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
" P l e a s e s e e a t t a c k e d p r o p o s e d r o u t e w r a p a v t d s c h e d u l e f o r t h e s e r v i c e .
"
2 - 2 P R O P O S E R Q U A L I F I C A T I O N S
Q U A L I F I C A T I O N S P r o p o s a l s w i l l b e c o n s i d e r e d f r o m q u a l i f i e d f i r m s o r i n d i v i d u a l s w h o s e
e x p e r i e n c e i n c l u d e s s u c c e s s f u l w o r k i n s i m i l a r p r o j e c t s . T h e f i r m m u s t h a v e a s u f f i c i e n t n u m b e r o f
q u a l i f i e d s t a f f i n t h e a p p l i c a b l e d i s c i p l i n e s t o c o m p l e t e t h e w o r k i n t h e t i m e r e q u i r e d a n d i n
a c c o r d a n c e w i t h S t a t e o f F l o r i d a s t a t u t e s a n d s t a n d a r d s , i f a p p l i c a b l e .
2 - 3 T E R M O F C O N T R A C T
T h e t e r m o f t h e c o n t r a c t i s a n t i c i p a t e d t o b e t h r e e f i s c a l y e a r s w i t h a r e n e w a l o f t w o o n e - y e a r t e r m s ,
s u b j e c t t o n e g o t i a t i o n o f t e r m s w i t h t h e c o n t r a c t o r a n d t h e c o n c u r r e n c e o f t h e C i t y o f O p a - l o c k a C i t y
C o m m i s s i o n a n d a v a i l a b i l i t y o f a n n u a l a p p r o p r i a t i o n . E a c h r e n e w a l o f t h i s a g r e e m e n t i s c o n t i n g e n t
u p o n a p p r o v a l b y t h e C i t y a n d c o n t i n u e d s a t i s f a c t o r y p e r f o r m a n c e b y t h e V e n d o r i n a c c o r d a n c e
w i t h t h e t e r m s o f t h e a g r e e m e n t . T h e C i t y , a t i t s s o l e d i s c r e t i o n , r e s e r v e s t h e r i g h t t o e x t e n d t h i s
C o n t r a c t f o r u p t o o n e h u n d r e d - e i g h t y ( 1 8 0 ) d a y s b e y o n d t h e c u r r e n t C o n t r a c t p e r i o d t o e n s u r e
c o n t i n u i t y o f S e r v i c e s .
P A R T I I I
P R O P O S A L R E Q U I R E M E N T S
3 - 1 R U L E S F O R P R O P O S A L S
I n o r d e r t o m a i n t a i n c o m p a r a b i l i t y a n d e n h a n c e t h e r e v i e w p r o c e s s , p r o p o s a l s s h a l l b e o r g a n i z e d i n
t h e m a n n e r s p e c i f i e d b e l o w a n d i n c l u d e a l l i n f o r m a t i o n r e q u i r e d h e r e i n . T h e p r o p o s a l m u s t n a m e
a l l p e r s o n s o r e n t i t i e s i n t e r e s t e d i n t h e p r o p o s a l a s p r i n c i p a l s . T h e p r o p o s a l m u s t d e c l a r e t h a t i t i s
m a d e w i t h o u t c o l l u s i o n w i t h a n y o t h e r p e r s o n o r e n t i t y s u b m i t t i n g a p r o p o s a l p u r s u a n t t o t h i s R F P .
3 - 2 S U B M I S S I O N O F P R O P O S A L S
T h e p r o p o s a l s h a l l b e s u b m i t t e d o n 8 1 / 2 "