Loading...
HomeMy Public PortalAbout13-8663 Limousine of South Florida Sponsored by: City Manager RESOLUTION NO. 13-8663 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO AMEND THE AGREEMENT WITH LIMOUSINES OF SOUTH FLORIDA, INC., FOR SATURDAY SHUTTLE BUS SERVICES, IN AN AMOUNT NOT TO EXCEED $19,713.20, PAYABLE FROM ACCOUNT NUMBER 32- 541340; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, pursuant to Resolution 10-8155 and Resolution 13-8549, the City of Opa-locka has an existing agreement with Limousines of South Florida, Inc. ("LSF"); and WHEREAS, through grant funding from Job Access Reverse Commute ("JARC") the bus shuttles operate on weekdays, from 6 am through 7 pm(excluding holidays); and WHEREAS, the current agreement with LSF provides for a minimum of 13 hours per day, 5 days a week service; and WHEREAS, the City would like to amend the service to requires LSF to extend the services for Saturday, see Exhibit"A"; and WHEREAS, the Saturday Shuttle will begin on August 3, 3013, and will cost $19,713.20 annually, with a 50%match from the City as required by the JARC grant; and WHEREAS,the City Commission desires to authorize the City Manager to amend the agreement with Limousines of South Florida, Inc., for Saturday Shuttle bus services NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Resolution No. 13-8663 Section 2. The City Commission of the City of Opa-locka, hereby approves and authorizes the City Manager to amend the agreement with Limousines of South Florida, Inc., to include Saturday Shuttle Bus services, in an amount not to exceed $19,713.20, payable from Account Number 32-541340. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 30th day of July, 2013. AYLOR MAYOR ttest to: J i anna Flores City Clerk Appr e ved as to firm and legal sufficiency: A if Jot•ph . 1 e ler ENS' •ON MARDER PA r. y Atto 'ey Moved by: COMMISSION R HOLMES Seconded by: VICE MAYOR KELLEY Commission Vote: 4-0 Commissioner Holmes: YES Commissioner Johnson: NOT PRESENT Commissioner Santiago: YES Vice-Mayor Kelley: YES Mayor Taylor: YES 2 111 C Fi c3, al \ .`a''F '!"'T/0. OAN ORAT City of Opa-Locka Agenda Cover Memo Commission Meeting 07/30/2013 Item Type: Resolution Ordinance Other Date: X (EnterX in box) Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading (Enter X in box) Yes No (Enter X in box) x Public Hearing: Yes No Yes No (EnterX in box) X x Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No Ex: (Enter X in box) Account#32-541340 x Contract/P.O.Required: Yes No RFP/RFQ/Bid#: (Enter X in box) Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: Out the (Enter X in box) specific objective/strategy this item will address) X Enhance Organizational p Bus.&Economic Dev p Is required in order to implement Public Safety I Saturday Shuttel Bus services. Quality of Education p Qual.of Life&City Image = Communcation p Sponsor Name Department: City Manager City Manager Short Title: Amendment to the contract agreement with Limousines of South Florida,inc.for Saturday Shuttle Bus services Staff Summary: The shuttle buses through grant funding Job Access Reverse Commute (JARC) operate on weekdays between hours of 6am and 7pm except holiday(s) within the City and connect residents to the Tri Rail station, MDT bus stops, Flea Market, Miami-Dade College and other key areas.The current agreement with the Limousines of South Florida (LSF) does allow LSF to a minimum of thirteen (13) hours operation per day for 5 (five) 1 i ' days a week. The amendment will allow LSF to extend their services for Saturday per the attached schedule and route map. Proposed Action: The Saturday shuttle bus services will cost$19,713.20 annually.The city will match 50% of cost as required per JARC grant.The Saturday shuttle bus services will be implemented by August 03,2013. Attachment: 1. Agenda 2. Resolution# 10-8155, 13-8549 3. Copy of Agreement 4. Amendment to the Agreement 5. North Link Route Map 6. Schedule 21 ' . Op a.A.. a� < lFr \9 C, MEMORANDUM To: Mayor Myra L.Taylor Vice Mayor Joseph L.Kelley Commissioner Timothy H Imes Commissioner Dorothy Jo, nson A Commissioner Luis B.San ago FROM: Kelvin L.Baker,Sr.,City Manage DATE: July 25,2013 RE: Amendment to the contract agreement with Limousines of South Florida,inc.for Saturday Shuttle Bus services Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,FLORIDA AUTHORIZING THE CITY MANAGER TO AMEND THE AGREEMENT WITH LIMOUSINES OF SOUTH FLORIDA, INC. IN THE AMOUNT NOT TO EXCEED NINETEEN THOUSAND SEVEN HUNDRED THIRTEEN DOLLLARS AND TWENTY CENTS PER YEAR ($19,713.20) FOR THE SATURDAY SHUTTLE BUS SERVICES PAYABLE FROM ACCOUNT# 32-541340. Description: The shuttle buses through grant funding Job Access Reverse Commute (JARC) operate on weekdays between hours of 6am and 7pm except holiday(s) within the City and connect residents to the Tri Rail station, MDT bus stops, Flea Market, Miami-Dade College and other key areas. The current agreement with the Limousines of South Florida (LSF) does allow LSF to a minimum of thirteen (13) hours operation per day for 5 (five) days a week. The amendment will allow LSF to extend their services for Saturday per the attached schedule and route map. Account Number: 32-541340 Financial Impact: The Saturday shuttle bus services will cost $19,713.20 annually. The city will match 50% of cost as required per JARC grant. Implementation Time Line: The Saturday shuttle bus services will be implemented by August 03, 2013. Legislative History: Resolution# 10-8155, 13-8549 Recommendation(s): Staff recommends approval. 1 l '' Analysis: The Limousines of South Florida (LSF) provides shuttle bus services for the north route and the south route is operated by South Florida Regional Transport Authority (SFRTA). The JARC grant from Federal Transit Administration (FTA) includes Saturday shuttle bus services only for the north route. As a result the regular north and south route cannot be implemented for the weekend. SFRTA adjusted the route for the weekend services to include all key areas in north and south routes as served during weekdays. ATTACHMENTIS): 1. Copy of Agreement 2. Amendment to the Agreement 3. Resolution# 10-8155, 13-8549 4. North Link Route Map 5. Schedule PREPARED BY: Mohammad Nasir,PE,City Engineer/CIP Director END OF MEMORANDUM 2I1 AGREEMENT AMENDMENT BETWEEN CITY OF OPA-LOCKA And LIMOUSINES OF SOUTH FLORIDA, INC. For OPERATIONS AND MAINTENANCE OF TRANSIT BUS SERVICE THIS AGREEMENT AMENDMENT, made and entered into at the City of Opa-locka, Florida, this day of , 2013, by and between the City of Opa-locka, a political subdivision of the State of Florida, hereinafter described as the "CITY", whose mailing address is: 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 and Limousines of South Florida, a Florida corporation, hereinafter described as "CONTRACTOR", whose mailing address is: 2595 Northwest 38th Street, Miami, Florida 33142. NOW, THEREFORE, in consideration of the mutual covenants entered into between the parties hereto to be made and performed and in consideration of the benefits to accrue to each of the respective parties, it is covenanted and agreed to the following amendments: Article 2 of the agreement will be amended to include the follows: 2.13 Contractor agrees to provide shuttle bus services for 8.50 hours on every Saturday in accordance with South Florida Regional Transport Authority(SFRTA)provided schedule and Route Map. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA ATTEST: BY: Joanna Flores,City Clerk Kelvin L. Baker, City Manager APPROVED AS TO FORM: Joseph S. Geller, City Attorney LIMOUSINES OF SOUTH FLORIDA,INC. WITNESSES: Limousines of South Florida, Inc. Authorized Representative ATTEST: ATTEST: STATE OF FLORIDA ) ) SS: COUNTY OF MIAMI-DADE) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of , a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this_day of , 2013. NOTARY PUBLIC My Commission Expires: u 1 Lfl 1.11 Lfl U l Ul 0 Lfl Lfl t C i o .co a N N N N N N N N N c� ~ O e-i r-I e1 N M ul l0 '^ m M M M M M M M M C L o Q M m m m M m m m m w Z a r�-I r-1 N CYi LI) l0 U c 0 0 0 0 0 0 0 0 0 CC 0 el 0 m L co M N N N N N W Q N rq rl rr i ,Li N M Cr; l� N >' c Q Q Y 0 o N ., J o e--1 c■i m r m CIS Z j a° s � ,1 O H o7S a) 0 0 0 0 0 0 0 0 0 gi- N r-I -4 -I e1 e-I Q V) 2 To ao e1 N M 4 Lfl l5 Q H Z N LLI m Lfl Ul L(l Lfl Lf1 Lfl Ln L(1 Lfl V Q > _� m Ln Lfl 0 Lfl Lfl Lfl Lfl Lfl Ce 0 a Ol ° e1 ‘Li N M 4 111 U W W N OJ a) D Q ° v Ill 0 0 Li) L(l Lfl Lf1 Li) I 0 p _ (Ni .. .. Ii. .t s W GC m U Ol �O ,Li N M 4 Cr; p_ _ 2 0 U N `" oD 0,r ,0r 0r 0 0 0 0 0 0 0 0 N r—I M Ln D Ol e-i N M d Lrl Dl 00 U- W J 0 0 , c O M 0 0 0 0 0 z M m m Q , M M m m N co Ol O ;4 r-I e� N M 4 L'l 2 N I) c °' ul Ni N N Lfl Lfl 111 Lfl L(1 o 'R ? N .. .. N N N N N = N - Q Ol r-1 N M Cr; -1-i s c a, m m M m m m m m m L 'cv c m M .. M M m m O i L z it Q 00 al 2O r.,l rN-I e-I N Cr) O 1 - OPA-LOCKA STATION !! OPA-LOCKA EXPRESS NORTH LINK (SATURDAYS) I LAI 5 ROUTE TIMED n W a N MAP LOCATIONS ta COUNTY BUS ROUTE WAL-GREENS Z Q N COUNTY BUS PHARMACY NW 160TH ST. NI TRANSFER POINT DC 4 T z asi- > 4-1,-„.L06-if: Q Q Z r6 N N N m �Z�o- �-� Z �J ASR nS E0 Z NW 151st ST. T T T y,j OSPECIALTY CENTER i N OPA-LOCKA JACKSON M HEALTH I CENTER Z W LL SHARAZAD POLICE DEPT. , ;, iiii BLVD. ui a sI• ' `\IA cO, T ��� no� NSI'y EGAL - NPARK .0" VPSNaMNS' �' 40 � A M PARK! T , 6 TRI-RAIL © NW 143rd ST. • :T.:OPA-LOCKA TOP G` STATION 4 VALUE '9LF'9p SUPERIOR ST. I PLAZA In Z % % 00 % o NW 135TH ST. j m NW 135TH ST. — T T W OPA-LOCKA C Q Lai FLEA H Q = Q If MARKET (D W Z n C '/. O' M N N RA 74nu-P/� Z Z Z Z —i I NW 119TH ST. lIl CC W & I I Z n W Loon T I Agreement By and Between City of Opa Locka Limousines of South Florida,Inc. For Operation and Maintenance of Transit Bus Service THIS AGREEMENT dated 26thlay of Jan ,2011 by and between the City of Opa Locka(herein,the "City"), a Florida Municipal Corporation, and Limousines of South Florida, Inc., a Florida corporation, hereinafter"Contractor". WHEREAS, city desires to provide a community transportation 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 contacting with a private transit service provider to operate said transportation service;and WHEREAS, City has selected Contractor for the operation and maintenance of the transit bus system which shall be known as the"Opa Locka Shuttle Bus Routes"and described herein. IN CONSIDERATION of mutual terms, conditions, promises, covenants and payments hereinafter set forth,City of Opa Locka and Contract 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 Limousines of South Florida,Inc.,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. 1.5 "Revenue Hours"means the time between the first bus route stop and the last scheduled bus route stop,rounded to the nearest hour,as set by the City from time to time. ARTICLE 2 CONTRACTOR'S SERVICES 2.1 Contractor agrees to provide all services necessary to provide for the day to day management, operation and maintenance of the public transportation services for the"City of Opa Locka Shuttle Routes" according to any future Agreements between County and City. Contractor shall comply with every term;condition;duty and obligation set forth in this agreement. 2.2 Any and all fares collected will belong to the City and fare canister will be delivered to the City Finance Department for the City to count and reconcile. 1 2.3 Established service shall be on fixed routes 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. 2.4 Contractor shall keep records concerning the number of passengers per revenue hour on each route operated by the Contractor. 2.5 Contractor will provide the City with one (1) 16-passenger minibuses that will be in service a minimum of thirteen hours per day,five days per week. 2.6 Vehicles shall be operated by properly licensed operators employed by Contractor. These employees shall provide full utilization of vehicles to disabled passengers while in service. 2.7 Contractor shall maintain the vehicle provided by the City in accordance with manufacturer's standards and keep vehicles in a reasonable and safe condition at all times. 2.8 Contractor shall comply with all applicable requirements of the Americans with Disabilities Act (ADA)as amended at all times. 2.9 Contractor shall at all times during this Agreement comply with the requirements of the Miami- Dade County Ordinance pertaining to the maintenance of a Drug Free Work Place Program. 2.10 Contractor at all times during this Agreement shall 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 requirements of the United States Department of Transportation shall control. 2.11 Contractor agrees that if the City specifies a City logo for the buses, it shall be placed on the vehicle in the manner specified by the City. Contractor shall not place any advertising or other graphics or lettering on(or within)the bus except what is required by law or ordinance.City may elect to wrap buses at their sole cost and expense. 2.12 Contractor shall maintain certain records of information and data in the format prescribed by the City and shall furnish such records to the City on a monthly basis. ARTICLE 3 CITY'S SERVICES 3.1 City shall review all policies established by the Contractor relative to the public transportation services. 3.2 City shall be responsible for the service planning, including adjustments to the routes, schedules and such other factors that affect the quality of service provided. 3.3 City shall be responsible for designation of transit stops. It is understood that passengers will be able to board and depart at designated stops. 3.4 City will be responsible for payment to the Contractor in a timely period,not to exceed thirty(30) days from time of invoice being submitted to the City. 2 ARTICLE 4 TERM AND TIME OF PERFORMANCE 4.1 The term of this Agreement shall begin on February 1, 2011 and shall remain in effect until January 31,2012. The parties may agree to extend this Agreement for an additional one(1) year term. The City or the Contractor is under no obligation to extend or renew this Agreement after its expiration. 4,2 The City shall be entitled to terminate this Agreement for any reason during the term hereof upon thirty (30) days prior written notice to Contractor. The Contractor shall be paid all compensation through the effective date of such termination." ARTICLE 5 COMPENSATION 5.1 In return for services provided by Contractor and specified in this Agreement,the City agrees to pay Contractor Forty-Six dollars($44.60)per hour, per vehicle in revenue service. The City shall not be responsible for payment of any other monies to Contractor under this Agreement. 5.2 City shall pay Contractor invoices monthly. 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 transportation service described in this Agreement must begin operations on February 1,2011 and such service shall run according to the schedule set forth in Exhibit A. The schedule shall be followed unless otherwise agreed upon in writing by the parties. 6.2 Contractor shall complete one hundred percent (100%)of all scheduled trips on a daily basis, subject only to delays, which are attributable to vehicular accidents or mechanical breakdowns. ARTICLE 7 PERSONNEL REQUIREMENTS 7.1 Contractor shall designate a Project Manager who will oversee the complete operation of the public transportation service and who will serve as the day-to-day liaison with the City. 7.2 Vehicle chauffeurs employed by the Contractor during the term of this Agreement shall be properly licensed operators. The vehicle chauffeurs shall have the qualifications as required by the State of Florida and the County. All drivers shall,during the term of this Agreement possess the following qualifications and adhere to the following standards. Contractor shall immediately dismiss any driver from performing services under this Agreement if driver fails to maintain said qualifications or standards as listed below: 7.2.1 Minimum age for driver shall be 21 years. 3 7.2.2 Drivers must possess a valid Florida commercial driver's license as required by law. 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 a conviction for a DUI, DWI, or possession, control, or distribution of an illegal substance. Additionally, drivers shall have no history of felony convictions. Finally,in the event a law enforcement agency charges a driver with any of the foregoing, upon receipt of knowledge of such fact, the driver involved shall be suspended. 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 and closed toe shoes. Torn,frayed,stained,or severely faded uniforms shall not be considered"presentable". 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 vehicles in accordance with safe practice. 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 in cooperation with the drug-testing program. 7.2.14 City may request immediate removal of any driver who fails to comply with any provision of this section. ARTICLE 8 CONDITION AND MAINTENANCE OF THE VEHICLES 8.1 Contractor shall maintain the vehicles in accordance with manufacturer's standards. 8.2 Contractor shall supply any additional vehicles to provide back-up service within one hour 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. 4 8.3 Vehicles shall be maintained in good condition, both operationally and in their appearance, and in accordance with any County requirements or any City requirements. All vehicles shall be kept in good repair and condition,satisfactory to the City at a minimum. ARTICLE 9 RECORD KEEPING,REPORTING AND AUDITING 9.1 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. 9.2 Contractor shall maintain daily records of total passenger utilization and total mileage logged on the vehicles by route while performing the services under this Agreement. Project Manager shall provide accurate reports on ridership by route and by trip to City on a monthly basis. 9.3 City shall approve Contractor's forms that may be required in addition to those required by the County. ARTICLE 10 INSURANCE REQUIREMENTS The Contractor will comply with insurance requirements as set forth below and shall not commence performance of duties until all certificates of insurance have been approved by the City's Risk Management Department. 10.1 Proof of insurance must be provided for General Liability, Auto Liability, Workers Compensation, Employers liability. The contractor shall carry at all times the required insurance coverage and it shall name the City of Opa Locka as additional insured. The insurance requirements are as follows: A. General liability in such amounts as shall be requires by the City as of the date hereon as may be amended from time to time but not less than: $1,000,000 each occurrence, $1,000,000 for Fire, $1,000,000 Medical Expenses, $1,000,000 for Personal and Advertising injury, $1,000,000 for General Aggregate, $1,000,000 for Products and Completed Operations Aggregate. B. Auto Liability in such amounts as shall be requires by the City as of the date hereon as may be amended from time to time but not less than y : $1,000,000, Any Auto, Combined Single Limit $1,000,000 for bodily injury and property damage each accident. C. Workers Compensation coverage A&B Florida Statutory limits. Employers Liability$100,000 each accident,$100,000 per employee. 10.2 Original Certificates of Insurance required herein shall be delivered to the City of Opa Locka prior to performance of duties. The Contractor shall pay the premiums for all 5 insurance required by this Agreement. The Contractor shall cause all policies of insurance required by this Agreement to be reviewed annually by the City's Risk Management Department so that at all times the insurance protection required by this Agreement shall continuously exist. The policy shall not be cancelled or materially changed without the giving of a minimum of thirty(30)days prior written notice to the City of Opa Locka, and in such event, a policy pursuant to the above terms must be submitted. ARTICLE 11 INDEMNIFICATION As to City: The Contractor agrees to indemnify and hold harmless the City of Opa Locka, its officers, employees, and officials, (and at the City's discretion the Contractor will provide defense or pay for legal counsel selected by the City to represent the City and its officers,officials, and employees) for, from and against all claims, actions, or causes of actions, losses, damages, liabilities,costs and expenses,including costs,attorneys' and paralegals' fees,and fees of experts, imposed on or incurred by the City of Opa Locka in connection with any and all loss of life, bodily injury and damage to property which arises, relates, or pertains to, directly or indirectly, the Contractor's acts or omissions(including negligent acts or omissions)with respect to the use of any vehicle provided for in this Agreement or with respect to the Contractor's performance of the services set forth in this Agreement. To the extent necessary by the City of Opa Locka any sums due the Contractor under this Agreement may be retained by City as a set off against City's claims for indemnification, pursuant to this Agreement and any amount withheld shall not be subject to payment of interest by City. Nothing in this Agreement is intended to serve as a waiver of sovereign immunity,or of any other immunity,defense,or privilege enjoyed by the City.Nothing in this Agreement shall be construed as consent by the City to be sued by third parties in any matter arising out of this Agreement or any other contract. ARTICLE 12 NOTICES Whenever either party desires to give notice to the other, such notice must be in writing,sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same 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 6 For Limousines of South Florida,Inc.: Limousines of South Florida,Inc. Attention: Mark Levitt,President 2595 Northwest 386 Street Miami,FL 33142-5254 ARTICLE 13 MISCELLANEOUS, 13.1 NONDISCRIMINATION: Contractor agrees that it will not discriminate against any employee or applicant 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 affiliation,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 with a third party for this service, such third party's Affirmative Action Policy shall be furnished to City. 13.2 INDEPENDENT CONTRACTOR: Contractor is an independent contractor under this Agreement. Services provided by Contractor shall be subject to the supervision of Contractor, and such services shall not be provided by Contractor or its agents as 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. 13.3 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. 13.4 QUALITY REPRESENTATIONS AND WARRANTY. Contractor represents that all persons delivering the services required by this Agreement have the knowledge and skill,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 comparable to the best local and national standards. 13.5 NON-WAIVER OF BREACH: 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. 13.6 MATERIALITY. 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. 13.7 CONSIDERATION ACKNOWLEDGED. Contractor and City agree that there is sufficient and adequate consideration to support each right, duty, obligation, responsibility, and covenant of this Agreement. 7 13.8 SERVERANCE: 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. 13.9 JOINT PREPARATION: Preparation of this Agreement has been a joint effort of 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. 13.10 PRIORITY OF PROVISIONS: If there is a conflict or inconsistency between any term,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, or provision contained in Articles I through 15 of this Agreement shall prevail and be given effect. 13.11 APPLICABLE LAW AND VENUE: This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Venue for litigation concerning this Agreement shall be in Miami-Dade County,Florida. 13.12 AMENDMENTS: No modification, amendment, or alteration in the 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 the Contractor. 13.13 PRIOR AGREEMENTS: This document incorporates and includes all prior negotiations, correspondence, conversation, 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 the terms or conditions contained herein shall be effective unless contained in a written document in accordance with Section 13.10 above. 8 (Intentionally Left Blank) 9 IN WITNESS WHEREOF,CITY OF OPA LOCKA AND Limousines of South Florida,Inc.have signed this AGREEMENT. One counterpart has been delivered to the City and Contractor. Signed,sealed and delivered in the presence of: C Attest: G.----. CITY OF OPA LOC City Cler B• "t't'« r, ,Q.+vd.4r0 Witness City Manager Typed Name of Witness Witness Approv , as t, orm: Typed Name of Witness I / / lf,' , I iii 11r/ Approved as to terms,scope,insurance: By: Iii_ •14 / or'. '4::,4 I • rance approved: By: By: Risk Manager STATE OF FLORIDA COUNTY MIAMI-DADE I HEREBY CERTIFY that on this day,before me,an officer duly authorized in the State and County aforesaid to take acknowledgments appeared as the Mayor and City Clerk respectively,who are personally known to me to be the persons described in and who executed the foregoing instrument and acknowledged before me that they executed the same on behalf of the City of Opa Locka,Florida,and who did not take an oath. WITNESS my hand and official seal this day of ,2010. Notary Public My commission expires: Printed Name of Notary My commission number is: (notary seal) / Limousines of South Florida,Inc. By Witness �� John Busskohl—Chief 4r Operating Officer 2595 NW 38th Street T .ed a of Witness Miami,Florida 33142-5254 Wig Witness/ l(ft.) Nran 4 10 STATE OF FLORIDA COUNTY OF MIAMI-DADE I HEREBY CERTIFY that on this day,before me,an officer duly authorized in the State and • 1 c_ oresaid to take acknowledgments appeared Mark Levitt,as President of Limousines of South Florida,Inc.,who is pe . a y known •me to be the person described in and who executed the foregoing instrument, o acknowledged before me that a exec. . t e same, ho has produced as identification,and who d. not take an oath. WITNESS my hand and official seal thin day of �OW/ , 2011 _. ' NOT • �' EOF 10'• All tit:. ANC Printed Name of Notary My commission expires: My commission no.is: ?°'Per r��c otary Seal)ti4ows m.RNNNE VP: MY COMMISSION#DD 979188 EXPIRES:August 8,2014 Banded Thu Budget Ndry Sento 11 Sponsored by: City Manager Resolution No. 13-8549 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AND RENEW THE INTERLOCAL AGREEMENT — AMENDMENT 1 WITH SOUTH FLORIDA REGIONAL TRANSIT AUTHORITY (SFRTA) TO CONTINUE OPERATION OF THE BUS CIRCULATOR FOR AN ADDITIONAL ONE YEAR PERIOD; IN THE AMOUNT OF $94,737.50, PAYABLE FROM ACCOUNT 47-541810;PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS,pursuant to Resolutions 10-8019 and Resolution 11-8267,the City entered into an Interlocal Agreement for Bus Circulator services; and WHEREAS the City Commission of the City of Opa-locka desires to continue the bus service connection to the Tri-Rail Station in Opa-locka; and WHEREAS, the Interlocal Agreement — Amendment 1 is to extend the contract for an additional one year period for the first of the two(1)year renewal terms; and WHEREAS,the City will match 25%of the Total Project Cost,in the amount to$94,737.20, payable from account 47-541810. NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby authorizes and directs the City Manager to execute and renew the Interlocal Agreement-Amendment 1 with South Florida Regional Transit Authority(SFRTA), for an additional one year period for operating Circulator Resolution No. 13-8549 service for the City of Opa-locka,with the City matching 25%($94,737.50)of the total project cost, payable from Account 47-541810. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 27th day of February,2013. ' T ,YLOR MAYOR Attest to: 6 ►21A...11, tanna Flores 'ity Clerk Approved as to form and legal sufficiency: rte. vor Jos:eh S. t eller Ci Attoriiey Moved by: COMMISSIONER JOHNSON Seconded by: VICE MAYOR JOHNSON Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Johnson: YES Commissioner Santiago: YES Vice-Mayor Kelley: YES Mayor Taylor: YES Resolution No. 13-8549 service for the City of Opa-locka,with the City matching 25%($94,737.50)of the total project cost, payable from Account 47-541810. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 27`h day of February, 2013. YRA T YLOR MAYOR Attest to: I , eh. • , . 1,anna Flores 'ity Clerk Approved as to form and legal sufficiency: _ 1 ,k a 1 r Jos,.h S. 1,eller Ci k' Atto ey Moved by: COMMISSIONER JOHNSON Seconded by: VICE MAYOR JOHNSON Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Johnson: YES Commissioner Santiago: YES Vice-Mayor Kelley: YES Mayor Taylor: YES � p 0 U D City of Opa-Locka Agenda Cover Memo Commission Meeting February 27,2013 Item Type: Resolution Ordinance Other Date: X (EnterXin box) Fiscal Impact: Ordinance Reading: Ist Reading 2nd Reading (EnterXin box) Yes No (EnterXin box) X Public Hearing: Yes No Yes No (EnterXin box) X Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No (Enter Acct No.) JARC&NF (EnterXin box) X 47-541810 CIP/Opa-locka Circulator Contract/P.O.Required: Yes No RFP/RFQ/Bid#: (EnterXin box) X N/A Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the (Enter X in box) X specific objective/strategy this item will address) Enhance Organizational p Bus.&Economic Dev • Increase public health safety,quality Public Safety p of life and Economic Growth. Quality of Education 0 Qual.of Life&City Image f� Communcation 0 Sponsor Name City Manager Department: Public Works &Finance Short Title: Opa-locka Transit Circulator Interlocal agreement between South Florida Regional Transportation Authority and the City for the funding of the South Route. Staff Summary: The City of Opa-locka, through grant funding from Miami Dade County MPO embarked on a Transit/Circulator study which identified and developed two routes (south route, north route) to meet the underserved transit needs of the city and through grant funding from the FY 2008/ FY 2009 Job Access Reverse Commute (JARC) and the South Florida Regional Transportation Authority (SFRTA) implemented the Transit Circulator. The City also entered into a Interlocal agreement with South Florida Regional Transportation Authority (SFRTA) for the operation of the south route. The attached is an extension of the existing agreement. The City will cover 25%of the total cost to operate the south route. 1r+ ¢' s 4. .',.>.5..... ^._. __fie, . _. - .___zli* .`}�•:: Ana r + z � g L ,a,c..,�'.:, Staff recommends the adoption of the Resolution to authorize the City Manager to submit applications. 4A.,- .7."' d c r _ �+y _.n .7d �� —... �._J .�x3�tsL^'r a,`r - t �q "F Agenda Item Interlocal agreement—First Amendment to Funding Agreement _ Initial Funding agreement City Resolutions 10-8019& 11-8267 u a l l.�T- K Memorandum TO: Mayor Myra L.Taylor Vice-Mayor Joseph L.Kelley Commissioner Timothy : Commissioner Dor thy I I e"Johnson Commissioner Luis . S : •o 1 FROM: Kelvin L.Baker,Sr.,City Manag. '. DATE: February 19,2013 RE: Authorization to accept the Interlocal Agreement—Amendment 1 with South Florida Regional Transportation Authority Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA AUTHORIZE THE CITY MANAGER TO EXECUTE THE INTERLOCAL AGREEMENT — AMENDMENT 1 WITH SOUTH FLORIDA REGIONAL TRANSPORTATION AUTHORITY (SFRTA) TO CONTINUE THE OPERATION OF THE BUS CIRCULATOR. Description: The City enter into an agreement for defining the parties' funding obligations, responsibilities and roles regarding the establishment of bus service to connect with the Opa-locka Tri-Rail Station. The attached interlocal agreement is an amendment to renew the agreement to continue operating the south route. The contract will be extended for an additional one (1) year period. The City will provide a local match share of 25% ($94,737.50) of the project total cost as required under the Job Access and Reverse Commute(JARC)program. Financial Impact: The City is required to provide a 25% ($94,737.50) in matching funds payable from account#47-541810 Implementation Timeline: Immediately Legislative History: Resolution 10-8019; 11-8267 Recommendation(s): Staff recommends approval. Attachment(s): Interlocal agreement Initial Agreement Resolution# 10-8019& 11-8267 Prepared By: Charmaine Parchment,Interim Assistant Finance Director/Grant Coordinator END OF MEMORANDUM FIRST AMENDMENT TO FUNDING AGREEMENT Between CITY OF OPA-LOCKA And SOUTH FLORIDA REGIONAL TRANSPORTATION AUTHORITY For THE FUNDING OF SHUTTLE BUS SERVICE(SOUTH ROUTE) THIS FIRST AMENDMENT TO THE FUNDI AGREEMENT is made and entered into this day of , 2013, by . een the SOUTH FLORIDA REGIONAL TRANSPORTATION AUTHORITY, (he r referred to as the "SFRTA"), and the CITY OF OPA-LOCKA(hereinafter referred ITY"). SETH: WHEREAS, on January 26, 2011, S d the TY enter-• • an agreement for purposes of defining the parties' funding obliga re bilities an• regarding the establishment of bus service to con •th the Opa- '-Rail Station;an, WHEREAS, the term of the • as for ( and the CITY had granted to SFRTA the option to renew the term • ent fo (2) additional one (1) year periods;and WHEREA , CITY :. SFRTA o amen• . Agreement to renew it for the first of two(1)year re terms - "First R• al Term");and e CI . a a -• • nd ($94,737.50)of the Total Project Cost as its sh.• • e loca • req o obtai g under the Federal Transit Administration's Job A and Reverse , ute • 'C')pro: .m program for the First Renewal Term;and WH. • S, the p. desire this amendment shall relate back to February 13, 2013, and that . •greement einstated and continued for an additional one (1) year period without interrupti I • lapse i term or effect, in accordance with the provisions of this First Amendment; NOW, THEREF• , in consideration of the mutual terms and conditions, promises, covenants and payments hereinafter set forth,SFRTA and the CITY agree as follows: 1. The statements set forth in the Preamble to this First Amendment are true and correct and made a part of this First Amendment. 2. That Sections 3.1 and 3.2 of the Agreement is amended to provide as follows: 3A Local Matching Share. The CITY shall pay SFRTA for the First Renewal Term of the Shuttle Bus Service in the amount of$94,737.50 as its share of the JARC program's required 50% local match. SFRTA shall contribute $94,737.50 from SFRTA funds as its share of the JARC program's required 50%local match for the First Renewal Term. 3.2 JARC Fund Contribution. SFRTA shall contribute JARC funds in the amount of$189,475 toward the net operating costs of providing the Shuttle Bus Service in the First Renewal Termof the Agreement. SFRTA shall invoice CITY at the end of each monthly service period for 25% of the contractor's invoice amount. CITY shall pay invoices within thirty (30)days of receipt. 4. The provisions of this First Amendment shall relate back and take effect on February 13, 2013, and the Agreement shall be continued, as amended herein, without interruption or lapse in its term or effect for an additional one(1)year period. 5. All of the provisions of the Agreement, except as amended herein, are hereby confirmed and shall remain in full force and effect. 2 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective date under each signature: SOUTH FLORIDA REGIONAL TRANSPORTATION AUTHORITY, signing by and through its Chairperson, duly authorized to execute same, and CITY OF OPA-LOCKA, signing by and through its Mayor, authorized to execute same by Commission action on the day of ,2013. ATTEST: CITY OF OPA-LOCKA Date: By: City Clerk Name: Title: Mayor Approved as to Form and Legal Sufficiency: By: City Attorney A'1"1"EST: SOUTH FLORIDA REGIONAL TRANSPORTATION AUTHORITY Date: By: Executive Director Chair (Affirm Corporate Seal) (Seal) Approved as to Form and Legal Sufficiency: By: Teresa J.Moore,General Counsel Approved by City Commission on ,201E1 Item# 3 Ck.VI EXHIBIT 1 AGREEMENT Between CITY OF OPA-LOCKA And SOUTH FLORIDA REGIONAL TRANSPORTATION AUTHORITY For THE FUNDING OF SHUTTLE BUS SERVICE(SOUTH ROUTE) This Agreement (the "Agreement") is being entered into this 26th day of January , 2011 , by and between the SOUTH FLORIDA REGIONAL TRANSPORTATION AUTHORITY, (hereinafter referred to as the "SFRTA"), and the CITY OF OPA-LOCKA(hereinafter referred to as"the CITY"). WITNESSETH: WHEREAS, the CITY desires to obtain from SFRTA shuttle bus service to connect with SFRTA's Opa-Locka Tri-Rail Station;and WHEREAS,SFRTA has been awarded a Job Access Reverse Commute("JARC')grant from the Federal Transit Administration("FTA")for Fiscal Years 2008 and 2009 to fund 50%of the net operating cost of a shuttle bus route in the City of Opa-Locka for two years,which Total Project Cost(net operating cost for two years)is estimated to be$743,600;and WHEREAS,the CITY has agreed to fund 25%($185,900) of the Total Project Cost as its share of the local match required to obtain funding under the JARC program; NOW, THEREFORE, in consideration of the mutual terms and conditions, promises, covenants and payments hereinafter set forth,SFRTA and the CITY agree as follows: ARTICLE 1 —SERVICES TO BE PROVIDED SFRTA shall provide weekday shuttle bus service ("Shuttle Bus Service") along the "South Route"as identified as alternative 3B in the CTTY's Shuttle Bus Study and as shown on Exhibit A. The service shall be provided through SFRTA's existing Shuttle Bus contractor, or other contractor of SFTRA's choosing, during the term of the agreement, and shall operate 13 hours per day from 6 a.m. to 7 p.m. Monday through Friday. The contractor will use two buses to provide the service. ARTICLE 2—TERM OF AGREEMENT This Agreement shall become effective upon execution by the parties. The term of this Agreement shall be for a period of two (2) years commencing on February 14, 2011 and terminating on February 13, 2013. The Agreement may be extended for additional one-year 1 periods upon agreement of the parties. ARTICLE 3—FUNDING 3.1 Local Matching Share. The CITY shall pay SFRTA for the first year of the Shuttle Bus Service in the amount of$92,950 as its share of the JARC program's required 50%local match. The CITY shall pay an additional $92,950 as its share of the JARC program's required 50% local match to SFRTA for the second year of the Shuttle Bus Service. SFRTA shall contribute $92,950 from SFRTA funds as its share of the JARC program's required 50%local match in the first year of the agreement and $92,950 as its share of the JARC program's required 50% local match in the second year of the agreement. 3.2 JARC Fund Contribution. SFRTA shall contribute JARC funds in the amount of $185,900 toward the net operating costs of providing the Shuttle Bus Service in the first year of the agreement and JARC Funds in the amount of$185,900 in the second year of the agreement for a total of$371,800 in JARC Funds. SFRTA shall invoice CITY at the end of each monthly service period for 25%of the contractor's invoice amount.CITY shall pay invoices within thirty (30)days of receipt. 3.3 The parties agree to split the cost of shuttle bus branding with each party contributing 50%of the cost subject to Section 4.2 below. ARTICLE 4—PROJECT COORDINATION AND RESPONSIBILITIES 4.1 The CITY's Project Manager for this Agreement shall be the for the CITY, or a designee. SFRTA's Project Manager shall be the Director of Operations for SFRTA,or a designee. 4.2 The CITY and SFRTA will brand the buses with the logos of the two agencies and other designs to provide a unique appearance for the vehicles. Prior approval from the governing bodies of the CITY and SFRTA may be required for the designs. 4.3 SFRTA shall be the entity responsible for reporting and receiving credit for Shuttle Bus Service operating data to the National Transit Database (“NTD") for both the South Route and the North Route. The CITY shall cooperate with SFRTA in providing the required NTD data, including, but not limited to, Passenger Counts, Revenue Hours, Monthly Revenue Miles, Vehicles Operated and Number of Weekdays operated. ARTICLE 5-TERMINATION 5.1 If through any cause within the reasonable control of SFRTA,SFRTA shall fail to fulfill in a timely and proper manner, or otherwise violate any of the covenants, agreements, or stipulations which are material to this Agreement,the CITY may thereupon give written notice to SFRTA of such default and specify what actions must be taken to cure said default to avoid termination hereunder. SFRTA shall have sixty(60)days to cure said default or such additional 2 period authorized by the CITY. In the event that SFRTA shall not have cured said default to the satisfaction of the CITY by such deadline,then this Agreement may be terminated by the CITY upon notice of termination to SFRTA. • 5.2 If through any cause within the reasonable control of the CITY, the CITY shall fail to fulfill in a timely and proper manner, or otherwise violate any of the covenants, agreements,or stipulations which are material to this Agreement,SFRTA may thereupon give written notice to the CITY of such default and specify what actions must be taken to cure said default and avoid termination hereunder. The CITY shall have sixty (60) days to cure or additional period authorized by SFRTA. In the event that the CITY shall not have cured said default by such deadline, then this Agreement may be terminated by SFRTA upon notice of termination to the CITY. 5.3 Termination for Convenience. Either party may terminate this Agreement any time by giving forty-five(45)days written notice to the other of its intent to terminate for convenience. 5.4 In the event this Agreement is terminated by either party for convenience,the CITY shall reimburse the SFRTA within thirty (30) days of termination for services provided, but not invoiced for by SFRTA, plus any direct and indirect costs arising out of or related to the termination. ARTICLE 6—CHANGES AND MODIFICATIONS 6.1 Upon the execution and delivery of this Agreement, it is understood and agreed that any and all previous agreements and understandings, both written and oral, between the parties are cancelled and have been superseded by this Agreement and that this Agreement embodies and sets forth all understandings between the parties. 6.2 Modifications to this Agreement must be made in the form of a written amendment signed by the CITY and SFRTA. ARTICLE 7-NOTICES Whenever either party desires to give notice to the other, it must be given by written notice,sent by certified U.S. mail, with return receipt requested, facsimile transmission, express delivery service or hand delivery, addressed to the party for whom it is intended, at the place last specified,and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present,the parties designate the following as the respective places for giving of notice: 3 For CITY: For SFRTA: City of Opa-locka South Florida Regional Transportation Authority Attn: City Manager Attn: Director of Operations 780 Fisherman St. 800 N.W.33"1 Street Opa-Locka,FL 33054 Pompano Beach,FL 33064 with a copy to: City of Opa-locka Attn: City Attorney 780 Fisherman St. Opa-Locka,FL 33054 ARTICLE 8—STATE LAW AND VENUE This Agreement shall be construed and interpreted according to the laws of the State of Florida and venue with respect to any litigation shall be Miami-Dade County,Florida,whether in state or federal court. The parties agree that each will submit to the jurisdiction of the Florida state or federal court in any action or proceeding arising out of or related to this Agreement and agree that all claims in respect to such action or proceeding may be heard and determined in Miami- Dade County,Florida,the venue situs. ARTICLE 9—FORCE MAJEURE 9.1 In the event the performance by SFRTA of any of its obligations or undertakings hereunder shall be interrupted or delayed by any occurrence,whether such occurrence be an act of God, common enemy or the result of war, labor unrest or dispute, riot, civil commotion or sovereign conduct, or any other act or event which SFRTA reasonably determines will interfere with its ability to perform,SFRTA shall be excused from performance for such period of time as is reasonably necessary after the occurrence to remedy the effects thereof. 9.2 In the event the performance by the CITY of any of its obligations or undertakings hereunder shall be interrupted or delayed by any occurrence,whether such occurrence be an act of God, common enemy or the result of war, labor unrest or dispute, riot, civil commotion or sovereign conduct, or any other act or event which the CITY reasonably determines will interfere with its ability to perform,the CITY shall be excused from performance for such period of time as is reasonably necessary after the occurrence to remedy the effects thereof. ARTICLE 10—SUCCESSORS AND ASSIGNS Subject to other provisions hereof, this Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. ARTICLE 11 —JOINT PREPARATION 4 The preparation of this Agreement has been a joint effort of the parties, and the resulting document shall not be construed more severely against one of the parties than the other. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] 5 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective date under each signature: SOUTH FLORIDA REGIONAL TRANSPORTATION AUTHORITY, signing by and through its Chairperson, duly authorized to execute same, and CITY OF OPA-LOCKA, signing by and through its Mayor, authorized to execute same by Commission action on the day of ,2011. ATTEST: CITY OF 'PA- • / joy -...iiii-0.-- Date: 1 2_ •. _ A By: AMM„ f w _.. City CI • Name: Title: Mayor City Manager Appr! ,ed as to o r . an• gal fifncy: , ,I Vii r / By .4i#I,I e \ '4 A City' �d► r ! — A !r T: I SOUTH FLORIDA REGIONAL TRANSPORTATION AUTHORITY i I J A /Pi■���� Date: . ) v Prey �a; ZOO � �sw ..- By. Ex= , • a , ;y,• Chairperson (, if Corporate Seal) (Seal) App • ,•'_••to Fo••• i• _ Sufficiency: Bye, irlAilhell Gen- : •unsel eV Approved by City Commission on_,2011,Item#_ 6 r• 01 ingloil . _ 111— 53i i ,..4.1... i.,4.- 1 i .1 1 i -a it Ii 1111. i i . . i 1 1 1 I el El GI 41 8 B i 1 V. ! p hipi_ B ihilfiginrittifil _ • .."ON C§. 41/1*WOW 0 WM 4VE 1. 00 II AC •• . , si: 2 WM rs4 • . g• • T. . ' g i'gr :. ':\ 1121 ' wffliimE sav7101 eg_ 1 N, i . 1. 1. . . i . re. • ' 0 g6 , a . ej •R . 1 , •iiii .... dr f -..- - • i I ... .-o=' .,g . 1• i It . 'N'alat . Q moip#11ri 1 • _,, 41 • A 4. . ..,... . , 1 • a "*Art1,00.44. - 0 B. I t ). _ . t . weavgar .• 406 12 1 e t. gl, . ....4 II i 11 wE a-. VO.N.*410142 ...- < NW arMIC.0101,0 t • II co ___ - . .g U E g � LI / ItTAfOUHI PLORIDA TRANIUDORTATION AUTHORITY t rg 800 NW 33rd Street I Pompano Beach,Florida 33064 I P 954/942-7245 I F 954/788-7878 I www.sfrla.fl.gov 041-150--) .ytO February 7,2011 - r Ms.Judeen Johnson City of Opa-Locka,Public Works 12950 N.W.42 Avenue Opa Locka,FL 33054 SUBJECT: FUNDING OF SHUTTLE BUS SERVICE(SOUTH ROUTE) Dear Ms.Johnson: Enclosed please find one (1) fully executed original of the above referenced Shuttle Bus Funding Agreement. The Agreement was approved by the South Florida Regional Transportation Authority (SFRTA) Governing Board at the January 28, 2011 meeting. The term of the Agreement will be through February 13,2013. Mr. Chad Betts, SFRTA's Operations Project Manager-Bus, will serve as Project Manager for SFRTA during the term of this Agreement. All future communications concerning this Agreement should be addressed to Mr.Betts at: South Florida Regional Transportation Authority 800 N.W.33rd Street Pompano Beach,FL 33064 (954)788-7948 bettsc @sfrta.fl.gov Thank you for your assistance. Sincerely, Robert M.Becker,CPPB Contracts Specialist Cc: Opa-Locka City Attorney GOVERNING BOARD Commissioner Steven 1.Abrams I Commissioner Bruno A.Barreiro I James A Cummings I Marie Horenburger I Commissioner Kristin Jacobs I Felix M.Lowrie,Esq. I George Morgan,Jr. I Gus Pego,P.E. I F Martin Perry I EXECUTIVE DIRECTOR Joseph Giuliani ` lIl // ,--, d /tNo.Z�°�4 Nf � . BppNW 33rd Strew/ P ompono �och Flom 33064 I P 954 Feb "Y 7�2 p11 /94?,)?45 I F 954/788.1878 i s Nsov Ms.Jude._ •-:, fr J F`ue °rks 4 ( �J�� C d GMs JOG OFSBE RF sed Please fin BUS SER�CE(SO The °rta . eat. 10a)T 0 the Mr Chad eat will b`4� Cov as Ped above ref cc/nee/2210-ag� for �TT`9's p,,�eu �$TYetJe S ulo� ue B 8 this i uria8 Perat 49 - 13,2013 � 3'2g� Re8�o� e 01 south F1on�R ent should bed °f this M$aage�B meeting --vmerit (9pS� ° 33ad Street T sP°rtati to its$: co e �. of 054)X 8 7 h,FL 33064 oa Authori1 aunt's' kO t rh @ rta•�8ov you tory° psi acerejy, stance. rt MBeck lets specialist -... a City They s'ro"er Sb o `"�I.46r. C de f s9 I Gao 8e Ai,/ °m17743 3 r8on.Jr �Gus�q p�aef I� C�^�itin Perry i mirgs l Mode ----- _EX BCU„„DIRr "Ii '-- ne Kristin J` °cobr I Bcc: B.Berkman w/copy C.Betts w/copy E.Zahn w/copy Records File w/copy Contract File w/original Sponsored by: City Manager Resolution No. i 0-R01 o A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, TO AUTHORIZE THE CITY MANAGER TO APPLY FOR FY 2010 /FY 2011 FEDERAL JOB ACCESS REVERSE COMMUTE (JARC) FUNDING AND FURTHER ENTER INTO AN INTERLOCAL AGREEMENT WITH SOUTH FLORIDA REGIONAL TRANSIT AUTHORITY (SFRTA) FOR OPERATION OF A BUS SHUTTLE SERVICE ( SOUTH ROUTE OF LOCAL CIRCULATOR SYSTEM) AND PROVIDE MATCHING FUNDS IN SUPPORT OF THE OPERATING COSTS OF THE BUS SHUTTLE; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING AN EFFECTIVE DATE WHEREAS, the City of Opa-locka has performed a study to develop two-potential bus routes(south/north)and recommends proposed routes to meet the transit needs for a bus-shuttle service to serve the City; and WHEREAS, the City of Opa-locka has identified two funding sources for assistance in its operation of the bus-shuttle service,Job Access Reverse Commute(JARC)and the South Florida Regional Transportation Authority(SFRTA);and WHEREAS, through an interlocal agreement with the City,the South Florida Regional Transportation Authority(SFRTA)will jointly apply for funding the South route ;and WHEREAS, the City of Opa-locka will apply for Job Access Reverse Commute(JARC) for the North route;and WHEREAS, the proposed annual operating costs for the routes is$554,125.00 and the city is eligible to receive grant funding through the Job Access Reverse Commute(JARC)and the South Florida Regional Transportation Authority(SFRTA); and WHEREAS, the city will independently apply for funding to JARC for operating costs of the north route. • Resolution 10-8019 NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City agrees to apply to JARC for funding and enter into an interlocal agreement with the South Florida Regional Transportation for funding and operating the bus shuttle service. The projected annual operating cost for both routes is$554,125.00,with JARC contributing 50% of overall cost, and the City providing matching funds in support of the operating costs of the bus shuttle. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 10 day of FEBRUARY ,2010. ._I `TO - KELLEY AYgR Attest to: Approved as t• fo an lega iency: BORAH S. •BY JO ' �i if•.' ELLER,ESQU CITY CLERK / ► RI CITY ATTORNEY / FEBRUARY 10 2010 )0 ATE Moved by: JOHNSON Second by: holmes Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Johnson: YES Commissioner Tydus: YES Vice-Mayor Taylor: YES Mayor Kelley: YES Sponsored by: City Manager Resolution No.11-8267 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, TO AUTHORIZE THE CITY MANAGER TO APPLY FOR FY10 - FY11 FEDERAL JOB ACCESS REVERSE COMMUTE (JARC) FUNDING AND FURTHER ENTER INTO AN INTERLOCAL AGREEMENT WITH SOUTH FLORIDA REGIONAL TRANSIT AUTHORITY (SFRTA) FOR EXTENDING AND ENHANCING THE OPERATION OF THE CITY BUS SHUTTLE SERVICE AND PROVIDE MATCHING FUNDS FROM THE MIAMI-DADE PEOPLE'S TRANSPORTATION (PTP) IN SUPPORT OF THE OPERATING COSTS, PAYABLE FROM ACCOUNT NO. 44- 541810, PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING AN EFFECTIVE DATE WHEREAS, the Job Access Reverse Commute (JARC) and the South Florida Regional Transportation Authority (SFRTA) are the funding sources for the operation of the City's bus- shuttle service;and WHEREAS, pursuant to Resolution 10-8019, the City of Opa-locka desires to extend . and enhance the operation of the of the City's bus shuttle service; and WHEREAS, JARC provides funding for local programs that offer job access and addresses transportation challenges of low-income and welfare recipients seeking employment; and WHEREAS, SFRTA is obligated to connect riders to Tri-Rail and is responsible for overseeing and administering the JARC programs for FY 2011-2011 projects;and WHEREAS, the City of Opa-locka will apply for Job Access Reverse Commute(JARC) funding, and enter into an Interlocal Agreement with South Florida Regional Transportation Authority(SFRTA) for funding of said service;and Resolution No. 11-8267 WHEREAS, the City of Opa-locka must contribute 50% of the total cost of the Operating Funding Request, which will come from the Miami-Dade People's Transportation Plan(PTP)Funds,payable from Account No.44-541810. NOW, THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,FLORIDA: Section I. The recitals to the preamble herein are incorporated by reference. 510142.4.2, The City Commission of the City of Opa-locka authorizes the City Manager to apply for FY 2010 /FY 2011 Federal Job Access Reverse Commute (JARC) Funding and further enter into an Interlocal Agreement with South Florida Regional Transit Authority (SFRTA) for extending and enhancing the operation of the City Bus Shuttle Service, and to provide matching funds in support of the operating costs, which will come from the Miami-Dade People's Transportation Plan(PTP)Funds,payable from Account No.44-541810. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 22'd day of ugust,2011 MYRA AALOR MAYOR Attest to:j bor S.U y City Clerk Approved as to f . i. legal suff 4 cy: 9 Josep-rs r City, ' ttorn y Resolution No. 11-8267 Moved by: VICE MAYOR JOHNSON Seconded by: COMMISSIONER MILLER Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Miller: YES Commissioner Tydus: YES Vice Mayor Johnson: YES Mayor Taylor: YES Memorandum TO: Mayor Vice Mayor Myra L.Taylor Dorothy Johnson Commissioner Timothy Holmes Commissioner Rose Tydus Commissioner ail Miller FROM: Bryan K.Finnie,lute�. ;, ; ,a DATE: July 13,2011 /- RE: Transit C- ator Funding Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,FLORIDA, AUTHORIZING THE CITY MANAGER TO APPLY FOR FY 2010 & 2011 FEDERAL JOB ACCESS REVERSE COMMUTE (JARC) FUNDING AND FURTHER ENTER INTO AN INTERLOCAL AGREEMENT WITH SOUTH FLORIDA REGIONAL TRANSIT AUTHORITY (SFRTA) FOR EXTENDING AND ENHANCING THE OPERATION OF THE CITY'S BUS SHUTTLE SERVICE IN THE AMOUNT UP TO FIVE HUNDRED THOUSAND ($500,000.00) DOLLARS AND PROVIDE MATCHING FUNDS IN SUPPORT OF THE OPERATING COSTS; PROVIDING FOR AN EFFECTIVE DATE. Description: The City of Opa-locka, through grant funding from Miami Dade County MPO embarked on a Transit/Circulator study which identified and developed two routes (south route, north route)to meet the underserved transit needs of the city and through grant funding from the FY 2008/ FY 2009 Job Access Reverse Commute (JARC) and the South Florida Regional Transportation Authority (SFRTA) implemented the Transit Circulator. To expand the current service and secure funding for the program beyond the current contract period, the FY 2010&2011 JARC and SFRTA program was identify as potential funding source. Funding will be requested to fund operating cost for weekend services for the remaining period on the current project contract and sustain the project beyond the current contract period. The JARC program was established to address the unique transportation challenges faced by welfare recipients and low-income persons seeking to obtain and maintain employment. The SFRTA has an obligation to connect riders to tri- rail within Miami Dade County. Financial Impact: A minimum match of 50 percent (up to $500,000.00) of total project cost is required for Operating Funding Request. The match will come from Miami-Dade People's Transportation Plan(PTP)Funds—Account#44-541810. Implementation Time Line: The deadline for submitting an application is September 9.2011. Legislative History: Resolution Nos. 10-8019; 10-8155 Recommendation(s): Staff is recommending the approval because the additional funding will allow the City to provide weekend service and the Resolution authorizing the submission must be included in the application. Attachment(s): FY 2010&2011 JARC and New Freedom Guidelines and Application Form Resolutions END OF MEMORANDUM Sponsored by: City Manager Resolution No. 10-8155 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK ON AN EXISTING CONTRACT BETWEEN THE CITY OF NORTH MIAMI AND LIMOUSINES OF SOUTH FLORIDA AND TO NEGOTIATE A PROFESSIONAL SERVICE AGREEMENT BETWEEN THE CITY OF OPA-LOCKA AND LIMOUSINES OF SOUTH FLORIDA,INC.FOR COMMUNITY TRANSIT SERVICES, TO OPERATE THE CITY CIRCULATOR, IN AN AMOUNT NOT TO EXCEED ONE HUNDRED FIFTY THOUSAND SEVEN HUNDRED FORTY-EIGHT DOLLARS ($150,748.00), PAYABLE FROM ACCOUNT NUMBER 44-541810; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-locka secured funding through Job Access Reverse Commute(JARC)grant and the South Florida Regional Transportation Authority(SFRTA), and additional funding which is being leveraged by PTP dollars,to fully pay for the first two- years of operation to operate the proposed Bus Circulator;and WHEREAS,the system will be comprised of two(2)routes—North and South; WHEREAS, through an interlocal agreement with the City, the South Florida Regional Transportation Authority(SFRTA)will manage the South route;and WHEREAS, the Circulator is anticipated to be in operation by January 2011, and will provide for the same vendor to operate both routes. WHEREAS, the City desires to piggyback on an existing agreement between the City of North Miami to procure the services of Limousines of South Florida to operate the North route, at an annual fee not to exceed One Hundred Fifty Thousand Seven Hundred Forty-Eight Dollars($150,748.00),payable from the Account No.44-541810. Resolution No. 10-8155 NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby authorized the City Manager to piggyback on an existing contract between the City of North Miami and Limousines of South Florida and to negotiate a professional service agreement between the City of Opa-locka and Limousines of South Florida, Inc.for community transit services,to operate the City Circulator, in an amount not to exceed One Hundred Fifty Thousand Seven Hundred Forty-Eight Dollars($150,748.00),payable from Account Number 44-541810; Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED THIS 8th DAY OF December,2010. i 4 R• AYLOR MAYOR A - .: Deborah S.Irby City Clerk Approved as to form and legal suffi 'ency: 1 I '� 1 . Jos, S.G1Iler Cit, • ttom y Resolution No. 10-8155 Moved by: HOLMES Seconded by: MILLER Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Miller: YES Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor: YES U j l�1 • UN'rnn1 Memorandum TO: Mayor Myra L.Taylor Vice-Mayor Dorothy Johnson Commissioner Timothy Holmes Commissioner Rose Tydus C m net:, Gail Miller FROM: larance a erson,City Manager DATE: December 3,2010 RE: Bus Circulator Operator Company for Opa-locka Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGY BACK ON AN EXISTING PSA CONTRACT NO. AND NEGOTIATE A PROFESSIONAL SERVICES AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, BETWEEN THE CITY OF OPA LOCKA AND LIMOUSINES OF SOUTH FLORIDA, INC., FOR COMMUNITY TRANSIT SERVICES IN AN AMOUNT NOT TO EXCEED ONE HUNDRED FIFTY THOUSAND SEVEN HUNDRED FORTY EIGHT DOLLARS ($150,748) PAYABLE FROM ACCOUNT NO.44-541810 Description: The City of Opa-locka secured funding through the Job Access Reverse Commute to operate a proposed Bus Circulator. The system will comprise two routes: North Route and South route. Through an inter-local agreement with the South Florida Transit Authority (SFRTA) which will be managed the South route, the City is getting additional funding which is being leveraged by PTP dollars to fully pay for the first two years of operation.The City intends to piggyback off an existing agreement between the City of North Miami to procure the services of Limousine of South Florida Inc. to operate the North route as a turn key service. This item will enable the system to begin in early 2011 and will provide for the same vendor to operate both routes which is most desirable. Financial Impact: The annual fees to operate the North route under this agreement will be $ 50,748. As stated above the funding for this item is provided for in our annual budget under the Capital Expenditures account No.44-541810 and there is no adverse impact.To the contrary,this project is expected to improve accessibility to transit routes and improve Opa-locka residents' quality of life. Re: Bus Circulator Page 2 Implementation Timeline: The North and South routes of the Bus Circulator are anticipated to be placed in operation by February 2011 Legislative History:N/A Recommendation(s): Staff recommends approval. Analysis: Limousine of Florida Inc. is the premier bus operator in South Florida. In addition to operating bus systems in Aventura, Miami Shores, Miami Lakes, City of North Miami, they operate most systems in Broward and Palm Beach County. The South route will be operated by Limousine under an existing agreement with SFRTA. Consequently, it becomes appropriate to utilize the same vendor for the North route. The procurement is also in compliance with state competitive rules by using an already approved municipal agreement from North Miami. Attachments: 1)Draft Agreement between LOSF and City of Opa-locka 2)City Of North Miami Request for Proposal 3)City of North Miami PSA Agreement with LOSF PREPARED BY: Fernand Thony,P.E. END OF MEMORANDUM