Loading...
HomeMy Public PortalAbout21-9908 Approving for Issuance of RFP for Community Shuttle BusSponsored by: City Manager RESOLUTION NO. 21-9908 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, APPROVING ISSUANCE OF A REQUEST FOR PROPOSALS (RFP) FOR COMMUNITY SHUTTLE BUS SERVICE; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") desires to procure a service provider to operate various shuttle bus routes within the City; and WHEREAS, the City Manager finds that it is in the best interests of the City to issue a Request for Proposal (RFP), attached hereto as Exhibit "A", for Community Bus Services for the solicitation of proposals from qualified and experience firms; and WHEREAS, the selected firm will be responsible for providing all services necessary to provide for the day-to-day management, operation and maintenance of the public shuttle services for the City of Opa-Locka Community Shuttle Bus Service; and WHEREAS, the City Commission has determined that issuance of an RFP is in the best interest of the City and its residents; and NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby authorizes the City Manager to issue a Request For Proposals, attached hereto as "Exhibit A", for Community Shuttle Bus Services. SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Resolution No. 21-9908 Section 4. EFFECTIVE DATE. This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED AND ADOPTED this 8th day of September, 2021. Matthew A. Pigatt, Mayor ATTEST: oa . Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: /IV( r,5Y Burnadette Norris- eks, P.A. City Attorney Moved by: Commissioner Bass Seconded by: Commissioner Davis VOTE: 5-0 Commissioner Taylor YES Commissioner Bass YES Commissioner Davis YES Vice -Mayor Williams YES Mayor Pigatt YES City of Opa-locka As:enda Cover Memo City Manager: John E. Pate CM Signature: j Commission Meeting Date: 09.08.2021 Item Type: (EnterXin box) Resolution 0 ance Other X Fiscal Impact: (EnterXin box) Yes No Ordinance Reading. (EnterXin box) 1st Reading 2nd Reading Est. $3,000 Public Hearing: (EnterXinbox) Yes No Yes No }( X Funding Source: Account# : (Enter Fund & Dept) Ex: Advertising Requirement: (EnterXinbox) Yes No x Contract/P.O. Required: (EnterXin box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterXin box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X mi NI IN IN m. III Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to issue an RFP for Community Shuttle Bus Service. Staff Summary: Staff believes it is in the best interest of the City to issue a Request for Proposal (RFP) for Community Bus Services to solicit proposals from qualified and experienced firms. Financial Impact The RFP will be issued primarily electronically, but may require additional advertising, estimated to be $3,000. Proposed Action: Staff recommends the approval of this request to issue the RFP to seek quotes for qualified firms. Attachment: Draft RFP City of Opa-locka RFP NO: 21 - REQUEST FOR PROPOSAL (RFP) COMMUNITY SHUTTLE BUS SERVICE CITY OF OPA-LOCKA COMMUNITY SHUTTLE BUS SERVICE RFP NO. 21-XXXXXXX TABLE OF CONTENTS Subject Page Number Cover 1 Table of Contents 2 Advertisement 3 Part 1 - Proposal Guidelines 4 Part 1I - Nature of Services Required 8 Part 111 - Proposal Requirements 10 Part IV - Evaluation of Proposals 12 Proposer Qualifications 14 Price Proposal 15 Debarment, Suspension Certification 16 Drug -Free Certification 18 Non -Collusion Affidavit 19 Non -Discrimination Affidavit 20 E -Verify Form 21 CITY OFOPA LOCKA REQUEST FOR PROPOSALS RFP NO: 21-XXXXXXX Community Shuttle Bus Service Sealed Proposals for Community Shuttle Bus Service will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Wednesday, October 27, 2021 by 1:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e - bid). The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-locka, Florida, and marked RFP for Community Shuttle Bus Service. Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's website at www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFP NO: 21-XXXXXXX requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A Mandatory pre -bid meeting will be held on Wednesday, October 13, 2021 at 10:00 a.m. at 780 Fisherman Street, Ste. 220, Opa-locka, FL 33054 and via zoom. The purpose of this meeting is to provide an overview of this Solicitation and to answer any questions by participants. City Clerk Joanna Flores, CMC CITY OF OPA-LOCKA RFP NO. 21-XXXXXXX COMMUNITY SHUTTLE BUS SERVICE PART I PROPOSAL GUIDELINES 1-1. Introduction: The City of Opa-locka is seeking a qualified bus service provider to operation various shuttle bus routes in the City of Opa-locka as shown in Exhibit "A". 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 1:00pm on Wednesday. October 27, 2021. The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO. 21-XXXXXXX - Community Shuttle Bus Service. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the CITY and will not be returned to the Proposer. The City cautions proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the established deadline will not, be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on CD in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFP. 4 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The CITY may mail written addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff, the best proposal has been identified, approved by the appropriate level of authority within the City and executed by all parties. The City anticipates that the final Agreement will be in substantial conformance with this sample Agreement; nevertheless, Proposers are advised that any Agreement may result from the RFP may deviate from the Sample Agreement. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re - advertise for other proposals. 1-8. Contractual Agreement: This RFP and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever 5 occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of all news releases or other publicity pertaining to this RFP or the service, study or project to which it relates. 1-12. Insurance: The Contractor shall furnish proof of insurance requirements as indicated below. The coverage is to remain in force at all times during the contract period. The following minimum insurance coverage is required. The City and County is to be added as an "additional insured" with relation to General Liability Insurance. This MUST be written in the description section of the insurance certificate, even if you have a check -off box on your insurance certificate. Any costs for adding the City as "additional insured" will be at the contractor's expense. • The City of Opa-locka shall be given notice 10 days prior to cancellation or modification of any stipulated insurance. The insurance provided shall be endorsed or amended to comply with this notice requirement. In the event that the insurer is unable to accommodate, it shall be the responsibility of the Contractor to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested and addressed to the Procurement Services Department. • The Contractor's insurance must be provided by an A.M. Best's "A -"rated or better insurance company authorized to issue insurance policies in the State of Florida, subject to approval by the City's Risk Manager. Any exclusions or provisions in the insurance maintained by the contractor that precludes coverage for work contemplated in this RFP shall be deemed unacceptable and shall be considered breach of contract. • Any firm performing work on behalf of the City of Opa-locka must provide Workers' Compensation insurance. Exceptions and exemptions can only be made if they are in accordance with Florida Statute. For additional information, contact the Department of Financial Services, Worker's Compensation Division at (850) 413-1601 or on the web at http://www.fldfs.com. • Commercial General Liability Insurance Covering premises -operations, products -completed operations, independent contractors and contractual liability. Limits: Combined single limit bodily injury/property damage $1,000,000. This coverage should include, but not limited to: a. Coverage for the liability assumed by the contractor under the indemnity provision of the contract. b. Coverage for Premises/Operations c. Personal and Advertising Injury Liability d. Products/Completed Operations e. Broad Form Contractual Liability Covering all owned, hired and non -owned automobile equipment, and other vehicles used 6 by the successful bidder in the performance of the work with the following limits of liability: Limits: Combined single limit bodily injury/property damage $1,000,000 Professional Liability (Errors & Omissions) Limits: $2,000,000 per occurrence This coverage should include, but not limited to: a. Coverage for the liability assumed by the contractor under the indemnity provision of the contract. b. Coverage for Premises/Operations c. Products/Completed Operations d. Broad Form Contractual Liability • Automobile Liability Insurance Covering all owned, hired and non -owned automobile equipment, and other vehicles used by the successful bidder in the performance of the work with the following limits of liability: Limits: Bodily injury $500,000 each person, $500,000 each occurrence Property damage $100,000 each occurrence Professional Liability (Errors & Omissions) Limits: $2,000,000 per occurrence • A copy of ANY current Certificate of Insurance should be included with your proposal. • In the event that you are the successful bidder, you will be required to provide a certificate naming the City as an "additional insured" for General Liability. • Certificate holder should be addressed as follows: City of Opa-Iocka 780 Fisherman Street, 4th Floor Opa-locka, FL 33054 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By 7 signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locka. 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Work Place (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be effected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 8 PART II NATURE OF SERVICES REQUIRED 2-1 PURPOSE AND SCOPE OF WORK The City of Opa-locka is seeking a qualified bus service provider to operation various shuttle bus routes in the City of Opa-locka. Description of Work: • Contractor will provide all services necessary to provide for the day-to-day management, operation and maintenance of the public shuttle services for the "City of Opa-locka Community Shuttle Bus Service". • Contractor shall provide public shuttle services within the City at scheduled locations. • Contractor shall provide free shuttle for the City on as needed basis from time to time to include shuttles during City sponsored special events and passenger pickup at the local airports. • The established services shall be on a fixed -route basis with designated intermediate stops at a minimum of forty eight (48) to sixty (60) hours per week and a minimum of five (5) days per week, understanding however that the minimum hours of operation shall be reduced by up to twelve (12) hours during any week in which a legal holiday is recognized by the City. The hours of operation may be amended from time to time at the discretion of the City and County to respond to the needs of the community. (See Exhibit "A" attached for reference). • Vehicle(s) shall be operated by a properly licensed operator ("vehicle chauffeurs") employed by the contractor. Operators must have Commercial Drivers Licenses Class A/B/C with Passenger Endorsement. They must also have FDOT Medical Certification. Quarterly driver background checks and license checks must be done. • On a quarterly basis, the contractor shall provide the City with updated background checks and license checks. • Contractor shall maintain the vehicle(s) provided by the County in accordance with vehicle manufacturer's standards and keep vehicle(s) in proper operating and appearance condition at all times. If the shuttle bus is out of service for any reason, it shall be the obligation and responsibility of the contractor to provide a replacement bus at no cost to the City. The maximum response time from the time of a vehicle breakdown until the arrival of a replacement vehicle shall be forty-five (45) minutes plus two (2) minutes per mile from the Contractor's garage to the location of the breakdown. • The route will serve the following locations in the City of Opa-locka: Tri-Rail Opa-locka Station NW 22nd Ave/Alibaba Ave Top Value Plaza • Miami -Dade College Transit Hub Senior Center - NW 132nd St / NW 28th Ave Flea Market - North Entrance/ Le Jeune Rd. Amazon Distribution Center • Proposed Services: • Total Buses on Route: 2 • Service Days: Monday - Friday Service • Time: 5:30 AM - 8:19 PM 9 " Please see attacked proposed route wrap avtd schedule for the service. " 2-2 PROPOSER QUALIFICATIONS QUALIFICATIONS Proposals will be considered from qualified firms or individuals whose experience includes successful work in similar projects. The firm must have a sufficient number of qualified staff in the applicable disciplines to complete the work in the time required and in accordance with State of Florida statutes and standards, if applicable. 2-3 TERM OF CONTRACT The term of the contract is anticipated to be three fiscal years with a renewal of two one-year terms, subject to negotiation of terms with the contractor and the concurrence of the City of Opa-locka City Commission and availability of annual appropriation. Each renewal of this agreement is contingent upon approval by the City and continued satisfactory performance by the Vendor in accordance with the terms of the agreement. The City, at its sole discretion, reserves the right to extend this Contract for up to one hundred -eighty (180) days beyond the current Contract period to ensure continuity of Services. PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 1/2 "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1 - Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages 10 3.2.3.2 Briefly state the Proposers understanding of the work to be done and make a positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 3.2.5 Tab 4 - Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City. 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for your project team. 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an all-inclusive, hourly fee. 3.2.9 Tab 8 - References 3.2.9.1 List a minimum of three (3) references in Florida for which the proposer has provided Agent of Record services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms 11 Proposers must compete and submit as part of its Proposal all of the following forms and/or documents • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 12 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals submitted. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFP including a detailed explanation of how the services shall be performed. Each proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlines in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation that includes all documents are submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non- responsive. The Contract (s) will be awarded to the most responsive proposer whose Proposal best serves the interest of and represents the best values to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make a presentation and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Respondents. The Respondent's presentation may clarify but may not modify their submitted proposal. Any discussion between the presenter (s) and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. Category Points Experience and Qualifications / Ability of Professional Personnel/Financial Qualifications and experience of assigned staff 1. Ability to provide the requested scope of services. 2. Qualifications & experience of the firm and its subcontractors/suppliers relevant to the Scope of Work. 3. Availability of qualified personnel. 4. Ability to meet set standards. 5. Previous contracting experience with the other public, private and/or non- profit agencies. 6. Financial resources and capabilities per financial statements. 7. Evidence of insurance. 25 Quality of Services / Technical Approach to the Scope of Work 1. High -quality level of services to be provided to the City. 2. Understanding of City needs. 20 Proposed Fee 30 13 1. Pricing Structure 2. Fee Schedule/Cost Proposal • 3. Innovative and/or creative approaches to providing the services that provide additional efficiencies or increased performance capabilities. Location 1. Location of offices and vehicle storage facility(ies) TOTAL 4-3 ORAL PRESENTATIONS 25 100 Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. The Evaluation Criteria may be changed for the oral presentations evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Finalists will be informed as to the revised criteria, if any, prior to their oral presentation. Additionally, prior to award of an Agreement pursuant to this RFP, the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of Opa-locka will select the firm that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The City's decisions will be final. Following the notification of the selected firm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose Proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFP. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked 14 firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 15 RFP NO. 2 1-XXXXXXX COMMUNITY SHUTTLE BUS SERVICE PROPOSER QUALIFICATIONS The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation () Partnership () Individual ( ) 3. If Corporation, state: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: 6. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. !f there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. 16 RFP NO: 21-XXXXXXX PRICE PROPOSAL FORM COMMUNITY SHUTTLE BUS SERVICE PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY changes the scope of the Project after the Contract Date. As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Proposed Price of: LUMP SUM PRICE: $ SUBMITTED THIS DAY OF 2021. BID SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address 17 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Proposer is not required to exceed 18 that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 19 CITY OF OPA-LOCKA RFP NO. 21-XXXXXXX DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. 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. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 20 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT 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 PROPONENT, firm, 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 agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) 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 PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: Witness Signature Witness Print Name and Title 21 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: Title: Sworn and subscribed before this day of , 20 Notary Public, State of Florida (Printed Name) My commission expires: 22 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat, "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. if t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 23 E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: 24 DRAFT PROFESSIONAL SERVICE AGREEMENT FOR COMMUNITY SHUTTLE BUS SERVICE BETWEEN THE CITY OF OPA-LOCKA AND THIS AGREEMENT dated the day of , 2021, is between , a Florida corporation located at (hereinafter referred to as "Contractor") and the CITY OF OPA-LOCKA, a municipal corporation of the State of Florida (hereinafter referred to as "City"). WHEREAS, City desires to provide a community shuttle service to allow residents access to a number of destinations through public transit; and WHEREAS, City has determined that it would be in the public interest to provide said transit services by contracting with a private transit service provider to operate said SHUTTLE services; and WHEREAS, City has selected Contractor for the operation and maintenance of the transit bus system which shall be known as the "City of Opa-Iocka Transit Route"; and WHEREAS, Contractor responded to RFP No. for Community Shuttle Bus Service, a copy of which is attached hereto an incorporated; and WHEREAS, on , 2021 the City Commission passed Resolution and award the Community Shuttle Bus Service to Contractor; and WHEREAS, City and Contractor mutually agree that the operation and continuation of the community shuttle bus service is contingent upon continued receipt of grant funding from IN CONSIDERATION of the mutual terms, condition, promises, covenants and payments hereinafter set forth, City and Contractor agree as follows: ARTICLE 1 DEFINITIONS 1.1 "Agreement" means this Agreement as it may be modified from time to time. 1.2 "Contractor" means a Florida corporation. 1.3 "County" means Miami -Dade County, a political subdivision of the State of Florida. 1.4 "City" means the City of Opa-locka, a municipal corporation of the State of Florida. ARTICLE 2 CONTRACTOR'S SERVICES 2.1 "Contractor agrees to provide all vehicles including services necessary to provide for the day to day management, operation and maintenance of the public shuttle services for the "City of Opa-locka Transit Route" according to the agreement between County and City. 2.2 Contractor shall provide "free -fare" based public SHUTTLE services (until such time as City determined a "fare" service is appropriate), within the city at the locations and according to the schedules set forth. In addition, Contractor shall provide free shuttle to the City on an as needed basis from time to time to include shuttles during City sponsored special events and passenger pickup at the local airports. 2.3 The established services shall be on a fixed -route basis with designated intermediate stops. The hours of operation shall be initially fixed by the City and may be changed from time to time at the absolute discretion of the City. A minimum of forty-eight (76) hours per week and a minimum of five (6) days per week, provided however, the minimum hours of operation shall be reduced by the number of days observed by the City as a legal holiday that falls on a weekday. The public SHUTTLE service shall connect with Regular County bus routes. The hours of operation may be amended from time to time at the discretion of the City and County to respond to the needs of the community. 2.4 Beginning Contractor shall maintain a minimum average of seven point one (7.1) passengers per revenue hour on each route operated by the City and Contractor. In the event that the Contractor does not maintain such minimum average of passengers, County shall assist City and Contractor to increase ridership which may include modification of the route. 2.5 Vehicle (s) shall be operated by properly licensed operator ("vehicle chauffeurs") employed by Contractor. On a quarterly basis, the Contractor shall provide the City with updated background checks and license checks. These employees shall provide full utilization of vehicles(s) to disabled passengers while in service. 2.6 Vehicle chauffeurs employed by Contractor shall issue City bus route timetable or other transit information to any passenger requesting such material. 2.7 Insofar as possible, scheduled service shall be coordinated with existing County bus service. It is the intent of the parties that City's scheduled service shall not duplicate existing County bus service. 2.8 Contractor shall comply with all applicable requirements of the Americans with Disabilities Act (ADA) at all times while the vehicle(s) provided herein are being utilized for public SHUTTLE and while utilizing any and all routes approved herein. To the extent that any terms of this Agreement are inconsistent with the ADA, the requirements of the ADA shall control. 2.9 Contractor shall at all times during this Agreement comply with the requirements of Miami -Dade County Ordinance 92-15, pertaining to the maintenance of a Drug Free Workplace Program. 2.10 Contractors shall at all times during this Agreement comply with all applicable requirements of the United States Department of Transportation and the Federal Transit Administration, which shall include, but not be limited to, regulations for drug and alcohol testing. To the extent that any terms of this Agreement are inconsistent with the United States Department of Transportation regulations, the requirement of the United States Department of Transportation shall control. 2.11 Contractor agrees that throughout the terms of this Agreement that the City of Opa- locka logo and the County assigned identification number shall be conspicuously displayed on the rear of the vehicle(s) at all times. 2.12 Contractor shall maintain certain records of information and data in the format prescribed by County and shall furnish such records to County, with a copy to City, on a monthly basis. ARTICLE 3 CITY'S SERVICES 3.1 City shall review and approve all policies established by the Contractor related to the public SHUTTLE services. 3.2 City shall review and approve the services planning, including adjustment to the routes, schedules and such other factors that affect the quality of service provided. 3.3 City shall provide Contractor with bus route timetables prepared by Miami Dade County sufficient to inform City and County residents, visitors and passengers of service to be made available. 3.4 City, in coordination with County, shall be responsible for designation of transit stops. It is understood that passengers will be able to board or depart from anywhere along the route as well as designated stops. ARTICLE 4 TERMS AND TIME OF PERFORMANCE The term of this Agreement shall begin on and shall remain in effect until so long as funds are provided by Grantors and the services provided by Contractor remain satisfactory to the City. This City is under no obligation to continue, extend or renew this Agreement if funds are not provided by Grantors. However, the terms may be extended for one two (2) year period, at the sole discretion of the City. ARTICLES 5 COMPENSATION 5.1 In return for services provided by Contractor and specified in this Agreement, the City agrees to pay Contractor , per vehicle per operating hour beginning through . The funds shall be used by Contractor solely for the purpose of maintaining, operating and properly equipping the vehicle(s) and for no other purpose other than profit. City shall not be responsible for payment of any other monies to Contractor under this Agreement. 5.2 City shall hold the funds distributed by County to support the public SHUTTLE service and remit the applicable amount of such funds monthly to Contractor as they become due. Contractor shall submit invoices to the City documenting hours of service provided by the Contractor during the preceding month together with such additional documentation which may be required by the City (e.g., ridership statistics). Within thirty (30) days of receipt of such invoices, City shall compensate Contractor pursuant to the terms set forth herein. ARTICLE 6 PERFORMANCE STANDARDS 6.1 The public SHUTTLE service described in this Agreement must begin operations on , and such service shall run according to the scheduled set forth. The schedule shall be followed unless otherwise agreed upon in writing by the parties. 6.2 Contractor shall complete one hundred percent of all scheduled trips on a daily basis, subject to delays which are attributable to vehicle crashes or mechanical failure. 6.3 Contractor shall be subject to minimum charge of $100.00 for each complaint investigated by the City whereas the City can determine and substantiate in writing that the complaint was in fact legitimate and the Contractor or Contractor's employee was determined to be found at fault or the cause of the complaint. 6.4 Contractor shall submit a written response to each complaint within 24 hours. 6.5 Contractor shall provide driver route sheets to the City each and every Monday or the first day the City is open for business each week. 6.6 Contractor shall pay for routine rider checks as requested by the City from time to time and all required certifications and background checks. ARTICLE 7 PERSONNEL REQUIREMENTS 7.1 Contractor shall designate a Project Manager who will oversee the complete operation of the public SHUTTLE service and who will serve as the day to day liaison with the City and serve as the emergency contact for the contractor. 7.2 Vehicle chauffeurs employed by the Contractor during the terms of this Agreement shall be properly licensed operators. The vehicle chauffeur shall process the qualifications as required by the State of Florida and the County. The vehicle chauffeurs shall be required to attend and successfully complete the County's training program prior to operating the vehicles. All drivers shall, during the term of this Agreement, possess the following qualifications and adhere to the following standards. Contractor shall immediately dismiss any chauffeur that does not meet the qualifications and standards. 7.2.1 Minimum age for drivers shall be 21 years. 7.2.2 Drivers must possess a valid Florida license and attain a valid Commercial Driver's license as required by law. On a quarterly basis, the Contractor shall provide the City with updated background checks and license checks. 7.2.3 Drivers shall have no more than three (3) moving violations or accidents (counted individually or combined) within a five (5) year period. Drivers shall have no history of arrest on a conviction for DUI. 7.2.4 Drivers must be capable of speaking, writing and understanding the English language fluently. 7.2.5 Drivers shall operate the vehicle in a safe and timely manner. 7.2 6 Drivers shall be courteous to all passengers and the general public at all times and shall respond to passenger questions regarding the use of the subject service. 7.2.7 At all times while on duty, drivers shall wear clean and presentable uniforms which include a company shirt, appropriate length shorts, skirt or pants, closed toe shoes and identification badges. 7.2.8 Drivers shall distribute or collect flyers, handouts, surveys, etc. as City may request from time to time. 7.2.9 Drivers shall not accept gratuities. 7.2.10 Drivers shall assist passengers with disabilities with entering and exiting the vehicle in accordance with the American with Disabilities Act. 7.2.11 Drivers shall not permit passengers to smoke or play a radio in the vehicles (unless the passenger is using headphones with the radio). 7.2.12 Drivers shall not be convicted of a crime during the term of this Agreement. 7.2.13 Drivers shall not test positive for drug use on a drug test administered by a responsible testing facility or the City of Opa-locka. ARTICLE 8 CONDITION AND MAINTENANCE OF THE VEHICLES 8.1 Contractor shall maintain the vehicles in accordance with the manufacturer's standards. 8.2 Contractors shall supply any additional vehicles to provide back-up service within forty- five (45) minutes in the event that one or more vehicles are out of service. Contractor shall provide ADA accessible back-up vehicles should they be necessary to continue service as outlined in this contract. 8.3 Vehicles shall be maintained in good condition, both operationally and in their appearance, and in accordance -with the County's requirements: All vehiclesshallbe kept in good repair and condition, satisfactory to the City at a minimum to the standards listed below: 8.3.1 All vehicles shall conform to the standards required by the Americans with Disabilities Act (ADA). 8.3.2 All vehicles shall be equipped with all appropriate safety equipment to be provided by contractor. 8.3.3 All vehicles shall be equipped with two-way communications to be provided by Contractor. 8.3.4 All vehicles shall have heating and air conditioning systems that are fully operative every day the vehicle is in service. 8.3.5 Maintenance of vehicles: 8.3.6 The interiors of the vehicles shall be cleaned at least once each day and the exterior of the vehicles shall be cleaned at least once per week. The vehicles shall be exterminated for pests at least once a week. Contractor shall have a continuing obligation to ensure cleanliness of the vehicles, and Contractor shall perform additional cleaning and extermination for pest as circumstances may warrant. 8.3.7 All vehicles and equipment on vehicles shall be maintained in fully operational condition at all times during the term of this Agreement. Contractor shall cause all components of each vehicle, including its body, frame, graphic wrap, and furnishings, mechanical, electrical, hydraulic, or other operating systems to be maintained according to manufacturer's recommendation. Contractor shall cause any vehicle damaged in an accident or otherwise to be repaired, or to be replaced immediately, including the graphic 43 wraps. Contractor shall, at its sole cost and expense, provide fuel, lubricants, parts and supplies required for the maintenance and operation of all vehicles. 8.3.8 All vehicles shall be safe for operation on public streets and highways and shall meet all requirements of the Florida Department of SHUTTLE Rule Chapter 14-90, "minimum requirements for Transit Coaches and System Equipment". All parts of the vehicles and equipment mounted on or in the vehicle shall conform at a minimum to all applicable federal motor safety standards. 8.3.9 Contractor shall initiate and maintain an effective safety and mechanical inspection program. 8.3.10 All vehicles shall be available for inspection by the City prior to Contractor placing them in service and at any time thereafter at the City's discretion. City has the sole discretion to reject temporarily or permanently any vehicle which City deems unacceptable for reasons of safety, disrepair or appearance. ARTICLE 9 RECORD KEEPING. REPORTING AND AUDITING 9.1 CITY reserves the right to audit the records of CONTRACTOR relating to this Agreement any time during the performance and term of the Agreement and for a period of three (3) years after completion and acceptance by CITY. If required by CITY, CONTRACTOR shall agree to submit to an audit by an independent certified public accountant selected by CITY. CONTRACTOR shall allow CITY to inspect, examine and review the records of CONTRACTOR at any and all times during normal business hours during the term of this Agreement. 9.3 CONTRACTOR agrees that it shall keep and maintain accurate and complete records with regard to all services as proposed hereunder. All original records related to the services provided under the terms of this Agreement are the property of CITY and accordingly those records are subject to the Florida Public Records Law. 9.4 CONTRACTOR shall not release any CITY records without written permission from CITY except as necessary and appropriate in the performance of the duties and responsibilities required to comply with the terms of any Agreement between the parties. The public shall be provided access to records regarding the services provided under the terms of this Agreement in the same manner that the CITY fulfills all public records requests. 9.5 CONTRACTOR shall not disclose any public records that are exempt or confidential and exempt from public records disclosure requirements except as authorized in writing by CITY and authorized by law. CONTRACTOR shall preserve and make available for inspection by CITY personnel, or by personnel duly authorized by CITY, computer data and other records related to the services provided under this Agreement. The records will be made available during normal business, hours upon twenty -four-hour notice by the CITY. Contractor shall retain all public records and transfer, at no cost, to the CITY all records in possession of the 9.6 CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. 9.7 Contractor shall record on a daily basis and report weekly to the City all disruptions in service, late service, vehicle breakdowns, accidents, vehicles out of service and any other incident affecting service. 9.8 Contractor's Project Manager shall also document passenger complaints and describe any actions taken to resolve such complaints on a weekly basis. Contractor agrees to submit copies of such documentation to City on a weekly basis. Complaints must be forwarded immediately to the City. 9.9 Contractor shall maintain daily records of total passenger utilization and total mileage logged on the vehicles by route while performing the service under the Agreement. Project Manager shall provide accurate reports on ridership by route and by trip to City on a monthly basis. 9.10 City shall approve Contractor's forms that may be required in addition to those required by the County. 9.11 In the event funds paid to Contractor pursuant to the Agreement are subsequently disallowed by City because of accounting errors or changes not in conformity with this Agreement, Contractor shall refund promptly to the City such disallowed funds, or such disallowed funds will be withheld or disallowed until City has given Contractor written notice of the reason therefore and ten (10) days to correct, cure or otherwise reasonably satisfy City. No more than the disputed amount will be withheld. Both City and Contractor shall diligently pursue the resolution of any dispute regarding the accounting or charges referred to in this paragraph. ARTICLE 10 PRE- SERVICE REQUIREMENTS The following items shall be provided to the City by Contractor at least two (2) days prior to the start of service and are subject to approval by the City. 10.1 An operations manual for the subject services which describes all operations procedures and policies, including but not limited to the following: 10.1.2 Vehicle operating procedures; 10.1.3 Communications operating procedures; 10.1.4 Drivers conduct rules and regulations; 10.1.5 Safety procedures; 10.1.6 Crash procedures; 10.1.7 Administration and reporting procedure; 10.1.8 and other operating procedures and policies as required for proper operating of the subject service. 10.2 Job description for drivers and administrative personnel. 10.3 Maintenance procedures for all vehicles. 10.4 Final system schedules. 10.5 Training procedures for drivers ARTICLE 11 INSURANCE 11. Contractor will comply with insurance requirements as set forth below: 11.1 Proof of insurance must be provided for Worker's Compensation, commercial, commercial general Liability and business Auto Liability. The Contractor shall carry at all times the insurance coverage required below and the City will be included as "additional insured's". Insurance requirements are as follows: A. Worker's Compensation ---statutory Policy must include Employer's Liability: $100,000 for each accident, $500,000 disease (policy limit), and $100,000 disease (each employee). B. Commercial General Liability: $1,000,000 per occurrence combined Single Limit for bodily injury and property damage, Policy shall include coverage for premises/operations; contractual liability; and independent contractors. C. Business Auto Liability: $1,000,000 per occurrence Combined Single Limit for bodily injury and property damage. Policy shall include coverage for owned autos; hired autos; and non -owned autos. 11.2 Original certificates of insurance required herein shall be delivered to City prior to the commencement of contractor's performance. City and County must be listed as additional insured. Contractor shall pay the premiums for all insurance required by this Agreement. Contractor shall cause all policies of insurance required by this Agreement to be renewed from time to time so that at any time the insurance protection required by this Agreement shall continuously exist. The policy shall not be cancelled or materially changed without the giving of at least thirty (30) days prior written notice to the City and County, and in such event, a policy pursuant to the above terms must be substituted. ARTICLE 12 INDEMNIFICATION 12.1 As to City: Contractor agrees to indemnify, reimburse, defend and hold harmless the City and at City's option, defend or pay for an attorney selected by the City to defend the City and City's officers, agents and employees for, from and against all claims, actions or causes of actions, losses, damages, liabilities, cost and expenses, including reasonable cost, attorney's and paralegals' fees, imposed on or incurred by the City in connection with any and all loss of life, bodily injury, personal injury and damage to property which arises or relates, directly or indirectly, to the Contractor's use of any vehicle provided for in this Agreement and the Contractor's performance of the services set forth in this Agreement. To the extent considered necessary by the City, any sums due City under this Agreement may be retained by City until City's claims for indemnification, pursuant to this Agreement, have been settled or otherwise resolved and any amount withheld shall not be subject to payment of interest by City. This provision is subject to the limitations of liability as provided in Section 768.28 of the Florida Statutes and does not act as a waiver of the City's entitlement to sovereign immunity as a master of statutory and common law. ARTICLE 13 TERMINATION 13.1 This Agreement may be terminated for cause by action of City with thirty (30) days' written notice by the party that elected to terminate, or for convenience by action of City upon not less than sixty (60) days' written notice. This Agreement may also be terminated by City upon such notice as City deems appropriate under the circumstances in the event the Cltydetermines that termination is necessary to protect the public health, safety, or welfare. 13.2 Termination of this Agreement for cause shall include, but not be limited to, failure to suitably perform the work, failure to continuously perform the work in a manner calculated to meet or accomplish the objectives of City as set forth in this Agreement, or breach of any of the provisions of this Agreement notwithstanding, whether any such breach was previous waived or cured. 13.3 Notice of termination shall be provided in accordance with the "Notices" section of this Agreement except that notice of termination by the City deemed necessary to protect the public health, safety, or welfare may be verbal notice which shall be promptly confirmed in writing in accordance with the "Notices" section of this Agreement. 13.4 in the event this Agreement is terminated for convenience, the financial assistance provide by the City shall be prorated on a daily basis to the date the Agreement is terminated. However, upon being notified of City's election to terminate, Contractor acknowledges and agrees that $10.00 compensation paid by City, the adequacy of which is hereby acknowledged by Contractor, is given as specific consideration to Contractor for the City's right to terminate this Agreement for cause or convenience. ARTICLE 14 NOTICES Whenever either party desires to give notice to the other, such notice must be written and sent by certified United States Mail, postage prepaid, returned receipt requested, or by hand - delivery with a request for a written receipt of acknowledgement of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the as set forth herein until changed in writing in the manner provided in this article. For the present, the parties designate the following: For the City of Opa-locka: City Manager City of Opa-locka 780 Fisherman Street Opa-locka, FL 33054 For Contractor: ARTICLE 15 MISCELLANEOUS 15.1 Nondiscrimination Contractor agrees that it will not discriminate against any employee of application for employment for work under this Agreement because of race, color, religion, gender, sexual orientation, age, national origin, political affiliation, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, gender, sexual orientation, age national origin, political affirmation, or disability. This provision shall include, but not be limited to, the following employment upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training including apprenticeships. Contractor agrees to furnish City with a copy of its Affirmative Action Policy, or in the event that Contractor contracts either a third party for this service, such third party's Affirmative Action Policy shall be furnished to City. 15.2 Independent Contractor. Contractor is an independent contractor under this Agreement. Services provided by Contractor shall be subject to the supervision of Contractor. Neither Contractor nor its agents shall at any time be, nor shall they hold themselves out to be officers, employees, or agents of the City. The parties expressly acknowledge that it is not their intent to create any rights in any third person or entity under this Agreement. 15.3 Assignment and Performance Neither this Agreement nor any interest herein shall be assigned, transferred, or encumbered by either party and Contractor shall not subcontract any portion of the work required by this Agreement except as authorized herein. Contractor represents that all persons delivering the services required by this Agreement have the knowledge and skills, either by training, experience, education or a combination thereof; to adequately and competently perform the duties, obligations, and services set forth in this Agreement and to provide and perform such services to City's satisfaction. Contractor shall perform its duties, obligation, and services under this Agreement in a skillful and respectable manner. The quality of Contractor's performance shall be 49 comparable to the best local and national standards. 15.4 Waiver of Breach of Materiality Failure by City to enforce any provision or modification of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any subsequent breach and shall not be constructed to be a modification of the terms of this Agreement. City and Contractor agree that each requirement, duty, and obligation set forth herein is substantial and important to the formation of this Agreement and, therefore, is a material term hereof. 15.5 Compliance with Laws Contractor shall comply with all federal, state, and local laws, codes, ordinances, rules and resolutions in performing its duties, responsibilities, and obligations related to this Agreement. 15.6 Severance In the event this Agreement or a portion of this Agreement is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Agreement. The election to terminate this Agreement based upon- this provision shall be made within seven (7) days after the finding by the court becomes final. 15.7 Joint Preparation of this Agreement has been a joint effort of the City and Contractor and the resulting document shall not solely as a matter of judicial construction, be construed more severely against one of the parties than any other. 15.8 Priority of Provisions If there is a conflict or inconsistency between any terms, statement, requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term, statement, requirement shall prevail and be given effect. 15.9 Applicable Law and Venue This Agreement shall be interpreted and constructed in accordance with and governed by the laws of the State of Florida. Venue for litigation concerning this Agreement TBD. 15.10 Amendments No modification, amendment, or alternation in terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Agreement and executed by the City and Contractor. 15.11 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms or conditions contained herein shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in terms or conditions contained herein shall be effective unless contained in a written document. 15.12 Incorporation by Reference The truth and accuracy of each "Whereas" clause set forth above is acknowledged by the parties. The attached Exhibit "_" is incorporated into and made a part of this Agreement. Pursuant to the provisions appearing in Exhibit ", when any obligation or duty in that document is none which is related to the public SHUTTLE service, Contractor agrees to fully comply with each and every such obligation and duty for and on behalf of the City. IN WITNESS WHEREOF, the parties have made and executed this Agreement as of the date set forth on the first page of this Agreement. CITY CONTRACTOR: City of Opa-locka BY: City Manager Print Name: John E. Pate Title: Day of 2021 Approved as to Form: Burnadette Norris -Weeks, City Attorney Attest: Joanna Flores, City Clerk OPA-LOCKA STATION ROUTE TIMED MAP LOC ATIONS -(2)-COUNTY BUS ROUTE COUNTY BUS TRANSFER POINT CENTRAL DULNESS DISTRICT TRJ-RA IL O PA•IOCKA VL STATION NANNOR ST . P, DAMACT OPA-LOCKA EXPRESS NORTH LINK OSPKI ALTY LENTEN r OPA-LOCKA Fo r mo re info rma tio n, call 1-800-TRI-RA IL (874-7245) or visit www.tri-rail.co m RTH LINK (SATURDAYS> OPA-LOCKA STATIONni ^OPA•LOCKA EXPRESS N MAPLO LOCATIONS 1 n ui $ N w ©MAP LOCATIONS Q 1 G ,A\ -()-COUNT Y BUS ROUTE w AIGxF Uts Z Nw wmN = ■ 1 noNINAET VT R OPA-IOCKA BLVD BCOUNTY TRANSFERBUS POINT OPA-LO CKA AIRPORT TRZ -RAIL OP A-LOCNA ST ATION uoutio aN AUANTONTE W ONT =5 NW LTST N ST . - Opa-locks Express North Link Shuttle Bus S ervi ce provid es ay The City of Opa-lo ck s at 3115-953-28 68 RTA S ON ISOM. TRANSPON TA TIOIT AOMG AETT 801 NW 33rd Stree t, Pompano Bea ch, Flo rida 33064 (k ACCESSIBLE 1.888GOSFRTA • www.strta .tt.go v Effective Aug ust 3, 2013 Opa-Io cka Station Op a-Iock a Express North Link Shuttle Bus Schedule WEEKDAY AM & PM N orth Train South Train Arrives Arrives • 6:15 6:16 6:30 6:35 6:56 7:05 7:15 7:36 7:45 7:55/8:36 7:5618:16/8:36 8:45 9:36 9:06/9:36 9:45 10:36 10:41 10:45 11:36 11:41 11:46 12:36 12:41 12:45 1:36 1:41 1:45 * 2:30 2:36 2:41 3:30 3:26/4:15 3:41 4:30 4:45/5:05 4:41/5:11 5:30 5:35/6:03 5:41/6:06 6:25 6:35/7:05 6:41/7:06 7:10 Bus Op a-locks Ababa D ep arts Blvd . / A ve nue / Walgr eens Tri-Ra8 NW 27th Av e. Joh nson St. 6:35 7:10 7:50 8:50 9:50 10:50 11:50 12:50 1:50 2:35 3:35 4:35 5:35 6:30 7:15 6:40 7:15 7:55 8:55 9:55 10:55 11:55 12:55 1:55 2:40 3:40 4:40 5:40 6:35 7 20 6:10 6:45 7:25 B:10 9:10 10:10 11:10 12:10 1:10 2:05 2:55 3:55 4:55 5:55 6:45 725 SuBm Av e. / Allbaba Avenue / D ougl as Rd. Johnson St. ® a 6:15 6:20 6:50 6:55 7:30 7:35 8:15 8:20 9:15 9:20 10:15 10:20 11:15 11:20 12:15 1220 1:15 1:20 2:10 2:15 3:00 3:05 4:00 4:05 5:00 5:05 6:00 6:05 6:50 6:55 • Downtown Opo-Iock a B us Arrives Trl-Rail North Trai n S outh Tr aln Departs D eports a 6:25 6:30 6:35 6:56 7100 7:05 7:15 7:36 7:40 7:45 7:55 7:56/8:16 8',25 8:30 8:36 8:36/9:06 925 9:30 9:36 9:36 10:25 10:30 10:36 10:41 1125 11:30 11:36 11:41 12:25 12:30 12:36 12:41 125 1:30 1:36 1:41 225 2:30 2:36 2:41 3:15 3:20 3:26/4:15 3:41 4115 4:20 4:45/5:05 441/5:11 5:15 5:20 5:35/6:03 5:41/6:06 6115 6 20 6:35/7:05 6:41/7:06 7:00 7:10 8:05 7:51 w SATURDAY AM & PM North Tra in Sou th Tra in Bu s De parts Arrive s Arriv es Trl-Ro ll Flea Marke t ® o Maud Dad e Top Value College Fl aw o a Walgr eens Downtown B us Arri ves N orth Train South Train Opa-I ock a Trl-Rail Dep arts Departs 8:33 9:25 9:30 9:40 9:45 9:55 10:10 10:17 10:20 10:33 10:25 9:33 10:25 10:30 10:40 10:45 10:56 11:10 11:17 11:20 11:33 11 25 10:33 11:25 11:30 11:40 11:45 11:55 12:10 12:17 12:20 12:33 12:25 11:33 12:25 12:30 12:40 12:45 12:55 1:10 1:17 120 1:33 125 12:33 12 5 1:30 1:40 1:45 1:55 2:10 2:17 2:20 2:33 2:25 1:33 225 2:30 2:40 2:45 2:55 3:10 3:17 320 3:33 3:25 2:33 3:25 3:30 3:40 3:45 3:55 4:10 4:17 4:20 4:33 4:25 3:33 4:25 4:30 440 4:45 4:55 5:10 5:17 5:20 5:33 5:25 4:33 5:25 5:30 5:40 5:45 5:55 6:10 6:17 6:20 6:33 6:25 For more information, call 1-800-TRI-RAIL (874-7245) or v isit www. trl-raii.c om C ommunity Shuttle will operate as a " Wave & Ride" at a ny c oun ty bus sto p or at any point in a residen tia l area along the r oute. ' No train connectt v#y April 3, 2020 NW 161st S NW 42nd Ave NW 174thSt`„ II I NW '171st Ter NW 1 1scSt .asp: Leteuna idu. trial Par. St. Thomas University M!,ran Center School and 'A, Services p fseN 169th Ter e, any ,"B!tn"he Park tt1 II lUrPark )idustral NW"151st St i ')paLoclw Peri5t � Industrial Park 3ann Ave �I sharar Ave punad Ave bpa-Locks Sharazad Blvd `off 5t spa -Locks Tri-Rail Station NW 125th St.-; NW 123rd St 8th Addition to Seakoard C Industrial Park _ 21 —740101110.111.111111, • O LEGEND South Route Scenario A Existing Time Point Proposed Time Point Tri-Rail Stop Falk Adk-lmr C1-9,14.. Hort it P. co ro co /.4. NW T711tSt-4° 6 rn z NW 155th St NMW 154th St NW 153rd St d NW 152nd Ter \�`� NW 15 -2nd St DRAFT FINAL Park Centre miti ltllf+i tiVon SuCshine State Q IndustrialFtaik ID i or St NW 148th St)' 1 NNW 146th S t t� f9 NW 145th St I NW 144th St NW 143rd St NW 142nd St 3tallero NW 141st St Rivero NW 140th St r..rje North Wilmington St opa . ocka Blvd Glat a [WI F pPer Park-. NW 135th 3t N =1 5- . Z 17 a -6 , m D aAtf MN NW 131st St NW 127th St NW 126th St i ; 't3'1 "NW 124th St NW 123rd St NW 122nd SNW 121st t NW 120th St ;i_ NW i th t 12x1 NW 118th St - r NW 111th St i( NW '116th Ter We NW 116th St` NW 115th St Country NW 114th St NW 113th Ter Country NW 112tIi-Ter -, w Club NW112ttStNW111thSt ^' o s 5- 7' D p > D co [3_'ys < < < Golf Pork girl:, iii co m Sources: Esri, HERE, Garmin, USGS, Intermap; INCREMENT NW th CREMENT P. NPiQ'Si107,10ESERiSt s Japan, METI, Esri China (Hong Kong), Esri Ko'r•"ea; Es)i Thailand), NGCC, (c) OpenStreetMap contributors, airrbi'fhe GIS User Community N RT '1/ E** SOWN FLORIDA REGIONAL TRANSPORTATION AUTHORITY Reinstate Opa-t,ocka South Route Scenario A N A 0 % 1 Miles 2 April 3, 2020 DRAFT FINAL Reinstate opa-lo cka South Route Assumptions Assurnorio n= Wee kdays (M -Th) 203 Weekday (F) 52 An nua l Days 255 1. Maintain bus and train schedule synchronization as in the base case scenario, which serves five time points. 2. Develop co mmuter bus schedule such that train meets occur at both Opa-locka and Golden Glades Tri-Rail stations. 3. Commute r bus se rvice anticipated to begin on July 1, 2021. 4. Ope rating cost per ho ur are reset ev ery year on March 1st . 5. As shown be low, opera ting cost per ho ur for Year 2023 are based on an average hourly rat e for the fiv e-year peri od from 2016 to 2020. 6. Operating cost incre ases at an annual rate of 3% in Year 2024. O perating i:ost A ssumptions Ave ra ! e 0 • -ratan _ Cost/Rev enue Hour 2016 Year 1 X72.28 2017 Yea r 2 $81. 46 2018 Year 3 $84.29 2019 Yea r 4 $85. 46 2020 Year 5 587.75 2021 Option Year 1 $70.42 2022 Optio n Year 2 $71.50 So urce : SFRTA and Keo lis Tra nsit Services, LLC, A greement No . 15-016 A nnua l Days 255 Numbe r of M onths 12 Avg. # Days per M onth 21.3 Hourly o peratin g ra te resets March 1 Se rvice Begins 1 -Jul -21 Operating Ra te Year 1 (mo nths) 8 Operating Rate Ye ar 2 (months) 4 Weighted Avg. (Year 1) $70. 78 Ope ra ting Rate Year 1 (months) 8 Operating Rate Year 2 (mo nths) 4 Weighte d Avg. (Year 2) -- - Ope ra ting Rate Year 1 (mo nths) 8 Operating Rate Year 2 (months) 4 Weighted Avg. (Year 3) $8"i .o8 Cumulative Year $ 563.36 2021 $ 286.00 2022 $ 572.00 2022 $ 323. 49 2023 $ 646.98 2023 $ 333.19 2024 K.c 2024- $83.30 4 April 3, 2020 R einstate Opa-locka South Route Summary Annual Operating Cost s & S ervice Pl an DRAFT FINAL nr. -- Annual Operati ng Cost •uly 2021- July 2022- July 2023- une 2022 Jun e 2023 June 2024 $70.78 $74.62 $81 .6- - Annual Rev enue Span of Se rvi ce H ours P eak Vehicle R equirem ent Service Days Av er age Tr av el Time Route Length Cl ockwise Direction C ounter Clockwise Clockwis e C ounter (min utes) Dir ection (mi nutes) Dir ection Clo ckwis e (mile s) Direction A Base Case - Opa-loc ka Sou th Rou ts (Original Route) $478,296 $504,273 $551,961 6,758 5:30 AM - 7:25 PM 2 Monday -Friday 36 53 52 51 Scenario A - O pa-lo cka South Rou te (Origin al Route + Amazon) Scenario B - Opa-locks South Rou te (Origin al Route + Ama zon + Go lden Glades) $510,242 $537,954 $588,828 7,209 5:30 AM - 8:19 PM 2 Monday -Friday 39 57 55 54 11.5 11.5 $889,991 $938,328 $1,027,064 12,574 5:30 AM - 7:42 PM 4 Mo nday -Friday 50 71 66 64 15.1 15 Incrementa l Cha nge Scenario Co mparison An nual Operatin g Cost July 2021- July 2022- July 2023 - June 2022 June 2023 June 2024 nonO Wno!Mooloo n own — Annu al Peak Vehicle Reve nue Requirement Hours S er vic e Days Average Travel Tim e Route L ength Clockwi se Directi on C ount er Cl ockwise Cl ockwise Co unter (minutes) Directi on (minut es) Directi on Cl ockwise Sce nario A v s. Base Cass (le. a dding Amaz on) Sce nario B v s. Scenario A(i. e. adding Amazon and G olden Glade s) $31,947 $33,682 $36,867 451 No change No change 3 4 3 3 0.4 0.4 $379,749 $400,374 $438,236 5,365 2 additi on al bus es No chang e 11 14 11 10 3 .6 3 .5 5 April 3, 2020 DRAFT FINAL Reinsta te Opa-lo ck a South Route Scenario A - Opa-l ocka South Route (Original + Ama zon Distrib utio n Center) Ro ute Sc he dule Block B-1 B-1 B-1 B-1 B-1 8-1 B- 1 5-1 B-1 5-1 B-1 8-1 5-1 8-1 9-1 5.1 B-1 B-1 1,17 Nu me! OpuOa w ThiLli Staten Sou. Town TNp #1 Trip #2 Trip #3 Trip #4 Trip #5 Trip #6 Trip #7 Trip 08 Trip #9 Trip #10 Trip #11 Trip 012 Trip #13 Trip #14 Tnp 6 15 Trip #16 Trip #17 Trip #18 Naln Treln ArmeeA rrnOe 5 4 Layover Opeaa4. ThILl1 Staten NW 2n A ye Top Value MOC Tra vel B u. Arnow Bu. Leave s a Ah ab. A y. Pion Tran ell Hue Time 3 5:25 AM 5:31 AM 0 5:45 AM 5:45 AM 5:50 AM 5:58 AM 6:06 AM 21 5:55/6:1556:35 6:18/6:56 37 6:21 AM 6:58 AM 7:02 AM 7:09 AM 7:18 AM 20 7:15 AM 7:36 AM 6 7:34 AM 7:40 AM 7:45 AM 7:52 AM 8:01 AM 21 7:55 AM 7:56/8:16 AM 5 8:17 AM 8:22 AM 8:27 AM 8:34 AM 8:43 AM 21 8:36 AM 8:36 AM 0 8,59 AM 8:59 AM 9:02 AM 9:09 AM 9:18 AM 19 9:08 AM 0 9:33 AM 9:33 AM 9:37 AM 9:42 AM 9:51 AM 20 9:36 AM 9:36 AM 0 10:07 AM 10:07 AM 10:11 AM 10:18 AM 10:27 AM 20 10:36 AM 10:41 AM 6 10:42 AM 10:48 AM 10:52 AM 10:59 AM 11:08 AM 20 8 71:23 AM 11:29 AM 11:37 AM 11:45 AM 11:55 AM 26 11:36 AM 11:41 AM 7 12:23 PM 12:30 PM 12:38 PM 12:46 PM 12:56 PM 26 12:36 PM 12:41 PM 0 1'26 PM 1:26 PM 1:34 PM 1:42 PM 1:52 PM 26 1:38 PM 1:41 PM 0 2:23 PM 2:23 PM 2:31 PM 2:39 PM 2:49 PM 26 236 PM 2:41 PM 0 3:17 PM 3:17 PM 3:35 PM 3:43 PM 3:55 PM 30 3:26 PM 3:41 PM 0 4:24 PM 4:24 PM 4:32 PM 4:40 PM 4:52 PM 30 4:15/4:45 4:41 PM 0 5:25 PM 5:25 PM 5:33 PM 5:42 PM 5:53 PM 30 5:05/5:35 5:11/5:41 0 6:27 PM 6:27 PM 8:35 PM 6:43 PM 6:55 PM 28 8:03 PM 6:06 PM 0 7:12 PM 7:12 PM 7:18 PM 7:26 PM 7:34 PM 22 Cloc kwis e Ro ute Statistic s Stan End Daily Hours 6-1 5:30 AM 7:52 PM A nn ua l Days 255 B-2 B-2 B-2 B-2 B- 2 6-2 B- 2 B-2 6-2 B- 2 B-2 B-2 0.2 B-2 B-2 B- 2 14. 37 July 2021- July 2022- July 2023 - June 2022 June 2023 June 2024 Yea r 1 Year 2 Year 3 An nual Hrs 14.37 3664. 35 5 259.363 $ 273.449 $ 299. 309 Tro Nu mb! Ope-100. 7M1RW 91s10n Nort e Tram Mrhe. 5o uU Trin ArtN ae Lawyer Op. -ti ck. Tng sa SlelOn Bu. Ames Bus 00.yu 6 Ammon Duuibuu1 Ca ner 1 Fire Mane ! Lay over 3 2 1 6 MD0 Sor er Flea Arn6ren 04 .0001 . Th Travel Tow Tow! Tra nsit Nub Grant Mulct n B u. Anneal Tire s Trsvw Time leIner e Le WY. c.n Pr 5:30 AM 5:36 AM 5:42 AM 5:45 AM 15 15 6:06 AM 6:12 AM 6:18 AM 6:21 AM 15 36 7:18 AM 7:20 AM 7:25 AM 7:31 AM 7:34 AM 16 36 8:01 AM 8:03 AM 8:08 AM 8:14 AM 6:17 AM 16 37 8:43 AM 8:45 AM 8:50 AM 8:56 AM 8.59 AM 16 37 9:18 AM 920 AM 9:24 AM 9:30 AM 9:33 AM 15 34 9:51 AM 9:53 AM 9:58 AM 10:04 AM 10:07 AM 16 36 10:27 AM 10:29 AM 10:33 AM 10:39 AM 10:42 AM 15 35 11:08 AM 11:10 AM 11:14 AM 11,20 AM 11:23 AM 14 34 11:55 AM 11:57 AM 12:06 PM 12:17 PM 12:23 PM 28 54 12:58 PM 1:04 PM 1:15 PM 1:23 PM 1:26 PM 30 56 1:52 PM 2:00 PM 2.12 PM 2.20 PM 2:23 PM 31 57 2:49 PM 2:58 PM 3:08 PM 3:14 PM 3:17 PM 28 54 3:55 PM 4:03 PM 4:13 PM 4:21 PM 4:24 PM 29 59 4:52 PM 5:00 PM 5:12 PM 5:20 PM 5:25 PM 33 63 5:53 PM 8:01 PM 6:14 PM 6:22 PM 6:27 PM 34 64 6:55 PM 7:01 PM 0 7:09 AM 7:12 PM 17 45 7:34 PM 7:42 PM 0 7:49 PM 7:52 PM 18 40 0% 0% 7 103 % 16% 14% 0% 0% 0% 18 % 11% 13% 0% 0% 0% 0% 0% 0% 0% 2 2 3 4 5 S.ruo r Trays 0.40.1 5.101 Mix rop 46= NW 2.24w 00-10 4, . 'r e Travel T ow 1..1 C oma/ Time Onnl .r inn s!, Hue Plaza 4 MO W. Aye Bu. Amye. Tim e Trawl Tkn Layo ver Larw! Trip #1 Trip #2 Trip #3 Trip #4 Trip #5 Trip 446 Trip #7 Trip 88 Trip #9 Trip #10 Trip #11 T rip #12 Trip 813 Trip 614 Trip #15 Trip #16 6:35 AM 6:58 AM 7:15AM 7:36 AM 7:55/8:36 AM 7:56/8:18/838 9:38 AM 9:36 AM 10:36 AM 0 0:41 AM 11:38 AM 11:41 AM 12:36 PM 12:41 PM 1:36 PM 1:41 PM 2:36 PM 241 PM 326 PM 3:41 PM 4:15/4:55 PM 4:41 PM 505/5:35 5:11/5:41 6:03 PM 6:06 PM 6:3557:05 6:41/7:06 Clo ckwts a Rou ts/ 8ult*Ow 51a rt Eno 6.2 6:25 AM 8:19 PM An n001 04ys 255 De ily Hou rs 13.90 7:00 AM 7:00 AM 7:03 AM 7:11 AM 11 7:45 AM 7:45 AM 7:48 AM 7:56 AM 8:04 AM 19 8:38 AM 8:45 AM 8:48 AM 8:57 AM 9:05 AA4 20 9:39 AM 9:47 AM 9:51 AM 10:02 AM 10:10 AM 23 10:48 AM 10:48 AM 10:51 AM 11:00 AM 11:08 AM 20 11:43 AM 11:43 AM 11.46 AM 11:55 AM 12:03 PM 20 12:36 PM 12:36 PM 12:41 PM 12:51 PM 12:59 PM 23 1:35 PM 1:35 PM 1:39 PM 1:48 PM 1:56 PM 21 2:30 PM 2:30 PM 2:34 PM 2:43 PM 2:51 PM 21 3:25 PM 3:25 PM 3:28 PM 3:37 PM 3:45 PM 20 4:19 PM 4:22 PM 4:31 PM 4:39 PM 4:47 PM 25 5:21 PM 5:27 PM 5:30 PM 5:39 PM 5:47 PM 20 621 PM 6:27 PM 6:30 PM 0 6:38 PM 11 7:12 PM 7:12 PM 7:15 PM • 7:23 PM 11 7:58 PM 7:58 PM 6:01 PM 8:09 PM 11 July 2021- Ju ly 2022 - July 2023 - Jun 2022 Ju n 2023 Ju no 2024 Year 1 Yea r 2 Ye ar 3 Annual Firs 13.50 3544. 50 5 250,880 5 264.505 5 289,519 6:25 AM 6:33 AM 8:44 AM 6:52AM 7:00 AM 35 35 0% 7:11 AM 7:19 AM 7:29 AM 7:37 AM 7:45 AM 34 45 0% 8:04 AM 8:12 AM 8:22 AM 8:30 AM 8:38 AM 34 53 0% 9:05 AM 9:13 AM 923 AM 9:31 AM 9:39 AM 34 54 13 % 10:10 Nil 10:20 AM 10:32 AM 10:40 AM 10:48 AM 38 61 15% 11:08 AM 11:16 AM 11:26 AM 11:34 AM 11:43 AM 35 55 0% 12:03 PM 12:11 PM 12 '21 PM 1229 PM 12.36 PM 33 53 0% 12:59 PM 1:07 PM 1:19 PM 1:27 PM 1:35 PM 36 59 0% 1:56 PM 2:04 PM 2:14 PM 2:22 PM 2:30 PM 34 55 0% 2:51 PM 2:59 PM 3:09 PM 3:17 PM 3:25 PM 34 55 0% 3:45 PM 3:52 PM 4:02 PM 4:10 PM 4:18 PM 33 53 0% 4:47 PM 4:55 PM 5:05 PM 5:13 PM 5:21 PM 34 59 0% 5:47 PM 5:55 PM 6:05 PM 6:13 PM 6:21 PM 34 54 11 % 6:38 PM 6:46 PM 6:56 PM 7:04 PM 7:12 PM 34 45 13 % 7:23 PM 7:31 PM 7:41 PM 7:49 PM 7:58 PM 35 46 0% 8:09 PM 8:14 PM 8:19 PM 0 11 0% 7 April 3, 2020 Wee kday Tra in Schedule, Effective April 5, 2020 Train Mee ts Sce na rio A - O pa-Io cka South Route ( Origin al + Amazon Distributi on Center) 06.48.0, 16-R a8 81s0on DRAFT FINAL 58 Tripe 53 1 AM 5:10AM - 8:58 AM 738 AM 7.68 AM 0 .18 AM 8-36 AM 990 AM 9:36 AM 10'31 AM 11:41 AM 12:41 PM 1:41 PM 2:41 PM 3:41 PM - 4:41 PM 6:11 PM 5.41 PM 8:06 PM 8:41 PM 7.00 PM 7 91 P14 821 PM 918 PM 10,18 PM NB Tripe 439 AM 6:00 AM 525A M 5:65AM 8:16 AM 8:36 AM 7:16 AM 7:65 AM - 8:38 AM - 9:36 AM 10:30 AAA 11:3 6 AM 12:38 PM 1:38 PM 238 PM 3 28 PM 4:16 PM 4:46 MA 596 PIA 5:36 PM 893 PM 8:36 PM 7:06 PM 8:06 PM - - 9:65 PM 10:54 PM G ep(min) 0 0 8 21 0 21 21 1 0 0 0 0 5 5 5 16 0 4 8 6 3 8 1 14 0 0 21 Opa4otka So uth Rout Peak No Bus No Bus Bus (C) Boa (C) Bus (C) Gtr ( C) Bu (C) s. (c) a. (C) Bu ( C) a.(C) Bu e (C) 19.( C) - B1.(C) B,s (C) Bus (C) ' B oo ( C) -Bts (C) No Bur No Bue No Bus No Bus No Boe No Bus No Bus No Sue No Bus No Bus No Bue 1 No Btu (Blr ( CC) Bue (CC) Bur (CC) No Sue Bu (C C) Br. ( CC) B. ( CC) Bue (CC) Bus (CC) at. (CC) B. (CC) Bu s ( CC) Bu (CC) B us (CC) Bu (C C) No Mao No Bue No Bue No Bus No B un Sce na rio B - O pa-Iocka South Route (Origin al + Am azon Distributi on Center + Golden Glad es) Goldo n Gle3ae Trlita11 5tatIon 50 Trips NB Tnps Gas Mtn) 0 6.48040 Sau te Route Peak 4:35 AM 506 AM 5:25 AM 531 AM 8:10 AM 8:01 AM 821 AM 8:50 AM 8:41 AM 9 Eke (0) Bus (CC ) 730 AM 7:21 AM 7:50 AM 6:01 AM 11 Bus (C) Bue (CC) 8:10 AM 6:30 AM 8:43 AM 13 Bus(C) Bue (CC) 9:00 AM 0 9:30 AM 9:43 AM 13 10:35 AM 10:43 AM 8 11:35 AM 11:43 AM 12:35 PM 12143 PM tl 1:35 PM 1:43 PM 6 235 PM 243 PM 8 335 PM 393 PM 4:35 PM 4 21 PM 14 5:05 PM 4:51 PM 14 5:11 PM 0 5:35 PM 5:41 PM 6 8 90 PM 0:09 PM 9 8:35 PM 6:41 PM 8 7:00 PM 711 PM 7:45 PM 8:15 PM 6:11 PM 4 9:10 PM 10:10 PM 10 91 PM Ope4ocl. Trtfis ll Station No Bus No Bile No Bue No Bue 10 Bo. No Bu e Br (C ) No Bus B. (C) 6iu (C) Bu s (CC) Bts (C) Bue ( cc) Bs(C) Elm (CC) 8 s (C) Bt. (CC) 0o(C) Bus ( CC) Bus (C) Bus (C C) Bus (C) B un (CC) B1a(C)M Bu sACq+ "BW(CC)-i•.Bo oicc): Bus (CC) No B us No Bus No Bue No Bus No Bus No Bus No Bus He Bus No Btu 110 ew SB Tnpe - 5:31 AM 8:18 AM - 8:58 AM 7:36 AM 7:56 AM B:1B AM 6:36 AM 9:06 AM 9:36 AM 10:41 AM 11:41 AM 12:41 PM 1:41 PM 2:41 PM 3:41 PM 4:41 PM 5:11 PM 5:41 PM 896 PM 6:41 PM 7:06 PM 7:51 PM 8:21 PM 9:18 PM 10:16 PM NB Tres 429 AM 5:00 AM 525 AM 5:55 AM 8:15 AM 6:35 AM 7:15 AM 7:55 AM 8:38 AM 8:36 AM 1038 AM 11:38 AM 12:36 PM 1:30 PM 2:38 PM 3 28 PM 4:15 PM 4:45 PM 5:05 PM 5:35 PM 6:03 PM 6:35 PM 7:05 PM 5:05 PM - 8:55 PM 10:54 PM Gep(min) 0 0 6 21 0 21 21 1 0 0 0 0 5 5 5 5 5 15 0 4 8 8 3 8 1 14 0 0 21 O pa4ocke Sou th Routs Peak No B. No Bu s 8 w (C )' Bus (C) u B(C ) Bus (C ) Bus (C) (kw {C) . Bus Boon Bis (L� B e ( C) Bus ( C) B us (0). Bus ( C) Boo (C) Bus(C)- - :Bus (0) ' No B us No Sus No B. No Bus No Bus No 1. No Bus No B us No Bue No Bu s No Bus (NB. o Bus I B(CC) Bus (CC) Bu s (C C) No Bus Bu (00) Bus (CC) 8,. (CC) Bu e (CC) Bu (CC) Bus (CC) B. (CC) Bu s ( CC) ( Bu s (C C) 1 Bur (C C) B us ( CC) Bus(CC) N oBw No Bue No Bue No Bus No Bus 9