:ia,OnIlnances, and ~ 'fin(! compJylng therewith. . .
2.2 I1Je<ccJuIUXR09I.Ht!n' RogqQ~~br tottle riQll,"~nl of ~ shuttle bUll
~'U~1f1ijS~~~CJty ~r" ~!llOf8;1f any. al)aU have curtent
and·vdd.· ·GeI.··.-~.:d .... ~.' ..... ' . ;'. mib. .. ·Mdchauffeu.r~. IOn ... · .' Ired by C""31.ofth&.coc..:d.~J~. ~·CityandHaQo~= '~n~~~o(:~=':~:'n MI'ViceI~~1)y thIi AQ...-nent WitiI "lndal1 ~ ~ requl~ .,.1atiItIed. .' ... ~., . .... . . .
2.3 VihIc!e' 'I.U,hLAI vehlcfeeUllla:d 10~~~ ~lI:6aaMnafai tines
~~~antt petTi'jMedin~ Vftfh '~federal, $1ate·and
~:~ ... VehIcI&opendQft WlCCMYW with 'i $8fety madlanlcal $1d veiilculaf:~1'rIIndated by .• nY""'~c:ooott. 4 and. requlr8met1Us
1noIyif~ 1M,jt·1iot Ifmfted.tO, al .felY. ~'ahd ~ atancIarda merid~ by MOT 8ridRER, . ....
2.4 Ytblg!8 $Md" Vehk;ie$abaII ~ WIh aD oltha Requ/I'eme:nta contained In .
ct1apter30. __ d31 oHhe Code of M!amf..l)ade County, pert!nent state etah.ttea .,cJother
dlrectNeuamaybe ~ and~byRER or MDT. AlW!hicI8s~ to
~e~~$~bYt~ls~mefit$hall"talt_dllplaya
~ 8JKI valid CioW1typennlt"'ehilfCOl!1Plywtth8afety.~ and vthIoular
~. rnandatedby appllolible county, "'1,(11 orf8deral ~li'ements, indudlng
NJA.
2.5 gbllJ!reur Beqypnenta, V.bi.~ ~lh8IIatall1knes ha'tIe a.oorrentand valid
C(lUri\y etlaufl'eur'8' ~Qn. v8h~ ~~ ahell.aisQ COiIlp/y with any safety,
mecllanioalMd vehideltMi:!4ud' ~clby applioable coonly, state' and federal
reqwements'and a& may lie pmecrlbecl.ei\d required by RER Qr MDT.
2.6 PrOgfof ComgDance~to QperatJoni Th8 CIty and/or Is OOf'ItraOtOnt, If any ahaM
provide 1he .County with piWf of coinplaitce wfIh ioensure. Jn~ and any other
requIrements 1'081~ bylhe .CodeofMlaml.Qade County, tJtlte statute Of fedl31'8J law
prior tooommenoement of the shuttle bus aervIce.
81
2. 7 Purchase cfServlceslSokt Re!;poQlibl!lty, The pillties 8grH that this Agreem&nt Is a
contract for th. purchaaeOf tnmspodalIon eeMce& provided by the City for the benefit of
oItiZene of CIty 0( A~ and of 1M County, Cily empIoyeea,41gents and contractors
provkflng iraneportatlon &ervIoea aheB be oonsI!:kIred to be, at 8!1 ~es, eoIeIy
employees, agetllS amdc::ontt.ctorsofthe CIty under ~ sole dlreoUon and not .
emptoyeee, agem Of contradOre of the County.
2.8 Qon:wiance with ADA. The Clly'8 ehuttle bUll servIoea shall comply with aU applicable
tequnnientaoflhe ADA. Tho Cily and the County recognize their Jo~ oblfgilkm to
prcMdeSTS In IheareuerWd by the ~.Shutlla bun.Moe, In MiliMnt'oftbe
CItY. olllgetlon, the ely hemby oontracta with tile County to provide STS SeMoe' at no
coet~theClty,. To ttieeld$nttflilt'Myw"",10 theA(J~rrtare In cOnfikitwlth ADA,
there~ of the A~ ihaUcontrol. ,
29 ,<»nP'eAAt WllbPlPo\!f91nen(RtqsJIgnjentJ. The City agrees to ooinPly YIiIh appllo8ble
~ and "PfOcU,.ment«lqu~·.8amay"'~frOnlllmetoh,
~. entefing Into conItacit Wlh' fhItd~to fuifII ttieobligatlOneUnder.thls'
~emtiit
2.10 COUnttIBiJht19~~!QIQIsIL TheCoooty~be~the~ to~,'~~~:for~,\~for~tIOMiar~fo!"blda
~theCItyIhal ~~. alofig WIth~'a;~·fOr~ of
MMCMto be proVIded. by Ute CIIY purtUilnt to ttiltAcireemDnt.,
2,11 on;g._,~ I!ld T~ 11\.~'Wltt lfl!J~ofMtam-[)ade Col!n\y,
the Olty' iha.oeitIy that it W1II have drilg..fr'ee workpliioGp;og,.;n, Fur'thet. the CJty shall
requtre~ .I ..... tettIIl M(t ~er~ drug tettlnG forilll rton8 k..Lo/M..';Z;~'~ ,,~'d8ftIlecI'''''i.J800T ~totranailpe 't8Uort . • ~"'V ~"''''"'' ___ ''''~' . "'r ," ., , ,., ,-QP8 " E1teCttve 'Upoo'eXacutJOn Of the' ft.Graement1 the CIty aIld (equke ~ Itt ~ or
~r If~. CJQmpIyYfittHllhppllcable r.qUhmentaOfthe USDOT
~a11One fordrugand.tcol:lOlt8atil9. To lb&8xl8ntthltany~.In tti'" ~
arelnc)onlr.tent W\lh the USDOT ~on, the~Of the USOOT ttl."
~ll1ro/..
2.12 CIly ReQftHQI81iye. The Citylhall delignlltelndlvldu.8} to act aellal80n 10 the County
and notify the County thereof. Th& City shal pro~ notify theCourity of any changes,
2.13 County Roorwntltiye. The Coonty thai! deelgMle IndMduaI(8) to act 88I$lsOo to the
City a/'td notify th&CHy th$teof. !hec<mty.n pron1ptIy notify the City of any
CJh8nge&; ,
2. 14 Amendments Of mod!f!cgJlons. Unleesprovided otheM<ieG elsewhere In this ~~t,
ani8r1drilehtalnd m~Ioi'IB to tlI8~MUSfbe r. Writklg 11100 ~ ~fhe
$Ign~ of th6 County Mayor or _lgnee and IheCIty Manpger, or their deelgl'll!leS.
aUbjecuo authoriZatIon by thelr reepecllveBoerda. ,~the foRtgofno. .
&metIdrnei\t$ to thI$ Agte8ltilent regarding alIgMMinta.:&ohedtHa. andfare&, U ~
In Section 2.;150 {oj Of the MiamI-Dade County Code, may be aprmwed by the Ooonty
Mayor or designee 8Ild the Avantu~City Maoaget or1hefr deelgl1ee$. '
82
ARTICLE 3
CITY OF AVENtURA TRANSPORTATION SERVICES
3.1 Provm 9!CIh' Shuttle BUI. The City shall provide publlo transpol1allon 88Nioe on 000
or more rOutes wMhil the City 01 Aventura 8a contained in Flgu .. 1 and schedules
OQfIt.lned In Figure 2, oopleJ of wflIah a~ ~hed. Chaoges to figure 1 Or 2 IlhaH be
OomiI6terit wlIh Chapt$r 31 of the Code of Mlaml:.Dade CountY and be effective only upon
the written conaenl of \he County Mayor or d681gnee and the Aventura City Manager or
1heIi-. deIIgneea.
3.2 fiW.. The C)ty 8haIIoperate the ahuHIe bus &9I'Vioe charglngln aoccrdanoetwlh public
Iiani!t.fereuetab~ by the tltt,ee may be mod1fied fromoo,e 10 1kne. fnltl$..., no
fin ""'1li9 coIiected un1II .... oh a time • the CIty enaota legislation with an alternate
fQre~.
If,an ~faie~ Is ~,1IlfJ City e/lell aooept M[?T fare medlalnoludlnQ
~.~, ~.,~ ~lon entllllng a pauengertoiide1h&ShUttIe Bue
WMiloUt p.ytng an adilfIIOnai fare,. .QUdfied ~engertl eha11:pay no fin.
3.3 Con!WIiQn Pl~ wIib'Co!I!tyButf\9J,IWI. The~ bus ahaII c:onned
wMh:regulir COUnty ~ ~ at pOfntaWhera ~roule!$; ~; nwgG. ordtyerge.
3.-4 ORtnQonpfBoujesrtNQ: EntJretv, The.0Ity ehtIIJ be reepontIbl& forenauring that
$~lebtli. routee tn ~ Inth(W.entirety wMt1 no cJeVIaIcin from the approwd
~ and8C)hado1e8 unIeu otherMae authorized by the CIty.
3~6 Sbuttlst ~ on CoImty, But Sdttduktt. l'h$ County 8tla]1 PI'OYk.le lnfOnnation on the
City '~Sh_ b~ 8eMce U\roI,l9ll MDT'a routine and OUeIOmIUY ~110 Information
dle.am1n8tlon proc:eeeesa, iloIudlng Its. trall$ltlnformatJonleiephone lIeMce, and transit
~.
3.6 IIIUIIlQI SIlSlJ&ttlQBye Schedule" The County ehtl" make mllable tatta Metrobue,
Melror811 and~r ~ map and SCheduiell provided by tn. CIty.toMOT.
~.7 Plaoolng imdSgbedulklg of ~ Bua Rou1ea. The County, through the MOT DIrector
Or 1t18~. ~ .. Iit theCHy staffWllh teChnloalaupPOn fOr p~ and
~8dlJli;g<it CitY ahlrtlle but aMIIces.
3.8 Uo& otLooQ, The city maywlah to design a logo uniquely td~ng u.ahuttle bus
&aMce. Ifttieydo so,~uch Jogoilliall.tah limes be dlsplilyed on fheeideriof of all
velifcleilinoperation !)q1'$Oallt to thiS Agreement The COunty shal allow the display of
the ~. bye logO on the ~nty'$ bUsatop.slgna at all a\Qps coomon to tho City tmd
~re·tna CQUIlty bUi routea(foea nOtJn\eifere with pieViooSly pIaoed Slgnage,and III
done In eoordinaiiOn wbh MDT 1Itaff. The CIty shall be responeibleJor piaQng the logo on
the peftinenhlgns.
83
3.9 Sua Slop S!QIlund Slgnpoa!&. Tile City rliIlY provkfe; Insta~ and r'nalntaJn.bus slop sigl'l8
and ~ 8~ ItoPe along the City's 8ht.lttle bu$ routes. In ~ .eYentthat thecl1y , Its
oontractor,lIcenaee, permittee, or Baalgnee lnillaJla$lgn facilMIes that oaf) ~aw
Metrobus.buutop Informiltion. the County may eleCt 10 utilizelhe City 'e aIgn faeMlty 10
display MetrObua bUR atop fnfom\aOOn. If 8UCh Elkidjon 18 made, MOT 9hal1 provide loth., citY the.~,. tQ becllSplayed on tlMt ~.toP'lgn t.alty. ~ the elzeandfutmat to
be aptolfied· by the City and the Clly' ~ remove.~Gounty'8 eigne and retum 1he81gna
to 1he County. Th& CI!y &hall be respooslble to( lrlaWIng the MaUobus mop In(ormatkm
Inion the bus ItOp sign fIoIIty.
3.10 BI,IIP=8rgorSbtftont·aod Btnches
The City ~I, at:ita:eole option; provide, lnatall, ~ .. mai1tafn bus 8hellera, handles and
6therbUs~~ at ~ bui..~~·.@ngth&Clty'.~u:ta,whlP·~
City. or Ills' co~ctor,: feelelhat tf1ere 18 a rMled for SUCh fIIinItilga. Th& C\W agree; tnal
ItwVI be.the~~~ of 1M Clyte compt;WIth ,!I~efa~ ~ul~.wIth
reg~tQ ~ltytQ.and ftoinbua ;.~~~ boeehellert wlttiln tIMt city.
3.11 Bu& Skg:lOd Ek!J_ or Puft.Qu1l; TheC~fIh.aIf. ~.II$. 9ption,provid&.lnatalJ,
andmilntJIn buf~1"'. ~itG.~u. bmQtpukuW.t etops WOng 1~ City 'e
ahutue.bua:routH,~ that .~~b:aYi or~~flr8t~ an<i~bythe~Of~;a8Ip~; .. .... ~ ....
3.12 Noi1:~ and NQMllfi!ft!tnoe. lbe·~·iIJ)d·theClty.~ mutuJlRy agree
not to~.~ or utirNIonetJ.lylmped8 the1ieo~ Of pedeetllanfllOYefi1eint Or of
eacI'I otM,r'.~ trensIt IlehiCuIaft_ or ~ aa~ng Of &greeting
~bui orA~ Shuttle bu$ in~vehldea ..
ARTICLE ..
RECORDS AND REPORTS
4.1 ReRoc1!na BealllrM!enta. The CIty -!If-cQlIi!d Of "'re~ OOIledloI) or alllnfOrmt;l.tloll
reqtilred.forF~ ~nd _ repcirtIng ~M6.~ ~()O~ and
oomplled 1nfonnatIcln 10 th&County no leu «ten Ihan,c:juirtedy. The cay allaiaMuaJly
prepare M(hlf!)mlt to the Couoty a copy (If. ~d ..,pom no I!ltef tftlln ninety (00) days
• the c!oee of the County's fiscal year.· .
4.2 Mdltionat lofooutUon. The City ,hlN provide add~ fnfonnation about the CIty
Shuttle bul service operatIons i8 requested bytha County WIthin thirty (ao) <Uiya, unless
8 different tJn~ period Is agrwd UPOfl by the City and Vle County.
84
ARTICLE 5
INSURANCE
The partlee hereto aoknowledge 1he. City iseelf-hlsured gc;vemmen1a1 entity subject to the
I~ ofSedIOn 768.28, F.S. The CityitlaU lnetltu\e .ndmalrttim •. f!$oeIly 8oul'ldand
prudent rtak mana~meritprogmn WIth ~ loltaobigatioM underthlSAQreement In
8Q(Xjrchlnce WIth the provlelon 01 sectton 768.28. F .S. l'he CltyahaU coIeJct and keep on file
doouiTIentation of Inaufano& 0( any and all private prcMders~lri~ OItydAven!ura
ShUttle bull HMoe routes. In tho event that the CIty ClOI'I1tacM with a PfMRa:YendOT fOr
aeMc:es. the City ahaI require oontraotor to meet the lIilUf1llnta nlqutilmMta8hoWn1n Figure
3, as tillnIm~. The CIty Shall further ~quire the prtvate 'operator to Irlclude theCouri.ly as a
named ~$OTOd and AhaII pl'O'./lde the County wah a <»py of the intUranc& policy puichaaed by
any ~r prior to the ptoYl&lonofShu~bua aeMoeoperatloo:e.
~.~
tll8uranceC~ List
1. Wot1<er'a Compeneatlon and Emp\6yef'a Uiblftyper the .tatutoty limits of ~ state of
Florida.
2, CommerQlel ~ "*bI1Ity(0CC\.Wt8nc& fOtn'i). Iinltacif.lIabIlty $1.000.000 per ocourrenc:efOl badlY Iiljufy propefty~fIMIQe tclnolude~~: product!
tlnd~ operatloM; lndapef)i:!8nt COnllaictore; broad fontI jlfOpIJI'ty:damage
ell~ arid contractual ~ (1loId hatrOlMs Mdoraemenl.exaotIy as written In
"WlauranoetequlMmentl" Of ~Ons).
3. Au1ornQbi& l1abiRty. $1.000,OOOeE!()h OOCUrllHlOe ownadJnoIl-ownedl hired automobiles
included.
4. Exoee. Uab~ity-~' ___ 'OO PElf QOCUrrence to follow the pRnary coverage..
6. 1l1eCity roost be named a8 an additional Jnsuredon the 1labJIty; and it moat be stated on
lhe..oertifIcate.
6. Other /nsurence as 1ndJoated:
85
$_---
$:----
$_---
$_---
$_---
$_---
7. Thlrtydaya \'nIIten oanPellation notloo requlred
8. Bes,t'sguJde rating 8+: VI or batt&r. IStEt$! «IltIon.
9. TheceJtlflcate must .talli! the bid nlJlT1ber and title.
ARTlClE6
INDEMNIFICATION
6.1 The ~ aha~. to ihe extentp8~ by law at all tine hereafter. Indemnify and hold
harmJ~ ~Coun1V.and Ita ciffic:ef$,aoentsi emp,~ and ~atrumentalilies 'from ,any
::'~':r.~~:,~:~:u:.es4~~~me:'=1ies
inay~r~ a ~d~, ~nd,.utta.~¢aot~ orprOciHd~Ofany
~:9r~wlJjQoutQ( ciri8latlPrito6r"'~:ft!ifTrttil!i, ' ~Of~ City MdIO.t-'-,~,~"Oi,IMtru~;durirIQ ~~Ofttlls
=::r':&-:~~~-,ka~=~a:~~~ ecu'*l; WJMire,~k:lbte nclUdMG~~ andih811 81 COiIta " __ liI=~~~
1li:!dH¥t ~"'~ cIeIeOi1lhe Courlty ()!,h-oflli:e1i •• Oyectt.-agentt or 1na~.~.~.N~bli1,9~~be~~lttdIInnlfythe
CoUIrty fl'OtlulW II$bII(y or'oIairi'!lrill1ig ()irt of the nog~ p81fcxmance orfalure of
perforirianoeotthSCOtmty.1Ia otUcera, enipl '.' ~«~1IIeS or any
otberre8t8!ltllkd party. Thta.,.~ 1.= to'thct IImiIitIona Of sectIOn 768:28. F;S. '
6.2 The~w.a. tothe~~ by '-' at. tJn,ee~r, ~.nd hold
:=='=='~~:~~~arxj defen~ WItkih. . .', Ih& CItY at 1bI~.~Icit,t8ee.~ot~"""" may l/lCIir
as iI ~of~ d~'8UItiii caLlieS;i1 ~ot proce8d~ of~ 1dnd0l'
nriI,. •• ~Of. or~, to Ol re.u.,ng (rom thS~ Of,~ coUi!tyat'ldlot
~~re,:emp~, 1gent$1)r~. dLlf.lng~tenn QfthlS'~
ThiliCOUlltYeAA1t~, aI:~m. ~'Ionelln oonneOtlOnl'thefr;lwlh, and ~~te
and defend'al dilritt~"1b or aotlOnaOfany -ki'Id,OI' ~ iii theriarB&Of the City •
~re IflpJlQ8~. Includlng~IatIl'~.af.d.eMlQ p*y~1 ~, J~(Jrienta and
~-=.===u~~::~~t8nds ~ tiYthec()UOIy ~lln no WtJtj ilinlt the ~1Vty 10 iildlll1lf1ffy •. keeP. and
8M ha~ aild ~ the City or ltSofficaril.~ agents orlnstnlJlent&iltlea
a., he'*'PfOVlded. Nottmg heiM! thtIIj be deelTMidtQ lnderOO!fy thO CIty frOrr'tany
rta~lllty 01' ctam ari8{ng(lut Of the negRgont Pf)Ifoonanoe or falllre of perfonn~ of the
City, Ite ~, emp~j agenta 01' 1n511~ Of any other l'eIat9d.tI1ird party.
Thill ~raph Is aubjeot to the Mmitations of SeoIlori 788.28, F.S.
86
ARnClE7
FINANCIAl ASSIslANCE
7.1 GrantMatdllng-fuodL The CIty 8tJIIIII,atitSlOr.optIQnIPravlckt~ftmde for
~~fedeIaI grilntafor capital oroperatlng fund. tobe.lm,dfortt1e TrimtPortaIJon
SeMQ88. Tn. COtmty,upoo lig~nt wah the CItY. rmw.,btd ~ll()!be~1red to,
pl'QYkle.., 01' ~of Oaab or otit8r typet. of matdIes·reqund for·etJDaJlIj~lg"'nt8
which may be ~-bYtheCity for 1he ShutIJe bue aervk:e; or for expanalon d the
Shut116 bOa aervk:e, In futUre ye8rs.
87
~ ueed Ila~, the GJty'a aftrIbutable share Shall be one half of tile amount equivalent to
those SUpplemental Urbanized Area Fo1lT1U~ FWlds, 88 described In 49 U.S.C, 8eotion
5307, as maybe amended frOm tme to time, that the CoI.I1ty RI<l8Ived as a c:lirect I'MUit
of Shuttle bua serve operalions ~roVfded by tile CJty purauant to this Agreement and as
in<lluded In Ih& NatIonal TMnsl Databue. Said attributable share $h$ll be calcul8t$d
utIIzIhgthsfo/lowing. formula:
Mt.tftlply the CIty '8 properly report&daMualized Bua Revenue VehlcleMilea atatiatlc that
~. ~ In the ~~ federal programs for, flscaJ yeti' "Unit Value for Bua "~h1Ole MIe6 for lh'benI7.fid Neat. over 1,000,000" • ~ In the table of Unit Valuea
for F~ Grant~, pubI!.hed annually In the Federal Regtater; and then
muh/Ply1hm ilmC)ijnt by O.S.
NOTE: HlatorI(:aOy, apportioned. '. ." f~ ~re aI .. ocat&d ~ the County two (2) years after Bua
ReYenueVehldeMllM are fe9OI'I8d ~fedef'aI govemm&nt.
7.3 CsY'.§bare ot~SWfp E!I!!bL ~ thnventfbat ttle~bu8~
eonflibutlit;to anlr'ler.&m ttae.~ .Stiite fran .' ortatlOn funi:!IrG beg/nr1ilg WItti'the "~r'kt~.ei:VIce.Ii*,ei~Cfln~.~~~~agrM6lO pay~~"*~ ehn (one hair ofthe.iUpJ)leimefrtal fti~), .. ~~ In
~~ 1.2 aflOye,.~ new or~ "'Tf8!lIPOrtatIon'aloOJC~fIin<!lrig
~#Y~~ttOm.Fccrrno'*then ~.((IQ).~~Ju~. reoetYed rrom ttte~ leQ'ailydfrect gnlOt&~by theefty ~ 1tleCount tor the Shuttle.
Th&$tafe~Jonill. can be found at $totIot:I34M6~(8~ F,S.
7.4 Comparabia.f4rtOnWlII. In 1he evant tl)attneCounty enIaIalnto an Inteftooal
~nt WIth BrIY ~ mu~tY for $hutUe bils ~ WhiCh .-e.oornpatabIe to
.Ihe-Mciee ~·AefeIn,CotInty.-to.amenct Itiie AQreement, .If~ by
the CIty ,to provide. aubatarltlally.~1ent "vorab!e tetm&to tbtl' City 8sIhoee
provided In tKdI other Countyl Mtiilk:ipallnterlocal Agreements,
ARTICLE 8
TERMS, MODIFJCAllONS AND MISCELlANEOUS PROVIsiONS
8.1 l}nrn!of AQrpemeiIt. This ~emeot (lOfYII'IlEInced on ~rriber 21, 2010, ~
(IpprOvaI Of till! board of C<luntyCommllialonere and the Cornmle$lon of City of Aventura
andthll8)(eCUtion by the County Mayor or designee andtM cItY. -rna ~ft!eri1ent ahan
retillin It\fQree forfllieYNl'athereafter. Thfs~&nt IsIJIJbject to two flv&.y&ar
autOnialk:ren~l$~ the (lame oonlraot tenne and conditions, an pe~ h!lV\l t~
rlghtto terrnNte. (600 8.4 and 8.5).
8.2 Rflnegotiation Of Mocfrfigatjon. My $libetantiYe ~ In the IaYaI of tefVi.6e to be
provkled by the city as let forth herein &han only be mp~ aft.-lhe Cotmty and
~ CitY have ~1nt08 written agl'eOO'lentdelalblng the ohanged eervlcea and the
provlalOns of the COunty Code have been exeroisad. .
88
8.3 THfe VI and VJI Ciyj! BiIIb1t Act Of.1Q64. TIle City and Ita Contracl0f8shan not
dla<;rltl'lltlale against any personbec;ause of raots. color. ~ reBgloua background,
Ilnoeatry or national 0f9n In Itt& perfOlmMOe.of the Agreemenl
8.4 Tplnatloo. for CalM Thle ~ent may belennlnated fIK c;aU8& by either party
uponnole8s thilnthlrty(30).dayawritten ootIoeto the other party. ex~ when ShultIs
opetS6oM aAtln violation Of heatth and/or aafety-nllatecI provI$IoflS of state alattJtes or
the Code 01 Mfan1I..Dade ¢omt)', In whICh casel$rmlnatlonJhall be detemlIned by the
county MisyQror ~~. Said notice ahaII be delivered by verified facalmUe
tranII'rI~ or citIUfIed iriaII. return ~ tliqileJted. The noticed pMy ah~ have the
oppc.ifiUnly to CUI'6. any ttated caU8& tortermlna1ion wlhIh • reasonable nOtICe period, itt
whlch Cl88ethe~ i*tYfflJYcanee1th8 ttrmlnatkm notkleue!ng the 8aIIl&
meanewwhich thel'\Ollce oftem1natlon delNeted.
8.6 =:;n WIthOut Ciute, Th", CC;Il!f1ty(ll' the CItY M8)' temiinaie this Agre&ml!lnt
. • cause· upM no I_than e{xly (60) ~:WriItenno1lc& b th8~er PMv. If the
C4)unty orltieC:::tv·~ ~ltAG~ ~OI'wiItlOut ~ tM ¢tty ~rees to
~riI8theC6unty 0Il'1.~~ forllo8rda18181~ lHlQ~ fer the
year.
8.6 ~AII ~arid()theroommu~~.tCibe ~pur1iUant to this
~ to eflherpany hereto ~ btt~ wrtt~(lrtdehaU bede1Nei8d byverltled
f89a1inII8~lon orcertfledmall. return ~ requeeted, to th& pa~ at the
add_1ncIicated b8Iow:
89
FOR MIAMI. DADE COUNTY:
Mlaml-Oade TransIt
701 NW 11( Court
Mlaml, Florida 33136
Atte~ton: Dnttot, tdltlJlll.Dade Transit
Fax: (786) 46N406
FOR CITY OF AVENTURA
Eric M. Soroka. leMA-eM, CIty M.nager
1U200 Welt Countfy Club Drive, Avenlura, FL 33180
305-466;8910
8$(lro~lunl.oom
8.7 Com_and QkldiIa Agreement, Thla WriIilg embodlea the fuU ~ CQOl~
IllUreenlent of ilepartles. No other term&. C(IIldItions or modifications shall be binding
upon the piItieI urllenln wrttI1g 8nd ~ by the PattIes.
8.8 Expgution, ThIt document aha' be executed In five (6) counterparts •. eaoh of which ahaU
~.~ an 0(/gh'Ial
8.9 GoyemJng LAW. ThIs Agreement shall be conatfued In acoordance with the lam of the
~ of FlOrIda,
90
IN WITNESS WHEREOF. the parties have CBused this Agreement to be executed by their
raspecthle and duly authorized officers the day and year first above wrttltJn.
AmST:
ATTEST:
HARVEYRlNIN, CLERK
BY: ______ _
DEPUTY CLERK
ApfJfOWd by County Attorney.5-_...,
to form IlIld !egal8UIIIclenClY/--tZ
91
CITY OF AVENTURA
A MunJclpal Corporation of
the State of Flori
~:--~~~~-T-Date:
Eric M:-=-.-:;;S,-oro......,.....~,~~~C~(ty:-=Manager
'9200 West Country Club Drive,
Aventura; FL 33180
3O~10
MIamI-Dade County. a political
Subdlvllion of the State of Florida
By Its Board of County
ComrnIAIlooora
By:~----Date: C~'~~-:;;ffim~~~---------
MIamI-Dade County Mayor
I I
!
AU"IltOIIA:nSU __ H""ifN ,,-,00.
e 1etwo10 AOORlI 00fII'0AA flOti. AM ""* """'"'
TIIoACORO n.-_ ~Go Ira ~ _Of AOOllD
92
AQHCYCUSTOMl!RIO: 002a70
lOC".~
ADOrnONALREMARKSSCHEDULE -. ...--1MIU\I64111C-~(FI:IJ!JTIl~11O;.
r-~~~~~~.----------------------------; ~~~ -
.IUIIIMKI
... ADOmOIW. R!ItAAI<II'OIIM ..... ~ ~ACOIID FORM,
RllJllIIIlIlII/jIt 26F011M IIlU: ~01 Uab!y fnllll'llOCB
_AUlOlNiim
CllMat~~!:QI,fWIY rWoorifl: MII4M . . m-_,,--".1M)WjQ
~ •• I,DI\I.DI»
--......
~~~
"iWA..viWlwtM~,11IC. ==: <l*lU,Wl
VI "(iMIr1\Ut,...e.
~tWiOffRM1IRcw..oiafQOijIl!Y
~mtilYrCl.t oIaew.our..
MQHfW!towc».l.lIIC-
_1Mi.wr~w
,*MmWwINWMO(
Page _2_ 01_2_
ACORD 101 (2OOMf) C>2Oe1 ACORD COAf'OAAtlOll .... rI!IIJIa m.wwd.
lhe"'CORD"""'_la"".",~_ot ... COMD
93
the C~
! CIty", ~ounty,
,
111ravel
I
!
'Iecreas
I
It with
llded b'
I~essary
1
,mts
EXHIBIT B
CONTRACT FOR MUNICIPAL TRANSIT SERVICES
LIMOUSINES OF SOUTH FLORIDA, INC
PROPOSAL AND CONTRACT PRICE
A TRANSPOKIATION AMERICA COMPANY
May 9, 2017
Steven Kulick, Chief Procurement Officer
City of South Miami, Procurement Division
6130 Sunset Drive
South Miami, FL 33143
RE: Shuttle Bus Service -Piggyback Agreement
Dear Mr. Kulick,
Per our conversations this letter is to confirm that Limousines of South Florida, Inc. will provide
Shuttle Bus Service to the City of South Miami pursuant the terms below:
1} City of South Miami may piggyback on the City of Aventura's Agreement;
2) The rate for service will be $54.00 per hour (same as Aventura);
3) The vehicles that will be utilized will be two (2) 2016 Demo Buses with capacity
of 16 passengers and two (2) wheelchair positions;
4) Hours of Operation will be a minimum of 48 hours per week, per vehicle (see
attached hours in Exhibit "An)
Please let me know if these terms are agreeable to the City and if so, please feel free to have
your City Attorney draft an Agreement.
Thank you for your consideration in this matter.
/~-esp~fU 1w(/7
,/ j/ /;/
//7 AL-~
/ /~ //~ ~/ 1~/1' !~/ //,~ 1/
L/ /"k Levitt I
Vice President
3300 SW 11th Avenue
Fort Lauderdale, FL 33315
Phone: (954) 463-0845
ATIACHMENT uN
Weekday
The dates and hours: Tuesdill'. Wednesday, Thursday and f'riday from 5 PM to
HAM.
Weekend
On Satwd.:Jy, the service will operate from 2 PM to 12 AM and Sunday 12 PM to
10 PM
J_:_:'-''''' .
~aBidfor
The City of Aventura
Municipal Transit Services
Bid Number 14-09-15-2
September 22, 2014
Umous/nea of South Florida, Inc.
3300 S.W.ll Aveaoe
Fort Lauderda)e, FL 33315
(954) 467-6845
.. --.~-~--
! ,
.~.-
-1'ableof Contents
.rda'.d! ktter ....................... ,.-................................................................... --........... 1
~Y rmfiJe ~ EsperieDce .•. "." ............. " .... ~ ......... " ....................................... 3
ytljcle .......... · ..................... , .. · .. ,.,_ ... -... ............................ H ....................... " .............. 4-
.. ~,s._ ............... -.... _ ................ _ ..... _ .......... _ .. __ ... ~_ ....... _ .. _ 4 .
~ ........................................... ,. ...................................... ....-..,. ........... -........... 4
.~ ........... .,. •• ~., ........................ ~ ................................................. --.................... 4 .. .
~v..,... M ••••• t ...................................... " .................... ., ............................................ 4
,. ••.. -·lOJid.." ............... " ...... " ..... · ................................ " ....... ~ ...• · ......... .s
~~n" " ............... .--....................... _ ... ~ ........ _ ........ _ ........... , ...... 5
_.,,91JD!. ... " ................................................ _ .............................. _ ... .
·N·~lPad ........................................................................................................ .
AstdeJiIJ'" ... _ .................................... _ ............................................. .
vdJdtBl!eps ........................ -.............................................. -............ .
I
I
I
I
i
\ \
I I ! , I '
I I
\ I
I
\
I
I
-.. -....
"+:;~:';" •
September 22, 2014
qty ofAvenlura
19200 West Country Club Drive
A vmrtw'a. Fl 33180
Attention: Imfra Sal:iu. Purchasing
RE: Bid # 14-09-1S-2
Dear Ms. Sarju,
~ ".';" "
Limousines of South Florida, Inc. appreciates the opportuIiity to submit a proposal to the City
of Aventura, to ~ the Municipal Transit ~ in respoIUJe to lFB#o9'()1~9-2. As
your current proWler of thcac services, we are uniquely qualified 10 continue providing this
scnice to the: City of Aventura.
We are confideat. that tho City of Aventura will find our proposal complete. We have spent
oonsiderablt time and cflbrt to ensure that we meet or 'CX~ your req~ in all areas.
In the event we inadvertentlymiS8ed something, it was truly an oversight.
Limousines of Sow,h Florida. is the largest ~ of CommwUty Shuttles and Trolley
Sc:nrices in South Florida. We have bcal safely o~for OVC1' thirty)'Clln We currently
provide services to many cmnmUnitiesi and municipalitieS tbroqbout Miami·Dade and
Broward CoUlltie8. We eutmltJyoperate over 150 8huUleIBus or Trolley vehicles daily.
Safety and"Totat Passenger Satisfaction" are the top two priorities at Limousines of South
Florida. We have a COInptcbUlsive safety program that bqiM even before we employ a
per5OJl. A thorough background 'check, including a drug screening, as well as a Motor
Vehicle Records 'screenina are required of evtKy ca.ndid.are, before they are offered
employmerll After 8 candidate is selected for employnlent, they attend an intcmaJly
developed training program, tailmed to the specific needs of out customm for whom they
will be' providing servicc. 'I'M principles taught in our tnrlning program are not merely a
formality. but are actually practiced in our daily operations. All City of Aventura drivers will
attend the Miami-Dade County Passenger Motor Carrier (PMC) course.
•
We are very'proud of our extremely low incident, and accident rate. 0. Total Passe"K~r
s.tl$jtlCti'IJ progt'JUll requires that all ,employees learn and practice exoelJent customer
sc:tvice $kills, along with sensitivity training that allows us to provide thoSe;passengefs who
are physically or mentally chaUCllQed with the same excellent service, by treating them with
mpoct and dignity.
Mark Levitt, who is the Vice President of Limousines of South Florida, Inc •• will be the
personauthori.zed to make repmleDtations fOr OW' firm. Hia contact infonntUion is:
Harle Le.,1tt, VIce PrN'dent
Umousines of South Florida, Inc
3300 S.W. 1.1 Avenue
Fort ~r FL 33315
(954) 463-Q845
email: mJevlttOloSf.us
Limousines of South Florida will work with the City's Staff to ~ that the Sti2'\'ice
operata in the desired manner. We will provide Six (6) ADA COfDPIUmt, Air Conditioned
butes as required pursuant to the Spc:cifica1i.ons of Bid No. 14-09-15-2.
Due to Litn.otlaines of South'Florida. Inc. beina the cummt pJVvidcr oftbcsc services to the
City of A veotma, we are ~ly qualified to continue providing tbe$e services and have
00JDplde UDderstanding of the routes and bow the City's Municipal Transit Service S}'SttIrn
opetates.
I.imousine!l of South Florida,Inc.is available to provide any additional in1Ormation thItt may
be ~ Again, we do appreciate tbtJ opportunity to present our qualifications to provide
service, and commit that we are truly the City of Aventura's best solution.
'tt, Vice President
Limousines of South Florida, Inc.
)) ) '"t', .. ,~~~~~~~ ____________ ...,... _____ _
' , , ctTY OF AVENTURA MUMCIP"t. TRAN$IT $ERVICE8 ISID ~##14-ft9...1S-1
CompanyProftle·" Experience
Litaouata.el ofSoutitFlorlds, Ine. is a Florida Corporation doing business as LSF Shuttle that
, '~'beeD. operating 'since 1984. Our Corporate offices are located in Miami and are open 24 hours
per day, seven days per~. In -addition to out' corporate offices, we have two offices in Fort
I.8uderdale; one currently ~s only shuttle bus contracts, for more than twenty (20) separate
tn1iBicipalitics. These include, City of Aventura, City of North Miami. City ofHallMldale Beach.
City of Hollywood Beach, City of Dania Beach, City of Plantation. City of LauderoaIe Lakes,
City of L8udt.mru, Memorial Hea1thCare System! I along with several condominium shuttles.
T1:Ut opc:etion·oouses a fuU maintcroance facility and a parts department that services over one
hundrtd shuttle buses and trolleyS that we currmtIy operate.
In addition, we have a facility in Miaml-Dadc CoUBty that services many of our Muttni-Dade
Community Shuttle Bus <lpCl1ltions. T'h.ese include Town of Bal Harbour, Town of Bay Harbor.
Town. of Surfside, City of Miami Beach, City of Miami. City of Dotal. City of Coral Gables,
City of PiDcercst, City of Miami Lakes. City of Miami Shores, City of Miami Springs and the
City of Homestead.
We also currently provide fixed route parldng, shuttles for MemorialHealtbcare Systems for
three of their facilities. We abo CUt'l'eIlt1y provide Community Shuttle Services f~ many cities in
M1aJni..Dade CQUDty. These include the Town of Bay Haroor Island, the Village of Bal
Harboor; the Town ofSurfsido, Miami SbDrc3 Village, the vmase of Palmetto Bay, the Town of
Miami Lakes, the Village of Miami Springs and City ofDoral's Trolley Service.
We also have 'a third location in the North Browatd area that services the City of Coral Spring,
Cit)' of Margate, City of Pom.pcmo Beach, City. of LaudeIda1e by the Sea. City of Hillsboro
Btac.h and the City of Boca Raton. As you am see, Limousines of Soutb Florida bas IDOll:
eqxrrience. than imy other company, in South Florida, providing Community and Municipal
Shuttle Bus SeMce. We are not tnereJy "promisiDg to pot in, or purcbale systems that mayor
may not work, ., OW' SystemS are in place 8dd ~ WOtt. We hape a proYen trqck record.
UmousiDe5 of South Florida, Inc. dba LSF Shuttle has the experience, qualifications and
capsbillty ~f personnel that far exceeds any other company. We currently opemte more
Community Transit Services in South Florida than any of our competition. Clearly, we exceed all
qualifi:cations and eqxrrience necessary in this Bid for the City of A vcotum with the
R1qWrements of five years providing fixed route, similarsc:rvice.
Limousines of SOuth Florida. Inc. has the ~cnce and expertise that no other local company
has ill the south Florida area. We are the Professionals when it comes to Community Sbuttles end
Trolley Services. We have excellent relationships with all of our customers, and we encOurage
L1moualn .. of Soutb Florida, Inc.
1 J
• . 1. r
CITY OF AVENTURA MUNlCWAL TlWGTIIER\IJ0e8 -BmNllMB£R#1~ ... 1s..1
. " f
you to contact them .. We are confident they will provide a very positive report on oW' impact in
our long term relationships with the City' 8 that we provide service.
v.blcles
Liibousines of South Florida will provide six New EI Dorado, ADA compJiBnt, and air
oondili<mcd vehicles for thi5 service. These vehicles come equipped with many standard features -
Which are described in our bid documents.
tocatlona
Limousines of South Florida, Inc.·dba LSF Shuttle will provide the City of Aventura's services
Dom our location at 3300 S.W. 11 Avenue, Fort Lauderdale, FL 33315. This location is just
minUtes ftom the Fort Lauderdale-Hollywood Imc:mational Airport and· has fuel tanks,
maintenance bays, partS department,'Bus-wasb and diIfl'1ch fiwilities. Additionally, LSF has a
facility in Miami Dade located at 2766 N.W_ 62 Street that oould also be utilized to service the
Avcatum Contract. Both &dlities. are available for impectioo by the City of Aventura.
Ucenaea
Limousines of South Florida, Inc. dba LSF Shuttle has in place all required State and Local
licenses required in this Bid including but not limited to the Miami-Dade County Passenger
Mot(W Carti« (PMC) permits.
lnaurance
LUno~ of South Florida. Inc. dba LSF Shuttle will provide the proposed limits of liability
iDsuraIJgc fur both Auto and Oenerill Liability if awan1ed this Bid. We undemaod that 1be new
insurance ~ are bigber than the ~ and tben:fbre will provide new certificate to
the City of AvCllUn at the start date of the New Agreement showing aD required limits.
Uniforms
Limousines of South Florida, Inc. dba LSF Slmttle bcli~ that a ~essi.onal appearance. by all
emplo)'ces, is Il key compontnt of the operation, and that the appem:auce of our personnel
refk:ets directly on out clients. Therefore, LiniousiJa of South Florida employees will be
requimJ to report to work with an appearance that is professional, and meets the following dress
code standards.
Operator Dress Code
• Company issued Polo Shirt
• Black or Khaki full-length work pants, (No Jean material is permitted)
• Dark. Socks
Limousines of South Florida, Inc.
,} ... .
) ) .. )
Mae up and Jewelry, if worn, will be oonservative. Colognes and Perfumes: may only housed in
~ as we realize some passengers are sensitive.
PJrsonMl Program and PoUcles rae ~ are the most important people in Limousines of South Florida's -husiDcss. They
~.tht very reason that we are in bUsiness. Un1<>usinci of South Florida's primary goal is TOI41
.t#I"i, StllIs/utlolf. Therefore. we truly appreciate and value passenger input, Whether-it is a .. ~ complaint or commendation. We take the input very seriously IUld usc this
iJitOnnation 10 improve upon the service' that we provide.
All input is mponded to in a prompt and 00U1'tA:0US manner by a member of our m.an.agement
tciIIt Employee commendations are also acknowledged, as well, and copies of all
oommcmcJ.uions are sent directly to the employee's supervisor for pe;tsooal diitrlbWi[JJ1 to the
emplo)ree. and ~ also posted in the driveteottllIlOn location area·fur all employees to see. We
alsop1ace a copy in the employee's penome) file.
Passenaera rely on our service to travel to and from their destination safely. Limousines of South
Florirlais Tot.J hnmpr SlIIbjaction goal, requires 1hat:
Operttor Requirements
cmly those CSf!didates who meet the following MINIMUM requirements will be COMidered for
employment The candidate:
• llll$ be ab~ to sp!:Ik BUd oomnumi~ in the EngJ.i!h Language
• m\ISt be II: least twenty.five (25) yean old
• must pass a PR-Bmployment Drug Test
• muSt pass a Pre-.Employment Criminal Bdground Check
• must pus a Pre-Employment Road Test
• must porsess all appropriate licenBes aod permits including Medical clearance as ~
by Fodmal, State, aDd Local Laws and regulations.
• must have aminiJDUlll oftbree (3) yem driving experience.
• All drivers will have a verifiable bistory, included the checllng of ref~, DMV
Motor Vehicle and Drlver'~ License Violations and Crash history, and previous
cmploymcnt verification.
• must be a lkensed driver for at least (3) three years
• no more than one (1) moving violation in the past three (3) years
• no AT·F AUL T accidents in the past three (3) years
• no <'failures to appear" or "failures to pay" in the last three (3) years
Umo",IMI of SouUl FloridJ, Inc.
) ) ')
<lTY OF AVEN'i1:tttA .' . , . ....
• no driving under the influence within the last seven (7) years (two lifetime convictions
for DUI is an automatic disq1,18lification)
• no-suspensiODS within the last three (3) years (one suspension for PIP permitted)
• no manslmtgbter resulting from the operation of 8 motor vehicle
• no "bit and tun" or "hit and nm" for property damage
• '. 00 R:ICkless drivin& causing injury
-no combination of $ly violations that indicate a pattern of irresponsibility or poor
judgment
• must be 8 citizen of the Umted States aodIor provide writtQn docwnentationthat clcat:ly
Limousines of S01Itll Florida takes threats tlf violence extrtmcly seriously, Any act or
~ of violence by or against any CmpWyee. customer, supplier, partner or visitor is
strictly prohibited. This policy applies to all company mtployccs, whether on or off
company property.
Llmousinn of South Florida, Inc.
CITY OF AVENTURA
Section 5-8id Form·
Umoutl ... of Soutb FIorida,lnc.
)
BID fORM
BL~SElYICES
_#14.09-15-2
l~. propose to-fumlsh the goods and serviaesspedfted in the Invitation for Bid. -I
... tJl$. my bid wi! r$1'Isin firm for a period d 150 days-after btd opened. bY the aty
. in ·aderto allow the Oty adequate time to evaluate the bids.
I certify that alllnfonnation (X)f1tained In this bid Is trutnftil to the be5t of ~ knoWledge
anc1~. 'I further QiIrtIf'y that I am duty auttlori;Nd ro suIatnIt thl5 bid on ~ fA 1he
Company nimed as ~ Company and that said Company is ready,. \\fRJng and
able topet[amlf ~ the oontrcrt
I further certify, under oath, that thiS bid is made wtthout prior understnllng,
agr~ CXlME!£tjon, dl$cuS$ion, or mUuston wI1h any other persont finn or
corpcjatiOn $Ubri1IttIng a bkli nici officer, en1pIoyee, or agent of • Oly fA ~ or
atYf Other bidder _an Interest In Slldbld.Furtha'more, I c2rtifytilatthe undetsIgned
aeoted this· SkI· Form with full krioWIedge and understanding·· of matt!fS theretn
cnnt.IIned and was duly authotized to do so.
Addendum # 1 Dated 9/9/14
Addendum # ""2 Dead 9111714
Addendum # ""3"" Dated §/fb/14
Attadled herem are the foUowing forms/documents which form a part of th1s bid:
Attachments
Bid Form
Respondet,rs Certification
No·BId or PropoSal Response
ScI*uIe of Values
Bkl(fer's QuaHflcations Form
/IfJenCf References
~ RefereJlc.es
Vehide & equipment List
Bid aception Form
IIlClemi\\ficatJon Clause swam Statement Pursuant to section 287.133 (3) (a), FlorIda Statutes
On PubUc EntIty.Crimes
Business Entity AffIdavit
42
Drug'f~ Woriq)Iace Affidavit
AiltI-J<lckOaCk Amdavit
Non-co1fUs!ve Affidavit
APPendix 1-BId Bond
Inc
Mark Levitt, Vice President
Name a. TItle, Typed or Printed
3300 S.W. 11 Avenue, Fort Lauderdale, FL 33315
Swam -to and subscrfbed before me
This 14 th day of
September, .20~ if'; ~5S.: --PUbfIc
. /' -cI Florida
My~ ... _ .. -~~.A,,.kta--
~ .. " J3>
<ltV, state, Zip Code
BIDDER'S NAME:Limousines of South Florida, Inc
(if Corporation) COMPANYNAME:Limouaines of South Florlda, Inc
43
CITY O}r A VENTIJ:RA
INYIT:ATION roil 8m
MUNICIPAL TRANSIT SERVICES
BID __ U-CJ9..15-2 .
~NDENT'S CERTIFICATION
CQTmCATE
(if~)
STA'IBOF Florida )
)88
COUNIYOF Miami-Dade )
.')
I HEREBY CERTIFY that a meeting of the ~ of Dircckn of
'!be Limousines of South Florida, Inc.
a ~,orpQnit}otuCQ~ing uDder the: laws of-thC-State of Fl 0 dda . held on
September 4, .2014, tho fonowing ~lution wu duly passed andadoptc;d:
RESOLVED, that, as V. Pres. of the Corporation, be and is ~ authorizod to
C'X~ the propoaal dated, 9/15/14 , 2014 to the City en A~ iiool this
oorporatioo and that his exewtion tbttcOt;attested· by the Secretary of the Coapoi.tion.
IDd witJI the Corporate Seat affixed, shall be the officla11Ct and deed of this COrporation
I M1bcr certify that Wd resolution is now in full futce and effec;t.
IN WITNESS WHEREOF, I have hereunto set my band and aflix.ed UJ.lLIIJUWIIaJ
oorporatioo on this the 4th day of september I 2014
SealJtary
(SEAL)
44
!
I
I
I
ClTY OF A VEN1V1lA
INVIl'ATIONFORlUD
MUNICIPAL TIlANSIT SERVICES
IFB # 14-09-15-2
SCHEDULE OF VALUES
~ TOTAl ANNUAl.. PRICE (TO BE PAlO BY THE crJY IN EQUAl MOtmiLY
~), fOR MUNIOPAl.. TRANSIT FOR 1ltE OTY OF AVEN'TlJAA FOR BASE
SElW'Ia: FOR THE FIRST THREE YEARS OF THE' CONTRACT USiNG BJOOefSa B20
A,JB.:
A. , $, 821,016.00 AS THE TOTAl ANNUAL FEE FOR
EAOi 1W8..VE MONTH PBUOO FOR FIXED"ROlJTE SElMCE.
B. $ 54 • 0 0 PER HOUR COST FOR flXE()-R()Ul'E MINlBUS SERVICE AS
REQUESTED BY THE CITY.
c. ' $ 49.0 0 PER HOUR COST OF 32 PASSENGER BUS SERYICE FOR
CITY SfMOR TRAva PROGfW1S TO AREA ATTRACTIONS AND MUSUEMS} ETC;
~TaY 12 PER YfM.
O. $, ,4 a • 00 PER HOUR COST OF MINI BUS SERVICE FOR sPEaAt.
EWtf1'S WITHIH 1liE mY.
CosI$ for the final two yecn are subject to an adjustment for fuel and '~
.. odyandare Stb)ect to the appwl!Il of 1M Oty Manager. Any request for
acWstmeOfnut bejLAtifieclcand documented thQrOughIy by the ContradDr and
sUbmItted;to-the CIty Manager at least nlnety (90) days pr\()r tD the end of the third
year d the tontract.
ProvicIng Mili Bus Service using alternate fuels:
Propane:
Total Annual Fee $ __ N_I_A __ Hourty Fee $_N_/A __ _
Compressed NabJral Gas:
Total Annual fee $ N! A Hourty Fee $_N_I_A __ _
Hybrfd-eIectrlc:
Total Annual Fee $. ___ N/_A __ Hourly Fee $._N_I_A __ _
47
"
EJedrlc:
Total Annual Fee $._N_I_A __ _ Hourly Fee $. __ N/_A __ _
TflecOty has also requested bidders to provide prices for AI.. TERNA TIVES to the base
service, induding using low floor buses and Automated Passenger Counters. Please
provide the addmonaI costs associated with each of these options below:
)
AlTERNATE #1:
$ N/A PS THE TOTAl ADOITIONALFEE PER
HOUR FOR PROVIDING SERVICE USING lJ)W FLOOR BUSES (Please indicate·
manutac:turer and model and confirm It has been Altoona tested as' a seven year
~) .
ALTERNATE 12:
. $'~ 1.00 AS THE TOTAl ADDmONAl FEE PER
HOIJft FOR PROVIOlNG AUTOMATED PASSENGER COUNlINGCAPABlUTY AND
~T1ON AS DESCRIBED IN SECTION 3 of 3.5 (4) OFTHESPEOALCONOmONS
AlTERNATE # 3:
$ . so AS THE TOTAL ADDITIONAL FEE PER
.HOUR FOR PROVIDING SECURITY CAMERAS.AS DESCRlBEDIN SECTlON 3.3.2~2 (P)
OFlliE SPECrAl CONOmONS
1) I agree to be bound by all terms and oonditions oontained in tNs lrivIt3Hon for
BId.
2)
YES_X_ NO *
I agree that the yeerty Services amount as proposed shall remain In effect tor the
first ttll'~ (3) years of the five (5) year contract.
YES x NO *
If "00-to any question, bidder must fully describe their proposed
exception on BId Exception Form.
Mark Lavitt, Vice President
BIdder ~me and TItle Limou~1nea of South Florida, Inc.
~.~1 Ave. FT. Laud., Fl 33315
~54) 463-0845
Phone mlevitt@losf.us
Email Address
".
)
CITY OF AVENTURA
INVITATION 'FoR·BJ»
MUNICIPAL TRANSIT SERVICES
IFB # 144)9..]5..2
BIDDER'S QUALIFICATIONS
(hat) ofJ)
NOTE:n •• tcaeat of Propoecr'. Q. ... Ocation 1801 be completdyftlled out, properly
~ aad ~ .... rtofyour Bid. .
1. List the true, exact. BOd proper names of the company, ~ oorporat1on. trade or
ficfitious Dame under which yuu do bust1'l_ liM principals by Dames IIld titles:
NsmeofC~y: Limousin~s of South Florida, Inc.
Address: 3300 S. W. 11 Av~nue
Fort Lauderdale, FL 33315
PrincipAls; Raymond Gonzalez Titles: _p_r_e_s_i_de_n_t ______ _
Rene Gonzalez
2. a. Are you ~ as may be required, in the designated arca(s) ofMialJli..Dade.coonty,
Florida? YES_X_ NO~
b. List Principals UccnBed;
Name(s): Raymond Gonzalez Title: President
Rene Gonzalez Treasurer
Ranuks: Limousines of South Florida, Inc. has Miami-Dade
Passenger Motor Carrier (?Me) permits for this operation.
3. How long bas your company been in business and so licen:scd? Since 1984
49
I
I
I
I
BIDDER'S QUALIFICATIONS (continued)
(Paat-2 of 3)
"\
J
4:' IfProposc:r is an individual, corporation, or a partnership, answer the following:
a DateofOrgllDiz.ation January, 1984
--~--~~~------------------b.-Name; addms and ownership Ullitsofall partners:
Raymond Gonzalez 2766 N.W. 62 St. Miami, FL 50%
Rene Gonzalez 27&6 N.W. 62 St. Miami, FL 50%
c. State wh«ber general or timited partnership: ______ _
d. State whether a corporeUoo _X ____ ,. Date and place of incorporation
01/84 Florida
If Proposer is odlor than an individual, cOrponition or partnership, describe the orpnlzatioo
and give the name aM ~ of principals.
N/A
5, If Proposer . is optnltina under a fictitious Dame, submit evidence of compllaooe with the
F1oridaFictitious Name Statute.
6. How manyycars bas your ~on been in btlsineaB under its present business name?
10 years
Il. Under what other Conner names has your organi1.ation ope:reted?
N/A
7. a. Has your company ever Dilled to oomp1etc a bonded obligation or to oompi= a oonttact?
YES NO_X __
a If so, give particulars including circumstanQes. where and when; name of bonding
company, name and address of contracting partie6, and dispositioo of matter:
50
BIDDER'S QUALIFIcATIONS (cootblued)
(Page 3 013)
8.
h. Are you now or in the past five (5) years been involved as a defundam in litigation
coooernin& tho performance of your company operations? If 9(I list:
No
a. List !be pettiaent cxpcriem:o ofdle key individuals of your organhatiotl; (continue on
insert sheet, if necessary).
Mark Levitt, Vice President 30 years
Robert Medina, General Manager 3 years
Jackie Castillo, OPQrations Manager 10 years
b. Stacc the name of the i.ndividual(s) who WIll have personal supervision of 1he work.
and wbr4 experience they have in SUpervisIng shuttle bus systems:
Mark Levitt, over thirty (30) years experience in the operation
of community shuttle bus operations.
9. llit tWno and title of ~ in your company who are autborized to enter into a contnd
with the City Of A ventura, Florida for ~ proposed work should your company be tho
suooeasful Proposer.
N Mark Levitt
mne __________ ~--------------------------------------
, TItle Vice President
10. Describe.your Company's ~ in providing services to other agencies Wnilar to the
comprehensi~ service to be provided herein.
operating over 20 Municipal Community Shuttle Contracts
Mark Levitt, Vice President
Bidder Name and TItle
Lilllousines of South Florida, Inc.
Company Name
3300 S.W. 11 Ave. Ft. Lauderdale, FL 33315
Address {954) 463-0845
Phone
51
)
AGENCY ·REFERENCES
lUODHR's sbaII subtnit lisa part oftbeir llidpacbge a list of Agency, Address, Telepbono and
Fax Ntunbera, and 'Contact penon at the DqJartment of all Governmental Agencies fur which
Yf,luT firm haS provided bus services within the past five years. (.JndiC$S reauD:cd infommtion) .
Name: JOhn O'Brien
Contact Name:
City of North Miami
tAddress: 1855 N.ll:. 142 Street
North Miami, FL 33181
trelepbooeNo.: (305) 895-9883
Cell Phone No.: _______ _
'Fax No.: ____________ _
Email: j obrienenorthmiami fl . gOY
Nove.mber, 2007 to Present ~~~~;--~-------------------------------------------
•••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••
N J.e. Jimeniz ~------~----------------..-----~--------------~-------
Contact Name:
City of Bay Harpor Islandl5
.A~: 9665 Bay Terrace
Bay Harbor Islands, FL 33154
.TelepboneNo.: (305) 866-6241 .Fax No.: {lOS.) 866-48€3
Ceu l'I:IoneNo.: _______ _ EnuU~ jcjimenez~bayharborislands.net
~of~.~; __ 1_9_9_2_t_o __ P_r_e_s_e_n_t _______________________ _
52
) )
AGENCY REFERENCES conL
~: Rick Engle
Contact Name:
City of Coral Springs
'Addre8s:. __ 9_5_5_1_W_.S_amp-..:.._l_e_R_O_a~d _______________ _
Coral Springs, Fh 33065
'TelcpboneNo.: (954) 345-2110 • Fax No.: (954) 345-2111
CeUPbi.me 'No.: Email: rengle@coralsprings .0 r:g
~Of~ ______ 2_0_0~4 __ t_o_p_r_e_s_e_n_t ____________ ~~ ______________ __
.... * ........................................................................ .
Mark Felicetty NIIJDe: -------------------------------------------------
ContIICt Name:
City of Dania Beach
'A~; _____ l_OO~W_e_s_t __ D_a_n_i_a __ B_e_a_ch __ B_l_v_d_. ________________________ ~
Dania Beach, FL 33004
'Te1epboucNC).: (954) 924-6800 X3730 +Fax No.: (954) 924~6813
Cdl PhoDeNo.: _______ _ Email: mfelicetty@ci.dania-beach.fl.us
Dekof~ __ 2_0_0~7 __ t_o __ pr_e_s_e_n_t __________________________ ~ ____ __ ........ ~ ..............................•......................................
Tim Milian Name: -----------~-------------------~------~~-------
Contact Name:
City of Surf~ide .
'A~: ~301 Collins Avenue
Surfside, FL 33154
'Te)ephooe No.: (305) 866-3635
CeUPhone No.: _~~ ______ _
*FaxNo.: (305) 993-5097
Em&I: tmi1ian@townofsurfsidefl.gov
~of~: ____ 2_0_0_7 __ t_o..-.P_r_e_s_e_n_t ________________________ ------__
53
')
OTHER -REFERENCES
BlODBR's. shall submit 8$ 8: part of their bid package, Agency, Address. Telephone and Fax
N\1tnbCrs., and Contact person at Department of aUNOIl.(}ovemmentai aWties for-wbkn your
finn have provided bus services wi.t:biil the past five years. (*Indicatu requited information)
~: Keith Palant, Director of Security
tCoa.t8ct Name:
Memorial Hospital West
.A~: ___ 7_0_3~N_or_t_h __ F_l_am __ i_n~g_o_R_o_a_d ____ ~ ________________ __
Pembroke Pines, FL 33028
"-elcpbone No.: ( 9 5 4 ) 8 44 -9 9 77 .FaxN6.: (954) 443-2721
CeO Pboncl No.: ____ --'-____ _ kpalantlmhs.net &will: _______________ ___
Date of Contract: 2006 to Present
............. ~ .................•.......•.......•.•..•••.•...•............•.....
Name: Jackie Ryan, RFP Sourcing
contact Name:
Memorial HealthCare Systems
'A~: ____ 2~9_0_0 __ C_o_rp~o_ra_t_e __ w_a~y _______________________ ___
Miramar, FL 33025
.Tdcphone No.: (954) 276-5490 *FaxNo.: (954) 276-6054
Cell Phone No.: _~ _____ _ Email: __ j_r_y_a_n@_mh_s_,_.n_e_t __
~ofCOn~ ____ 20_0_6 __ t_o~p_r_e_s_e_nt ________________________ ___
54
•
CIT\' OF A VENTUR.A
INVITATION FOJt BID
MUNICIPAl; TRANSIT SERVICES
IFB#1~15-2
VEHIa.E & EQUIPMENT UST
LIst vehldes iI1d equipment b:) be used in accordance with Contract.
Group the vehldes and equipment by dass and state year, make, <:Ondition; miieage,
and ownership Information for each. Say If any of the vehicles have been in any
aaidents and desa1be whatTepalrs were necessary.
Four {4) 2015 New Eldorado Aerotech" 6.61 Diesel Engine with
16 fAs8enger and 2 wheelchaIr positions or 20 p~sBenger capacity.
These vehicles are built on a Chevrolet Chassis.
l'!o (2) 2015 New Eldo;t"ago Aeroe~ite 320 6. 7L Di~8el-Engin~ with
28. Passenger capagityor two wh~lchclir pos;i..tionsand ?~ passengers
These vehicles are built on a Ford Chassis.
All vehicls will be New with only less. than 20 miles.
Ail vehIcles will have Afe -, Vinyl seating wlth an overliead rack.
All vehicles will be equipped with Automatic Vehicle Locatln9
Systems (AVL)
Mark Levitt, Vice President
Bidder Name CIld TItle
Limouaines of South Florida, Inc.
ComDanv Name
3300 S.W. 11 Ave. Ft. Laud., FL 33315
~) 463-0845
Phone . mlevl.tt@losf.us
EmaU Address
56
CITY OF A VENTtJRA
INVITATION FOR BID
MUNICIPAL TRANSIT SERVICES
IFB # 14-09-15-2
The Company wIsheS tD take exception to the fotIoWlngttems:
None
Mark Levitt, Vice President
BkIder Name and TlUe
Limousines of South Florida, Inc.
COMoany: Name
33tlO 811'1.11 Ave. Ft. Laud., FL 33315
~) 463-0845
57
..
CITY OF A VENTUIlA
INVITATION FORBID
MUNICIPAL TRANSIT SERVICES
IFB # 14--09-15-2
INDEMNlPlCATlON CLAUSE
'the C()Dtractorshill indemnify. defend, and·hold harmless the City COlDlllitsion, the City of
AV1!UttD aad City's ofIieem, agcDts and t'JtlpJoyees from and again!t all ems. daftlasca, losses
and ~ (includina ~'s .. fees) Wing out of or lCS1Iltina Irom the cootractor's
~ Q( 1be ~ provided that any sllcb claim, damage. loss, or expense (1) is.
~JO to bodily injury, siebess, disease. or ckath, or to injury to Ql' damage ~ da!ttuction ctt property mc~ '1be loss of use 'mWtinB thmfrOm. and (2) is ceusod in whoic or in part by
any breieb {Jl' ~ by'~ or,negUgent act or omission of t.bc Contl¥1or. any
s~! .,.one directly or indi«dly empJoyed by any of tbenI aDyOncthr whose acts
my df 1bem may be'liabIe, tegan:Uess or whdber 01' not is caused',' by • party indemnified
hereunder.
Limousines of south Florida, 9/12/14
Proposets Name -------~~+7"-
8.TAIE OF FLORlDA
COUNtY OF MIAMI·DADE
SWORN to AND SUBSCRtBED before me, the undec siped au1hority,
Mark Levitt who, after first being sworn by me,.mxoo hislbor
[name ofiudividual signing]
__ inlboapaceprOYidoclabove .. !hi. ~~
NOTARY PUBLIC
58
.. ..
SWORN STATEMENT PURSUANT TO SECfIQN 287.133 (3}(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
nus FORM MUST BE SIGNED AND SWORN TO IN mE
PRESENCE OF A NOTARY PUBUC OR OrnER OFFICAL
AUllJORlmn to ADMINISTER OATHS.
I. This sworn stalcment is submitted to the CITY or A VENTI.JRA, FWRlDA
'By. ,Mark Levitt, Vice President
, (Drlnt mdtvii.IuJJl·s ' and title)
Fen Limousines' of South'1rorida/ Inc.
(print IItJlfU of et'tIIty ntbmitting sworn 81a1ement)
~ busincA address is~ 3300 ~. W. 11 Ave. Ft. Laud, f FL 33315
mel (if appticable) Its Federal Employer Iden1ific.atiooN\IIllbcr(FRIN) is: 59-2564092
(IftJtt tnIitJlhm I!O FEIN. W;ludt tJw SodQ/ Security NumIwr of the individual signing thJ8 swom
ll/lIetMiJt: _ -__ -__ .)
2. J undcrstaDd that a j)ub& entity crime" as defined ill Paragraph 287.133 (l)(g), Florida Statutes,
JDDIIiQ$ a ~ of any ~ or fcdcnIlaw by I penm with respect to aod directly reIased to the
~ of businc:II wUb any public entity or with III agency ~ political Slbtivision of 'II!)' 01bcr
m.e oroflbe United States. intIdn& but not IiDlitcd to, any bid or eontrac1 for goods or services to
be prQVided to any public entity or III agcocy or political subdivision of arry other B1efe or of the
United States aDd iovoIvtng ~ rr.ud, 1heft, bribery, colheion, ~ conspiracy, oc
JIIIlCriil ~0IlS.
3. I lIIIdIQtand that "coovicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florida
SIatutes. _ a find:insof guilt or' a eon~ of a pubUc entity crime., with ()f without an
-U~ of ~lt, in 8Dy federal or SWe trial court of m:oni re1IIdng to cbar&a brol@ht by
:lMidmeoi or Iufon.uation aftm July I, 1989, as a result of a jury vc:tdi(lI, ooniwy trial. or entry of a
plea of piliy or non COIiteDdere.
4. I understIOO that an "affilia1c" as defined in Paragrapb 287.133(1 X a). Florida Statutes, mc81IlI:
I. A precIoca9or or successor Of a person COlI:Victcd of a public entity crime; or
2. An \2Itity IlD(b the control of any natural pen!OI\ who is active in the ~ of the entity
aQd who bas been convicted of a public entity crime. Ibe term "affiliate" includes those officca'
direCtors. exec:utives, partners, 1btnhoIders, employees, ~ and agentS who are active in
the ~ of an atllli8te. The ownership by OPe pcnlOO of shares constituting II oontrollin,g
bmereIt in IDOtber person. or a pooling of equipment or income amq pcr80nS when DOt for fair
market vaIuc under III arm', lCD&lh tp'CCImIml, Ilhall be a prima facie cue that one person
COiltrob another pmoo. A person who \oowin.g)y enters Into a joint venture with 8 pcr5OII. who
has ~ convicted of a pUblic entity aime in Florida during the pre«dlng 36 months shall be
(:OQiideted anaffili4te.
5. T undm.tand that a "person" as defined in Paragraph 287.133(1) (e), FlDrida StatW8, means any
natInl penon or CIOtIty orpnized UIJdar the laws of any state Of of the United States with lepl power.
to eut« into a biDding CODinIct and which bids or applies to bid on contIacti for the ~ of
goods or services let by a public entity, or which otherwise tramacts or applies to transact business ~
with a publio entity. The term "penon" includcs1hose officera,.-diJccton. executives, ml pII'1:Mr5.
59 fY
. Ci/\
•
)
Shareho~, employees, members, and agents who BrC active in management of an entity.
6, Based on fufCnnation and belief, tho statement, which I have ItIlIIbd below, :is true in relations to the
entity submlnlrig this sworn statement. (IndiQrte which statement applies).
o Neither 1M entity sUbmitting this sworn statement. nor any of its officers, directors, executives,
piU1Dcn, sharoboIdm. employees, 1DIiIGlbers, or agents who are active In the ~ Of the
~, nor ~ aiIlliate of tho emity has been charged with And convicted of a public entity crime
subsequetJt to July 1, 1989.
o The a!Ilty submitting 1bis sworn eWcmcU, or one 01 more of its officers, directors, executives.
pctneB. ~ cmployeea.1llOIJlbers. or qcmts whoSe actiYe in 1M ~of the
CIltity, (11' 8D·efJiliIIte of the MtiCy hu been ch8rsed with' and oonvic:ted of a:pUb& IIJltity crime
s:ubsequeU &0 July I, 1989,
c The entity ~itling tbiJ sworn statrmcm. 01' me OJ mere of il3 officers, directors, executives,
pmum. ~ employ .. members, or~ who are aOOvc in the ~of1be
~, ~ III aff1IiIile of the em1ty baa lJI!CS cAIaged with and ~ of a JUbHc entity crime
~ &oluly 1, 19t9. HoMVtt, tbM has been a suhsequeut ~before a HeIrIng
(')ftk;cr ofb 8tJte of Florida. DMsioo of AdrDinistraUve HuriDp and 1be fiaaJ Order entered
bya J:Jeidoa Offica' ~. ~it '#IllS not In.the public ~ to plaCe the edit)'
auI:aitIinj tbls IWt'm ~ m tbo ooovicteIi·vendor Hit (attaob a copy of the final ordcI').
1lJNbP8t~1'BA.T 'l"USUIMJsisJONOPTIIIS FORM TO THE CON'I'IlACTING
~'l1Oi.'I1lJ I1$LJC I'.N1'ttY IDIJ'IItIt'DtI) IN PARAGJLUIB 1 ~ IS 1'01.
THAT ftUIlJC·1N'Itrr om.. Y ANDTBA'l'TJIIS POIIM IS V AUD'I1IROiJGB DfCQIBb.
II or·_~ YUR IN 'WlIICBlT IS nLm. IAl80 lJNDERI't4ND TllAT 1 AM
~'@~ $llJJIJC prmJ,'lUO)l To r.N'l'WNG iNTO A CONTRACr
rH::r.sCiI$-ar_!8IlUIJQU)l\MOUNTlJ¥)vmEDINR.CTlON1I7.t.',PlOllIDA sr..'" _~'. . . OJ' ANY CHANGE IN THE INPORMA110N ro '.. nruw' ~ l'UIlI.Mf
Sworn to aDd subsat'bed before me this 12 t h day S e p t embe r , , 10 14.
~~~~. ------~~-. ~~ .. ~~~~-----. ---
Produc«I ideotifkatioo * ~O:lic -State of ~
.. ) )
I, _Ma_r_k_L€_v_i_t_t _' _V_i_c_e_p_r_e_s_i_de_n_t _____ ---', being fIrSt duly sworn
State:
ThefulJ .~ name and business address of the person(s) or entity cont:raeting or transacting
bUlincsi with the City-of-Aventura ("City'1 arc (post Office addtesm are not accoptabk), as
follows:
59-2564092
FfIdmlJ Employer Identification Nrmtber (l,f none, Social SeClhily Number)
Limousines of South Florida, Inc.
N~ oIEnttty.lndMduo/. part1Jer3 or Corporation
3300 S.W. 11 Avenue Ft. Lauderdale, Florida 33315
City Slide Zip Code
OWNEJlSimDISCLOSlfn1 AFFIDA VlT
] . If the ~ or llusii.as transaction is with. a corporation, the fuli le&al name.and
busiDest Addtea IhalI be provided for each officer and dim:tor anci each stockholdor who
holds directly or· iDditectly five percent (5%) or more of the oorporation's stock. If the
00DCJ'a()t or bv.siDess :tnmsaetion. is with a trust, the full legal name and address sball be
provWed for CIdt tI'UfQe II1d each beneficiary. All such name8 and addresSCs are (Post
Oftke I(\(hssesarc DOt ~Ie), as follows: .
FullyiWName
Raymond Gonzalez
Rene Gonzalez
2766 N.W. 62 Street Miami, FL
2766 N.W. 62 Street Miami, FL
50%
50
% -----------------------------------------
% --------------------------------------------
61
)
The full IegaI names ~d business Address of auy other individua1 (othcrthan subcontractors,
material men,~ laborers, or leAders) Who have, or wID have, any interest (legal
equitable, beneficlal 'or otherwise) in the contractor business transaction with the-Gity are (Post
Office addresseS are Mt 8cccptable), as follows:
None
Mark Levitt, Vice President
PrinJNQIM
September12, 2014
Dale
SwomtoandsubscnDcdbeforemctbis 12,th day of SeptelOber .20~.
~~' N-o-tary-Pllh-n-IC----
Produced identification Notary Public -State of ~
62
CITY OF! VENTURA
INVITATION FOR BID
Mt1NIClPAL TRANSIT SERVICES
1F'B# 14-09-15-2
DRUG-J!'UE·WORKPLACE AFFIDAVIT
llLOJUDA STATE STAl'UTE 287.087
In order to haYe a drug-free WOJkp\aC:e program, a business shall:
.. ) l'Dblisb a statement notifying employees that the unlawful manuflltture,
distribuIioa,< di8pellSina. possession. or USC of a comroUed substaooc is prohibiIcd in the
~< mel specifying the actions that will be tabn apinst cmplo~ for <violations
of such proIHbition.
b) Infonn employees about the dau&m of drug abuse in the workpl8cc, the
busiDNI'a policy of maintaining 8 ~.m"c ~ .oy available drug couoscling,
rdlabi.litIlioo and employee assistance progrvns. and the penalUes ~ 1l1Ay be imposed
upon CDpIoyees for drug abuse violations.
I) Give each employee engaged fa providJDg 1he commodities or
~ serVices that < are undcc Bid a copy of the statcmeDt spcdflcd in
subtcetion (I), .
2) In Ibc statemmrt specified in su~ (1 ~ IW1ify the employees
1bat, asa oooditiOli ofworldoc on die: oommoditiesor COtltI'Icltual service8 dIat are
under <Bid, the employee will abide by the terms of tho statement and will notify
the ciilployer of any convictilm o~ or plea of smlty or nolo oonteDdere to, any
violation of cbapkr 893 or of any controtled SUbitaocc law of 1htI United States or
any state. < for a violati<m 0ClCUrring in the workplace no later than five (S)days
after such conviction.
63
DRUG-FREE WORKPLACE AFFIDAVIT (wntinued)
3) Impose i sanction on, or require the satisfactory partidpation in a
drug abuse 8SS~ or rehabilitation program if such is aVlUlable in the
employee' 5 community, by lilly ~loyee who is 80 convicted.
4) Make a good faith effort to continue to maintain 8 drug-free
workplace through tho hnplemcntationoftbis section.
nAlRIlJA STATE STATIJTE.287.081
As the pcrsoo authorized to si81l· the
above rcquinIincm.ts.
64
lies fully with the
CIT\' OF' AVENTURA
INVIT AnON FOIl BID
MDNI~AL TRANSIT SERVICES
IIl'.B # 14-09-1 S.2
AN11~KlCKBACK AFFIDAVIT
STATE OF FLORIDA
COUNTY OF Miami-Dade
}
ss:
}
-------------
I.1ho undersigned. hereby duly sworn. depose and say that no portion of ~ sum bcre:in
bid will be paid" to l\8y employees ()f the City of A ventUra, its Cllected ofticials. and
LiJIoUaines of South Uorido, Ineor i1B-dosip COIlSUltaDts. as oommia' SiI-·iJO,.... ... >.bac~
RI1\1IId Or eift. diroctly or i~by me at any member of ----or by an -t)
corporQln.
Sworn and sub8tribed befmthis
12thday of September, 20":':'
TItle:
~ = ~~--N~m~~~-~-----------
.}sn£ ~
My conbnission tlpires~ 'if ,y«f
65
)
CITY OF AVENTURA
INVITATION FORBID
MUNICIPAL TRANSIT SERVICES
IFB# 14-4)t.15.2
NON-COLLUSIVE AFFIDAVIT
STATE OF FLORIDA
COUNlY OF Miami-Dade
}
ss:
}
)
Mark Levitt _~---:-__ -,--__ ...,..-._being first duly sworn, ~ end says that:
)
a) Helsho is the Vice President • (Owner,
Partner, Officer. ~lative or Agent) ofLllloualnes of South FlOrid,In'fue
Proposer that hal submitted the auacllcd Proposal;
b) Holshe is fully infonnN respecting the preparation and contents of the
attached Proposal and of all pertinent circumstanc:es respecting sutb Proposal;
c) Such Proposal is genuine and is not collusive or a sham Proposal;
d) Neither the said Proposer nor any of its oftioer&. partners, owners,
agents, representatives, ernployeee or ~ In Interest, iJ'lCludingthiS ~ant.
haVe In any 'lily ooIJuded, conspired, cannlwd or agtet;d; directly or tndlreotty,
WIth any other PIOpONr, firm. or person to .ut»nlt • ooIlusive or sham P~I
In eonnedIon with the Woridor which the att.Jched Proposel has beeR submitted;
Of'to refrain tram prOposIng In connedlon ,with such work; Or have In any manner.
dlredfy Of 1ndIJeotty, sought by person toflx the pt1ee or pI1~ In the attached
PrOpot8t of of any Othet Proposer, or toflx anyoveri'te$d, profit, or cott elements
. of the Proposatprtce or the Proposal price of any other Proposer, or to secure
throUgh wry coUusIon, conspiracy, connivance, or unlawful,Bgreementany
advantage against (Recfpient), or any pertIOn interested In the proposed wotK;
e) The pOoe or prices quoted in the attached Proposal are fair and
proper and are not tainted by any collusion, conspiracy, connivance. or unlawful
~ 00 the.part of the Propo.eer or any other of 'ita· agents, ~,
owners, employees or parties in interest, Including this affiant.
66
)
NON-COLLUSIVE AFFIDAVIT (contilnle<l)
STATE OF FLORIDA }
} ss:
COUN1Y OF Miami-Dade }
BEFORE ME, the undersigned authority pmonally appean>d
Mark Levitt to me wellknowa and known by me w be the
p«$OO desCribed bmW andwbo executed the foregoing Affidavit and acknowledged to and
befcn me that Mark Levitt . executed said Affidavit fur the
purpose thtnin apressed.
WI1"NESS, ttlybaod and official seal thls 12th day of September
20M·
6&
APPENDIX 1
BID BOND
STATE OF R.ORlOA )
_ ) 55:
COUNTY OF MIAMI-DADE )
KNOW All MEN BY THESE PRESENtS, that we, ~ of 50uItI ~, I{!C; -_____ .........-_____ , as PrIndpat, and~~~
_ ' as Sun!ty, are held and-firmly bo\,Ild ooto the
otyOf ~8 munldpal corporatjon ct ~ State d AortIt!! In the penal sum of •
-~ ~_ ($ ftpfl$! !!!!OWl ), lawful money-rI the Ui'ite:I SbItes,
for.,. ~ of ' which sun Well and truly to be madej we bhd ~ our heirs,
~~ adrtiriIStRJtor and succ.'essors jointly and sewnIly, firmly by the$e Presents •
. THE CONOmON OF THIS OBUGATION IS SUOi that whereas the
PrtndpaI-has submitb!id-the accompanytng BId, dated §!P!nIb! 22 I 2014
-foI":MUNlCIPAL TRANSIT SERVlCES
NOW, lI8EFORE,
(a) If said Bid -Shall be rejec;ted, Of In the alternate
(b) If ~8id sflaIlbe-.aa:epted and the prirlq)al shall propedvexeo.te and delver
to sald City the appropiate contract documents (CQntract for SetYk:e;,
~nwa fJon(t, In$Urtn:e,etc.), and shaUin at respeCts fulfill aHtenns Mid
conditiOns attrI::Mitabfe to the atW.Ptance rJ said BkI,
then this obIgatIon shall be vokI; otilerwlse, It shIJI remain In fortt end effect, It being
~-understood -and agreed that the IIabfflty rJ the Stmrt.y for any and aft Claims
hereunder ~. In no eYent exceed the amourt of this obligation as herein m:.ated.
The SUrety, for value received, h$'eby agrees that the obligations t:i the sH1 Surety
andftS~ bond shall ~ In no WfIY -inpail'ed Of aff1!cted by anyextet ISion d time WIthIn
whkhsatd mY may aa:ept such BID; and said Surety does hereby waive notk:e ofany
extension.
:m WITNESS WHEREOf, the above bound parties have exewted thts instrument
under the1rseveral seats this 11th day of ~ , 2014,
the -name and the corporate party -being hereto affixed and these presents being dt.Itt
9gned by its ooders\gned representative.
69
IN fIR.ESEftC& OF:
(Busk1ess Address)
f+' ·J....,~<t~k. ,?J ~I(
(CIJI~)
(&Jsiness Phone)
ItIJQRIAtjT Surety ~mpanles executing bond must appear on the Treasury
Department's most C\JITef1t list (drcular 570 as amended) and be authorized to transact
business In the State of Aortda.
70
i
i i -
.' ArgenatlH ...... n~ Company
2l5W. Wuldagtoll, 6da Floor
Chkago.,ll.., ,60606
POWER OF ATTORNEY
IN 11!StiJo«)NY'IIIBD~. hcmno lit my t.d.1II1d dud lIlY otIkitI Se.illll t1Ieeo...ty af HMia.llIt Illy _ >-fir1t ...... ..nam
~~'.
nns DOCUMViT IS NOT v.uro UNU'..SS PRINTDl ON SHAHD aACJ(GROOND WITH SUJl SIllIAL NUMBEIlIN TIn \JPPfJl RK'.RT
HAND COlNlJl IF \IOU HA VI QU£S110N8 ON AlJ'ftttNTIOn' Of Tim DOCUMVn' CALL (%11) JlI-I4II.
..
CITY OF AVENTURA
ADDENDUM # 1 '
MUN},gpAL TRANSIT SERVICES
1FB # 14-99·15-2
DATE OF ADDENDUM: Tuesday, September9'Jt, 2014
TO ALL PROSPECfrvE BIDDERS:
The changes listed below are h~ made to and jncorporated into the S<JIicitation number lFB
14·{)9..15~2 entitled ''Municipal Trantit Semces".
J. The due ~te fOJ this bid IS hereby changed from 2:00 PM MONDAY,
S!PTEMBER 15TH, 1814 TO 1:00 PM MONDAY, SEPTEMBER nl'fD, 2014
None at this time
None at this rune
City of Aventura 1FB # 14.09·15·2
Addendum No, f
Tut9day, Seplember 9"'.20)4
END OF ADDENDUM # 1
)
CITY OF AVENTURA
ADDENDUM#2
MUNICllAL WN§lT SERVICES
IFB # 14-69-15=2
DATE OF ADDENDUM: Thunda)" Sep~ber nth, 2014
TO ALL PROSPECTIVE BIDDE1lS:
)
11lecbangos listed below are hereby made to and IDcOIpOrated into the solicitation number lFB
14-09-15~2 entitJed "Ma»idpalTl'an;lt ~rvitu".
I. Page 31 -Type of Vehicle: rePlace language, "be no mQre than 29 f~et loni" to ~ no
more ~n 30 fe!t W for the Yellow and Purple routes. See Page 31; remove -29
feet" change to"30 feet
PLMgNODmmWlYJNG0UI§J10NS AND MmRa
See attached Question and Answer sheet
~ NOD m FQLLOWDUl Q..WfEADONSi
See attaclied &hibit I and Exhibit n
Ex.hibit 1-Biodiesd information via enuul correspondence
Exhibit n ~ Minirnur:b Fix Route Bus Operator Ttaining Guidelines
None at this time
City of A ventura lFB # 14-09-15-2
Addendum No. 2
Toewy, SeptOJnber 111h, 2014
END OF ADDENDUM # 2
QUESTION AND ANSWER
1. Given t~ short timeNne between questions deadline and proposal due date, we respectfully ask
fora one week extension (09/21/2104) of the due date so we have adequate time to review the
anSWers.
Answer: Addendum #1 -Issued to chanB!! due date from September 15, 2014 to September 22, 2014 at
2:00
2. Should proposers Include bicycle racKs With vehtcle speclflcetion 'qUotes?
Answer: No
3. Plea~ confirm vendors must procure (2) 30 foot buses for the Yellow and Purple routes.
Answer: Yes, confirm to procure (2) 30 foot buses for the Yellow and Purple routes, See Page 31; remqve
"29 f~t" change to "30 feet"
4. ~ ~OI4, the Affordablt Health Care Act will incur s1gniflamt costs to contractors in the
area of personnel benefits. Since Its sisnIng into law in 2010, the Act has had Itttte impact on bid
pricing, ind many COrltTactofs have chosen to disregard the cost Implications of this act in price
propo~ While we ctinsl$bmtiy budtJet these costs in our operatiOns, our comp;lOy hili beim
challenged in procurementS when c;ompetlna <lgalnst those companies Whose price has been
artlfitially lowered by ~Iure to oomply with the provisions of this 'law. In an effort to ensure
complt:mqt with the Affordable Heatthan Act, WI! respectfuUy ask that the city of Aventura
takes one of the following actions:
• Mandate that all bidders comply (In both technical and price proposals) with the provisionS of this act
effectlve January 2014, and submit official certiflc.atlon of complance; and I or
• Provide bellChmart costs per employee for healthcare obtained through th@ Affordable Health Care
Act; thus ensuring thtIt at! bidders ill! uslrcthe same per person costs when pro}ed:ing partklpation
levels and avera" cost relative to beneflts; or
• Provide adequate assur~nces that the City of Aventura wIU open contract negotiations at the time that
thh Act impacts emplOyers (and not before}; thus allowing ~ to submit price proposals ba~d on
the CUrrt11t com of doIne busInEss, With this Act not yet Sl!t Into law.
Answer: The City of Aventura has no special e)(pertise in the provisions of the Affordable C~re
Act and presumes that companies bidding wiH comply with federal law as they would with any
federal law. While the City assumes any company that is submitting a bid will meet the
minimum thresholds for complying with the Act, an addendum can be sent/posted that notes
that bidders subject to the ACA shall SiJbmit bids that comply with the provisions of the Act and
to provide benchmark costs per employee for healthcare obtained through the ACA.
5. Currently, our company Installs OrlVe Cam (an event triggered device that records sudden stops,
aggressive tumlng,. or an accl~nt) on all vehicles to manage ul)safe drilling habits and minimize
accidellts. W{)uld the County object to the contractor installing D'rill4! CAM on the vehicles?
Answer: It is the City of Aventura that Is providing the service, not Millmi·Dade County. The City would
not object to having the DrIve CAM system installed in its vehicles.
6. Would the CIty consider Drive Cam as meeting the requirement of "security cameras" ()f1 board
the vehlt.les?
Answer: The purpose of requiring. security cameras is to be able to roonitor passenger and operator
activities on the bus to ensure evidence is available in the ~nt of an accident or a dispute between
pas~ngers and the operators. If Drive CAM can do those thing5, it would be acceptable, but if it cannot,
then additional security cameras wiH be required.
7. section 3.1 page 25 of the RFP 2 displays "Service Miles" Monday -Satu rday. However, Saturday
service begins one hour later, thus one trip later than weekday service on four fout~S. Please
proVide the Weekday and SaturdaV ServIce MIIe$ reflecting the number of trips.
Answer: The total numbers of service mites provided on a weekday are 449. On Saturdays, the total
number of SleMce miles prOlllded Is 463 taldng Into account that service starts one hour later, but
serviCe Is provided in the eveni~ on two routes.
8. The RFP ~ not specifIcally define Hours of Service. Please confirm that the term includes 311
time from the first tlmepoint of the day until the last timepoint of the day, indvding Recovery
TIme.
Answer: The route schedules have been developed to provide between 5 and ten minutes of
recovery time at the end of each route, each hour). The "hoors of service· include that recovery
time.
9. Please provide expectations of driver training (hours, topics, etc.).
Answer: The topics required to be covered are included in the IFB on page 35. With only
five fixed routes, the service provided by Aventura is not as complex as many o~r fixed
route systems, and the equipment used is not the size used In standard fixed route
systems. Hence, the training Is not expected to take as long as It usually does for other
fixed route systems. Each driver should know each route and be required to drive that
route in practlc~ prior to providing live service. It would be expected that there be at least
ten days of training for the contractor to feel assured they have covered all topics and made
their operators familiar with all routes, but bidders are requ i red to provide their training
programs for City review. See attached Exhibit II.
10. Are the current drivers and other personnel represented by a Union? rf so, please provide the _/,)
CR' .. d toO'''' ;nf"'m,'loo. q.lj
I -.
j
.J
I
I
I
I
I
I -
I
I ; --
)
Answer: The City has no involvement with the current contractor's agreements, if any, with Its
w!,rkforce. This Is a turnkey contract. Florida is 11 right to work state and unions are not required.
11. Sch~uie of Values. P. 47 indicates an annual fee. What are the projected hour~ this Is to be
based on? .
Answer: Page 25, the ta~1e in the !FB Indicates the annual fee should be based on the Oty's best
estimate of 15,204 toUlI annl.lal houfs of service, The more Important figure will be the contractors
price per hour since total annual hours of service might "My slightly,
12. Schedult of Values. P. 47, C asks for 32 passenger bus servk:e quote. Pase 31 Indicates that the
V~ilow \1nd Blue il'les should have capacity for 26 passengers. Are bidders expected to Procure a
32 passenger vehicle In order to comply with section C? Is bklding 0fI this ~ce t>ptional?
Answer: No, contract<Jr does not have to p!'ocure a 32 passenger bus, however this service is
optional.
13. f>klase pr~ the current contract for these services with rites.
Answer: Current fiscal year charge 15 $691,569.
14. Please provide staffing levels and wage rates for the current operation.
~: The City provides transit S'f'rvice on a turnkey basis and does not keep track of the staffing
levels or wagetates of its current contractor. It expects the contractor to comply with provlstons of
the contract In accoNan<:(! with the prices they haYe bid.
15. Please.provide the yeat and mileage for the current vehidei used in the service.
Answer: this question does not appear to be pertinent to the bid specifications. The IfB calls for the
contractor to purchase new vehicles prior to starting thl~ service.
16. For the rate for cl1arter ~lws, please proyjde an estimate for the number of hours per day the
services wlH be nee<led and the number of times ~ year. How many vehicles hilYe been needed
in the past to provide charter service for special eve~?
Answer: Monthly Senior Trip
17. Are there any material differences in th~ RFP when compared to the current services?
Answer. The IFS is based Qn the current level of service. The most Significant difference Is that the
contractor will be required to purcha~ new buses prior to the start of service, and these buses will
need .more equipment than in years past.
18. Do the (Urreot vehicles have iI GP$ tracking sYtitem? Can it be viewed online?
Answer: No, they do not.
,
)
19. Please provide additional information on expectations of integration of AVl/GPS with
AUtomated Passenger Counters (APCs).
Answer: rt would be helpful for the .City to be able to tell where passengers are picked up and
dropped off at any hour of the day.
20. Please provide the hours billed by the current wnlce provider during the la~ 12 months. Please
proWle the hoUrly rate ttw Ill(umbent bills for current services. Are there any oosts that are
currently treated as a pasHhru cost (e.g. the current service provide. pays and is then
reimbursed outside the rat!)?
An~wer: Qu!stlon 10 answer
21. Please provide a sample of the sign/wrap that the City would like all bidders to add to the
~ide3.lf not available, will the wrap be similar to thM on the City's website?
Answer: Yes, it would be similar to what is seen on the City's website fOT the Aventura Express
(http://www.cityofaventura..com/indeH .aspx?page= 121)
22. Please indicate whether the operators pOWidlni serviCes under this contract will M requH'ed to
register for a c:hauffeur license, -.
Answer: Yes. Please see 3.4.3.2 of the lFS.
23. Please indicate whetner a living wage ordinance is applicable to this contract.
Answer: No, It Is not.
24. Please indicate how the contractor will he compeniSted on an houriybasls {e.g. from the time
the vehicle leaves the y~rd to the·time it returns).
Answer: The City does Rot know where the Contractor wl,1 operate from. The payment to the
contractor will be based on only the hours of service Called for in the IFB, Whatever deadhead
mileage and deadhead time the Contractor incurs must be iocOflJorated into the bid based on
15,204 hours of servlre per yeat.
25. Please confirm all bidders should include the cost of fuel in thelr price.
An&wer: Yes, they should, for the standard of 820 Biodiesel and for all altemates as well.
26. Item 3.3.2.1 Display of City Symbol on Vehicles -Thli "etlon stilte thilt the c:ity will provide the
approved OW provided signs or wraps and that the Contractor shall pay for and provide
Installation of same for earn bus. For ciariflcation, the City win produce and print the graphlC5
for the wrap and the contractor will only responsible for the c~t of installiltion of the printed
graphics?
)
Answer. The contractor will provide tor ~e wraps and their Installation, so the cOhtrn;tor will pay
for the cost of the wraps and for the (ost of the Inst3/1atlon; subject to City approval. Currently we
aTe not looking at changing the design.
27. IU!m 3.3.2.2 Vehlde Standards -Subsection "0' 820 bioolesel fuel?
Answer: See email correspondence -Elt:hibit I-f
~:_l_on~tto~t7~1
FW: bIodIeIeI.tfotMadunfor bkkIers of Aventura Express
VGfnski, JoeI{~.ust.edu)
a..t: TueidIPt;~ 01,20142::41 PM
Toe JncItJ ~ ~ Slietlnen; IrWl RDckICd
IiUedk ... ' NIlEld:ta.pd1(905 m); a-tCIIBP._ltAIIro<l..pp!X (2 M8)
Page 1 of4
Please read correspondence , have received from Florida Power and tight shown below . . ,
con~cted after-earlier conversations with the dean Cltles Coatltlon coordinator for
Southeast. Florida. Thls correspondence, and the links that are induded, make clec;tr that
820 510diesel fueJis acceptable to the types of engines that are Hkely to be used In the
vehtctes for the Aventura Express. The manufacturers (ford and GM for sure and others
as noted in a link below'wlU honor the warranties assuming the owners of the vehlcles
only purchase from prOducers meeting the ASTM standards and that ate certified as BQ-
9000 Suppliers. FPl purchases their 820 only from such certified suppUers,an(l then
dOes further testing of the fuel to ensure its quality since they run their endre fleet on
thfsfuel. FPl wIl make the fuel avaUable at their cost (currently $3.09 plus tax, plus· a
smaO denvery charge to make the final cost close to $3.50). Attached Is an article on
FPL/5 e>cperlenCt with 820 and a PowerPolnt presentatlonthat goes into more detaf1
regarding this alternative fuel.
This entire email should be provided to bidders whO' will need It in order to develop
their final cost estimates. The bidders should contact Patti Earteyof FPl and discuss the
tosts and the delivery options (FPl cou1d fuel the minibuses directly. or the contractor
canprovtde an aboVeground tank that can be filled by FPl whIch would be cheaper In
the lone run), Brdders ~houJd also'know that they will need to use a different kind of oil
when they use 820. FPL will be able to advise them since they have been using this fuel
without lncldent for 15 years.
Joel Volinski
'_ .. T __ ---.-~.~---.-•• ---.--.---.~-.-.~.-.--~.~.-.~--.---."'~ ___ • ___ •• -___ v_. ~ ... ,-.... -.----,-___ .
... :'Eaftey, Patti (mIIto:~CXJm]
seat: TuesdIIJ. Sei*lnbtl 09. 201~ 7:56 AM
TO: __ .lIeI
ca Qnth! He5b1ll8ti (~); Gieber, John
SlItIfid: RE: ~ Intormation
Yes, Ford will honor their warranty to 820. We actually test~ the Powerstroke engine for them
and used from 820 -830. We had the vehicles p~uctIon.and tested for them for aver a
year. I know for a fact that GM will .0 honor the B20 warranty.
".: ..YW: ~ information fot li~ of A ventunl Express
Thank youl
PaftV
Pdl~ ·FI .......
. ~ PoWer and LIght
~{offtCe)
6&.~1S18 (cetI)-
""'",." * CUtrent
Don't find fault, find a TCnlOOy.
Henry Ford
'---.-.~-.
Page 20f4
~-----------.. ~ ... --~ ~-~~~-.. ----~-.. ---. --'-'.'-~~-----.. .,.--_. ---.. .. -~~-:.-.~--
Thank you for sendIna this Information, Patti. it was good to talk with you today. I am
.ootan eXpert In mechanics or engines, so • am looking for that condusive evidence that
Chevy and Ford wUl-honor thetr warranties for diesel engines using 820 from reputable
sources. From the link below, It appears that both Ford and Chevy say that 820 Is
permitted to use assuming the fuel Is purchased through produc~rs meeting the ASTM
standards and that are certtfled as 8Q-9000 suppliers.
The language under Ford reads:
Ford cliesel products butt up to 2010 MY are ~patible with up to 5 percent blodieseI
ftief btends(B5~ Ford Motor Company recogntZBSthe benefits that are assodated with
the expanded use of high quality biodiesel fuel blends and has designed the 2011 MY
and fOJward model 6.71 Powerstroke DieMl engine to be robust to biodleseI blends up
to 20% blodieMf(820}given the current knowtedge of biod\e$el fuel. fuelspectftcations
and the materials aval1able.
. .. --'.~-~-..-
GM Is a bit more direct: .j
It Is acceptable to use diesel fuel containing up to 20% biodiesel (B20). The diMe! fuel 41
https:J/pomJ.us.elephantoutiook.comIowal?ae=Item&t=IPM.N01e&id=RgAAAAAJwkGJ ... 911112014
CItI;mgIng the CUtmtt
Don't find fal)lt, find a remedy.
Henry Ford
~ge4of4
http.s;/lportal.us.elephsntoutlook.comiowal?ae=Item&t=IPM.Note&w-RgAAAAAlwk.Gl... 9t'llI2OJ 4
,
I
1
f
I , ,
,._",-:;,r
'l---' -. . ~'X I-JJ I f-I' " I
Minimum Fix Route Bus Operator
Training Guidelines
12%
"'*' Of1llt "*'IcII Opttator SllIIt ~~.-...... II\USltptnd • ~ of m. {1 11>"'-
oflmt ....... lbbsawtlon with, ~ TSI ... 0peRIt0r ~ or Ifq\iYIIInt.
~IlWLJIfJI hlnlng (on-dJe.:Iob nlnlng)
As of May 2014
CITY OF AVENTURA
ADDENDUM # 3
MUNICIPALTRANS[I SERVICES
IFB ## i4=09-15-2
DATE OF ADDENDUM: Tuesday, Septe~r 1(;'" 2614
TO ALL PROSPECTIVE BIDDERS:
PLEASE NQU·W l!J>I4OWIN9 ClIANGES:
The changes listed below are hereby made to and incorporated into the solicitation number IPB
14..Q9..15-2 entitled «Muaidpal Trusit Services".
Page 3) -Type ofVehic1e: I'q)Iact Jartgu.ge from Addentiwn #2 ki read as ''Vehicles serving the
YdUnr nd DIu Roo. Reed to be ·abIe· to teat at 1eut:U ~ who w'eelcllair .
posltioDnn IIOt iD udor palle ... lnwlH:ddWrs. BUItS tail be up ro 32.5 feet in ltugth to
~tft mra~·I4eanaad."
None alOOS time
None at this time
PLEASE N,9IE IHEfOLLOWlMG ADDIIIQN§!
None at this time
CityofAveuturalfB# 14-09-15-2
AdGe:OOwn No. 3
Tuesday. September 16"'.2014
END OF ADDENDUM II 3
2015 E~DORADJ AiflQTECH.
CHEVYCJ:fASSiS -8;61.: Dt"'l.~glne
1& Pass w/2 WCpoaJtions &2 D8L Fflp~(2G Totat)
1e2" W8 wi J,.evel, 1 S.Jrtng
...... ~ .'·~lU· ..
~ .~k:e .. ~ ~ 6.61 V8
" TrBnsrnissiGn -6 speed auto w/OO
.. T~oooIar
• 8nJkI;$-ASS dISc front & rear
• Ti'es. l T22SfT5R 16 .. RtJr _ratio. 3.73 Diesel
• 145 Amp.·Mametor-Upgraded to Dual OEM
.. Heavy (1uty radiator
• 57 galloll fuel tri
" Ctuiie~
* TIlt stae;Ing .
" Dual bderies
" Gl20tinled glass
... ~ composite body wl5 yr., lOOK
mle warranty
" Bright while. Impact resistant, non corrostve.
gekoated. FRP exterior body panels
... Sldewal features 11-gaugti steel. diagonally
reinforced passenger area crash barrier which
in~ seat moc.nting 1ra<*
* Tree loJc ~t track allows easy $98t moving or
remOval
.. Aoor frame cons1sts of 2-x 3-14..gauge tubular
steel outriggefs attached to 11..gsuge o-chsnnel
mounted on robber shock 18OIators
.• 314· exterior grade plywood fJo;or undercoated
and edge sealedpfiot to Inslalation
.. Heavy duty transit rubber w/ribbed aisle
70.0G0.8TU AJr~otidJttont"'
.. &8It*-ateeI safety stanchions on each side
oflhe allte at entry
.. Curb elde modesty panel with entry assist
handraU
* Deluxe exIerior mirrors with oonvex mirror
.. fnterior driver rear -mw mirror
.. Heavy duty 12..gaugesteel rear wrap around
bumper powder coated .... to match body
~ High-back driver ~
• Master electric panel easily acces8tblein
operaUIr compartment
.. Ergonomically designed switch control panel
.. AI wiring color. oomber and fooctIon coded
" AI wiring loomed and secured In position with
IoomUa
" Door-aotlvated Interior lights wfdriller o~
• Operator mapllgtrt
• Passenger windows are top T -9lIde. ventiJatlng,
wlmaxirrnJrl tinting
* All stainless steel powder coated entry and
wheelchair door fnlmes
fns!YdtsI Extn! fMbm' Upgnjdu;
• cD ~ Manuaaa ParlsiEleclriC
• 30"' Electric A&M Entry Door
• Rear Door wI Emergency Exit Decals & Door
APr Suzzer & l.igtrt
• Window Package 41H x '8aN
* Federal Foam Headl~r
• 70.000 BTU Nr Conditioning
• Standee Line. White
1200 South Dixie Hwy West " Pompano Bch, FL. 33060
Phone: (954) 941-7722 * Toll Free: (800) 762-7433 • Fax: (954) 941-74S6
}. }.
·2015 ELDORADO.AEFtOT£CH
CHEVYCHASStS -6.8LDI.,.e.engtne
16 Pass w/2 we ,:.osmon. & 20Bl. Flip seats (20 Total)
182" W$ wI Levert se.tJng
70,800 BTU AIr CondJ~onln9
aCMt Contractl V092330882
• Rear Wheefchatr Uft wi DBL Door Entry. ADA
Oecal KIt & Door Ajar Suzz.er
• RiCon CH!iarvIew Series Uft
• Q·StrUrt 08100 Reb'acteble ThHlown System.
• Light, SkIrt Mount Oval ADA
• Spring Space -LIft SIde .
• Exhau$C -Street Side
• KI Fatt Idle w/ln&ertock
• Heat Shield -ElchauatIFuef Tank
"' StaInless Steel Sorews -Exterior
• LEO Exteriot LI(;1ting PacQge
• Modesty Panef -0tIver's Side
• Ha~;.. RIght Entry As8i8t
• RCA Rubb&r Floor -Black
• Sportworks Bike Rack
• Ma1ual Sea1 Belts -AI "assengers .
• ~ Package; First AJd, Are~ ..
Triangle Kit .
.--" <'-', .... --:
1200 South Dixie Hwy West * Pompano Bch, FL. 33060
Phone: (954) 941·77.22 * Toll Free: (800) 762-7433 * Fax: (954) 941-7466
'~) )
2015 ELDORADO AEROELITE
Fo~ F550Cha .. Je -i.n. Diesel EtlQIne
24 Passengers w/2 we & Flip Seats + Odver
~c-....... t , ~ -="",,1[1 .
*;~ MOldei F~550
'. ;~'." ~ 6.71 0IeseI ,",.', ,', GVW ChaUia ' , "._Jt~, wIpJston-gas shod(s
"'4:WM8I ~ ~es wfABS
.. ,~itSslststeering willI!
.. ~ epeed control
• SbJ(6)225l700Rx1~.5G tires
.. 6'~ Aulomatic Tranamlssion
.. ~155 amp Alternators
.. 0uaJ batteries
.. FUef capacity: 40 GaRons
1Ir I~ wi1dshIekJ wipers
.. HWy duty front btn1per
.. $8ei-retnrorced composite body wf5 yr., 100K
, Il1kwarrsnty ,
.. 8riQh.t, White, impact resistant, non colTOSlve,
gfJIcoated, FRPexterior body panels
.. SideWall featurM 1/4" steel, diagonally reinforced
p;is$enger area crash barrier Which includes seat
mounting track
.. Trac Lok seattrsck allows easy seat moving or
removal
.. FQrd's floor frame consists of, 2" x 2", 11-gauge
outriggers mounted on 11.gauge C-channel mounted
on rubber shock dampeners
.. 314" exterior grade ptywood floor underCQated and
~ ~ prior to instaiation -
.. Heavy duty transit rubber WI I1ltled aisle
" Stainless steel safety stanchions on each side of the '
aisle at entry
" . CUrb side modeety panel with entry a&slst handran
.. In1erior driver rear view mirror
.. Oafuxe exterior mtrror. with COflV8)( mirror
.. HeaYy duty 12..gauge steel tear wrap around
bI.mper powder coated white to match body
.. High-back <IrNer seat
.. Master electric panel easily accessible In operator
compartment
.. Elgonomlcally deslgned swttch control panel
.. AI wmng coIof I numbef and furictIort coded
... AI wiring loomed and secured In posttion with loom
ties
.. Ooor-aotivated interior ligtts wi driver override
• Operator map light
.. Passenger windows are top T -slide, ventilating, wi
maximum tinting
.. AI stam\ess steel powder coated wheelchair. entry
door frame
• USB Manual -PartslEtec
• Exhaust, Streetstde
• Fast Idle wllntet10ck
1200 South Dixie Hwy West" Pompano Bch, FL 33060
Phone: (954)941-7722 .. Toll Free: (800) 762-7433 .. Fax: (954)941-7466
) )
2&15 eLDORADO'~UTE
FontP55~ Chat~Jt -8.7LDf.'~.e
24 Passenger$ w~ 2 we & pup,,;;f.'Dl'tver
udIsI:"*"""" i Upsnde! CCoIJlInutdlj
iO" ManuJi· Pauenger Entry Door
05,OOO8tUAtf.~
:~MJd. BaCk~ SeatIng
,rab~-~Side
.-1,.,. .'1)aI1( Blue Vinyl
'rMdmat'! DoUble ApSets (2)
Wl":s...t Befta-Ail Pateengers _.~ sMt-M~·Pasaenger Seats
:igt1t,EnW AIiist HIndrIH
~. HtlindI1liJs (2)
:Mnse ·AIarm , ''''''.sor. -Front & Side
~fteque:&t
keRack .
• RCA Rubber FIoorlng • Black·
• GabBn8r wi Storage
• Rk:on lift· System
• Q.Sttalnt ne:DowIi System wJStorage Bags
~ ADA. DeeaIt
• Light Skirt.Mount -Oval ADA
• UftOoOr'Aj"Suzzar
• . R,.-Door wi Emergency Ext Decals
• TWo.-W8y Racif)P~ Only
• RadiQ -AWFMICOIPA
• Standee Line -Whle
• Safely Pachge Induded ConItstIng of; FIre
Extinguisher. Fnt Akt KIt. TrtanQIe KIt
-! , , ,
I
1,
1200 South Dixie Hwy West • Pompano Bch. FL. 33060
Phone: (954) 941-7722 • Toll Fre&: (800) 762-7433 • Fax: (954) 941-7466
CITY OF AVENTURA
BID TABULATION
MUNICIPAL TRANSIT SERVICES
Bid # 14-09-15-2
Bid Opening After 2:00 pm on Monday, September 22, 2014
-.... --.. ----T' ... -.. ..---.-.--
Limousines of I MV Transportatior1l
South Florida 'I Inc. I TOTAL ANNUAL FEE FOR -EACH-TWELVE MONTH PERIOD FOR FIXED ROUTE-----------------.. ----...
SERVICE ___ _ _____ . $821,016.00 I $852,589.00 I
PER HOUR COST FOR FIXED-ROUTE MINIBUS SERVICE AS REQUESTED BY --I .. -----1
; THE CITY $ 54.00
I PER HOUR COST-OF 3fpASSENGER Bus--sERVICE-FOR CrTYSENIOR
$ 56.08
i
! A.
Is.-
: TRAVEL PROGRAMS TO AREA ATTRACTIONS AND MUSUEMS, ETC;
I
i I APPROXIMAJ!=L'( 12 PER YEA~ u _____ ._ ___ .'_ nn ______ _
i D ! PER HOUR COST OF MINI BUS SERVICE FOR SPECIAL EVENTS WITHIN THE
I i CITY I S 48.00 $
: l' Providi-ngMinT Bus Service using Alternate Fuels rHourly-----.. I H-ouriy
------------f. Annual Fee I Fee Annual Fee Fee L I~~o~:~:ssed Natural ~:s .. _-----------t--~~~-----!--~-$30J~~,052--$~~~O
I I Hybrid-Ele?tric_______ N/A I N/A I N/!'________ NJA
I-Altern ate wi ~; ~:cT alai addiii anal-fee P e-i Hel, ,-ior providing serVice us log LowF I 00 r-I\itA._. l.NII\-t-Nt A Nt A
i # 1: Buses (Indicate Mfg. & Model confirm it has been Altoona tested as a 7 year N/A i
c. $ 48.00 $ 75.20
56.08
$8.33
, vehicle _. --------
AS THE TOTAL ADDmONAL FEE PER HOUR FOR PROVIDING AUTOMATED
! Alternate PASSENGER COUNTING (
! # 2: 1 __ ~E.cnON 3 of 3.5 (4) OF TH~ SPECIAL COI\IQJTIONS .,n___ i
! i AS THE TOTAL ADDITIONAL FEE PER HOUR FOR PROVIDING SECURITY
Alternate i CAMERAS AS DESCRIBED IN SECTION 3.3.2.2 (P) OF THE SPECIAL $0.50
# ~: lCONDfTI9.r-.JS ___ . _._____ ____ __. ____________ __ _ nm _ __ n_._ .. I __
Offers listed from the vendors herein are the only offers received timely as of the above opening date and time. All other
$0.66
$0.39
offer submitted in respoQ.?e w-~ionJ if any, are hereby rejected as late.
Sept. 22, 2014
INDRA SARJU, P DATED
Via Federal Express
January 22 nd
, 2015
City of
Aventura
Government Center
19200 West Country Club Drive
Aventura, Florida 33180
ENID WE:SlflAN
MAYOR
Cmi.\1ISSIONERS
ENB,W COHEN
TERI HOUBERG
DENISE LANDMAN
MARC NAROrsl0.'
ROBERT SHELP
HOWARD WEINBFRG
Mr. Mark Levitt
Vice President
ERIC M. SCROKA, ICMA-eM
CiTY Mfu'lAGER
Limousines of South Florida, Inc.
3300 S.W. 11th Avenue
Ft. Lauderdale, FL 33315
Re: Agreement for City of Aventura -Municipal Transit Services
Bid #14-09-15-2 Resolution #2014-51
Dear Mr. Levitt:
As you are aware, on Tuesday, October 7, 2014, the City Commission adopted a
resolution awarding a contract and authorizing an agreement between the City of
Aventura (City) and Limousines of South Florida, Inc. for Municipal Transit Services
under Bid number 14-09-15-2. As a result, we have enclosed three (3) original copies of
an agreement pursuant to the award and requirements of the Bid.
Please execute all two (2) copies of the agreement and return them to me for the City's
execution. Please note that the effective date for commencement of this agreement is
March 2nd , 2015. In addition, as required by the Bid and your submittal, please provide
the following documents along with the executed agreements:
1. A performance bond in the amount of $821,016.00 from a surety
company, meeting the requirements of Section 3.11 and Certificates of
Insurance.
Please forward all of the above documents to me by Friday, February 6tn , 2015. Upon
my review for completeness and accuracy, I will forward the agreements to the City
Manager for his execution. One (1) fully-executed copy of the agreement will be returned
to you for your records.
PJ-iO~E: 305466,8900 • FAX: 305466,8939
\\·v>''V,·.cityo fawnnl ra. com
1
As per the contract, the City reserves the right in the event that the contractor cannot
provide an item(s) or service(s) in a timely manner as requested, that the City reserves
the right to seek and obtain other sources without thereby violating the intent of the
contract
If you should have any questions regarding this letter, please call me at (305) 466-8925.
Indra K. Sarju
Purchasing Agent
cc: Robert M. Sherman, Director of Community Services
Eric M. Soroka, ICMA-CM, City Manager
2
TO: Mark Levitt
Vice President
:\OTICE OF AWARD
Limousines of South Florida, lne.
3300 SW 11 III Avenue
Ft. Lauderdale, FL 33315
PROJECT DESCRIPTfON: Municipal Transit Services; Bid No. 14-09-15-2; in accordance with Contract
Documents as prepared.
The CITY has considered the Bid submitted by you for the above described WORK in response to its
Advertisement for Bid and Instruction to BIDDERS.
You are hereby notified that your Bid has been accepted to provide service for MunicipaJ Transit Services; Bid
No. 14-09-15-2 per City Resolution #20 I 4-51, in the amount of.$~2~Ql§JlQ.
You are required by the Instruction to BIDDERS to exccute the Agreement and furnish the required
CONTRACTOR'S Performance Bond, and Certificates of Ins nrance within ten (10) days from the date of this
"\Totiec to you.
If you fail to execute said Agreement and to furnish said Bond and! or Certificate ofJnsurance within ten (l0)
days from the date of this Notice, said Cny will be entitled to disqualifY the Bid, revoke the award and retain
the Bid Security.
BY:
TITLE: CITY MANAGER
ACCEPTA.'1CE OF ~OTICE
You are required to return an acknowledged copy of this Notice of Award to the CITY.
AGREEMJ£NT
THIS AGREEMENT, made and entered into on this _2 __ day of _~March , 2015, by and
between Limousines of South Florid~ Inc. Party of the First Part, and The City of Aventura, Party of
the Second Part:
WI TNES ETH:
That, the First Party, for the consideration hereinafter fully set oui, hereby agrees with the Second
Party as follows:
1. That the First Party shall furnish all the materials, and perform all of the Work in manner and
fom} as provided by the following enumerated Specifications, and Documents, which are
attached hereto and made a part hereof, as if fully contained here:
Advertisements For Bids
Instruction To Ridder
BidFonn
A ward Preference for Idcntical Tie Bids
Bidder Qualification Statement
Non ~ Collusion Affidavit
Sworn Statement Pursuant To Florida
Statutes On Public Crimes
Notice Of Award
Agreement
Perfonnance Bond
OSHA Acknowledgmcnt
General Conditions
Special Conditions
Teclmical Specifications
Supplementary Technical Specifications As RefelTed To:
2. That the First Par,!)' shall commence the Services to be performed lUlder this Agreement on a
date to be specified in a y..rritten order of the Second Party and shall complete all Work
hereunder within the length of time stipulated in the Bid.
3. That the Second Party hereby agrees to pay to the First Party for the faithful performance of
this Agreement in accordance with the unit pricing provided in the Bid Form in I a\vfu 1
money of the United States.:
4. Inat the Second Party shall make monthly partial payments to the First Patty on the basis of
a duly certified and approved estimate of Work performed during each calendar month by the
First Party, Less the retainage provided in the General Conditions, which is to be withheld by
the Second Party until Work vvithin a particular part has been performed in accordance with
this Agreement and until such Work has been accepted by the Second Party.
5. That upon submission by the First Party of cvidcnce satisfactory to the Second Party that all
payrolls, material bills, and other costs incurred by the First Party in connection with the
Work have been paid in full, final payment on account of this Agreement shall be made
within 60 days after the completion by the First Party of all Work covered by this Agreement
and the acceptance of such Wark by the Second Party.
6. In the event that the Contractor shall fail to complete the Wark within the time limit or the
extended time limit agreed upon, as more particularly set forth in the Contract Document'),
liquidated damages shall be paid at the rate of One Thousand and 00/100 Dollars (S1 000.00)
per day, plus any monies paid by the City to the Consultant for additional engineering and
inspection services associated with such delay.
7. It is further mutually agreed between the parties hereto that if, at any time after the execution
of this Agreement and the Surety Bond hereto attached for its faithful performance, the
Second Party shall deem the Surety or Sureties upon such bond to be unsatisfactory, or if, for
any reason such bond ceases to be adequate to cover the performance of the Work, the First
Party shall, at its expense within 5 days afterthe receipt of notice from the Second Party so to
do, furnish an additional bond or bonds in such form and am01mt and with such Surety or
Sureties as shall be satisfactory to the Second Party. In such event, no further payment to the
First Party shall be deemed to be due under this Agreement until such new or additional
security for the faithful perfonnance of the Work shall be furnished in manner and fonn
satisfactory to the Second Party.
8. No additional Work or extras shall be done unless the same shall be duly authorized by
appropriate action by the Party of the Second Part.
IN WnWESS WHEREOF, the parties hereto have executed this Agreement on the day and date first
above written, in t',1vo (2) cowlterparts, each of which shaH, v,ithout proof or accounting for the other
cmmtell)art be deemed an original Contract.
WI:[\;E~~/L i
~~------~-~
-v
AUTHEN'rICA TIOK
BY:
NAM1-:: Ellisa L. Hory_atlL __
Tn'LE: CITY CLERK
AYPROVED AS TO FOlUvl:
BY:
NAYfE:
TITLE: CITY ATTORNEY
OVv'NER:
BY:
NAME:
TITLE:
END OF' SECTIO.'\1
City of A ventura
Eri~.iVf. Soroka
CITY I\1At'JAGER
5!2i2017
Detail by Entity Name
Florida Profit Corporation
LIMOUSINES OF SOUTH FLORIDA, INC.
Filing Information
Document Number
FEIlEIN Number
Date Filed
State
Status
Last Event
Event Date Filed
2766 NW 62 STREET
MIAMI, FL 33147
Changed: 12/26/2013
2766 NW 62 STREET
MIAMI, FL 33147
Changed 12/26/2013
M11337
59-2564092
02/14/1985
FL
ACTIVE
REINSTATEMENT
10/02/2014
Registered Agent t{ilme §.. Adgress
GONZALEZ, RENE
2766 NW 62 STREET
MIAMI, FL 33147
Name Changed: 12/26/2013
Address Changed 12/26/2013
Qfficj)r/OjrectoXPt;!<\11
Name & Address
Title PSEC
GONZALEZ, RAYMOND
2766 NW 62 STREET
MIAMI, FL 33147
Deta 1 by Entity Name
r ./ ( -./ -/ __ ;j ( j _.I , -. ./
http://search.sunbz.orgJlnqu'ryico'por a:i orsea'ch/SearchResultDetai 1 ?inqui rytype= F nt, tvN ame&di' ection Type= Initl al &scarchN am eOrder= 11M OU SI N ESSOUT. 1'2
51212017
IllIe v, I t"';
GONZALEZ, RENE
2766 NW 62 STREET
MIAMI, FL 33147
t\nnual ~~QQrts
Report Year
2015
2016
2017
Doc!!!!lent Images
Filed Date
02/24/2015
05/01/2016
01/10/2017
v"ew "nags r po=-~Or'"'1a~
._----------------
Dela'i by Ertlty Nar1C
I
i
05/C;~/2':;~G -r\N\J~,/\ .. ~:=:?c>=\-:-, \/:ew ,mage r po;: :Ol'~
G2I2412:~:) --Af\.;~~.A. ~=-;:.C~~ \/.ew T:age r PD:: 'or .......... at
04i?'9/7G~3 -'!\~\U~U~=JOR.~·
04(212)12 -A\.;\JAL R,-:J"ORi
03/~2J2029 --Reg Acer: C",cF1GC
82120/2004 -ANN·JAL R~~C~~ View ~age 1'1 PD:=-rO'T'la:
V,ew rage r PO;:" ·O~8:
http://search.sunblz.orgll1qulryicorpora:ionsea'ct~!8ea'chResuIIDeta!l?inquirylypoEnlityNaMe&di 'ccli on T ypec Ir'i II al&searchN ameOrder = I.IM au 81 \I ESSOU T ? 2
2017 FLORIDA PROFIT CORPORATION ANNUAL REPORT
DOC U M E NT# M 11 337
FILED
Jan 10 ,2017
Secretary of State
CC3031784209
Entity Name: LIM O US INE S O F SO UTH FL ORIDA , IN C.
Current Principal Place of Business:
2766 NW 62 STRE ET
M IAMI, FL 33 14 7
Current Mailing Address:
2 7 66 NW 62 STRE ET
MIAMI , FL 33 14 7 US
FEI Number: 59·2564092
Name and Address of Current Reg istered Agent:
GO N ZALEZ , RE N E
2766 NW 62 STREET
M IAM I . FL 33 147 US
Certificate of Status Desired: Yes
Tile above named en tity submits this stat ement for the purpose of changing its registered office or regis tered agent, or both, in th e State of Florida .
S IGNA TURE :
Electronic Signa ture of Reg istered Age nt Date
OfficerlDirector Detail :
Titl e PSEC Title VPTR
N ame GONZALEZ, RAYMOND Name GO NZALEZ,RENE
Add ress 2766 NW 62 STREET Address 2766 NW 62 STREET
City-State-Zip: M IAM I FL 33147 City-S tate-Zip: MIAM I FL 33147
I hereby certify thaf the Infor mation indicetod an this report or s(lpplemonta! rep ort is tf'.J9 and accurate a nd Ihat my oioetfo;,ic slgr.atu(v sflall havo tho S<Jm D fogo! enoct as ;f made under
oath: that I am on officer or director ofthe corporation or th e recoiver or trustee empowered to execute tll is (aport as requirea' by Chapter 607, Flor.da Statutes; and (hat my name appears
above, oron an attachment with at! other lik e emp owarod.
S I G NAT U R E : R E NE G O NZA LEZ VPT R 0 1/10/20 17
El ectron ic Sign ature of S ig ni n g OfficerlDi rector Detail Date
22se KEIGHBORS
CITY OF SOUTH MIAMI
COURTESY:\OTICE
I SJlJDAY MAY 28 )J17
I N.IA"IHfRAcD.(Q,".
1
1 I
:
N( )TICE ]S HEHEHY ~:;\',,-'Jl ;;u: ihe' City C,~j~lTli''<[}l: (;1 lhL' Cj;Y or S;,1:I]\ .\1;,n'·, hIll ide; \\ ,~i d1ndl;L: Pub]],: f-k{~; ,;';~:' 1 ell :h j\'~iJL;) CII) C(:1111')j:':'~ll):: '11t'l'lil:,!; :
'cjlC(li.::::d r;~J TLic',"~{:y, .1'Jijt' 6 =1)~7. t1t'~:rl::j;l); ,':: 7 ()(; p.m .. i:) t:w Cit) C~\n:j)ji,,"'!P:l CI~(u'h.':J'. b:'-~IJ I)wl'-.t'" D1"1\'t', t, L(l:~,i~:fr :!w ;"!<k\>· :il~ ::l';l\;,)
,\ R~~"lj;l;:~():l ;JLll:](\:-;;:J:1~ ~;~C CJ:)' ?vb.!:q;:~~::(\ 'lcg(1La:e (in~: i:) e:l~c::-Ir.W (I :w:Jii-)e:.' ~l;i:tr~(l{ \\'J:h S.)~l:h ;-d;,tl;)l Y:'u~;: Bd\(':li:. L.~:~!;:l..' ]:L \"Si\lYBL J 1;11
:he I~L\!UD(,I~H~nl CJ Y(l,]:i\ :),\,d'),!il \"T\ :LC.., ,:\ P~d'lYJ 1\1:"i--.
:hc C;!), j'vL.n:1~l~: :(1 ent!:": Int(l1rlL;~li-yt:ai (!t:ref!lle:~:., \'::lh A..;h~' lf~. bL. , rn:l; Belg,-~:,))) Eil);:-;~:;'h,:\ S ... : \ Ill''', 11~~ ~':l; iJ)~(I';\..'l Ddl:':~
;:!:(:ij~:l; ,1 pig~y~;,tck r::~in.l riiy nfNzll:> ~lj(~:r:: BCLh.;ll\\;~ii1il"
.\ Rl'''o~I:l;,);J :11' ;')C \1dY,): ~;~\d \I:~' (\)I~)1r11\"li!r~ ll~ 111 ... ' (;1> n: ')\)\:(1: \1j,!';r;: fi()::d,t, (lll:hfl;'j/.l:l~ !~IC C::~ '\1:::ug:r I:: l:XC~l.I:l' (\ )~:~11t!-:'('(l) l)":l'I-l.ll.l['
A:;reel:H-:Jll \\ ;lh l\':l:,:;l~!-D<:lh> Cpu:):y, 1~1'(: !lw M:iBllJ-1 )<Id" P:);;u:' D(':1,-\\ linen:, Icr .').:11(1(;; c:~\",,"":jn~ lJU,Y( SCi \ iu'",
,; lh;~} ,,!'Tli;l' :'(:J :~):.? P::'~;'cl:ic" L:h.d',~·'d I:: ')"07S S\\:' (..,':':'" S:It!d :~(~:;:) (){)--lOi.:"-O;!)-\;()!:)j ~4j~ SVV (){( ,.\\'\" 'It' :J:)ii(' (;t) -+:l="-
il ~! !-!J\l.~n! ~t)t" .\ \';'::)i1;: I: l:i 1(1 \ 19--4:;:)-(; !tJ-{)1/.1tL, 64.:.) ~ C; y.,: ) i..)' , Pi;,ll:~' (In!!\) I ,l)-4iJ~ ~-\~: (j.i;; ~ill. h--!.::) S\V )ly; P~(!L (' : :':~:; l; i :l)_,---()~ )-u! !)-~ i! (,: ,I j. '11l~!
q:(ii:lIltl~' \\'l;:llJw j~::J\'\\'::)~~ j(lj;,1 i1i.njh~r" O:.;-....:(2)-()!~J 0:))0, \ilJ-Li:J.:-;-(;jli·(:(~:';] :.J0-...i(}2~-():(J·(llJ(j. ;;:1(! {;l;--~!!2,,'-Ol\}-\;J70
11 L.':1i!) ,!:'T;::c to: :1;;'; P:·;lptni<..'" L(:<"':~t:::d ,d ~~;-+-I S\V ~~ .. ,'\lr('~" Ot) -f(:::~ ()1(~.()!7{l), ~':'::;l S\V ."'l, :-1)<1(, !J . .<i;\ Olj-,·Hl=::;,-oIC_
p;:;~ " ;",.:; ~ \ n~L~/)~ c; -t:; fl-()-'L)!) 1. {,~l-~ -; S \\-' )l!11 P:t1l,' : ;'n: jl' n~)-jl !~'1-lj ,:J-{("l!!iil, i: \'(:l·"nJ I: '1 \\ .':: ,i ;'l'::t' 'Ui:-::'L'l !~: 1.)~)-...:!:2 :::.-() 1 (1_.:-:::' : C :11),;
:-:.1":'.:: :;\1,: 5') PJdd~ :~~<;(1 (;~)-~{12~-i!:(;-D:~=C~
.; f":'c \, 'j ,;:;; j!: pur, l:~:i',; L i Sd, tiP!; 2(, ,:; ~ (V i. J ' .in ... : (,lh_': ~;pp. il'~.i\Jc p. ()\ ~\~ U';;,: City :1:' S(\d' > f,rJi ,i. )'j; L(T,~' Di." ,,'I; I:~):~,-'l:i Cl',,;,' rI:".JI( ;',;; ,'p :r.u l ~ ..... t' j r,T'1
:\\~' :--:,lric,,<!\l !~Hlr <..:I\nc' I,:) J kL.\c(:-l',c P':),:('~'; tli: 11K \VL'~l \<L\;;J .... ,l!": Sl:Ud;':'" ~il~)PC11~ <I' lcgldjy l:C\:""';~L'd :1L'1l'iJ'.
A Rt',\;lic\~;:q', :lL)::;:!:;1~ :() SCL'~il'n ::()-,~ :'){l)'il J: :l:~d rlf;)el (:jlP~i:...(!j~C
:\"'C <:;)1(':-, :1) j~)CJ :-.\(!ril> in! d hi;\l~~:·l!"e P:;)j~~i..: (n til\..' Ed,,'
;\ R.j-"{~hi1i!}:", :c:aITg :p,~
~\.iln\l, 'L !cGrL~i~)I; :1: Ill;:'"
fp: .! \''-''kil .... l' :n)]): Sl:;..i:~\i1 .~(;-.:.:.:! ,t1::l u'j:n ,q'r:'i..·dhk p:n\'I,I:I:I' III IhL' Ci:~ l:: S;LlI~, ,\:Jdni Lell,: J)n'\.'i,~p;r~~iL C()\~\..' l!~
PI' j)<i;}"ing "'(Il.:e" PL)\·;J:.:"~l !P: (! ;\'li\<~.J-ll,;:,: P!il,:,-'LI ~)); tilt, 2{1\i ;\,It;''':i~~::: Sqhli{' ):;l:){'!:) "" i~'L_'lJly dl'<")J',cc jwr~i:l
/\ R~>\')~l;1j{;;11:..'b;J;i~ 1:) ,i lc'i..~li~'''L :P: d \ ,Ui'trli.:C ;l\;j~j St~,-'i;pn 2;\-4,":' a;),: i<!Jel ,l:):lJJ~{i<t.'
'lliu\\ (: :'\'~~Cl: lUI; :n H;~; :Hllrh,': {:j ;'Ll' ~ ,nt; '!'(l'_·:...' .... pi ,'\ :l;,':d I.,)' ~: \·11 \;:d-U .... r PI Oii~cl i.1I~ II":'
.~ Rr:"(:;lil:(n Jt..':c1::)~L. 1\\ (',;'c'liLH'< ::,~ II \·~ll;,:\:,-i' fnlJll S~''-':i,;~ 2i)-:L~;G,: JnJ; :h:,:' ti;·ollt.JO)::' P)(\\·j-';(,r;, i.l;'~i:;.> Cd) (11 S~~l\t:l ;v'li(~jni :"'J.i::l 1);:'\l"j"];JD,:.l:' Cl'~:f
i.l\ (1 \,\1. ;w ")Lr~'(;'l';)~ ::w ;11(lXJ1'~~\::n jn:p('!\',n:> c~'\':...'r~:~~ l:\J d \'iL,;~'::-l:\l' P::li:...'l" (\~I i~:C E,:,,: \:J;:l\:"~li: SqL'dj~' :)1'1;;)~':':: d' kg::li: d;'?'c~',h:~J J';l~:(T~
i~ R(~;..r\;\l:i(;:: "\:L-,~':~g 1(1 ,: :'lY~ll'''' :;)" ~I \&;',;:l'~: ri\\I:: S~l'll,)j! ii;?J ~,(J: an(: ::ot'2: d~;:lluJ'k ;:::!v;:.,nn, i~~ lh' (',ly Ors,'J(:) )'\,11(::1:; L1i.:~:,1 \)\'\'l::{\:)I~~l'l:: C~);~l'
;() d::;'\\' ',\1: ;:J,.:~;:~\'-,t' il: ::il' :l1ci'\!l:-:l::-r. i;n;)('l\:o_'" L:n'cJ<":~f tl,l] d t·.:jtX['l:-"--:'C P::)jCl: U:) Ii:.: \\'C,,1 t\'Jtld:'\Pil S;,.]l:<\;'c ;n'I,,,:Jt) ;,.!, :ch~(di) ct'..;:,.;;lw{1 ih>~L'!f!
\~~,r;~~~',i~:~I'~:L:~~)[::::~i;i';:~: ,~I'~~(\~:?l;:~l,::~:~;e\" :;;\~;:~2~'j~;':1~ !:'\\I\::ill~:~ "gil','n,"",; \\ ,:i: Li")"",i,,,, (,: S(lu:L :'iw"i::. h "'!, jl:lbli\ )c<l",)(l,[lli(l:\ elf, ell,:,,,)
(\r ()rJI:):.m\...\..' ,\r1elHJii~~~ :1H' LiJ'!d Dei cl~!))]':)"~)t C(iC~. Ancle 11. SrtllPll 2{l-1:' "D::':H~;i.!D'i< ~t:Hj Artieit' HI. St'll;(lf} ~(L~ (; "Sl;rp:~\!L';~ial R.c~L;~'\lj',m: .. :
;Hldi;lg q;ll:,~;CL[)j) (\V) "SI)IX RCt;l;',cmenl,";" 1::1d ;);-I;\·:l~;n.!; lk:J]~:ij,"ij, j'GLttlJ~~ !(i d:)t~ cinerl:! ~md fCP:](il:0i)\ {PI :,(\1.1: t:(';~i.:c:o:~ .J: ;l~t~ CJ~\' ,'1 S:~l:li; \li,:n::
AI: OrdiTd!k\' dl~IL,;)(j~;I~: i:~~' Ci": 0; :)(li1~h ivlJ~'::lj L;l:H~ I)l'\T:,J:·Wh.'!;! [,,,(It'. A,:-li;"'k IV S~'(::~;ll ;O-.:L7 iB; il~ ;,.:,::i(y Ib' )j):~'11; ()J '.:~j .... S~',-:i:~:' iIi In<lIlj,'
u~mn~I\:'lL:.l {'n\:;~':'U" (;I~d b:' ,~lhJj~:~ "t:h"(:'Ci:\l:l ;K~ In ~~j'\';de j(q "(.Ierl~;:1~ u: tL::: Jll:e:),:r!'! \i.k'ctr.: ,:~n~;:IL'l\ .. ;l\; ;-;r:';il';I)
j\;J ()r,-:;n~di,-'l' r\~id'.i;;!; :,1 U:.:: Cay',; 2:J17 !l<':L:d ye~L 0'Jd~L!. ;i:i;)~i:Jil.j::g ,U"] l;)l;::'!'I~ pl
TT:tl>;>li;((!:illll T;~\ P:Cltl [)j;-,:c' T:,\:1'!' (',ljl:I,:C ri.l,1: S;'~\'):"l" ,\u ... :,;t,I); 1:ll1h' ,t.Y~('I,r:i [)J
ALL J'1tc: L~-':n: ~);lrJ1C' <.:1,' ;:)\,il:'t; :(1 c\l.lt":ld ;:nl: '.\ ::1 he I~:~c\: l;
Fo~' :U:i:h.'r )ii:tl) "r:'cil::'l: P:l~(>"< ,-';\'~ ':.,c: lllt' Ci:) Ck:k'" ()~tic(':1t "i,()S-(-'/;~-~~-H)
,', :,' '~ '~I );"::,1,11),'.' ;',: I': ';1, \,'l; ')~2t" I.:["',! :',: ',' ,,:\\~.::,:,: !l~' d'H' Ih.:l ," ':1\.'; ],11,'1,),;, (:!',~,':~,~, :l· ... ·r,t). '1:.1\ J,.';\: L' ~'I:" jC
llj.l:l,k, .!:..: 1,'~i!--I;):J\ ,:11(1 ('\ \,IL'I ,,' )':"l';; \\ ",' , li1..:-,','[,2:) " 10 ;>,' 1),'''-'l)
\'lrlfll. ~J ).!k:1l'j~::~'I. (',ViC
("i:y C:,';"
i~; f'l).",,' : \\ .: II J{" :)~'," It, ,~;: \ lii,:I: .,', \,11: "'I ... J
", ;~'\..,\lli ,I[ )1>\' P)hi:;\I:I'~' l' 11i.:t:':', I)i,l~ ~,'l"))t:
MIAMI DAILY BUSINESS REVIEW
D:.J~I 51ed :::la.-" ex:eD: S::;t:.JfG2Y. Sl.~cay e~d
~ega: ~al'd2YS
t,/ c'ni. Mlc':O"-Ga:::e CCu'l:Y. ~.8-.ca
STATE OF FLORIDA
COUNTY OF MIAMI·DADE:
Befo~e !,he u:-,de~s;gr;ej aJtho':!y pe-sor:allv 8:::;pe2'ec
MARiA tviES,t\ 'NrC 0 .... oEtt-: S8;/S !hat .'18 Or s.~e ;5 t~e LEGA,-
CLERK, Lega' Notices of :f)e tv'i.aiTI' Da 'y BL!sirlESS I=\eview
f/k/a M:alil Review, a aally (exce.::,t S2:,Jrday, SJ::day a"'c
~eg8i HO!ldays) news caper pub!:s~ed a~ "vi.a:1 :r iv.'2~i ~Ja~e
COl.:':Y. Fb~lda. t;"ra: tre attaC'leC copy O~ adver.ISer'.e;i:,
being a Lega. Aave--:iseme,-:: 0: No:icD i'l tne ma!~e' 0 1
NOTICE OF PUBL:C riEAR!0,G
CiTY O~ SOJ-:-d ~i!\MI JJ~E 6,20" 7
,n the XXXX Couc:,
was pun;lshec I~ saic r;eWSDBPe, i;; ~'le ,SSJCS cf
A~la1: L'~:E' says :~a: t~e sa:8
Rev:ew ,s a neWSC8:JW PJbl!s~ec
t/:~a--;li·D2j8 Co~r~:y Flor~oa 8:""'C t1a~ the sa·c rewspape-has
.he;et~/ore beer c:orlt1n,Jousiy Dub'~s!led .:1 saic tII.BIr.;· Dade
C~ .. r::y Fi~YIC3 82C" ~ay (excep: Sa\Hday. SU~day anc
Legal , ..... 01.02yS) ar:d ""'a5 bee': er'!erec; as se~:),(! class ~a,
ri,a:ter at t'1e pos~ o!.[lce . ., t\1 c.f'"' i~ 52:d rl'.a"~I-]2:J( Covlty.
FjO~lda, ~c:r 2 ~ef,c8 of one yea~ nex: p'8ce::Lr:g :l-te 1,;S!
L· .... b·,(:3l 0:-J~ he a;;'c:clico copy (): aove-: SCTe'l: ~n:j 8~f:an!
f.J:l~·er says tGat ne cy s;-e has ne<!;e r pa:d nor :);or-.:sec 8::y
08"SO·',. f:~r: Of CO~.:J;)'21,Cl~ a'ly 8isCDU~: rebate, CCG:-I~SS!Of1
:x ;ef,J ..... o 'or :he :)Jfc:)se CO sec .... f!,~;; th ~ adve ..... 'se ..... e ..... l· :Ci
CUD' ca:'o, "~'
----_2-.'------_
:SEAL)
M.ARI/\ ~'/'~Si; oersc~aliy k~own:c :T.e
CITY OF SOUTH MIAMI
NOTICE OF PUBLIC HEARING
NOTICE IS HEREBY gven that t~e City Commiss;oc of the City of South Mia",:,
Florida will co~duet ['ubi:e Hearhg(s) at Its regular City Commlssio~ 'Deating
scheduled for Tuesday Jcne 6, 20 1 7, begi1n,1g at 7:~J p.m., in tre CI~y
CO.1!:11isslcn CharT'be~s. 6130 Sunset Drive, to co:-sider tr.e followir:g :te~(s):
l A Resciutior: acthor:zing the City Manager to enter ,nto a r;1J:ti .. year)
agceeme1: vith LimOUSines of South F,o'loa, he., for a Dublic t'ansJortat:or
Circu:ator serVice, oy piggybacking onto its ccntract v~llth the City of
Aventura. ,
An Crd:nanG8 relating te the City'S 2C 1 7 f:scal year budget 3uthor,7i'lg
a:--· :ncrease o~ appropriations for expet~di:Jre lirie Itern i25-1l30-541-3~5G
f1oc;::;lc's Transr;~)f~e.tion --:-:::.x Furd [);rect Trans', Cc):ltrac~J;)1 Ser\;ces
account in tb,e a:llo~.mt ot $I~},500.
.t1L.L i'1teres~ed par1'es are Invitee \0 a:te'ld arid wi I, be I'sard.
For furt~er iniorl1a~ion, p,ease contact t~e City Clcr~'s O"icc
at 305-663 63~O.
Maria iv1 rVlenendez, CMC
City Cerk
Pursuant to Fiorida Sta:u:es 286.8105, the C,ty hereby advises the pub:;c
~rat 'If a pc"sor decides to appea! any decision made by P-:!S Board, Agency
0r Comm'ss~on wltn respect to any matter considerec at its meeting or
1eanng he or s~e wil: "eed a record of the proceedings, and thai for such
pJrpose, aifected pe~son may need to ensure that a verbatim record 0' t~e
proceedings is made which record incluoes the testimony and evidence
upon whic~ the appea' is te be based
5/26 17143/00C0228084tv'