Loading...
HomeMy WebLinkAboutExhibit 1 SUB.i h hticIk l3 c) Zvi�/ice( car wn GitUgic o ' d occa-n c n —f-- PROFESSIONAL SERVICES AGREEMENT BETWEEN TRANSPORTATION `V C AMERICA, INC. AND THE CITY OF MIAMI, FLORIDA FOR ON -DEMAND 0,1 -(-' TRANSPORTATION SERVICES 1/1 This Professional Services Agreement ("Agreement") entered into this _day of , 2011, by and between the City of Miami, Florida, ("City"), a municipal corporation organized and existing under and by virtue of the laws of the State of Florida, 444 SW 2nd Avenue, Miami, Florida 33130 and, Transportation America, Inc. ("Transportation America" or "Contractor"), a Florida corporation, having its principal place of business at 2766 NW 62nd Street, Miami, FL, 33147. WHEREAS, the 2010 Florida Legislature enacted CS/HB 1271, codified as Fla. Stat. §212.055(1), as amended, in order to allow Transit Surtax funds for the planning, development, construction, operation, and maintenance of on -demand transportation services; and WHEREAS, pursuant to Miami -Dade County Ordinance No. 02-116, as amended March 15, 2011, On -Demand Transportation Services is an eligible expense from the Charter County Transportation System Surtax funds (Transit Surtax); and WHEREAS, the City find it desirable to provide On -Demand Transportation Services to the residents of Miami who are low-income, elderly and/or disabled; and WHEREAS, the service is funded from the City's share of the Transit Surtax and not the General Fund; and WHEREAS, the City of Miami, Florida advertised Request for Proposals (RFP) for a contract for On -Demand Transportation Services, RFP No. 274276; and WHEREAS, on August 9, 2011, the Evaluation Committee convened and selected Transportation America as the most qualified Contractor; and WHEREAS, the City awarded the contract to Transportation America pursuant to Miami, Fla., Resolution No. (December 15, 2011); and WHEREAS, the Contractor, familiar with the Scope of Work required hereunder that comprises the Request for Proposal and the Contract specifications and having expressed its desire and willingness to provide such professional services and having presented their qualifications to the City; and WHEREAS, the City agrees to enter into this Agreement with the Contractor and the Contractor agrees to accept employment under the terms and conditions set forth herein. 1 RAI?, NOW, THEREFORE, in consideration of the mutual covenants and obligations herein contained, and subject to the terms and conditions hereinafter stated, the parties hereto understood and agree as follows: I. DEFINITIONS All terns used in this Agreement shall be defined in accordance with the Definitions section (3.1) of the Request for Proposal, herein after referred to as "RFP," unless stated below. "ADA" means the Americans with Disabilities Act. The Americans with Disabilities Act (ADA) gives federal civil rights protections to individuals with disabilities similar to those provided to individuals on the basis of race, color, sex, national origin, age, and religion. It guarantees equal opportunity for individuals with disabilities in public accommodations, employment, transportation, State and local government services, and telecommunications. "Addenda/Addendum" shall mean written or graphic instruments issued prior to the Proposal Opening which modify or interpret the Contract Documents by additions, deletions, clarifications, modifications, or corrections. "Agreement" shall mean the executed contract between the City and the Contractor. "Agreement Documents" shall mean the Professional Services Agreement, the Request for Proposal and the Response by the Contractor to the Request for Proposal as those terms are defined and identified in this Agreement. "Agreement Documents" is synonymous with the trade term "Contract Documents." "City" means the City of Miami, Florida. The City of Miami shall be referred to herein as "City." For the purposes of this Agreement, "City" without modification shall mean the City Manager. "City Commission" means the legislative body of the City. "City Manager" means the Chief Executive Officer and Administrator of the City. "Contractor" means Transportation America, Inc. who is the Contractor performing the specified professional services under this Agreement. "County" means Miami -Dade County, a political subdivision of the State of Florida. "Director" shall mean the Director of the City of Miami Capital Improvements Projects Department or the Director's authorized designee. "Notice To Proceed" means the same as "Authorization to Proceed." A duly authorized written letter or written directive issued by the Director acknowledging that all applicable 2 conditions precedent to commencement of the services have been met and/or directing that the Contractor may begin the services. "On -Demand Transportation Service(s)" shall have its given meaning in §215.055(1)(e), Fla. Stat. (2010), as amended. Per the RFP, such transportation service is a door-to-door transportation services contracted by the City of Miami to serve the City's low-income elderly population, aged 65 and over and/or the disabled for specific trip purposes. For the purposes of this Proposal, "pre -arranged transportation service" will have the same meaning as on -demand transportation services. Notwithstanding any provision to the contrary, on -demand transportation services shall require 24-hour pre -arranged service by the recipients. "Professional Services Agreement" (PSA) shall mean this Agreement between the City and the Contractor, as it may be amended from time to time. "Project Manager" means an employee or representative of the City assigned by the Director to manage and monitor the Services to be performed under this Agreement. The Project Manager will be the staff personnel of the City's Office of Transportation. "Proper Invoice" means an invoice that conforms to all statutory requirements under Florida's Prompt Payment Act, §218.70, et. seq., Fla. Stat., as amended and all requirements specified by the local governmental entity to which the invoice is submitted. Such requirements must be included in the Agreement for the project for which the invoice is submitted. "Request for Proposal" ("RFP") shall mean City of Miami RFP 274276,1, RFP for On - Demand Transportation Services as amended by any Addendums. "Response to The Request for Proposal ("RFP") shall mean the Response by the Contractor to RFP 274276,1. "Risk Administrator" means the City's Risk Management Administrator, or designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. "Scope of Services" or "Services" means a comprehensive description of the activities, tasks, design features, objectives, deliverables and milestones required for the completion of Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 3 II. INITIAL TERM AND RENEWAL OPTIONS 2.0 This Agreement shall be for a term of one (1) year of operation of service commencing on the date stated upon the issuance of a Notice to Proceed, which will specify the date on which the Contractor shall commence Services/Transition of Services pursuant to this Agreement. Subject to the conditions for renewal set forth in 2.4 of the RFP, this Agreement includes the option to extend for up to four (4) additional one (1) year periods, upon further City Commission approval. The total term shall not exceed five (5) years. This Agreement will be in effect during the term indicated above. All activities as described in the Scope of Services shall be undertaken, performed and completed within the term provided herein. The City reserves the right to modify the service level above or below that specified in the request for proposal and renegotiate the contract rate accordingly as may be allowed by applicable laws. The extensions provided above are subject to City Commission approval, continued satisfactory performance as determined by the Director, to the availability and appropriation of funds, and all other terns and conditions of the Agreement. City limits -set fey } S ion V are not ex ded, ottherwi@e, C t C mmission approval must have been given. III. PRIORITY OF PROVISIONS 3.0 If there is a conflict with the Request for Proposal and/or the Response to Request for Proposal and this Agreement, this Agreement shall in all cases prevail. The City reserves the right to resolve any contradictions and to correct any errors contained in its proposal documents. Any conflicts between the Request for Proposal and Addendum shall be resolved in favor of the provisions of this Agreement. If there is a conflict or inconsistency between any terrn, statement requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into the Agreement Documents by reference and a term, the response prepared by the Contractor, or provision of the Agreement Documents the following order of precedence shall apply: 3.1 In the event of conflicts in the Agreement Documents the priorities stated below shall govern; • Revisions (Amendments) to the Agreement which are executed shall govern over the Agreement. • The Agreement shall govern over the RFP, any Addendum to the RFP, and the RFP Response. • The RFP shall govern over the RFP Response. 4 IV. SCOPE OF SERVICES IN GENERAL 4.0 As used herein, the City's On -Demand Transportation Service is a service comprised of vans, or small buses operating in response to calls from Clients or Agencies to the selected Contractor, who then dispatches a vehicle that picks up the Customers and transports them to their destinations. The service is characterized by the following: a) the statutory definition set forth in Article I of this Agreement; b) the vehicles operate over non -fixed routes on a flexible schedule except, perhaps, on a temporary basis to satisfy i) specific trip purposes and, ii) the vehicle may be dispatched to pick up several Customers at different pick-up points before taking them to their respective destinations and may even be interrupted en route to these destinations to pick up other Customers. Pursuant to Miami -Dade County Ordinance No. 02-116, One -Half of One Percent Charter County Transit System Sales Surtax as amended March 15, 2011, the criteria for eligible customers are as follows: • Low -Income residents that earn an income that is below the threshold set by the State of Florida to determine a senior citizen's additional homestead exemption as outlined in Section 196.075, Florida Statutes (2010) and that meet one or both of the following criteria: o are aged 65 years or older; o have a disability, as defined in the ADA. The Florida Department of Revenue (FDR) determined the Senior Homestead Exemption in calendar year 2011 is to be set at an Adjusted Household Income Limitation of $26,203. The amount varies yearly in accordance with the Consumer Price Index inflation adjustment. Customers may demonstrate fulfillment of this requirement by completing Form DR-501. Alternatively, Customers may provide proof of Low - Income by submitting a Report of Confidential Social Security Benefit Information (SSA-2458). Those individuals who are currently receiving Special Transit Services ("STS") benefits through Miami -Dade County or any other entities are not eligible for the City's service. The On -Demand Transportation Service must use a pre -arranged 24-hours in advance, schedule. An immediate call taxi type service is not eligible for this program. The Service Area shall be restricted to the City's municipal boundaries (within the City limits) and trips must originate and terminate within the Service Area. The Contractor acknowledges and agrees that the City is prioritizing service to eligible Customers for the following trip purposes: Access to senior centers providing hot meals and places to food procurement; government and medical facilities; trips to facilities for personal rehabilitation; and access to participate in recreational activities sponsored by public educational or governmental entities. The Contractor will provide On -Demand Transportation Service that is more flexible and personalized than conventional fixed -route services and does not include charter bus and exclusive -ride taxi services. The Contractor will provide a Fee for Service on the one-way cost per Trip, Ambulatory and Non -Ambulatory. The City will reimburse 5 the Contractor for the cost of each eligible Trip. The Contractor is able to provide an estimated 14,000 trips within the City's fiscal year, approximately fifty (50) trips per day. 4.1 The professional services to be performed by the Contractor are contained in the Request for Proposal RFP No. 274276,1 with Addendum No. 1 issued on July 13, 2011. 4.2 The Contractor agrees to assist the City and the City's Office of Transportation in ensuring that the City complies with Miami -Dade County Ordinance No. 02-116, Transit Surtax, as amended. 4.3 The Contractor agrees to provide professional services and personnel as described in RFP 274276 Section 3.2.4, Minimum Responsibilities of the Selected Proposer, in connection with the operation of the City of Miami On -Demand Transportation Service, 4.4 The Contractor shall provide sufficient vehicles as determined by the Director for use in connection with the terns of this Agreement. These vehicles shall adhere to the provisions in RFP 274276,1 section 3.2.22, Transportation (Vehicle and Chauffeur) Standards. The Contractor shall not utilize the vehicles provided under this Agreement for any other use except as authorized by this Agreement. These vehicles will be covered by the Contractor's insurance, and it will be the responsibility of the Contractor to obtain all necessary insurance coverage, licenses, registrations, applicable governmental approvals, permits and tags for the vehicles. Any replacement vehicles will be covered by the Contractor's insurance, and it will be the responsibility of the Contractor to get all necessary permits and tags for any replacement vehicles. The Contractor agrees to have a ready -for -service spare vehicle, covered by the Contractor's insurance with all necessary permits and tags, within the vicinity of the City of Miami as stated in the RFP section 3.2.13, Late Vehicle Assistance and Estimated Time of Arrival Inquiries. 4.5 The Contractor shall provide On -Demand Transportation Services within the City according to the City's priority of service based on trip purpose in the RFP, section 3.2.1 and trip demand. The established service consists of locations within the municipal boundaries (City limits) of the City of Miami. The Contractor shall provide services Monday through Friday from 8:00 a.m. to 5:00 p.m. The hours of operation may be amended, in writing, from time to time at the discretion of the City Manager or the City Manager's authorized designee, to respond to the needs of the community. From time to time, the City may request that the Contractor operate the additional transportation service. This additional service may include, but will not be limited to, extended hours of service, and/or special routings to assist during the post -recovery period after a damaging storm or other natural disaster. The Contractor will provide the service as directed by the City Manager and will be compensated, at a previously agreed upon rate set forth in an amendment or other executed written document, for such additional service. 6 4.6 For the purposes of the ongoing operation of the service, the Contractor's point of contact will be the Project Manager, and the City's point of contact will be the City's Office of Transportation and Capital Improvements Program. 4.7 The Contractor shall provide knowledgeable, effective supervisory staff to support the operation. The Contractor will recruit, hire, train and employ supervisory personnel, including a project manager, dispatchers and road supervisors, as needed, for the purpose of overseeing the operation of service, and to ensure safe, reliable service. Drivers and dispatchers shall accurately complete and submit the required operating reports daily to the Contractor's Trip Center. The Contractor shall provide program policies and procedures in accordance with the RFP, section 3.2.23, Training, section 3.2.27, Record Keeping and Data Collection, 3.2.28, Required Documentation, and 3.2.29, Manuals and Plans, and maintain an employee acknowledgment file with employee signature indicating they have read and fully understand its contents. 4.8 The drivers employed by the Contractor for the purpose of providing the service shall be properly licensed operators. The drivers shall possess the qualifications as required by the State of Florida and Miami -Dade County, Florida, including a current Miami -Dade County Chauffeur's Registration as noted in the RFP, section 3.2.22, Transportation (Vehicle and Chauffeur) Standards. The Contractor shall ensure that all drivers are familiar with all applicable written County and City policies and procedures, regardless of distribution of written materials to same. Drivers shall be fully trained in defensive and vehicle handling. Drivers shall be trained in the special skills required to provide transportation to elderly and disabled individuals. Drivers shall assist passengers confined to wheelchairs in boarding and shall perform the tiedowns. Drivers shall be trained to operate all types of vehicles (including reserve vehicles) in service, wheelchair lifts and securement systems, and other equipment that they may be expected to use during service hours. Drivers shall be dressed and groomed neatly and appropriately. Drivers shall wear identification tags clearly displaying their name while performing their duties. Each driver and vehicle shall have an accurate timepiece available and in clear sight at all times during vehicle operation. Drivers are required to have a thorough knowledge of traffic regulations along the route and the schedule time points. Drivers need to be sensitive to ridership comforts, such as the interior temperature on their respective vehicle, cleanliness of vehicles, etc. 4.9 It is desirable that any person hired by the Contractor for this Agreement be proficient in multiple languages including English, Spanish and Creole. The Contractor will establish and maintain an effective driver safety program, an occupational health and safety program, a drug testing and awareness program and will maintain a drug -free workplace. In addition to operating and supervising the service, the Contractor's personnel will be responsible for distribution of passenger information materials on the vehicles and in the field, as necessary. 4.10 The Contractor shall comply with all applicable laws, codes, ordinances, rules, and regulations applicable to the services contemplated herein. The Contractor is presumed to be familiar with all federal, state and local laws, ordinances, codes and 7 regulations that may in any way affect the services offered. Ignorance on the part of the Contractor will in no way relieve it from responsibility. 4.11 The Contractor shall comply with all applicable requirements of the Americans with Disabilities Act (ADA), as amended. To the extent that any terms of this Agreement are inconsistent with the ADA, the requirements of the ADA shall control. 4.12 The Contractor shall develop, implement, and maintain a formal safety program as defined in the RFP sections 3.2.23, Training and 3.2.29, Manuals and Plans. The Contractor shall provide an outline of said safety program, including periodic updates to the City Risk Manager. The Contractor will require all drivers, dispatch personnel, and supervisors to participate in the safety program. 4.13 The Contractor shall obtain all applicable licenses, permits, certificates and approvals from appropriate public agencies necessary for the provision of the service. 4.14 The Contractor shall at all times maintain vehicles in good mechanical condition and safe operating condition, and in conformity with all applicable local, state, and federal safety laws, rules and regulations. The Contractor will be expected to adhere to the standards indicated in the RFP, section 3.2.22, Transportation (Vehicle and Chauffeur) Standards. 4.15 The Contractor shall provide road supervision as required to monitor drivers, vehicles, quality of service, and respond to emergency calls. 4.16 The Contractor shall notify the City of any service irregularity which will include, but not be limited to, accidents, incidents, complaints, service delays as indicated in the RFP section 3.2.14, Program Feedback & Response. The Contractor shall implement and maintain formal and expedient procedures to respond to all circulator service accidents, disturbances, passenger injuries or fatalities, and any other service interruptions or failures. These shall be reported to the City in a timely manner. All traffic accidents involving service vehicles, irrespective of injury or damage, shall be immediately reported to the Department of Risk Management. The City's Department of Risk Management shall be immediately notified by telephone by the Contractor of any accident or incident, especially those resulting in injury, in loss or damage to the City and/or private property. Written notification shall follow within 24 hours. This written notification shall describe the sequence of events and include reports by driver, attendant, witness, etc. Further, fatalities are to be reported as indicated in the RFP section 3.2.33, Accidents and Incidents. 4.17 The Contractor shall establish and implement a written dispute resolution process for the rapid resolution of passenger complaints regarding the vehicle services. The Contractor shall document passenger complaints and describe any actions taken to resolve such complaints and verbally report to the City's Office of Transportation the complaints and actions taken as indicated in the RFP, .Section 3.2.14, Program Feedback and Response. 8 4.18 The Contractor shall provide marketing, customer service and information as indicated in the RFP, Section 3.2.24 Marketing/Customer Service and Information) to the City's Office of Transportation. V. COMPENSATION 5.0 The Contractor shall not require or accept any form of payment or fee from passengers. The City agrees to pay the Contractor the rate of $16.16 per ambulatory trip and $22.65 per non -ambulatory trip for the first year up to a maximum of 14,000 trips a year. The total amount of the annual payments by the City to the Contractor for services under this Agreement shall not exceed the sum of $249,857.00 for the first year of the Agreement. The total amount of annual City payments to the Contractor shall not exceed the following annual payments during the specified extended years of the Agreement $256,103.02 for the second year; $262,505.60 for the third year: $269,068.24 for the fourth year; and $275,794.95 for the fifth year of the Agreement. In the absence of a prior enabling amendment to this Agreement the City shall have no liability to the Contractor for any costs, fees, charges, payments, sums or any other manner of compensation to the Contractor for payments under this Agreement. The total payments made by the City to the Contractor pursuant to the agreement if all of the extensions are exercised shall not exceed the total sum of $1,313,329. Should the City decide to extend the contract for additional years, the prices shall adhere to this schedule: Ambulatory Non -Ambulatory Estimated Annual Cost Initial Year $16.16 $22.65 $249,857 Extension 1 $16.56 $23.22 $256,103 Extension 2 $16.98 $23.80 $262,506 Extension 3 $17.40 $24.39 $269,068 Extension 4 $17.84 $25.00 $275,795 TOTAL: $1,313,329 5.1 Invoices are generally paid within 30 days of receipt for services rendered and verified as accurate by the City. The Contractor shall submit "proper invoices" as that tern is defined by Article I of the Agreement. If the City does not pay an accurate, verified invoice within 30 days, the Contractor shall provide written notice and an opportunity to cure within 15 days of receipt of such notice; providing , however that the City shall have up to 45 days to pay from the date of the Contractor's proper invoice. The Contractor must obtain prior written approval of the City prior to performing services that are outside the Scope of Services in this Agreement. 5.2 The City may, at any time during the progress of work, increase or decrease the quantities of work to be performed under the resultant contract and make alterations in the details of the work within the general scope of the Services. Such increase, decrease or alteration shall not invalidate the resultant contract and the selected 9 Contractor shall accept the Work as altered, the same as if it had been a part of the original resultant contract. Such changes and alterations will be authorized in writing by the City. Payment of increased and decreased quantities of Work will be made in accordance with the established pricing. VI. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS The Contractor shall comply with all applicable laws, ordinances, codes, rules and regulations of federal, state and local goverrnnents, including the City, relating to on - demand transportation service. VII. LABOR STANDARDS The Contractor shall assume any and all liability and responsibility under this Agreement. VIII. NOTICES All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail addressed to the other party at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed given on the day on which personally served; or if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. CITY Johnny Martinez, P.E. City Manager City of Miami 3500 Pan American Drive Miami, Florida 33133 IX. OWNERSHIP OF DOCUMENTS VENDOR Robert Beers Transportation America, Inc. 2766 NW 62nd Street Miami, FL 33147 (305)264-7111 All documents developed in relation to the perfonnance of the work done under this Agreement by the Contractor shall be delivered to the City upon completion of the services required and shall become the property of City, without restriction or limitation of its use. The Contractor agrees that all documents maintained and generated hereto shall be subject to the applicable provisions of the Public Records Law, Chapter 119, Florida Statutes. X. AWARD OF AGREEMENT The Contractor warrants that it has not employed or retained any person employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person employed by the City any fee, commission, percentage, 10 brokerage fee, or gift of any kind contingent upon or resulting from the award of this Agreement. XI. CONSTRUCTION OF AGREEMENT This Agreement shall be construed and enforced according to the laws of the State of Florida. XII. SUCCESSORS AND ASSIGNS This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors and assigns. XIII. INDEMNIFICATION Contractor shall indemnify and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. Contractor shall, further, hold the City, its officials and employees, harmless for, and defend the City, its officials and/or employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend, at its own expense, to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of §725.06 and/or §725.08, Fla. Statutes, as amended and as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the 11 Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is acknowledged by the Contractor. XIV. CONFLICT OF INTEREST 14.1 Contractor covenants that no person under its employ who presently exercises any functions or responsibilities on behalf of the City in connection with this Agreement has any personal financial interests, direct or indirect, with the Contractor. Contractor further covenants that, in the performance of the Agreement, no person having such conflicting interest shall be employed. Any such interest on the part of the Contractor or its employees must be disclosed in writing to the City. 14.2 Contractor is aware of the conflict of interest laws of the City, Miami City Code §2-611, Miami -Dade County, Florida, Miami -Dade County Code § 2-11.1; and the State of Florida, Chapter 112, Part III, Florida Statutes, as amended, and agrees that it shall fully comply in all respects with the terms of said laws. XV. INDEPENDENT CONTRACTOR Contractor, its employees, agents or representatives, shall be deemed to be independent contractors and not agents or employees of the City and shall not attain any rights or benefits under the civil service or pension ordinances of the City, or any rights generally afforded classified or unclassified employees. Contractor, its employees, agents or representatives, shall not be entitled to Florida Workers' Compensation benefits as an employee of the City. XVI. INSURANCE Within ten (10) days after receipt of Notice of Award, the successful Contractor shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements." The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time fame but not in the manner prescribed in this Agreement the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Agreement within fifteen (15) calendar days after receipt Notice of Award, the Contractor shall be -in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Contractor may be prohibited from submitting future responses to the City. The Contractor shall furnish to the City of Miami c/o Risk Management, 444 SW 2nd Avenue, 9th Floor, Miami Fl, 33130, Certificate(s) of Insurance which indicate 12 that insurance coverage has been obtained which meet the requirements as outlined below: INSURANCE REQUIREMENTS -PROFESSIONAL SERVICES AGREEMENT - ON DEMAND TRANSPORTATION SERVICES Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Personal and Adv. Injury $1,000,000 Products/Completed Operations $1,000,000 B. Endorsements Required City of Miami included as an additional insured Contingent and Contractual Liability Premises and Operations Liability Primary Insurance Clause Endorsement II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident $1,000,000 B. Endorsements Required City of Miami included as an additional insured III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation Employer's Liability A. Limits of Liability $500,000 for bodily injury caused by an accident, each accident 13 $500,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit IV. Umbrella Liability (Excess Follow Form) Each Occurrence $1,000,000 General Aggregate Limit $1,000,000 City of Miami listed as an additional insured The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance to policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. The Bidder/Contractor shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Contractor. The Contractor acknowledges that the City may, at any time during the progress of work, modify the above insurance requirements. XVII. TERMINATION The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any one of the following apply: 17.1. The Contractor is determined by the City to be in breach of any of the terms and conditions of the Agreement or of any other Agreement the Contractor has with a Florida public agency; 17.2. The City Manager has determined that such termination will be in the best interest of the City to terminate the Agreement, without cause, for its own convenience. The Contractor will have no recourse or claim against the City due to a cancellation for convenience, excepting only the payment of its compensation as expressly allowed by the Agreement for services rendered prior to the effective date of termination, on a pro -rated basis; 14 17. 3. Funds are not available or allocated to cover the cost of the goods and/or services reduction of funds and/or change in applicable laws, rules or regulations. The City's obligation is contingent upon the availability and allocation of appropriate funds and applicable regulations; 17.4. The Contractor is debarred by the City or by another Florida public agency; 17.5. The Contractor is placed on the convicted vendors list per § 287.133, Fla. Stat.; 17.6 Terminations under this Article will be effectuated by providing a contractor a written notice pursuant to the procedure set forth in Article VIII, Notices, at least thirty (30) days prior to the effective date of cancellation; providing, however that a cancellation for convenience under § 17.2 will afford the Contractor a written notice at least sixty (60) days prior to the effective date of said cancellation; 17.7 All cancellations will become effective automatically at the end of the thirty (30) or sixty (60) day period as specified above, without the necessity of any further action by the City. XVIII. NONDISCRIMINATION The Contractor agrees as indicated in the RFP (section 1.54, Nondiscrimination) that it shall not discriminate as to race, color, creed, national origin, religion, age or disability in connection with its performance hereunder. XIX. DEFAULT If the Contractor fails to comply with the terns and conditions of this Agreement, or fails to perform hereunder, or files for bankruptcy or provides assignment or transfer to creditors, then the City, at its sole option upon written notice, may cancel and terminate this Agreement, and all payments, advances, or other compensation paid to the Contractor. Payments made to the Consultant while the Contractor is in default of the provisions contained herein, shall be returned forthwith to the City. XX. FORCE MAJEURE Neither party shall be liable for failure or delay in performing obligations set forth in this Agreement, and neither party shall be deemed in breach of its obligations, if such failure to delay is due to national disasters, strike, lock -out, or other industrial or transportation disturbances, law, regulation or ordinance, or any causes reasonably beyond the control of such party. 15 XXI. 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 shall be in Miami -Dade County, Florida. Each party shall bear its own attorney's fees (except if the City must bring a claim to enforce the provisions of Article XIII, Indemnification against the Contractor.) The parties knowingly, voluntarily and consensually waive the right to a jury trial or to file permissive counterclaims in any dispute between them arising out of this Agreement. XXII. AUDIT AND INSPECTIONS The Contractor shall maintain all project records as requested by the City. All project records prepared by the Contractor shall be owned by the City and shall be made available to the City at no additional charge. The Contractor shall maintain all books, records, documents, accounting ledgers, and similar materials relating to work performed for the City under this Agreement on file for at least four years following the date of final payment to the Contractor by the City. The above records retention requirement shall include daily driver logs, medical examinations, as well as all other books, records, and documents. Any duly authorized representative of the City shall have access to such records for the purpose of inspection, audit, and copying at reasonable times during the Contractor's usual and customary business hours. The Contractor shall report service hours to the City within twenty-four hours of a written request, unless otherwise specified. The Contractor will develop periodic operational and financial reports for distribution to the City. At any time during normal business hours and as often as the City may deem necessary, there shall be made available to the City and/or representatives of the City to audit, examine, and make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters related to this Agreement. It is further understood that all records and supporting documents pertaining to this Agreement shall be maintained for a minimum period of four years. The retention and access period starts from the date of the submission of the annual performance and evaluation report in which the specific activity is reported for the final time. The Contractor must request approval from the City before disposing of any records under this Agreement. If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the four year period, the records must be retained until completion of the action and resolution of all issues which arise from it or until the end of the four year period, whichever is later. During the course of an audit, if the City determines that any payment made to the Contractor does constitute an allowable expenditure, then the City will have the right to deduct or reduce those amounts from the related invoices. The Contractor must maintain records necessary to document 16 compliance with the provisions of the Agreement. The Contractor acknowledges that additionally the City has the audit and inspection rights set forth in § 18-100 to §18-102, City Code, as amended. XXIII. ENTIRE AGREEMENT This Agreement and its attachments and exhibits constitute the sole and only Agreement of the parties and accurately set forth the rights, duties, and obligations of each to the other. Any prior Agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force and effect. XXIV. AMENDMENT No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. XXV. MISCELLANEOUS 25.1 Captions, title and paragraph headings are for convenient reference and are not a part of this Agreement. Such captions, title or paragraph headings shall not be deemed in any manner to modify, explain, enlarge or restrict any of the provisions contained in this Agreement. 25.2 Subject to the provision of Article III, in the event of conflict between the terms of this Agreement and any terms or conditions in any attached document; the terms in this Agreement shall prevail. 25.3 No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. 25.4 Should any provisions, paragraph, sentence, work or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provisions, paragraphs, sentences, words or phrases shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable to conform with such laws, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. 25.5 Further Assurances. All parties hereto upon the request of any other party shall execute such further instruments or documents as may be reasonably required by the requesting party to implement the terms, conditions and provisions of this Agreement. 25.6 Third Party Beneficiary. Contractor and the City agree that it is not intended that any provision of this Agreement establishes a third party beneficiary giving 17 or allowing any claim or right of action whatsoever by any third party under this Agreement. 25.7 Performance Evaluations. The City conducts performance evaluations during and after completion of agreements with the Contractor, which are used as a basis for the awarding of future work as well advising the Contractor of its performance. 25.8 Discretion of the Director. Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within the exercise of the reasonable professional discretion of the Director or the Director's authorized designee. Contractor has been procured and is being engaged to provide Services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, Contractor shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Contractor further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Contractor, and agrees to provide workers' compensation insurance for any employee or agent of Contractor rendering services to the City under this Agreement. 18 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by the respective officials thereunto duly authorized, this the day and year first above written. Attest: Priscilla A. Thompson, CMC City Clerk Date (SEAL) CITY OF MIAMI, a municipal Corporation of the State of Florida Johnny Martinez, P.E. City Manager Approved as to Insurance: Approved as to Legal Fonn: Calvin Ellis Risk Management Director Attest: Corporate (SEAL) (Corporate Secretary) 19 Julie O. Bru City Attorney CONTRACTOR Transportation America, Inc. Raymond Gonzalez, President/ Principal Executive Officer CITY OF MIAMI, FLORIDA INTER -OFFICE MEMOF AND'UNI TO: FROM : Johnny A. Martinez, P.E. City Manager Lillian Blondet Chairperson Evaluation Committee DATE; SUBJECT: REFERENCES: ENCLOSURES: August 10, 2011 Recommendation of Evaluation Committee for REP 274276 On:Demand Transportation FILE As Chairperson of the Evaluation Committee ("Committee") for the above services for the City of Miami, it is my responsibility to offer the findings and recommendations of the Committee, The City issued RCP 274276 for On -Demand Transportation Services, and two (2) Proposals were received. The Committee, appointed by the City Manager, was comprised of the following individuals: 1. Lillian Blondet, Interim Director, Grants Administration, City of Miami 2• Doug Bermudez, Manager, Miami -Dade Transit 3. Irene Ballart, Senior Family Support Coordinator, Community Committee for Developmental Handicaps The Evaluation/Selection Committee ranked the firms as follows: 1. Transportation America, Inc. 2. Action Community Center, Inc. The Committee reviewed and scored the proposals submitted by all firms listed above and recommends that the City enter into contract negotiations with the top ranked firm, Transportation America, Inc. The Committee further recommends that should contract negotiations fail with the top ranked firm, Transportation America, Inc, that the City negotiates with the second highest ranked firm, Action Community Center, Inc, In addition, the Committee has recommended that through contract negotiations the proposer provide their 2010 Financial Statement, and a detailed report that clearly outlines their Call Center operations, in accordance with the RFP requirements. Upon successful contract negotiations, the recommendation from the City Manager to the City Commission seeking permission to authorize and execute a Professional Services Agreement will- be presented at the next available meeting. • Your signature below represents your approval ofthe Committee's recommendation. Approved by: finny A. Martinez, P.E, ity Manager • Date: D� '"- Summary Sheet RFP NO. 274276 - ON -DEMAND TRANSPORATION SERVICES r, *. ''k:= °+e: 4, ..ar,�y : " Y x ..:!?' }� ?w� �°' . �y _:�, y, i+�. '''�'"a� i�At; wn,Y.,�i� �., �':�(' . �gx�5- L+"$r^�'F'i'r„r ��,n .;;� +y�'��.y��, .;r x y�(j�q, .. ;� � Atlf0(. �`:a''' " _ e '.i $k 14 4 4 ti av G ?5 �1� idi �. e G .. "'_E � yT' . c'1Y 'tii� �.M1a C',n"' n u�tt�}h£'L`• 7.ai`%ELF+YI..`+'�•�..w '�`biGL"1r�GkZ:iL.dY 1 'Tu/. 1 ^Tf. S J, vruf•� .L.. L�.. - :r Evaluation Committee Meeting Tuesday, August 09, 2011 Evaluators PROPOSERS EXPERIENCE AND KEY PERSONNEL FINANCIAL CAPABILITY EQUIPMENT AND FACILITY SERVICE . PLAN AND CAPABILITY PROGRAMS AND PLANS FEES FOR SERVICES TOTAL POINTS ��.-.. .mow" ��t �P�. , 3,ta�Es"' aj^��J:;` �� r:�; n - ; � _� 12 , t ���(s,'- r - �,�d'�1, . ,r �� 10.�;° x � :� :' ^'?�,Ti r u;�hq•. �:�sl: .4 � 16 , }�.� ri' v`�5' . d� ., ;60;., � s, q:. S�.aG .h. '^%'..i �. , 7 2 ? sk "'�,� a � a. 213.,~. , . _ x, � 10.d a) t 2 u — m ActionCommunity Center Inc. 11 7 14 20 10 20 82 Transportation America, Inc. 12 10 15 30 11 18 96 Doug Bermudez ActionCommunity Center Inc. 8 6 10 20 8 15 67 Transportation America, Inc. 10 8 14 26 11 18 87 Lillian Blondet ActionCommunity Center Inc. 7 4 12 22 9 15 69 Transportation America, Inc. 11 8 16 26 11 16 88 Grand Total: Rank: Action 218 2 Transportation 271 1 1 Cover Page Proposer's Name: Transportation America, Inc. Contact Person: Robert Beers Firm's Liaison for the Contract: Robert Beers Primary Office Location: 2766 NW 62nd Street Miami, Florida 33147 Trip Center: 815 NW 57th Ave., Suite 130 Miami, FL 33126 Business Telephone: 305-264-7111 Business Facsimile: 305-265-3303 E-mail Address: BBeersgtransportationamerica.com RFP Title: Request for Proposals for On -Demand Transportation Services RFP Number: 274276 Federal I.D. Number: 65-1120042 2.Table of Contents 3. Executive Summary Page 1 A. Proposer's Qualifications and Experience Page 2 B. Technical Qualifications Page 3 C. Organization's Business Information Page 3 D. Summary of the work to be performed Page 4 4. Experience and Key Personnel Page 5 A. Number of years Proposer has been in existence; Page 5 services and primary markets served by Proposer B. Proposer's experience with on Page 6 Transportation / paratransit similar in scope to those requested herein Additional projects performed for similar government and private entities C. Contracts which Proposer has performed Page 12 for Miami -Dade County and the City of Miami within the past six (6) years D. OrganizationaI Chart displaying all key personnel that will be assigned to this project including resumes, qualifications of all key personnel 5. Financial Capability 6. Equipment and Facility A. Vehicles owned and operated by the Proposer including year, make, model and quantity of each vehicle. Page 16 Page 26 Page 35 Page 38 B. Proposer's plannednon-vehicle equipment (make, model, Page 39 product information, performance specifications, installation and maintenance plans) 1)Telephone systems 2)Office computers 3)Other software providing accurate, real-time and historical data/reporting to the City ii C.Proposer's facilities, i.e., office space, vehicle Base'and.Trip Center 7. Service Plan and Capability A. and B. Proposer's plan for transition and Service start-up C. How Proposer will handle communications with multi-lingual customers D. Identify if Proposer has taken any exception to the terms of this Solicitation Page 48 Page 49 Page 50 Page 53 Page 53 8. Programs and Plans Page 53 A.,B.,C., and D. Proposer's Training Program for this project including: descriptions, length, instruction methods, training process, follow-up, additional and re-training plans and including: Page 53 *Defensive driving training *Understanding the American with Disabilitity Act, Passenger Assistance Techniques, expectation of driver conduct, Proposer's hiring/staffing program and planned staffing, levels of drivers and personnel at the Trip Center. In addition,Proposer's safety program and other methods to promote safety awareness, Proposer's Substance Abuse Testing Program as it complies with the Omnibus Transportation Act of 1991 and DOT regulations, 49 C.F.R. parts 40 and 655 as referenced herein 9. Fees for Services and Certification Statement Page 90 iii Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services 3. Executive Summary The City of Miami, like all transportation authorities, continues to face financial challenges which are unrelenting and ever present. Presented with this environment, the City of Miami is seeking a new partner capable of innovation and cost efficient operation, to provide this much needed mobility service under a new paradigm. Creativity and the ability to adjust when needed will be the hallmarks of this next contract. Transportation America has for the past 10 years operated paratransit and Non - Emergency Passenger service in one of the State's most challenging and largest markets in Florida Miami Dade County. The City of Miami presents service•challenges each and every day. Possessing the abilityto perform at a high level, as Transportation America has, takes a team of qualified professionals with a never -ceasing mindset of quality first and customer always posture. The tools we deploy successfully include technology enhancements, customer service tactics that guarantee satisfaction and a knowledgebase unmatched within the industry. In the City of Miami, we'll operate the Call Center and Reservation Desk. Passing along a significant cost savings to the City, we are perfectly equipped and appropriately staffed to manage the City of Miami operations without additional overhead. In the pages ahead, we have detailed many of our programs which will become City of Miami programs in the future. From our driver training program, to . our Quality Control function, each will be brought to bear when needed in the City of Miami. For ease of review, we have tracked the requirements and provisions of the RFP to facilitate review of Transportation America's capabilities, experience and qualifications. Transportation America is uniquely equipped to be your partner. We look forward to the chance in the not too distant future. of discussing our plan in greater detail 11Page 1PANVORIAI/114 AM/ PICA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Introduction of the Firm Transportation America is a family -owned and operated transportation company headquartered in Miami -Dade County, Florida, which specializes in providing a myriad of transportation and related services in a variety of public and private sector opportunities. Transportation America, through its Paratransit Division Advanced Transportation Solutions (ATS) has provided paratransit services for more than 10 years: Transportation America is a Limited Liability Company organized and incorporated under the laws of the State of Florida for the purpose of providing paratransit services -and associated administrative services to Miami -Dade Transit. The sole purpose of the organization is to provide the financial, business, technological and human resources solutions necessary to offer demand responsive, ambulatory and non -ambulatory transportation services to customers with disabilities in compliance with the Americans with Disabilities Act (ADA) and the Florida Transportation Disadvantaged Program. In 2001, Intelitran/Comsis, the company providing The Paratransit Division of transportation services under the Miami -Dade Transportation America, ATS, Transit Special Transportation Services Program at • that time, ,exited the paratransit service business, was awarded the Florida giving Miami -Dade County notice of its intent to Transportation Disadvantaged • terminate its contract with Miami -Dade Transit. Operator of the Year for 2009. Several of its subcontracted service providers, including, Zuni Transportation, Handi-Van Inc., Minority Mobile System, and Super Nice STS, formed Advanced Transportation Solutions, LLC (ATS) — the Paratransit Division of Transportation America — at that time in order to assist Miami -Dade County in providing a seamless transition of services. Transportation America assumed overall management of the Program from Intelitran/Comsis in late 2001. Transportation America successfully completed that Contract and subsequently competed in an RFP process to continue. to provide these services upon expiration of that Agreement. Transportation America's outstanding performance during those years and its in-depth knowledge of the Miami -Dade market was recognized by the Evaluation/Selection Committee which gave. it the highest ranking in competition with several national firms. Transportation America was awarded the current contract for paratransit transportation services in early 2005 in an open, competitive and transparent process. Transportation America currently employees a staff of 48 dedicated men and women to assist the needs of paratransit riders. Having continued its unparalleled level of service to the disabled community of South Florida in this current contract; the quality, commitment and dedication of Transportation America employees was recognized by the.Florida 21Page ,.Afl,n,1,,,,ON RlCA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Commission for the Transportation Disadvantaged, which honored Transportation America as its 2009 Transportation Operator of the Year. Transportation America has vast experience in all areas of transportation -based services through our affiliated companies: Advanced Transportation Solutions, Inc. — Paratransit Division MCT Express d/b/a Miami -Dade Ambulance Service — Urgent and Non -Urgent Ambulance Division Medical Care Transportation, Inc. — Non -Emergency Transportation Division Super Nice Limo — Executive Transportation Division Super Nice STS — Paratransit Service Provider Division Miami -Dade Taxi — Taxi Transportation Division American Shuttle — Ground Transportation Division Transportation America is extremely proud and privileged to provide exceptional transportation services through our aforementioned affiliates for thousands of riders throughout major metropolitan areas, including medical and non -medical trips. Many of our existing contracts with public agencies and private companies (like hospitals and medical centers) alike are longstanding relationships that together, span over 37 years. In 2010 alone, Transportation America logged millions of trips, and over 1.5 million paratransit transports through Advanced Transportation Solutions, Inc. (ATS). Indeed, Transportation America is particularly eager to participate in the instant competitive process in light of our considerable qualifications and experience in the paratransit industry resulting from ATS' existing Special Transportation Services Contract with Miami -Dade County, which has recorded over 13 million trips since 2001. lados bile €entrain And `sheoell t t I gia nd anear, h tie a et' river halg i e oft aw 4fi dnuergJuan Dtaz rne{ Transportation America commenced expansion, seeking to compete in public and private opportunities with the goal of providing alternative transportation solutions at more affordable rates so that public agencies and private hospitals and medical/senior facilities can test the market and utilize providers that offer quality services at affordable rates. To this end, Transportation America recently participated- in a paratransit procurement opportunity in Central Florida, LYNX is officially known as the Central Florida Regional Transportation Authority, in charge of coordinating public transportation for Orange, Osceola and Seminole Counties in the State of Florida. On May 26, 2011, the Board of Directors for LYNX authorized the Chief Executive Officer or designee to execute a 31Page 1.1.1110.TATI[1N AMI RIC'A Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services contract with Transportation America for Non -Core (Nights and Sundays) Paratransit Services in connection to Request For Proposal #11-R08. This Contract is fora term of five years with a five year extension per one-way customer trip reimbursement. Transportation America was selected over MV Transportation, a national paratransit 'provider. Transportation America's Proposal offered a savings of over $2.3 million dollars in the initial term to the taxpayers of the tri-County area. Transportation America looks forward to providing safe, efficient, and cost -saving to the disabled and elderly riders in the Central Florida region, as it has done, and continues to do in South Florida. Transportation America's qualifications demonstrate the experience of our Team with services similar and virtually identical in scope to those requested in this Request for Proposals. Transportation America and our affiliated companies have operated multiple forms of paratransit service for clients in both the public and private sectors. One thing that differentiates Transportation America from our competitors is our commitment to our clients and especially those seniors and the mobility challenged who ride paratransit services. Large companies that provide paratransit service as a supplement to their fixed route transit service contracts tend to be more concerned with the `bottom line' needs of their companies than the needs of their paratransit riders. This is not the caseo with Transportation America. Our commitment is first to our riders, a commitment that our references and our riders will certainly confirm. Name of organization: Phone Number: Contact Person: Transportation America 305-264-7111 Robert Beers Summary of work to be performed: The Purpose of this Solicitation is to establish a contract, for On -Demand Transportation Services, as specified herein the City of Miami RFP, from a source of supply that will give prompt and efficient service fully compliant with the terms, conditions and stipulations of the solicitation. Wage iMHIIOR14, U)N AMI kltA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services 4. Experience and Key Personnel A. The Proposer has been in existence for ten years. Markets served include the following: Hospitals and Emergency Rooms Assisted Living Facilities Medical Centers Physicians' Offices Hospice Care Dialysis Centers' 51Page The primary Nursing & Rehabilitation Facilities Skilled Nursing Facilities Urgent Care Centers Retirement Homes Health Care Providers Regional Clinics t IANtm.IATIn,/ AM.... Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services B. Experience Providing Similar Service Project Summaries Transportation America, through its Paratransit Division (ATS), has a diverse and deep base of experience providing human services, Medicaid, ADA, and paratransit demand response service in the State of Florida. Our track record of success is well established. ADA Complementary/Transportation Disadvantaged Experience RMr v:yf:�.na1... n1q> _ om :;i.._ _ _ _ xT'TFSx+ .Zr}' g . i . ' •F ?Plai.y'S 4 � .2Yy , rx- iti }•i1R-'l' " hE '- " _ ,,,„ _ -0—. 1, Cltent � aim ade . •ountyM trader older Transportation AmMArs3erccarys,Paratranszt Bro e.ifit , �F 4, x xi7, ! xl 5 n r 4� g r�tvtso�t, ldvancedF 7ransportatron Soluttons(ATS) A � � . , ; ,,. ..:- "� c : ,,c kigMµy .:.` er' ',j.,,.-s�.:.0 d .-- fr3 4. ,- �., .?i"i; ?,S>�iG4 nPi :c',far ; .� 3 �n - sn .r- .: N': +' y>s12`jj yik' LaF a •'•-`Y y tA" -i1�`q,1 } > }i�. �efO .r' S }=F piA�. @{-y.'j dJ &. -l`t."+,Y3.:f 4.x}`Yeuus, �.RS.>t'# ..{` . .t lr . �F 7 - n.a (, 8.. *. bx § C Lr 3 '1{ 'SYRYG 3:�'PI* !j Contract'Title `Specialeransportatzon S.erv�,ices Program (tP RAdTRANSItT) 3r , b +S:- N; k -7c w i t g h,, u'��F �- 'T" •` a,, .fl r `�'; v�` h t s�''e P r 3,� 4 " tL �+ t- {. it's'�'.L.t�. ,�s. .,. a.ta,:.2�.m!..yf4o-3d�t".�*-+wwiat} x,.L..s..eg4.;`, ;�"c-ela�..ci s>[.. ..L� -ir ....'r ,1._yeltn..taF 1eR1e9 � 1FS �4' z-L KY 'ail.. !' �1-.Fj Y{L 4-1 j f A11.4t 7Y +.^Ji`.M' YY 14.y�42.. `� `R -AZ? iLh-A >� fi -�.Vu 4r.N AfC�. >i.Y't .'4S3[�Fun- :1.!"}'- imp;" •'L- 31u {i CA f-K >.�.r kci .R 'Y. C 4p t;14. {>I H• t�l('i+i�}ft i Y i al I?ollar-Value of,�the Contract � $2501:Milhon .�� �� � ,�.; ,� d `�� '� .i"�}�4d t .I.A a . r5''ti�1ESW 2�LL ,f4T'' x'Z..r""e,._ '..r f o* a .�d, ft i:_ a R :`Y".'', r.s.� i it?s _ > - b'^2S..., ]' �� 'i 4 ty - ,{- 1` 4i "t 5r F9 'f* tr } 3Si Rk' - l L 'IF, Yt V. h *51�{ J TY v E•.�' �lE;i �a'r6 ` Fih 2iY ti3.- � } { t it t J li. rt��,>� �x..{, it tF! • - Dates Covering th l eranfof-the�t ontract-..2005 tall.tr+''esentyy�� �-tt� , 2 - {, {�, :- z l� s , .0 rt� .��F hYa 6 '} Cl �.4 ' a. \ gif:, r J. �-` � P L4Viitbin'4?i.tL4 w.V.WA F..thl, �.;. ;ae� . } vu.c..y,.t ii ..._ . 7�'. 5?14..k. }- s S£F'�� x 3 4 .. b .ice .k}E `25?rk€ Y 4:aw. _rnr ...._.. Tie. 5 _r � ..9.vi - - �`� -cxr sN1 .gd..�,>.n,r.J.. 3 "'`. ' J'"'irit''E.,' �j "�L4 �. t.r XV u h 'tom sfy ^s: - �i. f'- _ crl rty''; :t ; } fiW �. Ridershp {Over, 1�5rni14`ion2tnpspertyear� k�,� �� t� ,5�`��s`h' S]`N^f,•::, 'y5` :•= k• ; ` ti 6 �} . -3 'S ;� .+s. tom.. 'V11 .� tt+.{ '2! d'; 'h .J S. �;'� .' Yc r?"` ..>. 'e.N u. .ti. �L f4 j.^Si `.f.- b � .•c_z . i`k�•.-,- r �Z _.�i[;{i.��� �%SA'}:Pi�^����'.i�.T .......... it titer Ivliai i aetateat erling,oam aae s vaned Transportation S —atm uirements`for. thelprovisror of medical transpo ri6- ti� atlOn sewe 6IPage . 11YH{1VIRTA, ION Aue xtc., Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Additional projects performed for government clients or similar size private entities: �t: S . 3°,u ' 4g=•k- 9 h--4 AyY 4,`-“'4-- i' 3 4?-x 0-4,A ,--, i4 €.''0".1 `'' e; t-k. .'f 5 }:' �41,7: �i4JN- ' wj -.! Client iam�jt Dade �County�Departinent o• 'ittergency ManagetnentlContract Halder r � 4k -T. a r,v t.5 `4 ki `Ai s_ ..' al'e ^''s•slgiVi Sxt T 1rw.:! •'- .yat, --.ss��. F `g.CATAi s ,,,F, . F+-4Jr1x.,9 wZ L.�-Ki ss �f �S- v)firanspar�,,tLattonAmerfeaws-4m[ bulan60-D vtgston, topu Da' eA'nrbulrarigg6Ser�yvtcfe ( J Jy S) �F* f �,� f'vi e.QiR§5 .1,' ...`•?i.&F..':u f-V.i'?�I.>>421.�a,.'`'....Y :}:'fzi�" u %'h Er�2Y;;i�i10.-4"141M"!4'Nli4J-qo..,g-?,--.ggiu"`2F"•ptil ?�t�it*r5ylr Lq�`ij'iffi},i,i,..H3.;: - :€ 'a?-b yti„ iLVf a�''�$�,�a "'`Fs i.4 3,.Ce,��yy^V'%::�t�.iY �'K.rbN'e�'�-i!'r'w✓(rvi�.3Lwi2J Y.3-i' J}"t�i'lb ti-fw.jfYtcp�,}i F�}� AY•3v�� `�'{; dr q to b Y ,J'kr '3 LY•�E .6.9 (' 1`�'lt24 L._� 1i :+r� �3Y`. - SM '1�Av4R � 'ilY` r ii, r� �i Z� it Tfl w ,,l Total Dollar .. alueyof thmegontract��Approxunately�$150;©OO OOper year; "' s y it.,y s� ." -'', + ..� iiiMatl L v ')K$ 6i0;:z, 7 151,J' Y x - 6 IY '' '�,'t .-r-G--fY UL..a ..-Jain:`. k.. 5>v :dS4...aib. K.tt.J; ..`�.,,'°. 'a:-.)�3>Fa1.f..'F+sQE:ru�I:,-ar:,r:'3:..n.. i..e TJL'� fr.f..Pv .rx•��'c t'1 .+ .1 ,1� �' 6. JLt1 gL§ z[",.9�, "+, L tfN l l fi P�ri: { r`�5 y. - m^T .S� kAI q y j .S.� A lJ t 4 4 Tr)- -! i P :.te N 'F -'t} tl` ..1 r f t r.c p ` r,� Z fib.. �.. L r 1T •/. atetCo .@ring the Contraet4Term ilarchw005�through�;Mare ht2010P4 t OIL f* • W: v I..i.,.. ..� ?c-�sYr ark. .+ tlgi,Cgagu1`r...t:Ht4��.i� &... 4,,,,.ltaf ... :.I`7�3°'Ie-�v°-.ir. `m'� "�t ,.8 id d ^e tYi , t _ 1,4_ ,,, +'�'=:t,'r si"ei�'-�- :-t`..� ,tiyt. ys-,�Tk�-.vs�a;:t-^,z i.,3 �..� i �..x�k;;;,;:;,!tr.: :yri'.�, '� , , ` `F `tRt=. T �+ • ? ' 1 ax 4'� P41. ' i+. •.r mrr 3� - �x a #M1 V' � '�1 - A _ efett • JVe1uccles .3-8 ALS andtBLS 'aznbu1lancesy - ! � �q - ' F -t r 1. - ?• i t .iF d4P.-i_... FF 4� x�' i 2 -1! j-'�, L'-+. L� �. bL'� Z p.: j I'� P 5" 1 `.�sf �,r.`�L.F. �"`��_,..�I.ar,�d..�.,Jnlaad',�,n�'... �sd-a«Ji -J'i� �'_ „S`_.,. A'�trf .�'F:���?;�!•.z�.�"f '•:..s`;���`"�t�x.Lf_�.� �r_..�.L� t.,,. +:ra ^ tr4 a u - earc•:rr^� nt ... ; J� f t;,; y arc - - - a.' - r ,wax?f <� t:: _ 'A` .a._S` .• I . . s} mt;.,,-- _ w:` to i.C""''..pw,:4:.1.. K,% - z?5, .;�`Y.:S-s'N,!n e7?',i, rxh z'- -45., t'.. y_ -aai'•IS, 'i k wit�f t `t' r- �n�z lthi -it' -{•-9 ' ,r, •w ,x ,1 * _ Staff: 164 �'µ ' r �" R 'ems • P r.- . L i ° z '= �k �•i ;',. '' .,I.,, " 'r tit ' g;A 4ifi`"k' -`�''a ` -? 4`d'ti- II,I .4t •.i ..i� J'r,2 (- ,'` .r.,�t'�-S y ,y � 'i +x .cam � et7 5. +5-4 Tz'} S-r ys Lik__ yl •` . 1 t'L Asti. .... .''.'.. %1x�w .PCAI. r. Jl�p .'.i:_?.+9.. i{i! �`. ..'-'rvt� .. .xr.dc,� s?L"itf..:lt.-is-Y •..-LY: a'ei.7c�wdtT.-Vg-4}�n3fr,.. �:k :,( �? .d' t'^2 ..Ft1 :. 'II' ft � '{t5�°�-`:• '� . "7. S �,,,}) ��} �t.0 �''T}i'�.,,f� .'k`'v-''s"�s s „ 37'- sP a', +!-erg* �h , '- `.. _ ry -'S '�' t -41 � z � 4 T t ew# � _r# ' T4 r task am .� . � , 12t?- - ship r 51,4 =: � n. . 5 ti :` z . 4... tR .1_ t -xr _44Ir •%' t ,2. 5 y a K {I' - -i' T"iY �. t -.E, r ,c 5 .,2� �, Hart .,}y.E'.' 1 i .a,; '� '�'' �J � }.'. c u Y'J'r •ei •t. 5 i,C r�Y .,-.ii y[[ 14r" Yt a�..s"'7 E .->i� - -. Ji,`t Y .lc�Jx'i` �4" le ^' .1 1t.39 .ke' t ;C 9 '`{.— '- ..}.f• y(h t f } 'k} - L3Y �,•,� Automated Scheduling System Zoll�RescueNet EMS CAD �-� ft. ,.. " t ' ,{4 _ 1.ig F Th 1- .1,>.t, f',k'.`'f� �4,.' -' I•I x 1 )- - - .. i 2 Y �l� •#_ P t. ... .....r �.. _... :_.._._. T.Yr. +1'�..._. .Y. fie i4E.rii3 �.. i5 e.T��yv.....�.�n.__i'd`.•. .3.-a:i=._� s 57 �4 F�� f At 455 �tyiya,�l{u �•M&U i,.vF. •T * t _ } ' ..1i3^ �).--i _ f T'F.i pN LYy, yT# F1 'F } Y - y{ -`{ 'sl4iS, .'ai-3 i1' f� 1 1. R I >1{y`� .r ,�1r+'i A?. f VY t S•r e C tent3Contact PersonCharles L;C.yrille ' t � ,. Tt• . t v� . s t1 4 r +�ys�J a;p 'tr K,.,,y {•S` r i k w t r i r',Fa r�' ,.., J. +z�' t��k 'Eaxis. L f ., h't.,s ` t< - r T ^br ij „2„.,„ z''*z 3. `^ L- \'1a1 h e, • ,1?hone (3 05) 468 5426) h� q ,rr ' "41 :1 ix n i, r};�JY 7 xs 4Y K� Ft ti 9 - ^'s �F yF� Cq 5. yry��fu2y�( yam. jVIeS2fe ,Yyk4 Y F l Y. i(•i� h S{' ,l'_�Y�{"yl ,i 4$' Kahl Ir[ ,. .1�.C3^; I: ai=44 6 y i �1 �iJ LL -� ., ,1' Y.. Z'i T 4} $ f S h S 1F3 1 sfiY T z. d Y ,�` s f .E_. - Y a t r i - Z x- �3"� !'d- 3. i L r z� �•' Mana er annul L'o isitics.Burew artment oftEmer ene 'Mane ement'nMtapir ade'-- g� g� g Y �� „0 0 ,� r g} „ bit 3r .gyp i r , —,,-,„ ounty V...,„„# �� -411 }�5��', t„� .- : k. , �'{ -,- 1 vg-41 �t �`. ,.... x s if.L:.C 1 Y e$'. } :. i. l .'e. "i.i .3y {am `;'K' i J 1 G45'� fPr. `'' "r_ C-,.. .y .4 Yc y� 1" •}•}.Ae 3 .i� �` � f �. 3 4 Y• 1 . t•.. -1 1 Ssi^+'-P. ".a,ri",,IKtr.. � F_• �. r ey'•'� 1.' b\ !_ 'i ai^r1 -�i� `b "t .'_5 S. 'v _ } z.'... k .': i., ,_..si _. fFllr.ksi.r. -i lv .1�,.tr`, t. i-.S il?. - 1,- 1. • e. �ve.,,. - a •''" w �t'c '"'.24it 4'L�, .-'''l "-"...: 3 y-`; 'kw3 t pntIW F3 .J iN{ ., t` ' * ,.' i' t' 3 : Y 0.1 x z SDeseription of the Wor,kP dig,ambulanceserviceto re•spond to cal1,s from�the M1ami Dade? a -. = ounty Department of Emergency Mana'gement3at the Basic;•�Life Support} -eve1 (BLS); and%ort K Y'.�v� 'Admai cep Life Su P'.orta jA 0 Na.=levonl. • o`i as neededbasis } �' s;r; � s ="' ?, w:.Y".<x. +t 7.-.>,_ u-.._ tr ...t:?_.,-..t5•a: ax ,r.itl :la:�...:,, ali ... _�"s,`"-*� .�:;"�.a, ��., '"S.'-J. �? :...�743 ¢iZ:,•cf;;�. R .1'..M� u.?>. '�:-�,•� h3�.L w �'a y,�s P,. ; r�' =.1 4F:33t si '�S ;:.`','k'a:r, _.r�,h-`�' :>"_7'.J�' �'4 . �.'*r� `r�` `;"1.:" c-;? ` '.'"giairu- ade jAmbulanee > Service �,comphes' witht gall r--Federa l k State sand Local operating { - � r {t ,1,,...... c.,, P . S$ 4+17Y.'N.i� 3 Yt 4 ,Y q. rE r-. i r yes r., ,YS�_ T >Jk F . �} �'2.�. t•5 t,. i requirements for the pro{vis, on of medical transportation serkvices J ?. �, r r 5r` ! L .rtc 5•EFa"'iA7' Y hF'E*z`L 4 •t u �.._t_r , .. . , -, _ _:._,mow,:..„ r ,,,a4-__.av4,-Tift t..,<' a.; z £ c-_.,x� y 4.. F r. r: y 1 3 `..-°t ,- .7'N t ti' �3,.2 F, •;1'x '� 7 ^ ,{. F' . . ,,,, awl ' '� F �I .+S tS ' �' F r , x:N Jam, rr i �. Yr�Y'. t r .J^, as t •a Ni.fares are collected , t , GIs �tt , ti� t r, AI.' ti . c u v •_• x ifIl 4 s f - ,..l -An 3 ;kt .e his`- f' . _ „a�, ✓ z y`7 � f rz} 4 n -. � �, k-' ' ., -n.....:.£ -.r, •..i,:_. ..n..._:. tit.A..`JLiI?ln.. :. ..'sr T:.,r�U .kT c_.'kl:r_-,.� .S^....-. u..�: -.�`: 'i9 { A.l ._tomr t r�y.E 1: �......__......: �. `sYr�:� �!.4�i b 2 G _ 1. �fY )_L5J n V, @lira }ia�`SFi`t"f [,`y.2 ._� } �l{ (. T u •,, XSr.IYcf "yq I} (34 ?. 1{ �) }r h.t . 3: 1LYli. _r�- •;{ .,. anu Dade AmbulanceaService does operate a' Call Center to take patient trip requests' r .,s' ri Ea' '}j..S t-.. Z .a^ A-... k ' r7 t 1i4...=".IK' �.;,i Y d-+' Y' i-�. > _..t• {a•0' 4, a. r y,J .,' ter-•ttc - J �,. a J x-- - t z-• - ! • �� . Ark i; Dade, el Mince complies with all Federal„ State' aid. Local opeia in g requirements for a a tSJg s t __ a't`+,z. J y .-@".ir - A L k-_ the rovision of medical trans orta aorpervrces y' i ->'t' ` +�j t'1 r I r'-ix lS T, F.:z.,-rx�._s i ,. >: :^,n>.:�?:...J.. l.. z t. }..v �i.v�..+i. _.. ,c _e.rs ,. "�r. , .��,.9v.` .. 4. .: r. ✓ : ..: i:,{+. « .:-...w _? ... :..J ,. tr faigl 71Page TUNtfOklAt ION AAP PIG Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services (- i _'_'-' ' wL : - - ,4`? 4<' .ii f,'.>.;z'�.rk"16Lc _'}q;F*wrN ,wg ,-.0- +-L -t,6t X 1 V4r s4 it'.. - o-s ,-<;`_7�}g`�Nro# , , rz lient"-t l blla,_ealtlz rust/ Canytpract Holder Transpor..tahon Anzericapxfs in .ular`tce Dantsion Mzama3 , -,;.*_ham H" k,M, �i 7€,, w£ T "lay:3.0 �' t4, ., ,: , Y F S. af'✓ .'b •_ _r, 3 `'L�`.S •F .`tk Ff.$ A` l.e- i _ Jy ,, '3,- -'^�: ty _ fLP ' 'r •t Jr XF 4•t' ,3•�-s- "'SM1tf%^{ „as, q A T].{-',c cDazie Imb ante Se- t e DAS) � � ' �` P ; ,' , -1 ` A r ,. _ If _.1. .p - ,, ;1„rs-; r i tv: }t i-AT,;irtr {Y : , 1'" 4- r} Y `Y } -<'^.Y � M ct'T `�5� ;. _ s. j' fit.{+ <�"�S C'._1•'S z+' �• B 'k'.Y�' h`"f�F TS$li"� r•1.`�,':-€b.F^f _ }'liP:,_•ys•rk 1,,t.'<.Y •t41.- C IS,� _'-t�Y; 'S k�{ X-'-. iC ''(41'' 4` rE 6_i 'e y 1C� 'sA � l �`- $' i 'W�kfts. r 4 ,{ContractNumber or Title 68 C (groff' ui t � �5 g} '' r �, ., - 4 tik• 7"2i �tR -MOM J J�'i'N,�i . 1! �-•�" A ��-'^" ,. .. ' t'- I Y�u i�L,.vr%i ,k._ .'4. Tv 4! SW.L__t.€<h= ,.�... 1,:=9,. Xx ti };% ri,TJJi^,?F.:v,�- � J.i-r....v iv.r'`.',: Sb . i+t < 11 ` .... 'a`E. c�t'3aF' .4"J_!:IS l i°pn ,.IL. �•s'-¢k;..ST.1�7t�rxlX ( o t" a,X d-33 _'r .-zi- �Y.} �,.� - Z. } jT�'Lc Y�3.� I t• f Y.LJS.rk.,I'- ,S-ScxcS tc�f tTiti 1�:I'{ .i lT�D'�. yk' ,S t3iM fD z ,, m•.�Z- � 11 -IP•�TotalAyDollar Valuetof the Contract $1 505 4Y10 94 }jer� ears, } FA s.,.< b .a kli- hi .,r Y g— a' " ,y lltt t Y ,f' '� , } e'SV. --�u�i. �-;,�,d �<.z.�'rs:, 2?~CF.A3;:-��n�.`.. _.�...vt4t .,R _ -,.,�. ��1. �'L' i.,�� �.y �.��.t'�� �`F<S33Fi1';�;bt<+�j1'>l ?<t..�r2 t�_A4„ $ �«.tj:l tii�5. t".ry :«..-a, y�}� j C -T^tt i .TftFu Ef�Yfi L 4 2ff- -..r-}'; E: T•} h5 Y'4' . ,c��r yy },ce-3W-'4. S, ikon ., .,. F.,. 4- "�',-.! ae.' .yL f-54_ h �eL. i 1 �F t 1 i„1 { J 4 i.. -� �h' ` Et•tipV ,�.t _. :F f � .b><-f- fDate o erm"g,-the C.ont act Te October4:4'" 1J Pr ntlK - ' & ' s1" ; Nit :412 }.� w V. f: Fcj` 'fir. t-C. i'"Wi' art s.ti ra x-3'3-- s;,3 R �. �. t'H ,t >& ?= y h - P ., .. t� Fr,„ 4 Yn .<+.-.mL r. - �ls .� dt '[�''{. G�,, �, t f� >. -*Y .Yfi tfi r ' • ti iN -Li t iCe y f-. 3.. Y 'Ex ..7' f R f 2 -P+ _ - '. W •4 i "." r FrdRidersh1p y73,891 ;it F r _ r t "k,, fti t z-yrrcc Fitt :' 1.sC.��t.,f -.ia u -ram' f`': Yi' w• -� r'i-•��,., •„: 4 s{ t y rr j - + ,}S,ta-,t!.m 3 Nyyx°a,a - "' i 'F"<..RS,..,_3�txte ..,..x,c :X:...,, fy,n 3�r a z _.3,.ns,b'ns�.:u.J.,..-. `±'-i��i � {r'�,'" {{vSs L •C (YT L 4y,:•T., h I$" M1hl`y� " 41 .. ,,�i� HV r . `T,� t _s^ ,e't r5--T, ,(F`%sk ..' ii - rk. iGY (,,T -3 "'w �' � 4 2 P < C 'Te •4 b tL[ Y ' �i, 'tom. f "„r4. _ C .3- - +5 J.S "� vf'' r3`.i! = •� Automated Se edu)1ng�S,ystem uZold RescueNet.0 , , • 'ult. �_ t,t� *. ` ��� ,t, il, %`;� � �xi _' ;k -a� i„S 4 a j q�� 5 t •-• -'' ... 1` n£' 3: 1 R .Y s 3_tJ! - �5. �i�:^.'X �.. .c:.� �� c_�naY� M �r is .,. �N�. :n*.��t' �,. '� . �r"`ri zi= . "y)_w+�i. ,t �� � .�.s.:+-.v'n .'�:.,�r ��t� � :...-1.i4• )�F2K'.:1n7'�rsc r '.23",�� 'ha. "`t.ia .-24 i t tl ?`'I�CL'� s'�i ,..r. U` ', AiF , p iF '�;•'J'`,4.I. r'j t�'r y% 33-r,-; S 't,�,,; - 7J.1 j fky : ,� 4Y_.L • Chent�4ontact3PersonYwlith their title and phone 's 'Y' d `'3 }.#y E- t 1 }. - ?� 1 - ,V..NS } - ,..f- - �L 1 ~h Yp I L� l •(' f t Mom; •1. � S- ,/`F' r°>,F . � `fir _ -y N ,g _ Y r7.r - 4„ - ,a '�' i �t4:x.f• �•• [a •s„ •`rr.i �-•;.-�*" h kj., :.... - �f. � tad.,,? .5z..„K A_1.� .�. ,.,�..-:.f .x y+ ,,_.�5, �.._ y•. . :t ....:-..x ,�� .._t,_.�,.. .f.�.,?.` t w asc YF i �2..a_ ti? _ r-. ..aF..i``Y- `� s.f �t L /_.Z+. , � fY sr"i} # -'' �`it' yi < j �l. ti � ttf t �'y - i� ri� � 4 E`{ - Wit,'?� cat / T.�'+-lf{ 4,r •v 7,T an Wu w; -4 �3 L r J ,• � * F s ri , $ S a 't �' ly ea',Z.,. - i`.<.. t17•",1.., tLwL`F,y* _lrs � aLifl ,{F;..,k..X- •c. �w,`w r{'- ., iR �F. . � ,:.ay-4i.a5.tt.a<"i �t ,-�=-. ,rc•<=,=n -':.>:I<c .• a..,. ;-_4. ,r__c_.r=:.- _- nn:-:�s- c� •a •xF5 s- s�+a 2 ti�s�='n•cx ;' 5�-.°-•< ..�•} �r �';+,..:. ' y ur�tJ'%` ��;�s�<'3�a•."� �s. R. i. � ��-`.y%.'�^.�i,���- _i -+'• z � w .F'� . 5:� �. n� ?� ..+J 1s .i R. f�. Y5:4 `c� ^f= ,� >r{•� qi-�Si1F.c`c F]if � a4 ,-1 <�' �� �C'L a Afssoctate Admuustrator�Mental Health Services fi � Y .. �Sh ;� I r•'t ' -4 � ,? a{ ,T s o°'s c� r t _'�i. b5}�('�rtoni -L t i:e t i .•1 .. } y. A - �.r r-syu"ax _.y` u- F a` �_=��$r3 yiz'� i,.'i� ';\ _X,m ,f'.._ - x. �.. , 7:., }r .. �"d .z4'.l�- �.-. ..ai' �:.-C �s„'?�J._�. x ,r.;+;,r ;''-x-1.5t5i, . . _ it.'t+s.�:w..,.s� �. .. � ... � .a;3i�e:� .` ➢ c - '.4` . .? f�F Y T• eig 4Y'�2,?l i�+` �+ c'<i3 'N S ,.. c k` ) � s{. JsY ,� svG. 4� r`"', .r S c K^'}' W L f S h"3 r ��te ''n{ {.y. at}J __.!%3�_ 1 'iyi } 'F -Yuil i{ ny {, f ly k LF <y.}L �" E__ 4�j" � Hi SrT �' 1113 • Phone 3105; 355 8234 2i J! gv3- qc•. Lr.' H,. r N, f, fi'?. 7 I'iv Wit..,..,_ 5} ;t d-, a Rs•'b rt i ?f5 t •....xr.,'�„u 25�S�.w�'s. ..t �.,* .::`3}a?..f.[ a^.._. ri... ^r. a.. { ,...::5. ....'xcn t .:• � i.,I�}�a....{-.�Fr. '2, S - , PFfi'}k" L'2 "i� 3Y} ti y -. E N i"Xi snt 15.i -,M E, 5..�{{ Glfkl '�1,_ ; , X 41 `t`t y R'F t..r.tz d i'F. f` / ^;T F.f - K e t + � vFC! u Y £ Yt ttfi 5 -? - Y'E '2 i. S r-J i '':- ''' S`' -t&IN WK- tYe A —1. }�1 itf's . P Description o ',5 e Work Medical Care Transportation provides NonEmergency Services,to ,4- �.$M'li Lt� - - R>, Y.:: r ; ti , - { PAC L� h 4 fF M-.a1i� � rK�"z'� rYrespond tofcalls$fromthe PHT'�Fa In5faddlt1on, Miami DadefAmbulance{ also provides•; asp requested, ; SY:' 'Yl -,4i4 Ffr IYaStit ' - q. _['<. _,. .v.. .;N' .y ��„ - - ,{ fY" r<q iF -i .x' b, - 'd ' r•YS.�„ Ls„ .--:tj,' e .'• t _ a �- --1, r wheelchair stretcherYand-ambulato y transport services for PHT patients whoArequ1re round tnp� C Sa i y~AM�5 "t'i' 4.4y , a. "z.'li 3wi,E}F" :..T , : ,, ,x y$-wage,-s y-,�.q 'S.c _ -. x Z}`'' _. a'-.s -3 - -' t..,. 'kti-. • ex^��r irorkisone wa „transportation o or fiom its fac lltlest Non Emergency�Services are5-.prov,,ide�d 24 -- � ho9urssaday Monday throw h Sunday54 \ eelchalr/stretcher/ambul�at6' Is nsport,serurcesfaretalso �f J WY^ . i. X 3m. 'wk s, 4 - - ..c' 4'-"'J`�v g t.4 c t i 'i�Sf y rxi,i zF'''''4$�' {yy =' x{ --A- 4?h'' =,-*r '9,,[,- "`t t • ror ided 24 hours,a da Monda t]irou h Sunda 4. , t t A r �a l'iP Y Y g Y x :�i.ua i..vi.` ..'- `�', ,'. i2 ,., .. u: '?Tt .. •4• --, ""_- r ! : !i'(}° Iy a�`' i sC t L U- ,-'.i,'ki5 `y , sxe " ..„: .,a., ,. t;.:..: y -a, ...,._.: ._��,�-.; I. , .A..:raFv. �.7 ra:-�;� - ti r. �+he..,,; <i� t"- - '3..rif"�`•_z , ..... , '} 142 i C -+ 4.•y 'fS 4� Y� ' t�4G lEk `.Al + t •y'! llt 9r.S.�� `� a-. -.•�; ,,.. ;: lA`75,Ntitp. y •l aJ \i • M1ami�Dade Ambulancexreompbesr with all Fe•deral, State {andrLocal Foperating`,requrrements for' `?"p1,t �' F - F a }rim x't y z ,t L - [ } t "" i _ rl. .{S { 4: L - S. 'y -% e, p oulslon of medical}transportation servloes . � ; �y ti s n e L i :,. y .+ta" ......=:,-.3.,.<: .. ..i' a...,�-?, + _.A3 i bars xlEpt �.� , }.. { .Y Y ,_ � ' "�Jb L. `•c,.� h<} may .. t t�. ..{ . at ri f. „^•,} 4 q�r='S"' ,•,q 1 -�y Bpi+ % - m ii.i-•N- .. " No,faies`t e collected � `g ,t , ;: :,u � �TM�z -- ••,• 2'` S..n �,5 r , {. f s; C.x- a a. z.. i.. ,,,b L -. r. --. C,t .,r, zn���1kI+-: utr. �.c-...-:�5.-.I._:L..rr: .��-'a.. }�.Y,. �Ira�3" �.:a..._t �<u �.u. <s c, C ? 4. ;.•s ..}.m?`!' R"5 .....-.<_-� '1 .�+'...i�. Rix,'4„�tP'" R ,� T _ i xis y y r? etc _ -a ,, .<. r r-a-1 }iti 5 t-i---' .t t� qy t - - < t} Y 3 . ' .y L i' Li Y •`Tt 51 !r '1"F - ,.)' .. r F f • 6 F5 aS vx •r4 MiaxrurDade Anibulance�,Service does operate arCall Center to takefpatient trip requests ' tr �' ...v 'r`'. .7rt._ -:.,. �.5w-..c-'r-1„x5_„•r..'cl .,.__.-,. :4 s - 0 5::.::t-.. ..-.�.�..I r a. mrr'..,d "i K i.. ,�' .::.Jan C tl dl a E7Ju.�+�c'4k..+'A }-• 4tx. i- &.�'tt 4.'L r£: .t z } ': x,i - " _ °.b rgrj t - 'c X' `T' F flt ��iga. • Mianu Dade Ambulance; complies with all 4Federal, State and�Loeal�operating requirements for, T< Y 4 geo.s. F- - l 1 i -p ?' 1 t :. t -.. T t 'Ft } .- r t s t R` theiprovis ion of m'edicalitiansportatron services ' t; 9rt - "M �� g.R 8 I P a g; e"' TluNih,RrAl In, AMr,ll(A Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services '>�e't SNt ,4 c.'x,# �''� :tZy'l t=. :S.Y l+n; dc=)r..+"� �i " ,'^c es'' 1' .-`1 ..i:Y!�'v"Sx . ac}- SS .�,{'.., , J�c':e? - •'ih`µ. rt rr lieeni -Baptist, Health 2,.i ems4ConfractzHolder Transportatcon �tnerzca's 11'on . Ern ., ),'" y.�Dc'' • - j , Eellediedl CarelgTraris ortattoit` `\ } �" � #� , � te= 71:14„ Y-rotw xi. `'+..t ireltiVMPAI-liSSMO--�'-'*Sa'�'.yt y'£' ) •c rR'-ti"iy„y^ J-r !1. Jas s� fS1,-..a''„?,i f'-- . 'r„t3 •hs)Fi � i} 3'iiPG;�i }Y'`i C�, TSl�1L §�i}v�,kt�� 6k lent �+�Baptrst Heastems¢� is''' 1c �..Y „lx,r�}rnbu.�tii �? T+l v^ -! • . -}s r e 1*l,r„r �'.;-t?1 I -'S. -,r' .i ''F9� ' Ti•Lzfi ` ,r � 4a rresa <...x-.e. Ratal..c rY..._,w�x.., - 1„ _'k;: . r.:t a- .."" _a.x-S: •f '''''' , .. _," ...:r .. �-.��-a.�.r-.nes �'r.1f�F :.=c ".f '.:: '.Yl:.�.-4 • �. Pxir•C:`=iy J"...3 w. '`i`: iiK'� ,s� � trs��r --At- i� "tz -- t�"'if `�'>�a K"` t ::�-. � f5'. ' -v-ia-''rtt �r`' n i,- -�ti - a-... .�,t t,:. t `�;Y:?d • :_. k � x:[.'w• S� h`Sx-.,s `.,tr.:_- :.i ✓.r' �l l"i, :-.� �.-, , w ::;.;i a, yL ,, �,w 5r_ c / ,,7 §,r x Contract ?Numbe14010.1 eMy(#iBa test ` x '1," V' , 5-- 7 x f s �c 1 . ' `TT.� ." )'l , -4z�' �} 'O:. h' s9S, , St l ?J" p '.n [ y4.�7.. df 3'i1 .fl�r' � .F 7t'�` Ci3 r=F '' 'rkir"7"} \ `�,I. `�3 3'py�'Y ! C').(� L" i5;rv._ay5.tai.- "t.._.. : ,..::.Vt)^L�".%s d^�Li Sy'^2{{<i:Yhjzkry,45 r aay.s.°:.i 4 . tits r-.;'kn: /. ii ... £ w i:.-.i�T+i:.. .S5.ii .+E-. cL3.i.?itJr... ,,..rraa:'1�4122� j: '�Y+,YSf St it G . v'F Y}+� h•' R Y `*TLT sr.� 'A i^"%Ni(�'i v.z�e�./ �k i} } lr..�[' • .£ \#ice .'S.A�-3 't Mrg'y1 iE1' �, 6' S y r^ l'$ Uh'''y :.e,�' f. et -Y �_ Total�oll44.,due oftheContract $ 225�690 50 er ears wr � } � '�' i��'Y� a• � rS`�-�.7.�x �•'�.�•?:s.�`�5�::.n.� r5�'S: SS?��is\r �__.'`i§. s1.1r1 sl:�'sE�.ii}i„+!x.•7iF ��*`7"� ,ir,>f.'';': -.��.,iw�t .._ y�rt *�.F�tti..c4fi •rc.....� . pp�� � _ kf. }'"�,"F "4kt r- { �.-: '-Z-�7 rv'F'r. 1 f�sk a.u�'.ir kl l�>l'4&kur�i:r ��z7'.. :.+1�„(7' ?C/n' � `��'�i�;'? h� - � - Y -g�'�� 'x•��pp Date�CovYenn(QJ�th°e'��ContracSTerrn� Se �tembert 2'Q0�1�� resents ��Yy��``�� \ �x{-���k��K-��x .j-+_'C •ii L^ �'i j•.�, P-rMaL t : G' „t `S elrit�ti r4.. - � s-' i' x n8: -_;SR,=- �. k-_s1.�. ...:� a e ,.a.5�w .>,a �`:a.5;_f :J,?L.7 s..7..Ex�.i.S:: m^t� F•'s '3E d Az::1'I'3. � Y`£a*'''' '� tip Y g. s,a�C.-�.�. es,.-k NI,+� a , r r4`"', "`e 3 J + xskx Lyt i r �s 3 ' s ❑ ,r�. a a ;IA' r+• . A. Y'-d6'G�Ls 'll, 4 XSfS���sR�tY= h•�� y.oi Y� �'���'F8 � �x�1P j. tz�3�.�sA�r,�x! � x� r'k x� � 6 k t� +T3A�FF � >• sa'4g, ly i� x r+a ��. • 5.4 ..+[,lf : Ridership -9434 � ; _ `" „ ifp `t �� `�. { + „. Y w ^3 3 `12 �' \s - '+x•1� ,-b���� ir• ,.,,,t ` Ri +>:._�"kl.�w:._ a,5-,� l��,..,...:., �•? _zT, �_. ,.,Fz 1--aLa�. t�,_ �. _+L��.i� r - y£ �'k�i-: , ����� ia�53 u. 4-.V" 1 32 " Z. rY4`t�•F°Y yt} L4 yL6. ,M�. i l � V' +: ;• �4 iy 4t;, [ =(J ly'ya�y �1.3 44 y€�'r-i+ri`F� y. p�h1•FiAyCJ � � i�t { C � T+.S. f � J" $�}�� i�f�3,1�"+�„^ ��ri".��jPi \Automated Sche II Zo1lResaueNet�CAD�� i z �r �Z,t .`+Y.:4ti G-y",f�4...F4 rr � •hh'�l k���m..��:t.. f� .YS'rfr) t S-Y'�,3e'�4L�ki�F....h:+'i.�'b.-4-���'Fl.[�..tk? ^i-�Y�+'r �aa.� v _��: ..�i:i�£VSj�u�_*ii:.::u-'C S.4.J1�'..tl�"4 �.k C az`'y3'?�tl..t " J5 "') �- -L [s.,' - }lR t,_Z J !f i }fS '� r}S�a'1 •tLifr f�c3, a- ! YX 3 F%NL . }.f�.. yyy.2vi§y.`'`{3'[". --�� 't'J S : LlY E£�i�� �Y.. � `�-+Y�� �Sx�`(fai.C'-�' Yi l`.� ' f�a:] � �i'y. � �:. iS � 4 �..�4 (• . � ( .n ¢.4 t +� �, lient.Contact Person*withhtheirJtitlep hone`andemai1 F I. `� r yyhrS.pr.''�3d.. Pi n'i4.E+*Ff''r f, _\�'-,t,r.i.J_'�'SZ$r'1=t- _�, )cr'� i �r"_2_ �'rR.� -`�.i.. �i,�r'.}tr'irF'{i;�'.2 .�}w _.a+.....'�.�-.•_.'4:ey ..c. Cvr''i..«.sc.Y, ...� se F., r= :��:.:;�,. 2... _ . .:_has... ,�i �.raxti-r-�s.,n_s �R.-,. tea... I.rtri :er _ '�' - i �f.�yL.� +,+1z Z .rtl it Nn Y.r�-nY-' f.1tYi { '�' et, t-. 'rei iS]'•l 7+ `r�.n' :^t`a'�f'44 fL< TG�,3 �i G,xI, Cx, .y 5 r `Ti 4+t.L M k�a�tir *Z _ s'�'S�'.r:, f �Ai,.., 0.T [j. A'tr 3. _. .ta.4,_: YS{ `� -w ; �:ti \} -xa� w7 .ys 7Lc .: lyy� .sFF a t r • 'YElmeraLoaza,Superv�sorfor�Transfer an'dT7ansport,Center ,��;�,=,�a .£`F. .F - ��ii ` te, -mac "' , 5. - -Omit `. :r +£.. Ft.3s..ro ...<..::r�..?r;. ,c.,.s n. ., w._.- rra a_;, i,,x�... -;ti;rr `si-4: ?:Lyiy 'fit .�L➢\ 5}i +�_Yf. �1 - 'Ja . ih .ffy.�L,, Y us ifi fix' `�T' ,p, , -} ry i ��Y t.F�Y� -.L a•'.r,(yA� Yam: `.[) �, YSt YJ s Y�si� 1 i 1.,�.y�/1�£ ot.<.ew'� .fY \?iiH; •-1�,C�r : �• i (786j 573 6077r iX h q ¢ 0 ,. ar a t T.: iY u c }3� ''` f^ i, l n at S R? ;-�'(Y8k ," ,t- ,16 r 4 i �.- k --i-. '�^ ; y' . .'SPi♦ ti Y.+,L•f ,_;p':.r.: �,&_l_a,N ..-_,r+.;.:t. ...>-,-t.-..w-_'���+iJ _.a..t,s. a:...'YrrY;'% - .... .s_s,,\h:-'+ _..-;r.�:... .. 5.^. `v` x^,.-T•�?:;ta_ ?-.. ./ zs.+`H- £ off' '� k k. ` y k : ��'- Y vUi f ii : rz .,..�il-.; f7x {. i!"�-z''S i � j' t +!���Derscnptionofti theWorkMedicalCare Transportation provides} Non Emergency - ?SiJi}pJr. -€kt .7 �yf `,,r' -ti; . i _rtrL 3x )far - am`• Y-. S LY .. d "�eG�Iti`GA ', ' respond tyocSalls,from thew aptist Healtht Systems Incadsdition, Mediieal Care.Transportation 41. yt p s�F fa_ . .! {�.�v`•kt.�4•,yl..t, Y� - K n�i�" .. t..,:te ':., °'�, 'fM t '?vim o tb,mT ors i•.St:To`Y. t .,provides, as�requested, wheelchair, stretcherfand-ambulato transport services for. N. � p t ` :� 'O # - ;r,f � a gt � av e g L-� i " ��-- q Lair r`, ` �," .,.�: Systems patients req�uiie sound tla Tor one way transportation to �'.3} '#1 r0. : 1 Services tog G T + S also +5,`R , nt' 9¢��.[-k E Baptist-Hea1th' t� :f t l 4s3r. �Non- `hr g Sunday a � tCh- *rti W t}lL^' '+i. days Monday ✓• h 'SkY `, L'.S i-,"'. a.{i "°. , who orfrom its>ifacilities , 80 ��F ea ; N. , Emergency Servrees� flare 3, providedt 24 � jhoursrzav day, -.Monday throu ,,YY�� ` 'ql}_ tea- ,, • h%+ J i Il'S iT W Ire ! ',• .i Fj ., 4- i .k +Wt�l �. - �T� t2 } Wheel ha s etche fambnlatory t ansp }rt* ervices'arer3also p ion ided 24thours�at a ,sthrou hl Sunda 1. - 2 f aA `5 g Y��s y per/ , } ., Y"i^ 9.` Yff ,,,? x .ii ,. v112 ',, t'4i . ' ,:Y..+:a�. .l. :r-3y :4.. 5i14 lY...:. . 'xdtr1-1 tT?4 roik �'?i 4. S'Yof A.y�. �.nl R SY •rf�}icY3 � L� �.Cnx � is � i` "�->t, F• if: --t v^ �' yy_{ lki •! uCa te-"�Fi_ ,,if ,l q.t'..r, ; ig, - - �-�� .t.�s� a d H t � z 7 yxid �`s ! mot' tea: "xs • Re ults.zof 3 Prod ec Provided^ quality Non Emergency 'Se vzc e\s liti�f� 'i.. 2`t�'. r � 3 j. � ao Fthe k larges t g t � �J'^;. k� ,L, yr{The rthe thigh . t ''' .;- healthcare�s stem nrFlorlda" {N� r 1 t � °t LPL i s :.3'.:.ws. '- i..AI -t.A$ x+fi4- a , • `. S } --_. *+'yL},; E'r5"�.�,. • •:-4=.? s"4.u_ �Fe..'i_ :,a'`•{'i':jjr.3i. 5i"..a� y i. e-'\.. ..:5 3 J ..a :.� -fit ._ - S.taaq- "!Yn _ . .. - . }'1L.iy T p.. 7 , , ^H t 3 - 4rr,SRf .ti -G i£� 11.J'K"1.a 3Y` £ - t� - S:�[gvs 4 .fy_,, !'�¢ •fit.' Y,. °j� gy k SR- .l . , t N4 [ ' f � „4 ' 1 riRx Y \�tx..i' L+ 'S. A CJ a t 4 31; A i 4+ x. ,'f .�i y '" �. ;�IT3•�� 11 earl[[}l :0 fares are collected. b 3 -q.. ,r -.4� 'tom §N ' nF[` { r ''.. 6.7„• :A f _ bI#Ss: i2i . c -2. . i ...Y �Sy,lg k$ . 'x�., rh .rJ...� >• +l ) t tit '4 Y'i>}7 { 5 J 1 .f . TP �+CU _._ .....9s.. mt : LS v.,. ` -. �t"'^'v�.,. �a�., ,a:�.. ':l .t. 'stt 'J.,..:.. , u ... _ z.J }!c.'c .r -F '{f•i •Rrn:r' ., r ...+.:...:'i:-y [' ytt~ �F, A .�-r. i � ) YTt'' 4 Y�L' F. 3,, . [Y R'" - tL CY +s 7Sx tz [- Yr- 'ulw. 'C y. C } - [.. yC 3''irL1rF- '� F .-f t 1-}rx .: .r•FY C.r,.t+ fy., i Xi ? [ ' f�•» Medleal Care•Transportation does operatea. a1'1 Center to take patient It requests `J; A-..•-?::<:`.Y.i)''h;'i'1°i:m:.'•,tx.i-n'�yt•::.. e�i: r.:-1V= ].��3�.eJ.. S: . 'F. �i.:-.... 5..1 A'�St;•b- ••z+terJ)a.� .G__-`i ��'.T.: �R..,Y7'_.n.3,.¢.. - Pf t:, :I''j.. -: : (('�. -} :'M.,(.. dt -} ri��,ia try 1SLf. [ { t JS A7' i J.� i k=' ? - \iw,. jT >. .[G $ P Y Mitt iK.] sA - -i `a r l d hf Y L l 1 �. 3 9 t m..-,j. R � 4�Ykiq� yt ' , r r,• SMedical CarejTransportation complies?with a 1 Federal, State§ands Local operator ,krequtrerner'. for the provision .0 edical Care Transportation s, '-. ). .. i;:fie: .ri t.Gr'_' .� .. ..-L ! Fr s:_ _ 9IP-ige l GN(HIRTAI ItIN AMLRICA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services i} ,'T i C .� ,iX4TY,*'. ,S.•a _'y" .:?!-,,ii,''Hr�3 .Z+^, 4-fi i.t,fl 5. Jib[ - .-: ro ft A`C,.`A:.s i4/h:c 'Fi,F S .rS 1r - '4' SFfE 4-F11,.RC Yt x t}t R . � a : to :Client 'Leon Medtea 7iCenterilealtlz•Plart, orztractKolder XTfransportatton&Arnertca"sFh'onq' .,, r . 3 6, 1-7U * _ } ,a',, s, s }7`Jv-v� 1 .s ' 2;.4'}7-te sty>ibfa +.s „-4 Q' -i:,'5 .s gt a r-. s P t-t3' F� .- .fit C `7E- {'s _.S,1lS-`-ti_ 'c ice"=. 72 -' . A Isq --art- , eSEn:ergencyDrvrstoUtr�i�(Mejdtea l4Care Transporfatro_. r, ��" g t a� s isltxL a;Gtia.`- d,f 3ry',`T.r yiStY.r k F 241..6V3:" ., ;-`+b.t�.� t41;1 t .did'.`"0'`t£t.'.s:� ss. -10-1' '.+`3. '': &'Pr . .2*-•.t�t> �_.2ss. 4i'3 ri _ YS: 3", rt..t ,-;,i u # „,. �+i' '�^�'„ �t�`7'"' :r,`s�,y STD,' x� _ � Y. '•-Ztr .S: % <` �`�i�-Ea.Fks�i -.,'�, z `''z tt .a -''f {r''s- s; . � C�ont�,ract NfuRm3b, erlorJTitl�e�fLeonMMs_edfca1 Center Healt1 P an Me_cLheal Transpoyrtatiofl •: �n 4rCP-u'.,3'--''ISC F`a ?\.y: ;' � .4-.2..�r..,iagarl .3 i:..t:.....ito iln�4},:lifi `rs . rso em-4-'a Yf�c`� '1 •.i.-i...itia ati,:.�t`uk -=XL. T �, C 5R"y ., F'kof - i'!'a.� 2 �i tea. ; '1 jC' ."-{'-dYt - S �' r1•. .Z�. V `}� p t' is tip t S 3 , -V Jst ei $ , 2a{. _.r N '? -. -�' L ,tc �1 �� nA $ tY� 'VErf YC.f'Yi R7-v?"'�..., F 'i, r• `l '$•' '' t� � 7''�itt�' xTET .�--s: �� Al,6Total fD,olla , alue of�the Contracts �$t225 18:1�5,O per year ; gF' 1 L t n' r g; '� 1`YK"';Jk }} td,, y - 3�r,� � it a`'lx 5 ':. +�- r q'_ ,��7 �.2e, is 'fer- ,T .i a� q y Lr L* ;;;I .:T rrr?,. ._�5:5. ..r•t:. :, yam. ,i:-w It-x_�-r.aSL..:.:i�,. _w+T�..J.t�„I.'. �'__IJ�1'in;;f`..-3^T S:L .1.'-.a4`: _a..'-•YiF i}< ..s `SF '�,,f'. +�° j t ,�d. '1 :A.. S;-••a,,, } k>�-' fu'& �sy t ,z ^a�,. rt t•. 'ztr.J . 3�Fr,w i Dates Covenn the�'ermrof`fhe;Contract aSetemb`er'201 P4esent �` •• _` g s ., _pn�3.6a-4,s•�i�'.'��. �.. i. �t���!'2iS�..«�:."�. ,.}-s'�al, ,s�t.->.. c.. Y�Sr....,_tisgr��c':,���k�'ti��ri >.. .. ,. ,:t.u.. ,t %w ,#.,.u.3u'ssti.S,, d . �-1, �n�.�- �fi-� .,�L.�,SCsIt� `. �k S-yj,tYUT � =LG�L'M `2• - r' is i ,�.'91 1014.. - '4-t ''. '' Y : t,*,Y r _ i{fiai3 z v;' v� *R 4. 2 - -4,i '.�• l,' dershi �318�006' '• 1Non mergene - ullato Wheelchair and Stretcher .. - -4r�� 1` `'5;eM`"i vc_S: :i'Pr' It `A:.xt 1xL ' y>;^ . -. tF� ,.F�bf'i :. Y.kti,c{.> 1 _ 17; z,v c„�i :,-:n..�r.`ra ; ;';_ '' —.... r y'.0 ,.. , i`.uT+.t3ea�•?fil�:cY1'-rS`�.5�j� �14k�..'f�ht }€t•y�`i�c:..,.r-'" Y--r32'ILS..�Lr�..4'"'+,s�}f�iv-+Fh�'-'rv~aN{r yM1 '-: 4 1' rl 1 sir. d • L- %�`�� 1-�.G, t :,-- , t C • ! utornated Schedty gj iSystenTy, f3 q .escue .et CADK � r.?, S "t c r a 7 .. Sa. `4 - a to - n SN.^s KtT Q. '�.€ 4 t2 -"' %c p' �z\ff t' c {:Ci7! '`_ 5..'; l".i.r: .n ? i1 sr!w,t.... 9 v ., ;- i.Ya�rs.n r.w,-._ ..4s-ag-4-..; .... -•', {i�k 1 .r '�iq�C .a�..l._'7{. r; .L..! trak.-r-I.tc1 .�.�,e.e�E..7a�YY2��tAv ❑iie^- ( �+.P`ry? CST{ 3..C�y.{7�f.rti& {' ,,�ii -ito. 4 Ai' a -2-7,4 .rt'9 J �" 7.F` tjy „..,, -..;:g.'' s .4 v44 Yw +f ` { '4 L c" y5�k- �} ' e %;;; - , _Fr'1. j 4 1�`k 4 t t ' ! 3� 'Yh i yi' 4gi 1,aF Y CtYF? �iir-•7"-y 7S. `}% z f (a4'.` }. h�:. YS •� 7+ient ContractP erson w h the rtt tlephone and email � t ,,,, T� ' a-, itti., fir. fir.. w:3 ti-F:...`air r� `J_GiG.t,�..:. .:. A.� ,`F-i. nz . ,�Y.�r _:.+_. T.,.:...yY... e; )fir xa-Y,,.�, i< T dSx' i N lr *2 :�C -' .fim, iS-3 ,b, L2' .-. 1,e, •F:�'a3t.`-St1� f"' I �3L t �.. f11 C Y.' .c-'•, .l N' �"S - x. C_ q `S- 5 x i a,FY'•t - d * _ ,,..- . - — m-, ;� Cr -- „� '1 y,:7 y r I I �.'f ti'}k. S i . 'F it x t A � f L - Ben anunll,eon CEO #r of i �£ ty rtx , ! ., cL s u a t {r{.L2 ) y, . i. S `Y - 1 F , Al } ri , ei 'i..-,`.e,��./}FC ;w...;kf,a.t. _ .�+i .r �1 1V R (.----'F� .Y.ti.si- _ .:��,iA£\.c ;. �r:4+2-.7ir} F -k�T •-__'i: GaH�`_..P, iAfi Sy' E' '�.. L, -s'e•. 'e£v w £a'.r�LR, _ $"'f S :iL'�'za.� '5 }a - 4 2.5. a-. al , Y'" 2 G �... .e r JiG ,,..4 �^ fiv .{ 3 A.,''''-';',-,,,,,.....,:,.,•`-1 1! "max i -4� "f _< has 4 -lfi 7a S-f%' tKt f 4}.'fl}S yS _ai FG} 4 •'t ] ti L1 c r et"y. _,E'ctir F� t-t' t kp,yiltll d ' ..,.�' y i{G , E'-.-'5'' a '' 4Y 1,1f vS_' Leon�MediealCenter�, R,� t"�'r } Y� t3 r, "'L i, + 5.•1'S31,� a 5 n+s„i .y [ t mot. F f r C �A :, iP jl ry a r { sf i. 7 7.� -, Y :'..a.-..:�.. -s� t� ..�'. r�r2).�.,_<`�'.. '..�.,•. k�� �......:-._f.TF.: t 4�{11 �_a`an...a.r. ,.. .iaCF `1 t4:a.:�s� Le ;a7 ') F,.r tl; .'F 1.�� �`3kt?Gja•..`bl L:'SSr ..ws._ rya trn .L� . ,hNil i i airr,,33���.1! 'C�tr k 1-w i tJ`.i s'ia ' Tr 3 ,, _-,a'.t,T3f jl Sp? .f Ayi ijx a ft 2Y,S ';. 'rpYY f'3J 7 ;elt 'tYfw r?- t` '' '"�, i{'L'r`Gr q tL1 La Y}, d. >Jb 1 .t 6 S{ ,, • 1Phone ` (3Q5�) 642 5366 � a , 5. 1� � �{�_ � � x { -2 `� ff.�. - h i U .—, `; 11 .' ,avt,(' y r� 'v4-1, er 1 yi i fL - .4.btTi '.r :t� tea. ..2F T . 41•.. &',4.fi'f �-ttia ...... .SiS..a{na '.s.N.- Y.. li =^ilt ..tit Inl Year 9k y c Wt.i :='".Tf1 �.V.,, i �.. 5 Y'''' '' s`u.:S. � ia,.�1.ut 1,4y�� F :, v r.. _.. G Crli a tit 5"i ' y$` •la 4a : L,T.ti•'kiia' �-�„ fi'}�;-.1 . •- Sfatement to t.ATA Q hers the Seance Prow er was the PnmeA Contractorgo a ubcontractor Prime :'£ tt . 4Y ..1Te Tl ,{ tF i V st S4 ,,tS F SW - 4 k r P'.iya.P _ 4, ar fiy'nl k - 3i 3 Tt7 3�r.i �r t rz �a't S,.. �F�r Ss r :.?t' f Y S e} �+c yt ^S 4 X ys x dpc' .7 ,51Y -3t e 1 :contract_or� 3 { jp rr ��9 L� r: J hl• r� l'}'1r. - ls,,' -h 1. 1 �i 6'S a4 .R Y t' Y fiF ti ri; - '`2 !?lx t �s+' arl a} ' _ .-rrtr �, , .. i �s;..y,... i -xt .suJ..:.. �.fak�'^._..e ,_}�,x�J,�,1'1.. , °'�.t '� .r_ ., 1�'kr��.� <,.�iA'g,. t? Y.. ta�r trl T 'F'C A-fi: ;:).>. '-`�.'{h .%) a Vt7a1 '$F �mTa 'R q ^,1�_wtfy-)4 _. u. ,-" - 3:. a 'Y }f p-.:. ('',,.-- ri'.. e'",j k}Hl s.+, Sl 4 v Description of{ theuWork Provzde�Non Emergency Transportat lie; i ices tohrespond t0.,ealtls` •t�r.,g.•T �,..-. ly' ' ,..-yam, { f b ,L l' l i i t+.- -�,S„ '1`. -.i'r C ,u9 ,-04, ,u - k. t µ l buy-1T' .'h. 4: y : -.� fromrx the Leon LfMedical Center Health• Plan M dicaI n�Care T=rartsporta Iona also -pro fides :gas I r.ci, ;i'�tr4.3122 rt _ 11 >a i M s 2 4 Y �' t Vt t 't-, r requested„ wheelchair, stretcher` andz�ambulatory 'transport services ;for Leon Medlcala Center �. c! t,P' y J% L - M7 S ii—Vi.'4 - fp+ b''t T `'hr .g k V! 'ty'' �3': � T`I •, 4 ' Health Plan ppatients;wl oa equirVetro nd trip or> one way transportatTon rto or 3frorat ' acid hes y4 w Nony mei enc, .�a Services area rovided 2'4 hours a ;. da �f Monda throw h� Sunda L 4, , K gt *.y 3 r p ),• h �' y r g xs y - �i- . J�ia- 3 l mil' i'_ .'t. 5 p.'q. ify'Y Wheelchair/stretcher/ambulatory transports servi Cesare,also provided 24 hour-sp aday;,Monday Ai. , 4 'C. 4� ; - y q'E`�1 4 ii k Vi a'}? '� tt - °: tHK K {t . t<t �"� i ..l N a-•E \f+ ` F"-- ,P ,•, s 4' #brow h Sunda w , , r ,� 3, { Y n % }� � , , y g y ��lz � 3Y } - T F• ` 4r . _' r0^-' $ t: L..i•s �''j vSr d i» T �'4-.: g., a__}.tz a t . )t ", s b✓. r 1F�: kwLi{'a,c C. f`Fa2:t�4i ,G.-.:?'r�A�..t' ..}�� Ya_ S. a."3.'tAt G-�+.ni..; "� -.atZ*'1, 'V .a �'r.c „7144 y*J'. 1..�G'.¢. '} 1 .T &S'. F. Ol�aj' is ���. }r ry ..TTS( A j % 1 i 3-S VY^'JUY-Y ,Sx'^T a ���FTY(f •�f'tc" 1, twttm "y '�t'.}E'{YT `4�+"f,� f^ij-Tii.- etC ar._. Theme lY r,_ • Results of t• P'o�ect Provided thigh qualityt Non�Emergeneyn�Services„tom theylargest .7, healthcare,Ys stem�.in Florida �" � �'' t j },' + `-i- Y nt $ {. r. - + ini it E t t...-t ti . 7,.k}...� r<. ....,is.4s f �x}.,-.._ +? to ._.. � ...-....3 �t�-, � r.; i�,C...x `��„_ ,. f ....,':.'r .. �?.�--• ....ts�tY :r.� ;:r;�' -:lv 3., i .. ti... - li i, rW I'° Y1 S -:f,� n t .P' F ,1 __ G ..f4s. t ).l 3,�� Z iJ t i3 .ii"3'. 1• rIF. } , , .�... �+.' LL ,'S:1 r - fi 'i.i t s - ti a :..9 -it- i .,i c\a. -. . • No fares are collected z�� 5 , , x t _� ti 3tt ��i 4-7��/,� .'v.'s. ._ .: .; -... t... a. -.__ F�s :-f ...,.. �...'�.'.: �-._,..s... S. a...-: _., t..: a t...� ..7Cl�r t.�. _�..,<? ..� . � �, _r:L': t ; y � F - .t a y 51 t r rs}, xN j r s. - ¢r sj , } as - f`r� . 's.. a':t1, v"' c. ,f�v ` to tt 4 ;i� it '+fit "�_. ". `.'' 7< Fir. .: �. ?r.- 1. S`i Sv i `}'' .?„3 y t 1 1`ft' - -Zi.i 'T'.. ... s�4...,r.,, T1- S- t >' _7 }_., \•� Medical CareSTiansportationzdoes operateM1a5Cal1 Centerito takepatient�trip,requests; '4i .t t a, r r t r L 2 ,, 4 F 1' =r:. }i_ .-.. ..SY'.r-) .-i 'Y 1..�c.11. .:.30-VS. a..,:FP S�IJ% cs._? 47-6X.. ( £)` . ' y,_' ,•, '` tt L.t FI t{�'.. t- •ry! lity-T-tkig t {: d ,,t t }, 1 • ; ivledlea lnCaie T ansportatlon complies with,all=eFederaf State?and:YL,o al operattng-requirernents• ;',.y ;; r for the provision of Medical Care Transp0 • -anon nx .. 'S t - ?_.. i 41 't1 rt; F ' ti S 4 . { tk•..'�. -- raf- � 2 air Z ar. i i {-'!i.t;:t' t� 1j .,-G`� .�..t...i_ 1 t 4_.....i 4:s c.. ili.it44 S, M• 101Page 1I0NtmRTAYIfN AU, Rlrw Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services p.vcot La?fir:• '�' ,.. ""' ',,. .Y, ,. i r s.$ x� 044, ,„.....f ,,,,, cyii:$a r •i',;}°"c t"` 'rs s* �j �_• }`Z}�•s *Ghent ,Preferred?Ca evPartnersi, L onto act�Ijolder,: TransportatiarnAtneracaks Non f; me gency3, 1 ek; ilRe-" -,dt iS1 k- is g r ,zE '* St - , - 4' y? , sQ t'w - t - Ja'..,k ', o'•- `g o - sue' v- s r #' .k.!4 z ,. ; Dtutstonzi edtcci Cateeans ortatton ; �� .�� {& - ,., jN �� I_ _ b �` k i'�'in�tE 4 0).,1. �a^�` ::iiAhL f 2 b-ae-- .'.f fit• , ,.yS `�4 T# ,;•3 -'4 r.d f'` •k''Wg. •--f.�jU 41," -�Y . •?, F ac �3 - .:5��f[£vS`i"v�/1�S'^SGS`; �.Ts:urvFse L:_ R:i`. ,, ,,,- -_Y. �rV+:. _. ..d:oF,.,. .rzi. v.N f:. ....13aG.. 1 ( �.Yi'm r� f f P` S` wr !: f �f-kirj f',au.t�,-a d £{ .1,::. ,"#..-v - d ` ;YA *•r -. - L �+� '- ,g,•Y,' .-•• t w ,S'�,, -F 1 l+ r +f Cy `- + ;µ� & 4 Y 5�3,'•✓'Y'• -i 'c 4� t�aK"._+t' `Y -n ,,,,,, L `7E-i ' i-r'St E iS s :$ }��S'%. aN�3�Slr/3i Sii-� vt. F<tt z"�' ! v d� y50fgg1���mL ontraet NumberorTitle Preferred Care Partners , fi irr. v i 2 kiii ; H, Sr• i •#:i2`Y•4 S� , 3 1 i" "� 4 .3i vt .1 £ }''�°a s� tl' 1.: tt:. , nt � ': ,c a.r t is • ,-,, ti .sr ' • ;70— � 7 h $ � , _ S.4.%& r 'r z W X. } x tm.f'�` t44-:fit `='`,-- s.. ".�,'..n1.�'�ek'�-e.�.i,`iA '� .4x'c'.."1 '�(l''��'?3 .:4k k,t>�ro'-5 .0 Totalt:Dollar;Value of;the Contract $726;376 00}jjer•.- ,earl Ya t-•. t$ rx 3 , -" 3.,5p tj �. '''' w ., J S�'�K! f Y5 F axi{T:31�g i.:--+,. 44.34.3 '. '2"i ^^.plat .t• l i_ h, � t > : A h . I . - 'h .fin '4' - �LH .+.w2+_.. f.l!,.�[ Ik.:rf.<'it1'-'fit-... .%, _. ,�r6:. i6,;.-. _`.'.7 .'diC...r.. v�.Y...t h�en.i.u".4'v'G'-.s�.�t1�L.',z .:.. ..r^.:r� a�•:u- ,�+.",".(.,�. -K t� a_r"a t,4,s e-- ^b 's l7ii,.. i• iDatessCovermg�the fit. .::. Y l ':.i iti ip cy,Y s+'s_3 t- - d�,r` x, 3 F "--'; dN':•:' � t1, ems- .3 ,�dy g, e i. c �'--. { - 4+ ,: °£ s "} ~ '3 x-. -? ( vii vi �.-C, r~n�i Si3 r a3.t �-ac sR, 4- t,.-. Term' of the Contract-:SepIanberk,... r1 �T'resent } t '� *_ u ,, 11 - -- a r .. }f� , : „r, - _. r ;,�•+`z %-- -t'1 3 1-a}Nwir it.c.' 'w qy'2 ., i i :� , 1,"!",- ,.¢r- -? `, -.: `X+ ,, -'A`k-.... � , ..f. „y;.y. - e•',fie Tc e[cr�le-q--.:,...� tj..!,.,1 :;-,_:+. ._. ,-:._•,- � r i'`if; - _ s.{-. :-.. {. �.�4' �,,y{,. i _ v-. i-Y.r:3}.a _ -�`Pi :ih� . ti�i• `' ^4r1i Y,_ ._ - _ _ .,�,t''t�,e14 F: ryS' `S• � �-1:a�,l� -. Ts - �}'=-�%.. �rtF. ' rU:.� y� �y. - ,�r_--.k-[lxY-_,, ,�•�� ' K% 'A v i 7 l g .: .G J F4 , • YU- f �'1 .4 5 E T GS' 'i,i- ya {A . 1FAP r •' f. `4.4Ridersh4, 6434- 4 � h, �Y zz. 7 -tv 4 ` � t : � _ r uc�Yt�-�t�.-`.�, tY',m�3 .'3�Hk`-'.'�_Rs`_� ,!k x S _-i nk,.,k ::.ck: "'v`-f�;._ t!c '`. .?� s_ .= ' 1'. :S¢izk_t�s'B.CL`:;yk'[s�'�4',Ear;?,:11` t" �,' n�sY s..'t 't�i.-4,- %, .-::-..:..:, - .' 4 �rn'y F1'i `T T ,7: Ir,pi_��TBF'Y. P'i £ .�•�- ,.T164�'y- fl S �v'f iH,4r .Yl �Vn'+ /Slfl� .r-_r(,1f _. k= ,f.. S, " �i•Automated Schedo, Syst n �Z�o11`ReseueNe C � ` F r x �te r `- SAY ,„,� tttEl , t gTggKel 'il'xK �.t �w , Y.+4 F 4'v` ,p F - r `S u,'Sp }� y '` iK f;. . s7� � r-t+7 YJ-g . _Lv i'"3 SC MOM '�Fiit .. t �.:.5.�:.se.,t _a.- ., �*:r-�};,Fd 7.�. arc�.dx`4�£'= . $ys �::d�W-, . �ir�.i,.��i"'-r:u' ,w >< �i��"��..aa!! � -S ..-, Y mac^ � 3L; k'-,,. �vk,...Y.d..,. �.. `F.lNC n,G. ,1?ILe.,..-<:?e.. :�C.�. ,. l.e.. T� { � ., ��.}�isJ_{.�'+.. : Y. '5 '.;; f$'SDi .11-.= :- l"N'Sf.f-�i ,.. -t- SF a i ri'-\ar•, : -„i ''' ,y3 t .2,i+'i ' „l' .., •LY ems `• ',,[�, `..;+�,�, ''ePi ( ;-},i £Fi.,•• } ! ,3.FF, ii . 4� .!'s t P y?�'�''. k as : ."Y:,: -y ,1... 1�:=5?' , s-F, •4 . 1 x- � f} �,, �.,{i.`Ut- ' . ,Y-' -'41/ .,yr,� ( '� 4'V- � *„ 'x � •,, Client, bpfacton - �G3 •�l � � , j �$ (t, � a ,t 'F •rs � ,;�.v „tiers, rt.., }e- 5_k£,'-t _r' uh ��"3-te'is�fil, t ', 4if '�1 ' 3.Y71 - t 3 , s`. -'� k�.�•. �:;r?,Jet.4�:.. �: � .:.x...,f +r ",.. 4x., t-.. � , _a x i,:-:.....-,N. ���£:..« d. ': 3 efi;,J4pxu.$<e-%aa��J`3�=!*�k�., z`rt�q'S'� 'ih�L�yi. ,s. - i-3. "�;, 1,�,^l17. ,, ,, ' }5'^e . �:.- st . t.t,. >y}r '^r ,_'"� ,j sl t,y"�xsw s3 � y s l.4 b �. y. &.,`9 :' .. {Y Q"+.} A'� 2+,x."4. }xa ti '.�iT . 2 i tff '�Svi-<.-. t � r2 �._ t �` E. i- jk;.1 ,1 . - .t t� �i j.- S J y,,, 14,}}- '*7, -. d - -. ,.. ^-.•° lane` �L8: na;,Direeto,r of�Net ;orlclVIanagernent�Ser .lees f R ' � ,' T = k �_'}j_ '. 1?C �.. _..._r....0,0 .. +.. .v.. c-m x_� gr0:4--;j• . -.hV ._..c._1-e.i_... ...x' :..r, 2-•.?�i_�-0,.., i�Y ...:^J f�.� a?`_. m� .._v. fd v-',., I -. .e •:L • ' SP" r' F-1'� i v Y E C j} t ^raa:y. -,3 +h}•' ,Preferred f4't! V' eN��yyyyYill`1Ct,,n; <)�i`d •:.- .,�U`X:..7 e.itit,:182..>-: S'v.w r.-r-+k• }t - S"F'.F' , g - l� �5"!ZS !' r LY 4'�' t3S2] S ( i\ !• FF,K l(C xF 0.- >> j) t Y' Y q d`. d :.t ,a« - f •sl - } •- $ - RLxu ''' Y i Y 6 Sal Care�Ptartnersr z • -r � + { Ea,� �,r � r r �t� � , +� r 3 L i-, 4Li� � �'-�...� } ?"i h i,`i.,Y3 •1�-� xs �' STi'T SA :",`J"., 1._..1..r kt(;',._2a+i.41 a�5- 1,-1,,,,,, ti. ,...> `_*•. F.l. �fr� t. _Y�..++(..Y5 W`�7s 3 Il• fmS\:44: ii`Y ^v * /' '...re '4n z} riE %h th ' -k`, E2 'f• V l - 3 i kkf to �� ]G\. F ' a -i._ 3( L 'si . f' ]x`+.+•wT 7+& _y; y rb 7ti S r � •t��Phonej� t305) 6,70 8432 I �.:� ; �, -�. ��.,:.�, �,t� '�' '�`�z���,,r����-� �,� �, >s ���_�;�.}g a�ti tF.� (s x £ „ 4; `tea• a' was u f S � r 1- E, r r. ,�t_.r-: -•1,Y,i'.�4. ? 1 ,�; :e 'S£- ter,.. < -:K<_-,+'•-Y a'k1^-��c �h �-+i-g7L;-I F g'-` .' ',„ '' „ 0�`:Ti�r�1@`' ' � 4'. §, ;.3. 5 escnptione t t._'— s� $4 P}�4-i ,S'..,yiikit ,es on togeall_seromi�the,Preferred i- Y'�` ,`�' F"0t`r r a ��4prouides�.as,requested $� r {j , } 2•�PartnersFpatients�who ct+.7 sxj�>.' 3'`�'T_' .. T� ;P � tier gene, 4l :5! Sknh.'b`.:•i'4r� " ,a K Wheel ha r -ter � t tk{h .0dh�Sunda ls.dti•'nl �.N.nm.,!�.-p-+. SA•� _ [,.J ,S! C-- -'t S:wd>' �,k'.11�-".�.5' .2Y-, 'I.t� '-':4 N 'aa:-,-, L• T`y+' • T._ . y� 3'. ofathe�Work Medical Care Transportation,mprouides 1 `on Emer`:gene. Services Ito• ' ",F 'W t..- L ?M Svc . L Y' R Y` T41''''w1. Y ` -', AYH iS L,kil ''3iZ' Care,Partners In addition, edicai Care fransportahonralso -2 'nr '�..,.f' - -,. 'Y*>.t3 .A r' - 'x l Y ft. git ,j; �;. rzn7f ticka4 wth elcchair, st .6 e ertand;ambulatorytransportt.ser ,, eespfori •azeferred Care = b - cal ' r ., 1 ,<. t^r Val 4 y -• r � 40M70' 7,Q04 `-.: ,N - ; •.' :Z require roundtrip or one wa transportation to or�from tstfacthti•es Nlon .. 7"�i "' -n - r n4 vt `i Y . -, e�y, 3. - Servlices area provided �24 � houis a� day tl MondayT� thr•oughr Sunday 'i :. i „s+. s�" 1^'a., rF--,}--k4.%:Nis..t_ a it iYatl-' ,,.`di. , i : .�+1.�,i 's,5 a s�,"wr:F15 `,,,... k sc'.-- a t 'Ri s y ra-z.;f-Y ;'Y�:.P s retcher/ambulatory ranspo services yare alsoYipro�u,�ded 2�4 hours a day Monday-. � -- n i t , �L� a � � + rs l ter,: .:i<.,r•. �xv'-.�_.. ....Fz;.ca:2sG;'>.4-+,:.,s'.-.'"+.Y$'�,.1s�.r.,Es.,a9..:w. 't,>,.f1.'_a'f's:4"alt".Sv Lam.: •"!*i,_ �, t'3 yu,� ` ,sr•ei .,-:� fir; r'`�3, }?.. If� : �. rA=�,r..4' s. �i� �`'+? .,�N��`�SJ.`+ �.��-�.C';"�`��''f'4-".t�'�i" r�•r.,� x'. .3,'`� s 4 '`� 5S �!'F. s -ems . • ' 5. C' s x S -7 ' ..,. y ? .si•n $, 43r. p o- fSje .�`.•F{5.'t, ,-a;_ 1-- i t7lea y -are 'ransportation�-cFomplhes with¢a111 Federal; St ategaand:.Loca'1 operating -requirements • Y lfor tbej'rovisron ofaznedical trans ortationcservices . �} "`•� - }.::•sal? . W �Ti - 1, i G_"f,: -�eE n k+4 a a..-a,i-� _l=: i�- '�. .<,.'3^ ., -t �i�} sY . �1f � .4' YH z � � 1-` .b :lV A4-,...,!vn4 Je.-, .3fo '.�..Z"1`- s"K `��:1•..,l .z+��.i .% ,.�k.. ... .�::, J_.s.,-. _v d. ,�_;(n..1.,,S��yy.,±C;i::�:d,gxu. yL .r.9.' i 4� T �4 : aw;tE t k, nct+- tµ t The --Results* ( r rt-a,r +healthcare system u,. /C) hf{ ls, I�E.rI 1 s- ._w_ 11:. ::. „C. • -.. bt '{ ems-•.. Yi 3, jc3_,,dy' '44 F..:•t �{r, 'Fr .'' W.i''vvaY •S�"vc`� .Y r'-Rv 9 f, 'i } 1�^ - " `!`."t .£ ' •i £ E ..F T [ .t� t+-Y 'l 1 1.. ?J.`3 'i<, t I4,1 t Tt 4- '!}"`x s. r''P .S�s.3f0. of the �iPro.eot Pro5v,ided highs quahiyt;?Non Bmergency�fySer_vices to the>wlargest, - 'a r 3 r' f x w . r7'��9 dr.,' ,rs { ?V.r ., 4'�` f ' z� rs_ t+.,'-sy 1 in Florida 3 fi� f p , t C� r •>- - ,, {,. ' [. 4_: Y . A, 5' Y� T $ v M1 tii! �"�ir L , ''ai 'Sd sj ,y1T ,., F rae,, c. �_ <. t ,€u..> s 4 .ya i , r,. _{ r ° x a .'ice--x TK� g4 s _ �a _ - < . S r• y ,... ,� LL{ ��� ' 4 >'�' ,� r L't tt�ltc•-' a -t ( x Say * a <ti -5 -- s-ir t1- 1 }.c ♦a e �- rS (.. at) r..r rr;�,s •1 a�Noxfares aie collected W ;r {'} { (c (� x --,� r 131`xi41 i??{ �(} t S � y.i 1� f !F` `� ,tij' - 'q { 1�lL t{ 14f2 a -t f ,YT4'r '1< -1CeS' �n nV. � , Nt.,. .%-=vN' , .. i�.:.. C 1 n5 � .:aS ,•x.i2 .i' 7 5 - 3 Lf' s„ +ii j N t kf . 7. i 3 _. '} �i 4{,1 �4 t 'i •Ji i t ,�j ?, t% [ j _.{r;< a ee d"., JK Y _ C T .t ` � �'•S Medical Care,Transportation�doesoperate.a Call Center to tak7epalent tnp requests . r L.. f �'+ S. ,,.- wee . t f<C 1 .. i 1S Y' :L T`.-ai-rl1n:` 1-Z. }YtI'°I' iC �'!All''1 '(.. ( y. •4•,� bt. i F , �.. .� en 1..._�. �' _ a x,>4 .•...: ., ..... r'E t ,ff..... �:..:v�;:,:��an._ < .,. _ r �rt „L E.y , .,� .s a ji1t�Y;$ti ., ;( e, . ...$ . ; -_ , S'�st l{tb v�tfi.:F�,T a•E R''' �-,i 4=� �'S, td R { r- .� _S 1iti_ % ran b�: =w•„� lMedreal{€CarexPsportahof complies with ;ally FederaP State and Loca1Foperating requn;erkentsx'. for th provisionkofMtdfed l Care• Transporiatio, �;` ' � 4 i -y- — > .4:.-,...N.'3 ." 75r`t•'.K...., gene T:., 1:;_ g-i;•-I...iR. , t f',"il•, •Y:# - �.},..s Ynr .u4.1 34..�s` ...{,.. �ii -.r 11�Page 'I GNimrtM, ION AMi NIC'A Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services C. Contracts which the Proposer has performed for Miami -Dade County and or the City of Miami: ADA Complementary/ Trans nortation Disadvantaged Experience -^sue_' s�v"� �rf"'y t_ r".` Rt`r''f?:.3`7'1-i','' F'"'‘'v'^r.�`F"U''". ,i'."� i',�f ; Y`Y'� S.N rr,. 't , -.1� . �Yt�k.3 {tJ' kfv. ftFt '''' C-' #" - i aRS 1x^Fr' 1 • 3;5r• ?t, "Cient Li Il nu D`a ell!. /only/ Contract>Kolder Trgnsportation nerica'sa aratransit Brok eragey �� .: ! k :,,, ' W z-'#r�' ... T k 'ti 1,A vie 4 F .. �+; `•fati K F r�#.t F L4•��`-"+ -s' ky kierb�A yanced Transpor0 wiz SolutionsuS(A. T'S).� ��. , T a , -�-y.. ".jE,l 1 '* .j,-.w. 3.•,�� .c�c-,. o .�-, 1 a-. 47,j .u' e�^� las; ?+ ..4 '.,: uM'3,frrvn,'-1''a��, �`�. �1.�.': °,�.17: -..ra.?:,�r�z.�r._,-:+.T+...,'� k ..rw_.<�"�'�tR. ?L�=$P.. ���.^- ti` r.Lt?.f. -re_�� �k�'.,= c`:,.e3# �i;L^,�::s...,.a?'�4�.><.�x��, .z9F`- Q-"•y ,ts.'-'y' 'a 'N b Y a s eai tat Z "; 4� -••b 4 � t! 1T'�r'St.eT,'✓r�TeiE'' c' � .{ t3-z"".f"" `3'*rN.e 4 �t-.v.`iT ' .i'f KyY 'h' iy3f:- SYf rF}2' kt x: y,!' i'v C 1e_ KS .. N + " [ .: sLe y" ,,,,,3 6s wP + �-1 � 'fSf-.fF%•�3(� rA �' -wall k • Contract,Title. ,S d'e al�,TransportationiServiees 1Program (;ARA rRA ISIT)� '�lt sv-v-' r��" \.r.l?S '�mac^^ r f i[i ti-.[ e tig _�?-- s ". .�y t; . r w 5 •c ` i- 4 � V a �� ` 7@ Z i =I_. �.�Y;.i�f.31:!..y� 'Ss•f�u.3�.n�T: }�.ri'"k'tZ�"? .....a?. e.. .4,S�.r".i.�.L�1vn+�F.�� #a�Y'>�.ap.xs � s. �. .L..��4yE.'ii�.iTUM'Y�.fi£ }�;r1. :if .5.�.. � rK•�:.. k, 5.'4. -':, €IA-. ''.•''4.ita p#e --q- 4'fi-', ;v ;�;iez�.-a 4ai;+�i 4 � °.o"gf:. .�. - f#� .tt' µ, c ''1 $' t"-tq+ae. ,_ �x• Total Marri` La Ile-14:N e Contract x $250b 1.11fli013. 'Y ..e = � ;� '3- 3i p.,._ :7a}>'-.. St:ri:-s_r{.t 14-V� 1fi'R� :�.'C., INil u,`-3>_}r cc• v�'•IfetS L"-71N-t•J +.i. i"L+}. .:}}�v--iT'• i -f,�'xaE .�!.' F+..,?7- ti" {'`S Sti X' - 7 r # i-"}}' ! Y.\"}'L .*., .+ t�'3.1;�'E' 4e......,.a t F 3.f:5 ''• c K9-.r P"l•4 ;F .4 "Ye- ,. „. _ 3'"t ' y i3�' sy C'y 19-,r.„.. te , -,} y' fi$ �e SA^ 9'-F]M A��x iv;p3 �(f C �' iS' f4J-,•.'i0`x tE�i(t .� 3G °�L T�, 5�1'Fi iti' , p± -i•� ` v }' e _ >t -'3' h F 1- .rc i -?'-` arei`.`h.`�•ix� I =ir ` 4i` '*> . Si f • ®aces CovennLg the; Term¢of�the Contract 20O. 031 Present r L , ,� rt H3f y , t 4 3 s.. 'vF,L3 f6 .1ti •M L.PT GS+4i.•4;h f„ix :..r L t S,....�r'�h'. 13''`^. ai.¢f4�tSY''4£, 3:.� y 1 '*re ^mod yy `AH, 'Y7 F°,i f{'i'F.. n,.:i� � _t,.sa �' L'+Ai nii:,..'w�n� ._. �.n1�1u i +. Z. S.. r..-)� yx..t3" :. Yx -i ns r�. >ica''. Yda} - i,:'� � z ..- ,.. .'yat�fo - S"� ' (.(�yt . l", ri L - [ ' dt ' �' ttµ.�e t �3+ s°,-� t -�5 ,.�' t- c i. $- .1 }. x-- ' a ' Ridership At {1 S ini111ionitnps 'Orlyear 1� ,," z y�� f� ;!,•� kd�`y.. , �','�-* :.d.s ,1{5a.}.T ''1... k4}`i_�=!t+„�,a.F..S'r.it:..''�..�`-..•'yY....K t:UF`��++Li.¢. �''?'i'(` +.� ih i' YT'G..'Fu` h 1t%'ry '.%1y ^� fi T \S�' i i - b T,3\SiR R�iaL e Y 13�'"i 1L i } }`-^f p"c S �T ' 't' tf4lfi.:y t lf� y.:Yj r (V-C k ft eu -t .c [ < 4 T L..T ' ��+, .r L. � i'yf.''�'.' �^.` l''f'-'.` .l .{`i_. it rtt i.4S:Y �T rics, r-�'" �• Automated ScheduhrigtFSystem Trapeze 9•04 �r�f a h� , '• cvr ors ^c ss` i '�„". si� .: ;r "„;�., � `"� r 3 ...-r.�.,-. ��ti,FG ,,ti v�'r -L s' -„'• y.`'�'s. `. Svc- ><:�.. .` 1rT r 4 t. ,+.•4 9 ._}S:'s�y{ .: •.as; T�.."- ='i -.,h , t �h. •-fi.7 ,t?y�..YzK= L d �Yr ;. `' i f sis,`�5`tr+.,,, "e; �n; `9u;' *a;_=.ram ``-' •' '� 2�`F L ,k.-i' .1f q A c, etso t , �Q �:` 4 'a- ` k _J.' b 44 F ,���+'•;; ; • Client Contrac�P.:erson Jtoel.Perez ,(�305) 637`3t809�% _ _x '; ->•: ti `4:' • 'tr }3? • PS., \ ?i.S"� �'i ers i }'Fti -�• f i F . R E 3"S' .b •S3sN- mot. *i „ 3 j ; a>rx. _ ys' _ yf-3tti-tr mob. itf , Y V - yr riT` :;( g' ..��' T''-1` f ai +wk' �L`a r �-}�,� s-_ #F`. 1` �#ay , .+'. x:3%--rAr.{. s - -° ? - `�.Y-'I.i � #::" eL $�c>< k y r='E . tii ,�k "1: .= ,, • Tit1e G ief,Superinmttendent Bus Operationst,Miamt Dade Transit ell Lr �k , s ,ze i. - `..['- h "4�'+E tV� SSA F 4.9E 2 t<�1 I�VF t Y"9 '_' •- i `- `K2 StvR�. �1 �•: •'V _Y^ir, i.' f.br... :A' ;# i.:xhlk_v. _,af�4=. :uYt+E!".. mF 4 .,ft5.. }.'."si . .E.+. �.i�S'. \.?tfif_� +'�aa'5+ h. -v,y' .-f ..0 �d 4 iKu j.Vry,..41�L'i' U i F' --3 xfi�y ,1}rt ( � . �. .�.+ � '� r. ?- d.. LC ff :•liYY, S, -F7 • � i .0 - e 4 W , ans portation America's Paratrang): _. i ision - Advanced Descr=iption oftth--e�t�Work;,>^ p � D f+l-iC Y' t-�. 'F> ",. -. k..,+ 1 .t'-t 'f`t"i. mic,,,, -`v�lYss -' �( f.,. 7F ^i� a'�4=i `,"F il- rTransportationSolutions� s the.sole contractoriFfor,providing Americans with DisaUility Act, PS I 'ti Y ,mow .y,.-< 1, LYE Ztig ,. .y�.t-- ts•rAr `3 eursi�t9 n' A 't"' $r w'' Y- dl^3 ie 7tilm� r�°s� -en " S.�✓ compllan rparanansiserviceto allryofMiaDadet"Co•untyC• ontract*lI1GLUC1es. n24/7 ti365days�a { ,may ye.41,-, ia1' a ride rvan0andzsedan transportationservices 24 hour Ca11 Center;'customer"-service; , es ' n ty" - `f,' �Z. - w,.:-„ , j t„,-, i'a£,;':% ` '' 'ta a"-s rh...-a. .. c'. - .•. ai�'�'s'a; y # 5-�.:at k ...z ;'it-tiimo safetyf_andsrisk managemen and p allocationtse ices Respon ib`ie for�ryxaI Federal State and gal reregitu re uirementsVand'corn lranceerwifh4all'o eratin Are uoe em nts Far wer) . ected by .. n p �g q p p. g. rl C L.i � rhi 0,T[%n .�'"C }'42 '& > h .i R Sy�3;$- ;/;^'CW+I"6 'e4ay �� i #. _ � r}'x-. •"��'attFxe6�i ��S �S. t i' ,� f - � e2 A-..1 t aC. a H �F� id Fi'Fth � .3. F Y1 ` 'c` . Ad+uancedairansportation Solutions through detailedkbiihng of-MiamiDade Transit i��gego- s t ty t { -il ''""..7T e ; ,.a.A -gr 'p - , .. :r: s ,'''y r t �.,_ � f"t+' T F>?a�-- M`•�:L 2 ->rt" �6A•4�.t..� r•.;vt��2Fi � 3l�tiE }Y '"1'fs1�3at'31 .C:F�..� ^Y���.�i.n ". ..--+:..e -.. «i''t W1s�.�Cjr .Y_',S ..-., _k _... ._.. . y.�. `m .if ..n..:. �+a�wte:.l (_� iyS Win, i-+ . ,. �oL 'c15'5.✓'� Lai'.: i'-46 „ - ?S S. tf .3i"C'I' {`'�� y •t{Y i f y�y�i. '. l:?W1nr l.4 `� ♦ 11,,,.. _,..qA -,"r 3�•U-.-7tC'S1?J-' 5 l+ .� -`r 4KL-, + >}{ T'"T 1-,5; S� ''G �, � �- ' i- R=W0,: SJ ,F M, Higlilightstof thekPioj.eci'TlieFFlorrda Co• mmission�'for the...ranspoftation Drsativantagecl narnecl "' j Trans o t' t' on Amen a grans rtati n _! ° erator'offithe Year in 2009 'Trans p ortat on Am rrea rt v r '?,aye � s., •i.• . a � a< ts+, J.. , Ly -�.• '� t.,.idY to 'az� L��-� L�4 p. �t � ram, �: a i#'�' t'� 3" 4� 't��rli �{.l $ vx�L �fSc�, surpassed all''fzthe�Crty ofsMiami Per%rmance�-Requuements+dvurrng the five=year}Fperiod providmgt Alt E4 , !r> 7 'f7`" �S.....: c aC� \`.iY {' E ti --. 1t � K'i hf t) .La - - +1 4yw •,"yHh! ^vA, ii�f` L 4 3 F4 -- - - V. "w z more alp,. annualatiips r�� E�J�h C ,,F rf' it �. ->•....�, .r--�'.? 1`"'_'',-Yx�.-.._'.�...;"'__ ��..a...'9.rr^Y.L?.. s>'fs. .,rsu�,.fi .7......_.. _...;a .<,.,}S,.F.%., 'v .__.. _ .4.�e� :e �vh�,-`3i', *'z, �r4.''�'-ram F�°+ : L'�r y -_ 0''., "�i'., y'k>��i ''e 3 ^dkN1 f�ry `ti+t __ 4 `HighlightSlip frthe Pro�eci Transpojrtation�Amerifca s Paiatransityprvision (ATS)�'andkits,servicef �arners prow ed,more"than r12;000;0©03 paratrans��t tnps�to eligible' p r transit clients durin' the .� ` �b3.:T 1-s i l }�jnc�.R�'3'ti'. �i�Y{i'+P �t F5.�-rTa t J7L .a de�F. - i�''"41y�6 �dH'�ott- ''--first contract terms 4 tv, �q - ti - ?" (ta , } L 4- S i Y ,a.'�( C+[ ..iT S+?,. -. i.' L - 7 FF S,'.�:5' f h 1 \ E' �" R �i'•--' �...� �R+L. elf %.Sf7tc: -..:.. .?rhLr. �� 1 --i..5'.�'-Y.-.��Yr.: �.rl e�`,iHi 4;: +:^ N.". �if�� - .. �a �{.L�.. i''r.: ?ti-w �L'•_ .. _\ }-'+*W y`�4 SS ; �... .S- ji�'•t-%YJ Y' T} yY �.M Ltd .T� {L �f$ `�t'%:xV j��"k4 �+.F? l f 'Yal l �• �xAdvanced Transportation t Solution s coin�liesywitht all �Fedeal 4State=sand Local 'operating ),: y,v,- ! •\A' 1. 45_ `,"'S' {T ar hs -- ,� ^"';+ Y d gia r'U t c, x - f S.vi .0 .bf ,5.4 - � F {; requirementsLfor the,provlsion�of medical transportation services h4 r zx ;' '; \ -..^f;...._S:-..,..'.,.:s. �",.hy!- �:}.lr!ht �."..j -'' -f.._„ c..i�" t,s .i`''S,'.gt�ii^4.''�fn:4.c;gfirgi�.-.>a71 +_nr_.. -.�# i.x�.e�-1..:�?',ri?.'..._3�..,[,a'4._-a.7r- ._. ..- 1.2IPage 1K n n,R,A11f 5I Am, am.. Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services {;--" C=a:e a-. '.ta ! -0, iwg9A.P' .z "ti-*, ,1Jn F %"tiii, &-..�.;eixr.'-,:"z{[ srk',3' S€A Ta'-ii' ...X.,• a .c`_ e. Client.yyMiami Dade,�`o,5o�u`ntlttyl/ Con , acts folder f iransp�ortation� Atmerica s Yarratransit-Brokera.ge -fi t�e..ff s5. ' 74 [Yi0 tN - - t�f `S`XS`o. Ciz t u .j?IS'.ri r, }S L i N i.3: `.i f - ES -f '' 7 7 tt �!- 4. -� "ice ` � X �L' k' �i'€A'i b� :f � 7�6 ,s: �� -� f9 '✓�F 3f� ],�- t `C ;�3--,i„ 'T-_a t,•�f� 5'•d". AdYaP& EanSp th.4. ionkSoluhon '.:1 j) , Nx x � „ ��5 - , * z,r '; iivision} ...„ y w. , .., iv €k-gft:°.a # A,,tts,ifti• .9: "At' 1„'!._.R .Lk al. y - wa J,; h t z ch Contra:e - 1.t1e pec al Tyr�an.-sportafio�n�i Sez vieesvProg sit .ARA31W.SIo , � ti ' } T•'FL�$J.�, A ,?, -i -t Y h_kl'a `9"5 `}.e4S�• t �}� �} l $ ,y �4. r'y - { F•-F h %5 S +i 1 S.l� '] ' P`�, �4 --5:� 5i!f aY. a.. ,�. � 9e 7 i E.L� i a ,t. '}_5V F "'•^>� r Z[f.S� �l-+-eJ 7S >FA. '-, ? dam.., ri-,.�'7 F4 - -F 2 •` S v xL-< +1 gy - Tt 3t' . +i't )x 1 '; - Rv$- 5, v- n .fi.L{-. a fir`w hi, y�EF 5 �s `F:t d.{, . .-. •t-� T 4� x'� YY�,�x{y'I.�-•.4''HH 1,. "iY. "Y 'i3i �+ py� iY '�y #' }4s tEi�tE: d Tw6Ti#}�i3} •i .4 §gyp. N"�s.`.4 j.5. ii w. - Jys'C 3Y=>M;.!-t"�. .rk 5 >i x •% ,,,, �. tSiW.. ,'C •tst'Sui,,f•- Ss... .. &u. ,-.. ,'S3 , " :-.., 1i, ti'm..4^.ya..±-.-e.J . -`k„ I:-,' ,s[-.�.M..4{tb�-.._S';: l :M .. ?,•-. w r2 ' f - r., ,Le' is OgRS., F 4 H r. 5'C s" C' °. { c f te• y _ )Y. +aS - - 5 - f .. 7n_ T'Y tk.-,p-F`` a• TY t{�Ja%i " 'fl; .74,J. '� �' N.y; r� ih R`{ fj. ''F i ;X 4-"'�- A' ,`^j' "t j t -`'"' - - �" �'3 Tots Do 'la aloe ofyflieFC.on Tao $250 Milho'' _ r € M .. ,_ }- iS -0 o61,%-i,gu"L�3 ,-, 4, dx.,,, Y 1P-- 'rin."'ta [, 4d�'3�'2. Ems,. - y� ✓.e' rt ,.y 5 Y i "" ,f ,• 14,�€:Szw• Ps..F �'Y.�'Ti,.'4J�m�i_��.:.ir:�i � . Zi4�1t.5. 1 m�'...%L"'��+rt,'%,�-.. ','n"la� ���4 "�f, s.�� .i��' , ii$.' ..mi�.'va � Si%F-J is 1^-.S:a✓: ��.� v.'. r T a,' e ak .u..,.�:N 'r om, H8 J-•LY��.S ^S ..i' G�"1 ateSe. ithAro oheContract n2Hto04I . 'w-6 - v, 3 iF�.,' = a jS1Yi=.+ ,F*� "`w3mg �4Y.. z� ,-ww - -X.a Y l5 .ra412a 54i�Mkh%^ia.#1.LD"*'A e5igf. � _ut+7am`,. XNi . n.$�TYisy ,'{ rSf'''''"-i • P':'1. 4 ii' %" '7'," +ri\f I 4ci itri . `. W t i »i va.- ',ryi 5-4r“ ., �y '41-4 ''. .•4- ., `+-,"sc ' _F FH,- lt `t - '3.'!�. V-Sd .s 3 .i s rt 5ina! v,t >..tSi' .^'} - � i'i` s P-R 'SYr..-�*` 3Ls` ''v { i �,..�•+4G iR,,�.{idershl Over 1f{ .m.i. 4en,tri s er.t ear "� � t 0-, t 4- -a^.1. '' P tr....i... } +. 1 S,{r4 C..�i 5 '4+ ,'h vt'R yP*V T''Rn .� �L.21- 2 ¢ p� �JtY3 i YZ". '3�➢.F�'L t-, s71 it �"� ,iE4��v's✓.�:L. k 114+�"4�.`-+t�Vkc3'j#t� hF S_.,s_� :3i iY '�.-.�' Pt.;,:,r fir-+,;;s. aa:�'+' 4. Y -�,:"',y -'-')z,v( .. &7`>`.: �.;€;;Yk���y r '_ .a--•.c, ;i4-,, ,�.,--w-:,`- r y 4t :n.r s ..-0-,- 'it ui[' '1,�V.3• i. .-7- -, �n'.L '� f~ =is; .`J' ` .ate` 'it'? f "s. 1•^-Ib,� ' i. •:� 9riS 3";" js't gy,4ty�' ?'�, ��NCl'ientContract¢Persont HueiChm7�86 469 5434�e�txfi -Tf� it3'x Y.t'� R�•,kWAIO:c.l:fs; tc 'In: • �G aT :." 1/ w?�h,t yl' Se tt . c'... 3 P�.bs `'C�l'_Af- 7` 'Y .d �iaw, (s'r Alt._ ..3�a ` r't'• x�-- rF' t?1 s tc t�. , & as-.r'''' rs a .ra M ,' ; ^ ,.L, 'Y' 4S f'-. 1` Tit1e D epuity Director Miami' Dade Transi Argencyly� - � P � } -- _.�,,. .ir+.:. :a.`��7EE.'+��. �.s ,s. T,F.:�k` � .+ i�'r-a��fi,.ir, ".. °i.z�e�.-.�. .t c:,. .; 7i`. -'.•±-? 'ha v: cs. '4`i�...i�.:s }'(Rh.+v''...,`��`l..T.Sc�,t�ccm." nCf 1t. P^rf y *aa."' 6L.M.,40' E' `f, -P '� �i Lt � qY L '!{'a. �•,Y.Acfei v: ai9 -- $-' .. _ -2� "..�e V'�' � L =ice'•-{ t;^L fir - r�! , Descriptionvof th WorkU�Cg enter ccusfomerdse ce,safety and risk manaagement-and 'atl'locati�o �s v ees Diaha ridebvan"and sedanttrans ortatIon servi•ces5 ' u ` I r; ,- , •�L i k ? r : L �� ,p . �- Y Transp. t-, '- America sr `-, Pa atransit ,: ®iu' sYon` AYTS+ �` rounded Americans w�fh � Disabili Act eom an 3 aratransit 4 e r3 iv4ii-Wr gluW;-i 3 �y.� ) p k-r4gti.�lg i:.L, ;s`: t ? ttp 3� seiW cette Miarmi ade7Csix.,, TransportationrAmenca was responsibleTfor al'l Federal`; State' r, Krin'"fnE�y .t� ai a. ziM .. ' ^s. - i .}.``s12'-4 y'gd ir.4's -,F i,i'°t c...1, ; `.-'i ?•t'.i `• tikes} �k nel oeal eporrt�,�ng req ernents andx coin nan{ce- wkth all operating requir m-ntsY iiFares 0 ae,eted bya - manced�FTranseyTports,iskk. a'luhons t ough�ddaledb1 Ill 4)f lVliarni IDade Transit � ks)ri gi' y'la -ram' ,� )�i��g •{ �,�.r. (. •-. a "�{ 3 'a t s.,y- 'x a .`- 1.' enc. J d 2j 'f'..P `l:'h SLC', { uj'. IYL -§ s - -2 - f a ti t Tr ) t SA x �x.,-ati4:1't+.5 k v\v uL*- 3 j.�,C.'` s- } #, Y .c d •{,.. } NayaH,Y .�'{-,„c j+ . HTha29-i i''�i[�t. 1 } L J.�dk 7, 5�}h 1 IFS A .'" S 2�S 1 $' 3 �,. S LS:? ih ^ {31•,[ 1' f ^i,k t r' .-01Y"' le.! •F:�.L�. 'Z'' 'cf p S¢: , i. 'vtk� t` E` Si` ',i� $ t -4' -2f - - t �' t � k Px'�A`� iM- itz� �t 1 $ ) ,�tT ^s y{ 29 ' 3m+st't 'i i v�4"4t^ sE( J' +-' �� �Tc',J.S ktx, Rrr'y1,,, r�' - ��r7 fir: S s - -_ . .J iE�,.- :z..,`"r`�2}3.5i. .lyn.dy i�a NS,n.l?�-_ .1�,.5 u�y�«.. FS`_ { r.:a 4,13 .< `o. s?. .� -r'�z _,_ _ -�t +_lc'.cu�.{4.F b.{ tb3_'.,h ......¢ ,y t' fir!' tar t'. •i..�7 ''5 �`�,}:�" �'u.,C•'aF r 7 . ✓` �l e-4 2 '4�a . tCf 3s - _ -�,t, ` ig.Zy T €-+'. -t4 :. i� 3'�1a. ?"` . " 1 -" e `i�llrht!a ,the Projeet .-Transportation %fherica' ssParatransit Division (ATS) and ts� service ; ame f m `a` `p~ ,ant 2f 000 000 aratransit fete s to� ell ble aratransit clients Bunn . the.' carrieraiprourdted.morethan{ p g p g �Y _� �kp0.y`h�.f:' fi-1,-- +•.,t-9 fib},. S r�. 2 F 1 STD �t ..� U 4 A :.+ � K t `✓ Z.v vl tc 4'' .� }yq �^at�-3�43''3 .,, 'liL.'.. -:. :: �?..�,.,lf -- '[ F K �i ,TM 1'� -. st conytract termL#. r3`e ?r,3 T. ! "A.k"'.� hwk S�J,#- t $ , e.:-.g ti T;t �,j r, f F YGv Iy.Tfk � t'l,' i '4�i' ly a? R L 3aS.� k � � I 11.i 'F 'y"'1 vr. ` v_'� L .'.t 1 Si`l� � i kwlk; - �' „... } - #+ L ,j YL ��^^������. 1\TC ril,'�V ,,t� F+` ) L. 1 JU YIn,�\ ^-7v�' . i'1 i'^-c S -t •I` j' E it: i5L3� '2 5 a {`�il'�7. )i , 2} v"L,(".,� 6 .11aJ.i,_[ �.," C ,.„. J J(z.t, }'• r L 21f k "S - 5+ _ kEY .. d . N '� d {' Yt3 JP 5' rF' h->I, L Y'• �y �. '� �'4 "y2 } �i Y 5 - .N'( -4Y lX YI rl f�, { - ., 't �' f'� ? P t 'tl�� l.• { i i `i rA 3 'v l Lja, �-a` ,.-.�..s1- c�-...i: ....Lo .un �... a°}',_ _d .,.J_ ., �.., . ......�,-._i. 3}'_';�_i5. ,-o.-r.1,.xt•_'3 _ G•.F'4 L lY 1J,`5'` T it .S.- 'e ,� 5 .,>_. mz i r7 "N- bt if 1 z.7",1 d ^-z -•..v t ,x• Admapeed Transports {platSolunonsrcomphes.- all F•ederal, State and�Lonal operating 7{Ys 1 kS'h sd Y�t Y}'1�+`a� - yS!J `i-�t.i'�t, ? -t d +i{, r, +1-.Y 4� ' .! � , requirements jfM"i A tw,.k,�b,ij•I:` t} 1 Ut t I q� Y. ��` F 4t F �S i`-3,. Y'G-- `f S+ ,- 5 .} SL P 1 K 5. iE�k "t `ti i i{L. } } 'til - 'F- t F .F , tE.t.i'/. ...,L.}_ ..tS{n. M-+-fu,.i ... auy.,�.A .<�Ln, .. . �•nfit.lha,' 7 .f 13I Page '1kAN fIRIAt ION AA,tu1w Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services The Public Health Trust Medical, Non Emergency, Ambulance Service Contracts of Transportation America (through our Urgent and Non -Urgent Ambulance Division, MCT Express, Inc.) 1 ell ' Puibl1c�?' ea'tth �-Trust/`.Contracf Holder.. Trans ort"tio America's M 3 . _` `�, ,- � _. y,,. �,v j ,_ j[j' -ray , Ambti once, Division ,&iSF 'Y-Me"i'1�'!rs' ' ,G,I,r q �']IP•43 C Y'ti _f.•S" ,J+ _ ;%�dg�% Nb �.'. if 5`'i Mlaml DaderAm lit ance -.ervice(�1VIDAS)� Y W �� J.g... ,fit Y I ? 3 4,'' r ` ,ri�3 ,+ 6.} 'a r ,i- } r Y 5 Z { 3 r tth 1 a h/ ;:k. i}t>r haf2 .:.S,k'���.h :.i.v G...-�$.PC sA�`�Ra si+s`+3�`��',:r�i; .. e,ua�..f- v slr:� •.fai .t�:1: �''n La15".'Y.�v�iet .a.L�a,. �2''�3:"u nTi.•':�2}fF��!.�,iAK t��ifFr ,..:7 ' 3`-41,,i.y m f �k` ••A�Gxx"�trt Ty7 f e1".s _„ }! WTI.•xj 'a1 G"`ct 4-F {�4}.Y G„ •41, NYi!ld `4'J7.-'F•_i.. aM-JiSh�' }E" },L�tt{s.-3�h� W , fi'bg5�¢y '�' �..* r�F }a n� -_dr fi-"Frr4,�6.5'' rY 'u•4 a - £ - " 3 �',i' Yz • �.kContrap, Number oroTitle =682C t!r oun�3 y 3 5 . �' ~, . ,- 5=-z�' -2 1 �� y:Y.G 1. t' 3 ± )3: 8' Y `. vi. o .ft�,. :4 �rfEaF �} ''•. �i ifr'�'�i'��n � }�•._(i,.' i � .. 4`SiFT:�v���` A�. v�f�-c ..4 Av'SS3:Ny- �w"d'..a•}��.�tk u � v_✓"4I'Liil:?{.- �a .� .i . i. dr3.A� -[_„�3.• �� .. n r• ;. i• v;:: � :.�*• - tom ,t nJra.x ,4 xih'1: ;. :i.:. +t n Fitrr•^; 74..r ry �:.,s- - ,h;8i., v•i=:: v-,_,, .k 5lt� 6 �" �'w�, �.e :eej '. . ,, Irµ. --4 1 �1 r.. Aff••s' r - +t 4�, I«•T' ft 9 -' r+'s�.1.i, 'v':? {S's _ - i "Yv"4•�" 4- *y$TotaDollarV,aluefoj the Contract �$1 5[u05 410 94 peryear ,S` ��,ry tips `x .::- .- Y•.}t_ .G?L giM S.S.n . >a=: 1 1-, :A' aVxi1}a.. -"*= -.. .i,' _,Tp+_- c,_" - . .1,, .. �.t��, ! '� ";,.�" •re. )r,. h � M..t' _�... �a rrS 2.?is'•. i +.:T#'u: vL� y �r �,�k.:� . i' 4, : 04:C srss 3 4 'f;,;�y,. •:2' .1q �{I •�_c, t' Tit^' • y�r„Ci �`K' J �'a' ^ 1'�.-Yr�' ,Ft r i� Jt a!tt �f'�i, - i r r N l . . t t , ,0 o e .. 2005` throw h�Present A' te - `.. t:,1 , { S• Date Coverrn Ithe Contract:Terrn October •i.�:._•J�i:,'fS• ..1 �.,..-„i-:r 'r _.,...r ,_€;, .� v 5?, i�,}YL..� .� _:._. i3.S- _rf' sz a:1v.1 y,•,c n'li,+ �akiY �.�""' �; :-� _'�^, . ..ocf-it:�r.A�ot.,.rGs'_�:c..•...?°t 1 �4 iif {� Lk L:-fib Ji73L S 3 ? 9Tl T? R fil X y{'l. .w�' 7. a {,� ,�•3�r1 (Z', L>+ _ i F i �44, i•�l y�y�,A, (,,-. f•'. {x, .tf i< i 9Ei.•.- . 1 , y 7.''`fi .a '� VL'.' %{. ' •.�{� i44'Y -. ya,.Y i h t' i .' / ',ors rl- )� ,cf - i yf S' '.�j 1 13 RN r7'{ S ' �' � .. I J _ i js ,i s <v4P.F� t L. t i ; .�.g �' � i �%u lr!^r t v „ r't r ,.a-� y V. fi „ rershr�73 891�' +` , `'t-r} , 1. ti t..,, ' }17 r,5� s+•-� i i - L� ' x '� '� R ��'s-. "v ... 3:•.... '+.l�;tJ.F.� r2 ,r:,�.x, '�'rt.., .,3# ... ni",. , r t ... KL';dL } _� r. ap �F 1 i �/�-'+h�r�L�xSc - i ;,'`°'{r_ al? "E`�'� i`i i ,,t ,n .{,.. -t i�3 �'^ �, - 'f• .� 1 fit f yn.0 V. 1 - St ?'rr ,l ...kits5"' 3u .� Wrt 6'yIi tiff ,4 "r,_IL, ti} •CE "w•'d "?, •-_, .,c-s, �'k` M. r • ; Autornated�Seheck ling system ,YZo11 RescueNet ID a -t>3 � � f 5 �> ' 7 4 �T Lt• i"} q {� 3 ; r. -. n f4 a:i+;;.. ntli .°j",'° x.•gii J k..n:,..-_,,1 §� Ittiaty !k ` h .;i. , v ;. "'.r �„:3•-t "{ � :• K�''- - tr'k �' kk•5`� >' .! :1 . x`F .,-tyr --` yy.�.� 'x c; jj.`^r�`�i_ r['t'd 'fib .•. -• '. 3 '. u .Yr2• =v'^5.,. P ,.t icy. '{-t !c i - �.a �5'"'- .£.• r- 4 ,i < f r ti V 1 y � Yam 'L f.'.�••�..���'(�J - '7 .t- G`L- .1 `L'i: i }� 7 C Y 1", t ' AK rt S"�`^'^�� .� ..o tit` 1 y3�$ e.E-> uSiy , �'CI1entaContact� tersony�kwith thetiir title �p�hjone and email 3 ' `t_: s } J x 41 - , ' TiS-YS feE70,0.�. •ri��.�.t`''l'.-q". � rtVOR 1. !s'' �YR'Z.t._.. .'le.atigk1??-.•. :,''-' • '..' -.'_ -4n p.'4-:U'-' '�Y e. i?�:. 51.:.ryT fY }T•Y: R-g. ". rw t , _ -: - ,N%.•.V;i 5 i: L� 4.,,, �l'il ..:, sS? it;,--. .�f: pS '�-vsn.. si K;^•F, ;7si j 1-'n -. "Tz^':,CaAS`'' ••,ii''L>;;,.i -,.- �. ,"a-�.'„ a v- 'i `ll -''.. f, .--, `` s- h-u ,, L, ., w'r , " •� -s -i -I, ' "l Y s's''. • G-'CMS an Wll.:e'{n f k ,�Fx ,� a-r Z.�-t_.4N.I ran,-.tr -,fin •a s '�' i� k' r `�'.' . r„ "r •• f' x r :i �}, t N! .{t•....a : L` `2. 4 tit, 3, � - - � mar- � c >L � -'£ �-,,.`•�. r. 7i-is, �.R.r - - s� � �- :..c to }M. a± rs + ,� k � y .. � 7 mac* V..4 i ,tom � •l, - �. Zn S...F 7Xr+ 0. t c cC<' V4f lr - 4-? x a [ � -., \: Wr' � - t. a ,� Ju - s 'rr, '9!! ' • R F x r '. F Fa .-1'- yw 4. yZ.,s �x'r' hC 6 3. ,cy, .1 t Assoarate Administrator Mental Health Services 1 �s f , ��1 t w � a, ;r $ � �* F '� ` -- � ` t v- t rkyr'ys� T;dtFi§ ii#e �`.�_. ,L....- .'t 3�;:rfi''i�:.fi.�.s�'. .`•�-,,�:Yn�4d x-o-_.�,:.-, +F, ....>.-f. ���i..i sr..a.}.� y, ..,:,, .na .. a.:.,..,.._a_3'. 4£ ft il'i 41 Z'J fiL �2•sie,yf ?J, ; i''' . 1 ,L •�P i' 1!' R}) �i•- }},,., : -,. ! �tv�4t�^5 - i`�{ X� tq `rl ~f Si 1 +4 ! A "'.rs1.i 4:� : Yew? �J z" iit-. t i..- ..3�'lF -0i'1i'i( iK l!f `.{ i' �x le.,li r 4• Phone 305 355 8234 r 4y x x �."�, !�C 1 N .,{u f} { �.. } ¢u <.: l _Ff.£ 57' '<. { Fy tl f'i- {� f�1a'u �'4. V s}.q �5.. "°' "^1 �W..[ 1.'{.5 3:ti,..:.�.'�,n��li hSx'>C.�, �4. � a-C•3) ;�•.c.. i�.. .. 15i,lla-6.. '4",!; .0 - �" ."z4. .s"... ,. �h •I+.s S., L..4.':Y a..?`!M., _ _'�. .x- .3fsi,.-,:' ,Ay- 1-�rfi{„,,, .,. ,1y,."�J-M1!j+l- G .-,4. $l�:N.. . 5= k..• T i ,... }.' s{ (i FTF',-9i� 1-�L }'��.?. *t 14�"S 1 '� • f - i `t .✓S - x s t• a C- S2 ` 3 'd 3 u4' '' , h ?Description O th WorkProw e ambula ce -;ser iees4-o respond�toryLcal'1s frorn!the P H 4T a �thes ti fir �_Bs1 Life Support Level"(BLS); and/or 'AdVancedt fife Support �fr,' .aY�4 � x 1L (SAL S) le el onl • P: ari as sr " , requested basis "Ind ardditi(n also provide as requested, wheelchair tstretcher, ,and -am bulatory'u •., L-- .�. - FsF '4tt,, 41i i1 = - n i --:x c y',,,,, '" `-S t tnAtfiti{�A S-i i -u ' 3, t.>t � ' 4i . .transport services:for PYHrT=s pati entswho6require! roundtripfor_ gone way; transportation to'ornfro�+m Rk wy - 7'"J t r Si t?=5 r ti+fcit.t :,. -. - c�45-{ r'' y�.v } .ix • , ^n'"-['.:i5l�.^.G'Y�''• �v i` - 'E - ' i•'CMS iI ' li �wlP T,facltiesA �nbulanee services }willbe pro�vided24bhoursaday;Monday� through4 Sundays f S '?� * N 3 i .Y iT - ^ k• _' -i a Y -F ' Y '3i ' ` '` "t ." -! i ^i. s' - rG F tiX'i�3 G6`ht: t{ Wheelchair/stretcher/ambulatory transport services will also bepro idedc24 hoursta day,!MondayA ti.. �.),. aK 4 y J,14Tri'J. S. til i N� z'I 4 �, L 3 s i`aP 1)1-r V;1• Y r (:`L1 Ti Grh �-�- i z•. 'E..S by [�'f throw 11 Sunda ��,r ;- t * fry r a b y r',3T.hti- h<' g 4 Y ifh C'GS -{, R { } �i a`I.�.+my { itG 1- )°L .� wTji.. Yi\ Lq -'+''€v >:±w fiii �-,_5^. ..irk..., . �t :.. T �- e s S lC tnr Y r -ems' y i., i x..,. ,... __ . , fa _ 4 F,-,, _..K 7 ?Cc x See" ^: r n< qq - i. 3 ,)A [ t - 1 £ _ £' > -tip - �i L - - - -q•p vift M1 Pq L'C• h 3-1' �? {.� ' f4 ' i�.i( i t S.a. 4 : „ -..1' t f l}.S L - � : ;+ la -I k •.{- -t ; i. { �... - 1�'3-✓�•.l SG z • lvliarru. Dade AmbulanceiAecini res�with all Federarl, State {and `Local operatfir requirements foi, i N y1.L. ,'I:•, ? 'rl' i aL - i . L"Y §Fy'�`,}.Y y"•n �l�S 27 ? r-p -." rr -i. Y' _ iF .si IR. , '4 ''=h; s, the provision of�medreal transportation servicesCCS ci f . •i ty\ �. •' •F - i ? A •{ �)t F ,„ _.. 3 '�x3 A"f , 1• � _.: i^ r 'e.,(,_ i-St .L..tSfr1`:�1..fA ux,.;:ii e _- - {�S .-;.:EY ..rr.`3l.,k4 4� .,.,,%i .c �'ew. { . i. _ a 11 Ji 7, a.� r �r ,t..c _Y ,+�:r.!.�,. `W._.eu, .t_. - ,,..�. ...4 �.....T.L. --,(. ro s1.rr: P•,_ x3 Z 3 2 { , i l ig3t tg •�., •' Y"„, `•". "w A r9 Y. �' 1,.'G�j,'' �L' �.5., L Ott `rY Es.I r �. ' Y l �;'1zr 0, '.,�N ) -rT 'h'' a2iitr fF YiS. s fi.. �r-`--S fi•ti ,.-. 0 y .L 1 is L liz ! x'f .} fit.. o fares are collected i { { .S , £ .," cis ai '�_: -rx ,l *i s' y ; F.., •' Jrr _,f -. tt` tc•.. u. A.))����is T..h�.c('�t �'3._..."�_.5�..:EaY :"i :.;T ��.,��� .?'.� n.- 3 \k w...Jn.�y.: h•!-�' ��'�..s>^!_s><-..'L.-....h. .. >...�-. ;7m`��. k' :''' 3' . %: -''' . C L'i- n" k- } t at .i. Z' AL S SI '' 18}�i' it J '3S 'x`! LI 3{ 'Sr YYU y? l .art' F' }!`"'Ij •''xMram_ Dadembulance does operate a Call-Ce,�nter tortake patient?trip requests r T } 7 '".L.}pR F 4 i rl ��,,... .� . +, t.7� a� * t- . . ....x'A ,..n_ .. ,. E..i'.rt V _:..ts.. �T t _K 'ef.: :-,n. .U.. ,_.:2n,•nn i e.. .... ... _,v' .....i -s..l". .i�i.. ... r: ! .. , ,p.,gtv.'i;tj'1{P rY -�.. f R, § it $a ft•Y 1 t. ;y F z,r 5 �{ c ::.t„ . �ti r'Iv fhSV, v ill { .'# 3.}.3 ) $,- `• Lirr';'+1,) •.. -F},.' . c 4 yi ki .... ..rl.� %. y'i7 -v € • 'am.Dade Ambwulance complies wrth a1lykFederal} State and�Local operating requrrernents for idi LF� - 3 i -' i 1, `N'F'W ? 5L .y � , the provision ofMedreal CaretTransportatro•n 3 �t - - 1 f ,V• i }�' ,.... N-... -' _• 7...-� S--,J } 1�.....,:... �. ... {3ti _...j� Kt•t�� y 1 rl 1 Y 3ry ) . �'. ).m — C%...Re� .rr :.. _. _�.�x,. 14 :._,'7 r� Fi7 ^} �.. n,. .... 4rL.. :.� -. � t-.1".,,. �,..... 14IPage , NANWORTATir1N Aur RH, Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services 1,5 t �Ya "Ake? a 41ti .5,, 3 1-fia4+'^u>t.' �sr..1 ,,Z'�`,• it eh 411.F-_.?C]'�,.+�-C 0T.,' � 1"f .[Y-", g' i::1&NP''''k ' 'Li:",., . u-s. ,", 44 . 'i 1; .`ivy i 'l lena9��F�t iip°_llrltanzx4 ,�adelgou (i �r� e iii.trnent,10. e Mergen�cy°Managemetif�C$ on ract Holder 44tY? .vl ez^i�i.)!� ` %�r', , ,,• .,3;; 15--. tr t- rL4\ f tfrsti' 1 kN - ,.-Li",.'.n_2�-iy�v-v..SvA-fglii . pitlfd'iX...;'- - . g :r'f' tianspdilation �4mertca s Ainfi ance + tvtstoliV tanzt �Dadeflmylance�Serviee (1VIDAS �� ar �£ �s i %� t rc31�7v-�iLYY�F.:a.>Y.�:24i1s2G.T�asYxSir..adr.:'SfiX-,\'xir�✓,�94.PL';ai Al`i�Yt�'...yi+}'l.R��: =5', i�]"lF'.v[-.u'4"t,.,.�_E•SZ:a`T`�sfk-Kr > ate.. ue �+ 1 _.g i -. xe 4 A`�`'2+'.. '.v..h F „{1.4 �ii YL- ..'_.9,.'s :C {. ga, `-It. scrt-,N--' y f. +k ;M, :'- ry '+ 4.,•L.Msri.x�. -J. - fit'' j'�y ryy,'S'�"V'-s -- t,- PIAR�oTta"l Doilar=Va4luey.o�f� the;±Contractt: Approxzrnat�elyr'-$}15.0;a00g© O�Of,.:er yearn"y�_. + ` Y , ` Pi. .4t?n'gSAY;;-W f•. iltki e•'....ignMf:tlifit. ._u._ t l?g ,,:ti ., A}?A_'. yai;` &l iiz",i i?fis + ¢. t2 i5 `;i tp\`i;;2 G '4 '" Cs ;ti ink S.%Qiu % .Phis +Z y ,t a'v•_i'` may - ..', �`T? ..1 `3t 1-t4{ k'..iY/_5'.�'rkl.i� iHJ.5;z a-s.R . tom , . 6 -`U s.S.. - .. •2� .,' i `� i >9 3 �•. t- .i F r'£.3S' a -3 x ! Date Coveriu theyContrae Term,, ;are 2005 throw h Mare- .2010 . w h ' '' %�. , a s t w , ggiS'�2 ik... W .4511- Jt ilM F i- - "t z g f % ,., 1 �a. jw ,,,'..,-F .s; s n�i a_ :, �-���.assv.�(,,�cfrxxr s, -��..rrr„t.n, c,.,.+,rs,_.�t.._z c, .�f;�*fi�r'Y.,r:�`�` __.�-.. _ .o.,.., r. x2$c�t-.'_': ?`5i �,'s_.. t.`S.3'� j k ?@;ff4F5' .t{2' L.Ir.' iCi%Y C^L . Y ✓ A5."- 1" Af- .� y'f x•F - yr $ ,,,i' !'-''.Kl..zn y��j[-s 1. }AA- { `+.,'�R. 4}Ff t" N 2- 'r: y'i`i i, t y3 K. H 2 ,�J2n v' :`^S�tY',•_'rti`a+ x't_ � �Y--T 1 'jy.� U]itiles .s',, F.andFBLS ambula cn es '1. Y . ; 4.r'.* • Af Yty 3'f, •.:.7?:: ' _;?,,L ._:,-" ,:. T;..':kaf'%. v .6.. ctli alfriPc � �y�. .,f.f �.1. `-_ rd '''' ,. a l P.,e• ,:it 4. �r1.�.'��{ iiA. tY.._.t 3iiY.}F:'...Y `z`�..�_ _Y +R" fF` y i,"r' 9' sa.' •i� -i P''--3 3 4 s�-'' '' ,-:, , • s r •�T.Y'^�t , i 4 2 F� ,.. 1 (ti '�.. 1 `b' e, P' . .[z .` - ..k,`'a r-,A .i'� 3 5i atfillz l G ."s' 'c 'k ''`...3 A. .:;s' - �^'.:� fi r�, f • ai.-.:._ 4.f.:3 :a4: 4�lv::'?'i' `*�5 . f'" ,.. IT. _'tc+�''.'�. i..s� S,.4 ?•'1 i`, "'i: vc_s 1ini1kgncil .F:'''' gt i "' �,c. µ 'vi -4` ?'ss; �r.'aF ' • ay ; .7 .^. k�e s u.a s ;'yr , Y. �. ..`.� r.t- f -ysr 5- 3"' . {� '^"�'. i�+r: G{.t '3 Y � 4i �`+ y. ' } 4 p it %ri {fir 1:; x,�aRsidershi 51 15 s, r ; ..�.. F, -N.S'?}J il.k?`-:YJ�evkl i`'..i`iSj'N rct #c.J ..[^!LLvrSs i;,�-.r+y_. :'a�+SCv i .-. :''2ti:tiZ2+.1 rv`.'e ;"'e n �. ".r =r..,_ �tne.l.E`i.:'ly T,.�v .'i-S$ y9 ,� `^.1:i. .'w. ��1'.,la�i�t �ryry.. *`}r �f 4 .W�F'L k`*.�Y�.4#.'A `�'i ry-+r ��nkj' �i'++\}1 ).'K1 L4ttl5 Y R " Y�l t 'i 5.' Sa,i f e .� y.�`f1 4 r 46 3. S.rz _ S"J Sall "f,'.c it T`.J C�c .c� 'Sa,r r� r ^3 ,.. �" ' 4 T'+a' : ' i,. 3, %%' Ada u r 4lirr Lh :}ir . : ruoma tedaScheduling�Syem; Zyo1klRescneNetOEMSCAD �FR�_` '13n , s. :," $.,, i•"`+i� ,4 `Y" - J '' r 'r* ,h. -S l ^- i �',a4t {'y. -S H •• -g¢ ti-,�,. -' t o a S� €ir , x'F ♦�--+ .2r Vy L cZ a? 't':s-,9� . ivt'r 1igil tr � 2 g' i, � '� ih { dtl�.S �+c ` .k3 . lT l`� Ytf [ 'tt '}� ){ k '4}. %lam a 'i. t L •�[[. ClientrContde. t=Person Charles L Cyrilile y �� ., �. i:C�-sl1P'!)�y iV' .\, T+.•.ie�`nmi[�"„\�. i. �-h+ +�. iS }i-S..2! 4i 4 \;241t s'2 "" id '�+�vF' `=..lx Q. �'i+N'"7 i'a�c'"S t. 1a Tq� �c. .#'. ir.• P one /305\fL468 426ti h r yJy �a r. R , �• ., r' `% -�1- -. rT'5 - `u .f c'2 y. s.sL+��. 'l ~^,'.vl' t `y`5iij „r `x 'i`'�"t- lf.s+.3�7'^w a. q i 'al •xt' . yi t3`4ternt_ fly - ]sib r! ,�' .$+ fi''S,FE "5 -, N - y.r aJF .^ m %_1.\i�91, i,A S. M�q. �Z 'F ,.t - "' C �• Ft - ',. Jf`*., l .f .i. Al- •.+tk ,�r� °,,_3' i 41 F".rit • 1 I�lanager; �P1an` i ng & Logisrtresl Buiea r Department,of,Emergency- Management- Miami Dade v.- �. - "q r ', k T '^} ]� Y r+ ar s v n'l• �� our' "12- � .y+ Y ".'� �" iS 'i-'�R Y"'6 - t ...�1'_ 5�•-'[ tF`?' *tt�,fch'1c .,{( .> ' D�7,'sxry } iz. Y4 j ti : i1-n jT- t--xNt tY ,t* i v4 fi "' r% i C } �k``,(� r- r •`tk.`Y"C - A 1.�! ',.- ,,3• S 3. t =•. ,t• f4 ` :,,, '� •sf'- - } 1 3� Grk #�ti .' SC's2 - 1J `� X ., ,r`ra- e '' '.. ``L4° -},. a ncd -.a74 1. + c ' ..u> 'r_rv�`.E.;v .5 '. x„:Sa i -r i:4.3 �i`r'''' 's'.. .. ... - rn �vT. W \ �.,r,_„t: ''a 5' at/._ -:,<a ' �..a' G^ "_..Lg <'x ---5 - •-•1:, s ;..t, - %x*,"':6'a'�{'�=,^i`��:+v,";'A py,' :�:. F:*\;.:i+%n."' - y�fL�y. e1.-: it{F"`\", ` -r =i-... ,,, ,"/-. .e ^-1 }"'+fF x �- 'Y L_1. �i' y' '^i- .. J 5�.'y ��r(r iiY' C S• '1`=.:P.� er. YiT� STT '1: >,,t h\_{'"MS. C itS �Kc+'^ '2 • escnpt n�of theTW.ork` .Providing arnbulance, servicesto respond to,calls; +rom fherMllami _ Dade`; ('BLS); and%or t ounty_ Departure t; of Emerge pie" Management aat th6 a I Life upport HLevel AA r� ylz 5 8r Si +2t. i £ ,R i 1 52r•A: .'� 1 i ..\y .. 14 - r 6 L F'.F`"" .., �a t�Advanced Life Support (ALS) level„on, ..!oni,as needed basis ,:,,. .„..e,, �i 'u�r,'>, �' x* i i -., ;tI + i'.t+ r--"Lris.s�t ,, r' �-� die 3C"+ n i. E? + -c5i dr . f.. -...,.x _ �kYk ili':3F.... _ : ti,. u;hiF '3,'R 4.',.�'„ ,., i.P.w54'u hi.?:nr._r1 :`�,�{�.t.t, � ......2...4;._.. , r .s ,r.._ Xr: `iC., ......_ � - .. .... i, t.5 ( ' Jrl, fi -4- v ei '' +•} - tt r I - T'' m ' t 4 , i( tU. - 2 `\ ffa� Sz rT^4 y C - A � ez�: = ti 1 k' J73 t T r,. ' ' Y 4i , .A..: a3 ,, 17` J '4- ` ,WFAAA Y +25 '' yJ -s , y'r i71 - .1 $ i 3. ?i i.5 i ,� � 1 m. �- r� -.�v'i is , a�4.`� rr�i.^., Cr, '-� rc" r en z bt �y�+ t 5h. rR� x• Mramigade Ambulance Service complies wrth'�''all 4-Federalr i52;Statesr�'andLocal' operating p..'_."q ,_ ,�t3''t."k•' r z i.,-- }i.•-2 i ' 6�' .}- :,., ,-.... `r'. 1- ., .: ti Y F regurrement for4he provssron of mSed lea transporta k sery ces ` ,: y , 3 `spy : aJ4 P.,'4 x Y' '_ .,r F2+ L i. A {%fl91 t'C ri�;tr'- •'+S '}Y _ �3 R'. u'�,% �.e - 4,.'Y tR.ii r lL 1� ! y-, 't. k E A .`..,a `'� ,[t•.. i. fS`. "I2 - - y 'S E'er-,�A+Y�g.�-f \YL tr Y -. awn (-: Ty 0 J hh ' ^'eM •F� Si W y r h y'. l i,.$••','s..) k�f. �[ i' W 2 i L�+ . �•��Notfares�are=collected-���.. � � + � >., � xa � ` u � � �X� 3�,� � �.-�i � � � , �..f� ? � �: F, fi 3 ,�"3 . hl f,e.k ° t ¢- .- . uv lj� r r fr : P > Wi >?~. ..�"i....r,�..._.F:~:�.s :v'^r.C.. �a-�'.`�q:.M.-,,,t,..� s -. a., ..,.�.:;.,It- ,.tom. 7 � } _?: M � S E .<, .» iF, �2YK 10.4A `n. "'31A- 4 k 9 r, : ,. t: s .. - � en.3' it d e ,� • Mrarn Dade In ulanee - en�rceFdoes.operate a`Ca1l1 Center to�taketpatlentjtriprequests '{ A f� -�-i�,5"Y-. '3��.. .n,� _,�„�s�' .R.mi+c, ...`!.....n,.-,� a.?Dlti.:.x1�t?a ,.i. .. atS_2r. 'N�},�..v4c.+s; �.-.:.:.�an'L �.� �t7.� 1. �.+.":.M c�?;�C.. 1 -'S: � 'b t .r!F€.s�.: z.�- -. rlgit 21h - aw.F� f:; n - - �''' ua - 'a ztitrgi y s.,r.,�f,+ rX e y 2a S.R _s` t.,AT �.a .:. ,r"-5,':- jt 3`ry t.j - - fiigti r3. 4.5i'ti.�" k9ttt S.eT,>..:9 �.ti: -'.tV. '.,. 1. S.� - t'' l .s�"t �t.l w ,�,.3 j41- 5tr% -4t '� e ,rtF S La yt„ 4 } b -< f `i) . - ±IL '_ 4- --' "Fi J" S\ \ i+ t, i4i' ' ,1� S t?-. .'h L ..r' • - Mtrarru Dade Ambulaneel%comp1res 1Jw,-rth all Federa l;�State and }Local"'opeiiating'srequirementst for -%-_ 1 VA\Ra�- r'i'. l i Y r W' i, - L 1. L �F JV t F tt 1 `2tLe•v _- tll y �..p thetiprovrsron of mearcal?itransportatronriservrces - - -�„�"� fi6L • 1-- , ..a afis n,_..-:va' 2' v o1 _: g T { `.. t-Ix `'_' F }• <� {r' - ..w. „r. 7....., a:, ..,... . ... r,:r_ ..,,.,. ... _._.. r. ... .,,.. .. _.. v'.Y_: _ z� ., _ .��' ..,.,.X,. .., ._ __. ... _ 15'Pau• ThA /5111%,AY 0 /.MIXPI:h Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services D. Proposed Organizational Chart Transportation America will serve as the overall manager of the project, utilizing the local assets and experience of two City of Miami service providers. Our management approach is local and hands on, the Call Center and scheduling function will be based in our offices in Miami was well as our vehicle repairs and drivers. The organizational chart depicted below portrays the management relationship. Transportation America's corporate structure is lead by Ray Gonzalez, President, and Rene Gonzalez, Vice President. This structure operates in lieu of a Board of Directors. ;rr porr+on 161Page I.NtMATAl111N AM,., Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Robert D. Beers- Project Manager Robert D. Beers Operations Manager, Safety Director and Substance Abuse Management and Program Compliance EDUCATION Poole Technical College 1982 to 1985 City and Guilds in Automotive Technology Miami- Dade Community College 1997 to 1998 Knowledge of Microsoft Windows NT 4.0, Novell 4.11 SFT III, Novel 311 SFT III, Windows 98, Windows 2000, Microsoft Office 2000 The English Center 1999 TCP/IP, Windows NT Network Administration, Networking Technologies, Micro Computing National Safety Council 2002 Defensive Driving Instructor DDC4 CYRA 2002 Certified Trainer for Passengers Assistance Techniques and Sensitivity Training U.S Department of Transportation TSI 2003 Substance Abuse Management and Program Compliance PROFESSIONAL EXPERIENCE Super Nice STS Miami, Florida Operations Manager, Safety Director 1999 to present and Substance Abuse Management and Program Compliance Oversee Paratransit Operations, including, driver and vehicle compliance, billing, payroll, Drug and Alcohol program in accordance with the Federal Transit Authority, monthly safety committee meetings with Risk Management and field supervisors and crystal reporting. Manage staff in excess of 150 employees. ROI 171Page TanNcn)ava Ic1N MAI RICA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Robert Beers resume continued Medical Care Transportation Florida Operations Manager Miami -Dade Ambulance Service Information Technology Manager • Oversees the Call Center and Dispatch Team Miami 1999 to 2001 Miami, Florida 2001 to present • Supervises the Scheduling Department which routes approximately sixteen hundred trips per day. • Certified Drug and Alcohol Prevention Officer • Liaison with the Risk Management and Compliance Officer and develop programs enhancing passengers and drivers safety • Administrator of a Windows Server 2003 Network of ninety users. Comsis Mobility D.B.A. Intelitran Miami Florida Consultant 1994 to 2003 • Advise the General Manager in reference to scheduling of approximately 3500 daily trips for the Special Transportation Services brokerage project. Comsis Mobility D.B.A. Intelitran Miami Florida Operations/M.I.S. Manager 1994 to 1999 • Supervised the scheduling department, which scheduled approximately 3,100 daily trips for the Special Transportation Services brokerage project. • Liaison with transportation companies providing services to the disabled community. • Coordinated service related issues with social service agencies. • Monitored invoicing and billing of Metro Dade Transit Agency • Provided statistical data, client information, and section 15 reporting to Miami -Dade Transit Agency 1 181Fage P.N {MP I.l IfN MO PICA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Robert Beers resume continued • Administrator of a Novel 4.11 SFT III 50 user network. Administrator of a Microsoft Windows NT 4.0 five user Network. On call 24 hours for system problems. SuperShuttle Miami, Florida Dispatch Supervisor 1990 to 1994 • Dispatched approximately eight hundred trips per shift per day • Dispatched the activities of 140 drivers • Quality control of dispatching system • Coordinated large group transfers with the Sales Department. • Acted as a liaison between Miami International Airport representatives and SuperShuttle curbside Customer Service Representatives • Processed passenger complaints and concerns • Handled passenger complaints and concerns • Scheduled drivers' shifts to guarantee minimum wage and to prevent unnecessary overtime 191Page Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Assistant Project Manager Zev Naiditch Zev has worked with his father - David Naiditch a nationally recognized leader in the Paratransit Industry the ATS' General Manager for the existing Miami — Dade County contract for the past ten years in the management of the MDT's Special Transportation Services Program, and is an experienced paratransit professional. David Naiditch is recognized as one of public transit industries most capable and experienced paratransit managers. CURRENT POSITION RESPONSIBILITIES Primary Contact Person for Miami -Dade County • Responsible for all accounts receivable, accounts payable and cash management. • Submits weekly, monthly and annual reports from ACD Reporting Systems, and Management Information Systems, including Microsoft Excel and Access. • Manages Department responsible for auditing drivers' manifests. • Manages Subscription Department and oversees day-to-day business and office issues. • Responsible for overseeing and establishing company policies. • Meets with management to review day-to-day adherence of policies; counsels employees, and engages proactive planning to minimize HR issues. • Involved in development of RFP and IFB responses. • Reviews and ensures thorough knowledge of each contract to successfully meet contract requirements. 201Pac2e ,.A1.ma...,nnAMIk,VA ;t" ces`+ri Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Zev Naiditch resume continued CAREER HISTORY • 2004 — Present Assistant General Manager, Advanced Transportation Solutions (ATS) • 1999-2001-Veterans Administration, Boston, Massachusetts Brokerage Paratransit Project EDUCATION • 2002-2004 Masters of Science, Management Information Systems Nova Southeastern University CREDENTIALS Experience with Dbase, SQL Server, and Microsoft Access and Oracle Data bases. • Created multiple Crystal Reports for billing and general data needs. • Experience writing scripts and ad hoc SQL reports to retrieve data from databases. ,...H.R,a,.,ION 21IPage Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Safety & Training Manager RAUL ALVAREZ 2766 N.W. 62nd St. SUITE 111. Miami, Florida 33147 Phone # (305) 634-5511 Fax # (305) 634-0601 Raulalvarezpi@hotmail.com Advanced Transportation Solutions (ATS) — Miami, Florida Safety Officer 2007 to Present Responsibilities include: • Development of comprehensive safety programs • Monitoring accidents, incident investigation and review • Maintaining appropriate safety records and statistics • Evaluating the effectiveness of the safety programs by analyzing internal and external reports • Updating and monitoring System Safety Program Plan, Security Program Plan and Hurricane Preparedness Plan • Coordinating distribution of safety information including lessons learned from official and nonofficial sources • Drivers' screening including criminal background checks and Motor Vehicle Reports • Development of Driver Policy and Operations Manual • Development of corrective action plans for prevention of recurrence of accidents, incidents and other service -related difficulties • Advising Chief Executive Officer and General Manager on issues related to safety of vehicles and equipment, staff, and drivers • Policy development MEDICAL CARE TRANSPORTATION, INC. SUPER NICE CAB CORP, MIAMI-DADE TAXI, INC, and MIAMI-DADE AMBULANCE SERVICE — Miami, Florida 2000 to Present Risk Management and Compliance Officer Responsibilities include: • Development of safety programs • Accident investigations and reviews • Drivers' screening including criminal background checks and Motor Vehicle Reports 221Page TUNt.nNIATION MAIRICn Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Raul Alvarez resume continued • Advising Chief Executive Officer on issues that are related to vehicles and equipment, staff and drivers MAJOR ACCOMPLISHMENTS: • Reduction in number of accidents by 60% over a 20-month period • Expedient processing of complaints and preparedness of response • Development of corrective action plans for prevention of reoccurrence of complaints, accidents and other service -related difficulties • Quality assurance expedited Related Experience: FIRST COMMERCIAL GROUP COMPANIES Miami, Florida First Responder, Accident Investigator 2006-2007 SOUTHERN GROUP INSURANCE Miami, Florida First Responder, Accident Investigator 2000-2006 FLORIDA AIRPORT EXPRESS Miami, Florida Risk Manager 2000-2002 M.IAMI-DADE AMBULANCE SERVICE Miami, Florida Risk Manager 2001-Present MEDICAL CARE TRANSPORTATION, INC. Miami, Florida Risk Manager 1995-Present CASUALTY INFO -SEARCH SERVICES, INC. Miami, Florida President 1992-Present Managing a full-scale private investigating firm TRANSPORTATION INDUSTRY ASSOCIATION Miami, Florida Insurance Adjuster, Accident Investigator l 996 -1998 MIAMI-DADE TAXI, INC. Miami, Florida Risk Manager 1993-Present SUPER NICE CAB CORP. Miami, Florida Risk Manager 1990-Present 231F> tg e 111.WCIIIFlAllllH AM, niro. Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Raul Alvarez resume continued CLAIM QUEST Miami, Florida Licensed Adjuster, Accident Investigator 1999-2000 SOUTH FLORIDA FREEDOM SELF INSURANCE SERVICES Miami, Florida Accident Investigator 1988-1990 MINORITY SERVICE, INC. Miami, Florida. Accident Investigator 1985-1988 INDEPENDENT OPERATORS ASSOCIATION, INC. Miami, Florida Accident Investigator 1983-1985 SUPER YELLOW CAB Miami, Florida Assistant Manager 1978-1989 Training and Certification: State of Florida: Licensed Private Investigator Florida Department of Health: HIV/AIDS Learning Program. National Transit Institute: Advanced Mobility Device Securement Skills Development Workshop Understanding ADA Paratransit Management & Operations Course Understanding ADA Paratransit Management & Operations Course National Safety Council: Learn to Teach DDC4 Certified Defensive Driving Instructor US Department of Transportation, Transportation Safety Institute: Fundamentals of Bus Collision Investigation Transit Bus System Safety Federal Transit Administration: FTA Drug and Alcohol Program for Reasonable Suspicion Supervisor Training Miami -Dade Ambulance Service: • 24!Page TIUNtroRTAl111N ANI pltA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Raul Alvarez resume continued Defensive Driver Instructor Workshop Emergency Vehicle Operator Course University of Miami: Emergency Response to Terrorism Community Transportation Association: Passenger Service and Safety (PASS) Train the Trainer ATS: Professional Paratransit Dispatcher training JJM Transportation Consultants: Train the Trainer Basic Drivers Skills Evaluation Q'Straint: Wheelchair and Occupant Securement System Training Program Maintenance Supervisor Jose Duarte Transportation America will assign a full-time Maintenance Supervisor, 100 percent dedicated to the paratransit vehicle maintenance activity, to ensure that City of Miami maintenance standards are adhered to. This position shall be separate from the Project Manager or Assistant Project Manager and the selected person shall be approved by City of Miami. The Maintenance Supervisor must have a minimum of five (5) years journey -level mechanic experience and a minimum of three (3) years experience in maintenance supervision of ten or more mechanics. The Maintenance Supervisor must be legally licensed to operate all of the vehicle types used in the paratransit service, as well as maintain a valid medical certificate and any other licenses or certificates required by applicable federal, state, or local regulations. 051 25IPa4ge 9FANlMIRTAY ION MAIN . Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services 5. Financial Capability Please refer to the proceedings pages for Financial Capability Information and other related information 26'Page 1 RAN crORIAT KIN AM I RI, TRANSPORTATION AMERICA, INC. AUDITED FINANCIAL STATEMENTS DECEMBER 31, 2009 TRANSPORTATION AMERICA, INC. AUDITED FINANCIAL STATEMENTS DECEMBER 31, 2009 TABLE OF CONTENTS PAGE NO. REPORT OF INDEPENDENT CERTIFIED PUBLIC ACCOUNTANT FINANCIAL STATEMENTS Balance Sheet 2 Statement of Operations and Retained Earnings 3 . Statement of Cash Flows 4 Notes to Financial Statements 5 — 6 Agreda & Co., C.P.A. (:F RTIFIED PUBLIC ACCOFNTA_NTS & CONSULT.AN'TS 6915 Red Rd, Suite 208 4 Coral Gables, FL 3314:3 Tel.: (305) 661-4441 0 Fax: (305) 661-9994 E-mail: aagredacpa@aol.com Report of Independent Certified Public Accountant To the Board of Directors Transportation America, Inc. We have audited the accompanying balance sheet of Transportation America, Inc. as of December 31, 2009, and the related statements of operations and retained earnings, and cash flows for the year then ended. These financial statements are the responsibility of the Company's management. Our responsibility is to express an opinion on these financial statements based on the audit. We conducted the audit in accordance with generally accepted auditing standards. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting -the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that the audit provides a reasonable basis for our opinion. In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of Transportation America, Inc. as of December 31, 2009 and the results of their operations and their cash flows for the year then ended in conformity with generally accepted accounting principles, acp4 2 , 00, Miami, Florida August 26, 2010 Transportation America, Inc. Balance Sheet December 31, 2009 Assets Current assets Cash $ 6,946 Total current assets 6,946 Other assets Investment in Advanced Transportation Solutions Loans to Shareholders Total other assets Liabilities and Stockholder's Equity Stockholder's equity Corrirnon stock - $1.00 par value, 1,000 shares Authorized, 1,000 issued and outstanding • Retained eamings Total stockholder's equity Read notes to financial statements 2 373,299 37,750 411,049 417,995 1,000 416;995 417,995 417,995 Transportation America, Inc. • Statement of Operations and Retained Earnings Year Ended December 31, 2009 Investment Income $ 920,301 Total Income 920,301 Operating Expenses Licenses and permits 150 Taxes 356 Total Operating Expenses 506 Operating Income 919,795 Other Income (Expense) Investment Interest income 14,652 Meals and entertainment expense from Investment activity (95) Contributions from Investment activity (2,102) Depreciation expense from Investment activity (15,292) Total Other Income (Expense) (2,837) Net Income 916,958 Retained Earnings, Beginning of Year 5,558,261 Distributions (6,058,224) Retained Earnings, End of Year Read notes to financial statements 3 416,995 Transportation America, Inc. Statement of CashFlows Year Ended December 31, 2009 Cash flows from operating activities Net Income $ 916,958 Adjustments to reconcile net income to net cash Provided by operating activities: Net decrease in investment in ATS 122,284 Net cash provided by operating activities • 1,039,242 Cash flows from financing activities: Distributions Net cash (used) by financing activities Net (decrease) in cash Cash, beginning of year Cash, end of year Read notes to financial statements 4 (1,039,748) (1,039,748) (506) 7,452 6,946 Transportation America, Inc. Notes to Financial Statements December 31, 2009 Note 1 - Summary of Significant Accounting Policies Transportation America, Inc. ("the Company") was incorporated under the laws of the State of Florida in June 2001. The Company's sole purpose is to own and manage the majority of the members' interest in Advanced Transportation Solutions, LLC ("ATS"). ATS was organized under the laws of the State of Florida in June 2001. ATS has a contract «yith the Miami Dade County Transit Agency. Per this contract, ATS must provide paratransit service required by the A.D.A. transportation guidelines. Accounting method The Company prepares its financial statements using the accrual basis of accounting in accordance with generally accepted accounting principles; consequently, revenues are recognized when earned and expenses are recognized when the obligation is incurred. Cash The Company maintains its checking accounts in a major financial institution. The balances are insured by the Federal Deposit Insurance Corporation up to $500,000 per institution, At December 31, 2009 the Company had no uninsured cash balances. Income Taxes Transportation America, Inc. is an S corporation and does not pay income taxes. The shareholders of the company recognize the income on their personal income tax return. Use of estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the amounts reported in the financial statements and accompanying notes. Actual results could differ from those estimates. Note 2 — Investment in Advanced Transportation Solutions, LLC The Company owns 58.38% of the outstanding member's interest in ATS. The investment balance agrees to the member's equity interest in ATS, Note 3 — Going Concern The Company derives all of its investment income from ATS, Any negative effects of the operations of ATS will. materially affect this company. 5 Transportation America, Inc. Notes to Financial Statements December 31, 2009 Note 4 — Subsequent Events The Company is currently bidding on certain transportation contracts in the United States, If any of these contracts are awarded to the Company, it will have a material effect on the Company's operations. 6 Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services 6. Equipment and Facility All vehicles required under this contract will be provided and owned by Transportation America Paratransit Brokerage Division, ATS. They will manage the replacement and the expansion of the fleet as deemed necessary over the course of the contract. We will utilize our existing fleet of vehicle in this proposal and will change vehicles when needed. Transportation America vehicles are maintained in-house at a 100,000 square foot state- of-the-art maintenance facility, which is owned by its principals. It is located at 2766 NW 62nd Street, Miami, FL 33147. The facility is equipped with the following: • Snap On Scanner — A computerized device that is used to scan the electrical systems and the engine and provide diagnosis of faulty functions or parts. • Three SPL 8000 Hydraulic lifts • Six Bear Hydraulic lifts • Chief E-Z liner SR22 — A machine designed for the purpose of alignment of vehicles' frames • Ammoco disk and drum lathe • 150 Kilowatts generator • 40 horsepower ingersol Rand air compressor The maintenance of the vehicles operated by Transportation America and the companies owned by its principals is done by six mechanics. All of our mechanics are certified by Miami -Dade County Department of Consumer Services. The Maintenance Department is supervised by Mr. Jose Duarta. Who has over 15 years experience as a mechanic with 5 years as Maintenance Manager. Mr. Duarta has been with Transportation America for over 12 years. The clients using The City of Miami's service will benefit from the fact that Transportation America vehicles are maintained in house. The complete control over the maintenance allows for safer operation of the vehicles. Transportation America vehicles are in full compliance with County, State, and Federal Codes. They are maintained to meet or exceed the manufacturer safety and mechanical standards. MVO' • 35IPa2e 1 IUN IMIRTATIfN AMI kIG Transportation �' America K� � '��� �� �~ U ����������x ��� ������ ��������K~�� � ����� �������8� � ��n u��U��s _ VehicleNuh1ber � ' \Ah � ' 746 IFTSS34L63HA48469 ' Model � E-250/46L VdhYear 2003 ' h��Type --_'_~- VV/[ _'V���___�� : `_ FORD 753 1FBNE31L54HA95510 FORD E-35O/S4L 2004 P/VAN __ lZ 0 FORD E-258-4.6L 2007 VV/C 5 I FORD E'150/4.6L 2000 P/VAN 12 O FORD E-250/4.6L 2003 VV/[ 6 2 FORD E-250/4`2L 2003 VV/C 6 I FORD E'550/5.4L 2000 Vy/C 5 Z FORD E-I50/4.6L 2005 VV/C 6 Z FORD E-250/4.6L 2006 VV/[ 6 Z FORD E-350/5.4L 2004 VV/[ 6 l 810 1FTNE24VVO9DA82688 FORD FORD E-250/4.6L 3 VV/[ 6____ 6 I 2 2009 IFTSS34L73HA84851 812 1FTSS34I95HA14309 FORD E' 2003 2005 6 Z 2- FORD __ E-350/5.4L Vy/[ h 813 980 B _ 2 2005 V� 6 Z I _ 813 1FTN524VV55HA60701 _ FORD _ E250/4.5L _ VV/[ 6 614 1FTNS24L42HA79760 FORD E'350/5.4L I002 VV/[ 6 2 815 1FTNS24VV25HBO0253 FORD E-250/4.6L 2005 VV/[ 6 Z 816 1FBSS31L95HB23192 FORD E-350/5.41- 2005 yV/C 6 2 817 1FTNE2425YH[O0142 FORD E-250L4.2L I000 VV/C . 6 I 904 lD4{;P24R]7Bl35294 DODGE [ARV4J33L I007 P/VAN 7 0 F - 905 } 2D8H044HO8R7042I8 DODGE G.CAR\/3.3 2008 P/VAN 7 O Transportation America's Proposal in Response to RFP Number: 274276 RequestforProposals for On -Demand Transportation Services B. Proposer's Planned Equipment Excluding vehicles 1. Telephone Systems — Transportation America's Paratransit Division (ATS)• has spent more than $500,000 upgrading its existing telephone.systems to provide the high quality customer service that paratransit riders have come to expect. Our lnter-tel Axxess Phone System is a state-of-the-art Call Center management system that has robust capabilities for the call volumes anticipated. The Inter-tel Contact Center module of the system provides real time as well as 'historical reporting. The system's OAISYS Recording Module can record all necessary phone calls and will store them for up to six months. Transportation America will utilize an Inter-tel Axxess phone system for this contract. Initially, the system will have capacity for 14 phone lines, with the potential to increase to 70 phone lines. The Inter-tel platform has an automated call distribution (ACD) capability built, in. ACD functionality will enhance customer service, as it places calls in order that they are received, as well as minimizes the possibility of a call being put on hold while other calls are handled. This will be available if the Call Center Option is chosen by City of Miami. For reported purposes, both for live and historical, Inter-tel Contact Center software will be used. This software reports on critical Call Center data such as, how many calls are waiting, how long the longest call has been waiting, individual agent status, number of phone lines busy, etc. This data and much more is available for real tirne monitoring, as well as historical reporting. Transportation America is proposing an Oaysis Recording system which will record all calls and store them for access for up to 6 months. Recordings will be made available to City of Miami upon request. This option will be available if the Call Center option is chosen by City of Miami. 2. Office Computers At Transportation America, computer hardware and software form the backbone of what we do and the reason for our smooth operation. Keeping these systems running at optimum and peak condition is critical. People are Transportation America's best and most important resource, but making sure the tools are in place is a focus of our management Program. Our computer system and information plan is simple and incorporates 5 key elements: Part 1 — Preparation Part 2 — Software Maintenance (Backup, Temp Files, Fragmentation, Registry, Updates) Part 3 — PC Security (the 3-pronged approach; Security vs. Usability) Part 4 — Performance Enhancement (OS customization, hardware components, memory) 37IPage 14../00¢IATI!\N Aul¢I�'A Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Part 5 — Hardware Updates (Finding what you need; where to get what you need) By following this approach, Transportation America has been successful in accomplishing the mission each and every day. This means our customer -partners receive the highest quality of service and support possible. 38Page ?t�N{h1RlAl1I1N /w1YIG. Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services 3. Software Please refer to the proceedings pages for Computer Aided Dispatch Software Rescuenet By Zolldata IY 39IPage RescueNet® Dispatch makes call taking and dispatching for emergent and non -emergent ambulance organizations more efficient, economical, • and organized. It's designed with a Windows® -based user interface that is easy to learn and intuitive to use. And it shares information with other RescueNet applications in your organization. RescueNet Dispatch is an enterprise solution that supports your emergency response and data management responsibilities for EMS. It enables users to enter, maintain, retrieve, and utilize important data throughout your operation. With RescueNet DispatchPRO you can not only create more accurate deployment plans in significantly less time, but also monitor and react to dynamic events in your business as units get dispatched, and route vehicles intelligently. b S..„lL��+.Fia�f}'a,t.i 2 A subsidiary of ZOLL Medical Corporation RESCUENET:DISP'ATCH - PowerfulFeatures for your Dispatch Center • A completely configurable user interface allows each of your dispatchers to arrange the position of the modules and the information displayed so that they can customize the look and feel of the application to their own work habits. • While preparing for incoming incidents, the system provides dispatchers the ability to be constantly aware of the location and status of all available resources with integrated AVL and field -enabled status updates via the optional mobile device. • The system recommends appropriate resources. for specific incident types and automatically communicates response assignments to affected units. • Once responders are en route, the system presents pertinent incident information to the dispatcher, and communicates it to responders. • You can have snapshots of your dispatch information captured each time a trip is assigned, so you can review them in QA later. A high degree of flexibility is built in so you can fit the system to the way you do business. At the same time, because the software is off -the -shelf and has a • large user base, you can rest assured that it will keep up with, and even ahead of, the changes in the marketplace. i Streamlined Emergency Gall Taking and Dispatching A dedicated emergency call taking screen designed' for rapid capture of basic call/patient information can minimize response delays. You can keep dispatchers on top of important trips with urgency indicators and alerts. Ensure accurate response with address verification of all service locations. Maximize resource efficiency with the optional state-of-the-art SSM module; and the command Fine allows dispatchers to keep their hands on the keyboard without having to rely on the mouse or drop -down menus. Supercharge the emergency call-taking/dispatch process with: • Powerful mapping, GPS vehicle tracking, and transparent dispatch paging • Integrated flight dispatch and tracking • Integrated ANI/ALI 911and ProQA interface • In-depth response profiles and flexible SSM • f 4:� I+�N9 6fiyelaP>¢q yp Omnr,1lMM�lip;OYD,4 , �Yp 4AJ T' �3.' i:5.1Ce1�._`T'3�+ �' )✓ - fit' ..'e•+ .Ii'(x'ie":xPJ,€6rly :+''f61ei1;_i JI?�1_`_'1, iK- 8.A t;181��1rm'rPil,o.'rIF'I�aJ«'3S:c`� a1� x^i', N' I�43a6'riIDC-'Ii'I".Gi�P•ii`�.i0 17ATI,IG'FEIImS3t123611IR017i1=11111 fi'^' „11tT.�IDIR V-lawrTlfu'Gr®C�.®Lll' C+^'r•®"�d7�'.'IR® J1 ayllSfS�iiif-Tilts teo....ai ,.�. rr.:.pc! I V Io 1 p I IRYe j. ----! �`1 DALE .r.ef 0MM= 01L4 mli'Aik m_CF1041'JJ1R If /il4r1LiU1` -1" • _ IIM.wFeI.RIW 1411V. T I �l�:it.'^.YY,Irt..•R�: MLIM,di:t:Dm01161.7!1,n1-'.3..�}}... :letWS1.a142. '717. 61,yA,�••••" (�LLi:Bn�rt?HHt:1tW.,MitafM.IVL1➢J 9L.TC1':S"�.•.`.: ,wnv. U. ccu Fast, Intuitive Dispatch Functions Everything you need to see is right on the screen... color -coded, fully drag -and -drop enabled, organized by priority, and displayed on a single monitor or across multiple monitors. You can drag a call on top of a vehicle to assign it, or double-click a trip to time stamp it. If you're using dispatch paging or the RescueNet Nomad mobile data system, the crew is immediately notified. Never lose control...automatic alerts, response profile flags, candidate rankings, SSM out -of - compliance warnings, diversion expiration reminders, and calls for flight position updates keep you on top of things during the most frantic times. Customize your view to fit exactly with the way you like to work, and filter the dispatch module to display only the trips and vehicles you need to see. Efficient Non -Emergency CaII Taking Do it all in one well -organized window, from recording basic service information to setting up detailed, automatic standing orders for a customer. Automatic defaults reduce data entry for your most common trips. Powerful look -up tools make it fast and easy to find existing customers and facilities. You can easily schedule a return trip and/or set up multiple -frequency standing orders at the same time that you add the original trip. Use speed codes to rapidly nail down key data throughout the call taking module. Capture procedures and medications or, if you are using the RescueNet ePCR Suite, you can automatically import them as well' as other key trip information. Quickly add alerts that need to be displayed to the dispatchers or paged to the crews. And rest assured that all of your activities and changes are recorded in the trip's history. 1m1a'am !EA d+.wurn.l xw.MaY.u:,,2.:t(.PAfl tl..:.%a?,im 5.-.1 1t I,Mr Galni!, ,, 1.1." . ,,: • e e 14..,,,:r1.1Pti• Or(W.! 0.1 PI 1nll,41illea •l Uks.t.?PtllhM lvm.,,,.lrt.OIM)eee.11l,.A,-4 h,,, 'l1+i®�EiOmmo [PIOST*WIf.Kr(:4t!%W�iirVii Nn:, ven—V` ; %11, tl;; I - 7.W1if-d.Opl:.•n�.S.�-5xu.r•ctmvrd- . 1.1..1_yp, 'gym. 10fa.....Iwis..5:.. -r^ r:gyR'Wk,,c*y>,,,,iF:o .1. —,i i,e 1,..-1,m Ci. . 1,,LIGtEIWf0114K4n,- -,'r Ju. .I ; k (- ..-1E,, x , ,% sr _i 4;a„a E ' J t..% t -,a Y -I. ran 1'.. Y..:> ..r I >sa.,. Ilto�«r ucl...tetL"- J�w,• ,m. .. 3M...*.nR,1A .` ii,rmyr .:±1 .:41*...M.M ,. J ,....!f. ', G+miP,4,1..sy,o_Ir .sru J1 1r.. �+t„Y,,-,. ...,....., ...� R r a +r+e Jrs + t rr' 4- i JI ri r c:� a.,wtl,wank 1u41,,v--.te-I :i: .'>— `+-.b'ti,x lr2-4: . 7 it =-.. ^,..s- � -_ - i- l ::,.,,,,� _:: 7..' '� J • Capture and Save all Important RESCUENET DISPATCH MODULES - Customer Information Get More Out .of Your Investment Add customer information only once and make it available to everyone including billers, and use the information for future trips. Use geocoded residence/ facility addresses to automate appointment time calculations. Powerful look -up tools make finding existing customers and facilities quick and easy. Automatic SSN verification eliminates duplication and you can easily add and sort customer's payors. If you .are using RescueNet Billing, payor-specific default charges are automatically added to the trip based on the call type, priority, and zone. You can capture all secondary information from this one easy -to -use dialog box. ,.record alerts that need to be displayed to call takers and/or dispatchers, add the customer to groups, make note of permanent addresses and legal representative, and add dispatch comments to be included in pages to the crews. Use speed codes to quickly add existing employers and personal doctors, and capture HIPAA notification information. In -Depth Reporting RescueNet Dispatch comes with over 100 prebuilt reports. Because all your dispatch information is captured in one central database, you can quickly set up ad hoc, customized, and scheduled reports. Easily export reports in a variety of formats for an overall view of your dispatch operation. There are a variety of modules associated with RescueNet Dispatch designed to enhance and expedite tasks associated with dispatching. From paging to trip scheduling, you can ensure accurate and efficient call taking and dispatching. Paging Module Reduce radio traffic with a paging solution that integrates with RescueNet Dispatch. The paging module enables you to integrate RescueNet Dispatch with alphanumeric pagers for dispatch functions as well as general functions. Paging reduces radio traffic, which can have many positive effects on your dispatch center including: ,• Refocuses the dispatchers' responsibilities to managing the location of vehicles and crews waiting for calls. • Reduces the amount of redundant information that . has to be shared via radio between the dispatchers and the crews. • Allows for more expedient communications of call information to the crews in the field, because the paging application can be configured to automatically send call information. • The dispatch center can provide the crews with more information via a page than they may ordinarily have time to communicate via radio. • Advanced Notification for Managers The advanced notification system can extend the capabilities of the paging module available to RescueNet Dispatch. The application allows you to page configurable information to your management team to keep them informed of real-time conditions that affect Your business. Get instant notification of delays that cause customer service issues, notification of calls that require supervision, and other notifications that provide a live picture of your business on a real-time basis. System Status Management Module The system status management module enables the creation and maintenance of system status plans to help your organization achieve the fastest response times possible under any circumstances. An unlimited number of plans can be defined based on variables including vehicle availability, vehicle types, zones, time of day and day of week. Module benefits include: • Reduce response time without increasing staffing or vehicles in the field. • Reduce redundant staffing by properly allocating vehicles and crew across a service area for optimized response. • Help to maintain contractual response -time compliance. • Assist dispatchers with positioning vehicles and crews in the field. • fully integrated with the paging module and MDT API. Zoning Capability RescueNet Dispatch includes features that allow you to further manage your operation utilizing custom defined zones of your operational region created with your mapping interface. Zones are one of the many filters available in RescueNet Dispatch for control over viewing and reporting of your operational data. Flight Following Module Automatic flight plans are created based on your aircraft's current location and the trip's pick-up and destination addresses. Predefined flight plans may also be selected for frequent routes, and any flight plan can be edited during the trip by adding and deleting waypoints. RescueNet Dispatch also monitors the status and position of aircraft during flight and automatically calculates ETA, heading, and distance. Powerful waypoint searching including geographic-, alphabetic-, or proximity -based searching allows you to quickly find the waypoint you need for any situation. Arlr10ie1w1/1.WI1 44) 4.4 i i;i}4i4,7l, rrcl=Sc=6�,ct:Y>?';all at• mmv;1m riny.f0• m:a61;Ht i:xt tLc jvi9slQi h:,ta n�arw ; i:st 411.6D71Mk.7.S"*,..1 D.:4:Di..,:::S+1,Dedasi.t t.;•R rr Epto Dome' H[tiOJ SutI'FH Evur lmnaWNwl • ND*. �•�..� Stu.' utnusi A[r h3akSE[lf.. •. '9f. Awt = oxccmn,Alu�Lnkar7b ic„:;m,��'i�'s= •;_ ,•=•.'air, 1911E R11 S7 NSm. -- "�" ••'•:•�.:•• IMIEU161b94WEmYYY?'DON lromu/y 7114n Li1Tn J1I' D 9YFri[uidos41 (LY N9NMr1INUYRtl Nor fKM WVan an IZf' 0 Oq0) i..�^�••• tfni._ LLaterrr lnlNF N ea I'LMNIbNv;!t• 1 CV>intu. ntrL B_,• Lem., fleepiAl Trip Scheduling Module The trip scheduling module extends the functionality of the other modules in RescueNet Dispatch by providing a spreadsheet -like view of scheduled transports for the day. This is useful where work is pre -scheduled for later in the day, or for future days, As you use RescueNet Dispatch to assign trips to vehicles, the trip scheduling module dynamically updates to show time slots that are filled, providing an easy -to -use overview of work and assigned units. The trip scheduling module intelligently determines travel time based on address locations or inter -facility travel times configured by the administrator. Demand Control Module Demand control enables users to quickly view the number of trips scheduled for each type of call, which prevents overbooking of trips during peak times. With the click of a button, users get an instant snapshot of the number of calls scheduled for a particular time slot or across all time slots. You can define the time intervals to be displayed and filter the graph by call type and zone. Questionnaire The RescueNet questionnaire enables users to define a series of questions and answers or statements and choices. This feature is designed to allow the capture of additional information in a logical format. A typical use for the questionnaire is qualification for transportation. Both questions and responses can be logged to the history of a call. Call type and priority can be set based on questionnaire responses. Security Security is used to control access to the RescueNet system, allowing for great fl exibility in defining user access. Security can be used on two levels, systemwide and user-specifi c, or a combination of both. Security allows for predefi ned configurations for users that can be saved and titled (e.g. dispatchers, call takers, and billers) and alleviates the need to define a security confi guration for each user every time. RescueNet Web Viewer RescueNet Web Viewer gives you web -based access to your dispatch center from any place with Internet access. You can view vehicle information, open work, and customer information, as well as page your crews and pull reports based on your operation's activity. RescueNet Web Viewer helps operations managers and administrators stay in touch with daily transports without using a traditional user license, while traveling or visiting other locations. NetTransit.com NetTransit.com enables your customers to make online transport requests and inquiries as well as monitor call status. Used in conjunction with RescueNet Dispatch, NetTransit.com is the only system of its kind available today. Its web -based design gets you up and running in no time with no technical training needed. And data and network security issues are covered on all fronts so you can rest assured that your data is protected. • r I RESCUENET DISPATCHPRO — TakingDispatch to the Next Level Take RescueNet Dispatch to the next level with RescueNet DispatchPRO, DispatchPRO allows you to not only more accurately plan for, but also monitor and react to dynamic events in your business through the easy creation of accurate deployment plans and intelligent vehicle routing. And it's all presented in an easy -to -use and intuitive graphical style. Take advantage of the latest advances in software development and Geographical Information Systems (GIS) to accomplish what is one of the most critical elements of your business. The Components of DispatchPRO CADGIS assists with closest vehicle selection by allowing candidate rankings to respect routing through your street network, as opposed to 'as the crow flies'. Automated routing provides the dispatcher with a routing image and turn by turn directions. Advanced routing functionality.provides the dispatcher with an image of the route and turn by turn directions, taking into account any road closures entered to circumvent construction sites. Even the cross streets and nearest intersection for your destination are automatically calculated for you. VSSM (Visual System Status Management) provides a geographic view of call demand through the application of varying shades of color to indicate call density, so you'll know where your next calls are likely to happen. VSSM's Deployment Planner provides a tool for creating a posting plan that most efficiently covers either demand or geography, or a balanced combination of both. • With Deployment Planner, you can plan optimum pose assignments for each of your available units. VSSM's Deployment Monitor provides real-time situational awareness of your entire fleet. Each vehicle's coverage area is displayed and updated in real time on a map that also shows where your demand is likely to be, so you'll know at.a glance if you're in the best position to respond to your community. Proven Solutions . RescueNet Dispatch and RescueNet DispatchPAO are components of the RescueNet Suite of integrated data management solutions for fire and EMS that are designed to reduce duplication of processes, simplify data sharing, and increase efficiency and data accuracy in order to achieve performance excellence. Our suite of solutions also helps improve patient care, enhances quality of service, and maximizes profitability. Everyone knows that traffic doesn't always allow you to drive at the posted speed limit, so why should drive times be calculated using such static data? Impedance Monitor uses Automatic Vehicle Location (AVL) data from your vehicles to update the driving speeds on your streets so that hourly and daily changes in traffic patterns are accounted for in calculating vehicle response times and best routes. A subsidiary of ZOLL Medical Corporation Microsoft' GOLD CERTIFIED Partner www.zolldata.corn US Sales B00 474 4489 I US Fax 303 801 0001 I US Direct Dial +1 303 801 0000 Asia/Pacific +61 2 9420 8733 I Europe +44 (0) 1925 846400 ISV/Software Solutions rJ 2000 ZOLL Data Systems. All rights reserved. RescueNet is a registered trademark of ZOLL Medical Corporation. Windows is a registered trademark of Microsoll Corporation in lie United Status and other countries. All other trademarks are the properly of their respective owners. Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services C. Proposer's Facilities Dispatch and Call Center Dispatching & Scheduling With respect to automated scheduling, Transportation America currently employs a combination of batch scheduling and single trip insertion scheduling. With the implementation of Rescuenet, all scheduling was moved to a combination of reverse trip time logic, batch, and single trip insertion scheduling in order to maximize scheduling effectiveness. We work continuously with our clients to refine the scheduling of services. The goal is to maximize service performance by carrying out the maximum number of trips, using the smallest amount of resources without sacrificing service quality. "Technology for technology's sake" is not good enough for us. Instead, we implement and use systems that are end -user friendly and increase productivity so more can be done better and with less. Late -vehicle assistance is currently handled in a prompt and effective manner between our clients' Call Centers and our dispatchers. Customer stranding is extremely rare because we actively intercede on behalf of the customer. When asked to do so, we direct drivers to help out across zones in order to alleviate delays due to heavy trip demand or to resolve an issue immediately. We work as a team to complete the overall mission of our clients without fail. Transportation America believes that good customer service procedures begin with establishing a climate of trust between the City of Miami rider and our drivers. We are always upbeat and honest with riders, We provide empathy but never excuses. We try to solve problems and not create new ones. This is very important when clarifying the distinction between requested, negotiated and scheduled pick up times, 4811'age 11lAN{ftbNIA, RIM ANt RIL'A Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services The majority of scheduling conflicts result from the customer misunderstanding the difference between the requested, negotiated and scheduled pick-up time. To minimize such misunderstandings, we propose tightening up our communication plan to make our customer information more accurate and responsive. We see a marked decrease in errors caused by communication and an increase in customer satisfaction when we ask questions and communicate. We are continually soliciting feedback from our drivers and riders to understand how information flow can better, We consider ongoing communication improvement a constant priority. Dispatching/Scheduling Personnel - During all service hours, Transportation America will have sufficient staff on site and physically present on site to adequately carry out the duties of scheduling, dispatching, emergencies, and other duties as required by this Contract. This includes sufficient staff on site and physically present on site during all hours service is on the street that are sufficiently trained with regard to service under this Contract to provide accurate information to riders, verify scheduled trips, handle ride cancellations, handle service emergencies, and adequately dispatch the service on the street. We will notify City of Miami, in writing, prior to the start of the Contract, of the scheduled hours that each Contractor, scheduler, and other staff will work. We will keep City of Miami informed throughout the term of the Contract of changes in these staff, indicating how adequate, trained coverage is being maintained. Transportation America will provide sufficient, adequately trained personnel who are capable of accommodating passenger reservations, scheduling, and dispatching rides during the hours of operation described on the service area maps, During all other hours service is provided, we will provide at least sufficient staff to handle on the road emergencies, dispatch and monitor service on the street, and take calls from riders wishing to cancel or inquire about previously scheduled rides. We understand that on the road emergencies or other service problems do not relieve us from the requirement to maintain staff in the office. Call Center Operations We estimate that - with the option for a Ca11 Center - we will need 5 call -takers, 1 Call Center supervisor, 2 dispatchers, and 1 dispatch supervisor / scheduler. The dispatchers will work from beginning at the first driver's pullout to the last pull -in. 7. Service Plan and Capability A. Project Manager Bob Beers, Assistant Project Manager Zev Naiditch, and Safety Officer Raul Alvarez will lead the start-up team. It is our goal to have the start-up and transition completed ;within 30. days after the contract is awarded. Below is a basic timeline of the steps involved in the start-up plan. 49IPage 11.1411.0111/..110/4 Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services 1) through 4) and B. 1) through 6) IMMEDIATE ACTIONS STEP . TIME PERIOD RESPONSIBLE PARTIES Notify team of award Day of award Project Manager Meetings with City of Miami Week of award Project Manager Transition meetings with incumbent Week of award Project Manager EQUIPMENT Step Time Period Responsible Parties Buy and install generator Already in Place Local Project Manager Install phone system Already in Place IT Manager Order Radios . Already in Place Local Project Manager Order computers, printers, etc. Already in Place Local Project Manager Install computers, printers, etc. Already in Place Local Project Manager Install scheduling and other needed software Already in Place IT Manager Order office furniture Already in Place Local Project Manager Refurbish office Already in Place Local Project Manager Refurbish shop Already in Place Maintenance Manager Hire janitorial staff Already in Place Local Project Manager HUMAN RESOURCES 50IPage l.AMCRlklAl.fN Aul kN:A Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Step Time Period Responsible Parties Determine needs with incumbent staff To Be Determined Local Project Manager Set up phone line for job applicants Already in Place Local Project Manager Begin advertising job applications Week of award Local Project Manager Order drug screenings as needed 1-2 weeks after award, and ongoing Safety Officer / Local Project Manager Order background checks as needed 1-2 weeks after award, and ongoing Safety Officer / Local Project Manager 'Establish employee records 1-2 weeks after award, and ongoing Local Project Manager TRAINING Step Date Responsible Parties Finalize training and safety policies Already in Place Safety Officer Establish training dates • Already in Place Safety Officer / Local Proj ect Manager Create training records Ongoing Safety Officer / Local Project Manager Train new employees Comprehensive multi -day training covering a wide range of operating related topics — industry standard Upon initial hire and after successfully passing screening Safety Officer Supervisor & Dispatcher Training Ongoing Safety Officer 51jPage I MNVORInnaw MOW., Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services INSURANCE, BONDING, PERMITS Secure Insurance and Bonding Already in Place Project Manager Secure Permits as needed Week of award Local Project Manager MAINTENANCE Order safety equipment Already in Place Maintenance Manager Order other supplies and equipment Already in Place Maintenance Manager Install maintenance software Already in Place IT Manager / Maintenance Manager Establish waste disposal schedule Already in Place Maintenance Manager Order fluids Already in Place Maintenance Manager SAFETY Develop emergency / evacuation plan Already in Place Safety Officer Post safety material Already in Place Safety Officer Install/Check building smoke alarms / sprinklers Already in Place Safety Officer OPERATIONS Order uniforms Ongoing Local Project Manager Issue employee handbooks Ongoing Local Project Manager Create staff schedules Ongoing Local Project Manager 521Page T UN,n,R,,, oan .u, XI/. Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Write scripts for call -takers Already in Place Local Project Manager Record phone announcements as needed Already in Place Local Project Manager C. Consistent with the instructions in the RFP. Transportation America effectively acknowledges that is is taking no exception to the terms of this solicitation and that it will include in its training program the communication system for handling multi-lingual customers. D. Identify if Proposer has taken any exception to the terms of this Solicitation, The proposer has not taken any exception to the terms of this Solicitation. 8. Programs and Plans (including A.,B., C. and D.) Securing and Retaining Employees The Transportation America system of hiring and screening our driver candidates has proven to be effective in presenting the most qualified candidates for training and ultimate hiring as a full time driver. It has always been the intent of Transportation America and our provider partners to hire to a standard rather than just fill a slot. Understanding that the hiring and screening process can be costly, and if done repeatedly until qualified candidates are found, can be a wasteful consumer of financial resources. For this reason then our hiring and screening is based on Transportation America standards and not just finding a capable person to fill a slot. Recruitment and Screening We believe in developing our employees by carefully assessing their performance and potential while listening to their desires. Every year, each employee is given an opportunity to express themselves during a one-on-one interview with their direct Manager. During these interviews, the employee's performance is reviewed and an honest exchange takes place on his or her personal aspirations and future plans. Recruitment Philosophy — Our recruitment philosophy at Transportation America is to hire, develop, evaluate and retain qualified professionals committed to providing safe and reliable transportation services. Our goal is to attract people who not only meet the necessary skills and job requirements, but also share our commitment to customer satisfaction, safety, service and teamwork. All of our good intentions; however, count for nothing if we cannot offer a competitive wage structure that shows that we're looking for the best. 531Page 1RAN1MR fAl ION NM RICA achieve • U.S. Citizen or permanent visa. • Pass DOT physical. • Satisfactory background check and stable work record. 541Page Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Our service and performance as a quality transportation provider are only as good as the people we hire and how well we do our jobs as a team. No one can afford to drop the ball, whether all runs are operating smoothly or it's a day of inclement weather, vehicle breakdown and traffic jams. This means we must hire, develop and manage skilled professionals who ensure smooth operations in the office as well as frontline Operators in daily contact with passengers. Recruit to a Standard — A major recruitment mistake many employers make is hiring to minimum qualifications rather than to a standard. Our philosophy is that if you hire to a minimum, you get the minimum. If you hire to a standard, you customer sensitivity, positive attitudes, personal commitment, safety consciousness and teamwork. The standard we recruit to defines our corporate culture. We set this standard through scientific methods such as verifiable recruitment screening tools and through our collective instinct with extensive personal interviews of new recruits by a number of persons within our organization. We are defined by our employees, and therefore take recruitment very seriously. Operator Hiring — The professionalism a Transportation America Operator brings to the job will determine,. in a large part, the quality of service provided. It is critical that the screening process be thorough with a clear understanding of the importance of their task. Operators are hired subject to passing our training program and meeting the following minimum requirements: • Pass Pre -Employment Substance Abuse Screen IV Level Test. • 21 years of age prior to entering training. • Five-year good driving record with no past or pending DUIs. • No more than three moving violations during the preceding 12 month period. • Continuous possession of a valid Operator's License for the past five years and current possession of a valid Florida Class II or Class B (with appropriate endorsements) Operator's License. Securing the most qualified employess • Medical Examination Certificate. for City of Miami is Transportation America's underlying goal in Human Resources. YM 1{1.01IATIfN AMINILA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services • No felony convictions or outstanding warrants for arrest. 9 Ability to read, writes, speak and understand English. • Thorough knowledge of the service area. • Sensitivity to passenger needs, including ability to handle customer complaints and problems as necessary. In addition, Operators must provide personal references and information concerning any complaints filed while employed as a professional Operator of any type of vehicle. A DMV check will be performed prior to employment and every six months thereafter for accidents, vehicle code violations and Operator's license validity. We offer a competitive wage and benefits package to our Operators. We will hold training classes for new Operators regularly to ensure minimal delay between application and training and prevent the loss of potential applicants to other jobs while they wait to be "officially" hired. This also allows us to maintain a workforce near the optimal budgeted level. As required by the RFP and in accordance with accepted procedures and policies currently in place at our operations, we will continue to provide for two-way radio communications. Our primary communications center currently maintains communication with paratransit in two separate ways. They include: 1. Mobile, 2-way, trunked UHF radio system on three (3) separate radio channels in 2. Alpha -numeric pagers which receive call (incident information), times, messages processes. We have significant experience using them, and have had great success this mode of communication. ➢ Normal cell phone voice communications • Messaging (pager, e-mail) >• Digital two-way radio (one-to-one and group) - This is the dispatch call capability. • Data services (Wireless Web and private networks) 55 jP a g e IRANIMN IAlI(,N AAlIRILA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Complaint Tracking Process Transportation America will follow the Passenger Complaints process as we have done for over ten years. We will respond to City of Miami on all complaints received concerning the service provided. A summary of the procedure for handling complaints is as follows: All complaints will be investigated under the direction of the Local Project Manager. Drivers who receive complaints against them may receive extra monitoring by the Road Supervisor, retraining, suspension, or termination as appropriate. Customer service agents who receive complaints against them may be retrained, suspended or terminated. Calls may also be monitored by supervisors as appropriate for prevention purposes as appropriate. Quality Management Plan Transportation America's Quality Control pro.gram is founded on four key principals: 1) Infusing a Quality mindset throughout the organization 2) Creating, monitoring, and communicating on Key Performance Indicators (KPIs) set both internally with all departments and externally with the City of Miami City of Miami staff. Defining corrective action plans to improve declining indicators. 3) Acting as an independent auditor and advisor for the functions of Transportation, Safety, Security & Training, and Maintenance. 4) Investigating root causes for sub -standard performance and communicating with line staff on the status of our efforts. Reaching our Quality Objectives Infusing a Quality Mindset Our performance will improve through the involvement and commitment of all of our employees. The Quality Control program will support the creation of initiatives to develop operator and mechanic awareness on performance issues. Measuring performance and taking proactive/ corrective improvement measures S61Page TRAN{M)RTATION ANI Rlla DUALITY CONTROI Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services The Quality Control program will; > Measure performance through its KPIs. • Communicate these KPIs. > Take appropriate measures to improve performance. > Develop proactive measures to manage the system. > Follow up on the measures. When trends are identified, the Quality Control Department will directly address the issue in conjunction with all involved Departments. It will carry out in-depth analyses of the problem, and identify an Action Plan that will be shared with the City of Miami. The Department will follow up on all implemented plans and notify the City of Miami of the result. External Indicators Monthly QC Report: We have created 11 indicators, which address the City of Miami's main performance standards, as defined in the RFP: [lica� t> Trip completion On -Time Performance No Shows Call Response Time c£ri In % of all scheduled trips 5-minute Total number of no shows in the month Average call wait time 57p Pale T1,MNIefln1AlItIN AMI RICA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Operator appearance, courtesy and safety Customer Service PMI Completion Road Calls Fleet Cleanliness escri Operator grading by our Mystery Riders Complaints per 1,000 trips PMIs Completed on time Miles between valid road calls Audit by a neutral board Driver Conduct and Procedures Sitting through a training course on defensive driving or passenger safety and security certification is not enough to ensure the high level of quality Transportation America and our customer -partners demand, This is why further training is required on operator conduct, appearance and the particulars of ADA Driver Duties. The, combination of the technical training and the ADA specific elements create the high caliber of driver Transportation America has been known for. Transportation America Driver Duties: Critical Areas of Focus erwvtce JJutl... Pre -trip Inspection Procedures On -time Pick-up of Passengers No -Shows Late Pick -Ups Moving/Parking Violations Manifest Completions Add -on Sheets nmunrcationsr Dispatch Cell Phone Two -Way Radios • Appearance Display of ID Standard Unifoiiii: Full length trousers, clean and pressed .58IPa L2, e. Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services UTS (Unable to Sign) Forms Lost and Found Items Customer:- F4i r u;,` � :.u-�';`Y Air Greeting Passenger Assistance Wheelchair Assistance Complaints Driver Conduct Provider Shirt (with collar), clean and neatly pressed 0a ,iyl n e-MIN rty l ONS a Preventable/Non-Preventable Accidents Wheelchair or Lift Accidents Catastrophic or Fatality General Transportation Accident Review Committee Paratransit Riders (Rights and Responsibilities) Accident/Incident Procedures Blood Borne Pathogens and Human Waste Emergencies/Vehicle Evacuations Driver Policy Review Pre -Trip Inspection Checklist Daily Manifest Add -On Sheet UTS (Unable°to Sign) Form Group Exception Report for UTS Paratransit Accident Policy Procedures for Vehicle Breakdown/Accident/Incident Accident/Incident Form Emergency/Evacuation Policy R ' MNth1.4.I(1N Aui MCA 591Pa��e Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Safety Program It is common knowledge that where people are vehicles are involved, accidents and incidents will follow. While the Transportation America operating is that one incident or accident is too many, it .is also the realistic view of the Transportation America Safety Program that these will happen and being prepared is critical. Service interruptions of any kind are not the kind of customer service Transportation America aspires to. Having a plan in place to deal with interruptions, involving safety means that interruption time is minimized and the continued safe transport of our customer -partners is assured. Our safety record of accomplishment is well noted. Transportation America is proud to be consistently tracking below national and regional trends for service of similar size and mode. Transportation America' Safety Officer is in constant quality improvement mode refining training programs, ensuring road supervision monitoring compliance and conducting accident and safety reviews in an effort to get even better. Our promise to City of Miami is that the level of vigilance you have come to expect will continue and become better during the next contract period. Transportation America, rather than taking a cookie cutter approach, has discovered the subtle nuances and integrated these into our response plan. Central to each response plan is the Transportation America "CDCD Approach" which guides each response plan and reinforces driver reaction, problem solving and resolution. Accident Review Process and Analysis The Transportation America accident and safety review process and analysis are a multi faceted effort. It begins at the time of the episode and continues through investigation and follow up. Sometimes the investigation will result in driver disciplinary actions that are a distinct process. Finally, the effort culminates in a regular provider, management and staff meetings 'that examines accidents and incidents over a time period and focus on areas needing improvement or refining. This cross -functional discussion serves to bring 60Page lMNtmk1All1N AMIAI4'A Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services all the key Transportation America players together in a team effort that results in a common focus on accident prevention. Transportation America, our service providers and our Safety Officer are both vigilant and thorough in reviewing accidents.. As mentioned above, Transportation America training programs are designed to develop a culture of behavior that begins prevention before a driver takes their seat in the vehicle. However, if and when accidents do occur, the review and analysis is conducted to provide feedback and information so that training and operator behavior reinforcement improves. Accident Documentation At the initial episode occurrence, Transportation America utilizes three company forms to capture all information necessary to both conduct a thorough investigation and analyze the accident/incident. These items are mandatory without exception. Accident / Incident Information Form This very detailed form captures all the specifics for each accident or incident. Similar to a police report, the form makes note of conditions, names of both riders and witnesses, police e case number, location -date -time, supervisor responding, drug testing required, provider vehicle information, driver ID number and number of injured with extent of injuries. This list is not all-inclusive, but is representative of the level of detail captured. Completing the form is a graphical depiction of the nature of accident movement and impact. This form is filed by the Transportation America Safety Officer and sent to the client for filing as well. Completed at the time of the accident or incident, the form provides a quick snapshot of the episode. Accident / Incident Review (to determine preventability) The Transportation America prevailing definition of a preventable accident is: A preventable accident is one in which the driver fails to do everything reasonable to prevent the accident, regardless of which driver is cited. This definition is part of the Driver Handbook and discussed and affirmed during driver training. No driver enters revenue service without the clear knowledge and understanding of this definition. This definition is consistent with the National Safety Council guidelines. This form determines the preventable or non -preventable nature of the accident or incident. Typically, the driver is interviewed by the Transportation America Safety Officer 'and is asked to respond to a series of questions. Dependant on driver answers to 61IPa12.e TPAHtft)ATAMIOH AMI PICA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services questions on this form, the accident prevention determination is confirmed by the Transportation America Safety Officer. The qualifying questions are: > Tell us. what happened leading up to the accident/incident; such as what assignment you were on, where you were going, what you were doing just prior to the accident. ➢ What was the other party(s) doing just prior to the accident (if applicable)? • Is there anything you could have done to keep this accident/incident from occurring? • What might you do differently the next time you are faced with the same set of circumstances? Did the driver/worker do everything he/she reasonably could have done to prevent this accident? The driver answers to these questions, coupled with the data collected from the scene of accident/incident, will together determine the preventability. Corrective Action Identification and Tracking If the accident/ incident are found to be preventable, a corrective action plan development is initiated and tracking commences until implementation. This process assures Transportation America and the client that all measures are being taken to correct unsafe driver behavior. The Transportation America Safety Officer oversees the development and implementation of the corrective action plan and determines the outcome whether the action is acceptable, unacceptable or incomplete. Transportation Accident Review Committee Drivers are subject to, and will cooperate with investigation and review of accidents by the Transportation America Accident Review Committee. The Transportation America Accident Review Committee meets once a month and examines the circumstances of each vehicle collision. This' committee will determine if an accident/incident was preventable or non preventable based on all the information 62IPage r �exsmAunnw AMIM1lcw Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services gathered from the required documentation. If an accident is deemed preventable, the initiation of a Corrective Action Identification and Tracking plan will commence. Training Program Driver Training Driver training is not an area where neither compromise nor shortcuts can be tolerated. Transportation America has put together a comprehensive, multifaceted driver training program which can be customized to your particular needs. Distinguishing the Transportation America approach from our firms is the comprehensive, industry -standard program which ensures well -trained and most importantly, safe drivers. As an added element, Transportation America offers a driver documentation management program which ensures your institution is in full compliance with annual driver's motor vehicle records, licensing is current and not expired, and all driver registrations are taken care of before expiration. This added feature to our training program gives our clients peace of mind. : _�';MS,' x , r `14 f `4 �'S'-- ev �' r},� � ,'a7.'1 w%� c� i:r tc'� �Componen } ��Descript�on�� } � v 7'gi rz'i�Tr~, e` :S.r x }3 UE c. ..? �� �'1-n_ Lrs: U ���` Y;<-a ,nsrwiP �b N ix Fneaency ,,, Total F rati, ':.: - .>'..: :XSF;.i ,.., ...r.3X'.,�r#P,`.n„' :.YSk.'.+. e r.14,T-c..:'T. 7A. ,d .,0 t .-.,k-:" _u,,.: c.;-7..-r}^>.- .,.A .;x.i_x.-Ac-. ._.. ,.L ...r.....,.-..,.. 'Fpp�ri 'NewH� 7� Comprehensive TraAt. , multi -day covering a --�'-t-5. �'T�s��..f. ,-, wide range of .2f...{'n F`1=� ��fi.'�'t it-tti"C operating related lilKi. .t. � ..,� �,y y,+^1.- .. VC., T"L,t, )): :: " �ru I ul' ., t Fpon mtialhtre anYdrafte i 65 hours Y}s�-uccessfully,passing 2, .� � �` �r"�r'� ra �-' 5ii,}sereenmrotocols=,' 'Ji' y�?}17'��RC "F At�'rJ �x �y ;[�'4-�f ' ` -"_`<1 'a£T 1E� ticJEL.e :.ST.i,. , 4, . ;� topics — industry�� Yy a.il `,.�.(�- S15tt �.". .t -1,t� standard ^t 4i_-.3 .i d.^`�_ f .nh.Y' 12 �aNc ski ,., L} i ,--,-.kf � . `[d ft C 1 f -;� .Annual }Refresher , Provides new or - 1-uit' tiCm't.,54. Y �d Tramrng1," , updated information, '1 review safety —.4,._ �}ra -1 t protocols 1 ' t 3- - .�y�, h emphasizes customer .It�.*fbL-55`if'-,.=i service yyee,,e. yt }'M{{rY�''� J.R ��`r� _ , , , } $f 't3 �^rv•4.; aAnnualil3yas�a�group 28 hours +4 ti,LL �,J -. I1 hmitedtto updated or k� ems+ c yr r-'Y,'i'.5. "1,k` Zi i tcrtticaLelemen6-4 ts .. y.{� arkN�„r t'� Z1-Jx..?L1 1 1L i ..:-1 T � Remedial �,5 - Targeted training on 5 w�, ti�` TramrngFry rti 'x'' i areas of deficiency as f , r } x x identified by supervision staff or resulting from complaints • �. '�+ 1 2tY 'z"f ty`�'l l.. 5 1 L! ! �s X .n After�specifiedi>numberLof , 10 — 20 hours h �4 dependent °customer orrsa, e., s �-�, �`�` .3P-, r, t P oc4currences; or as=; 11! xeeornrnended by' , r T ? trar supervrsor,t� >�y . 631Page YRAN R,R,ALON Me1Rlu. Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Under supervised observation, assess driver road performance Detailed Training Curriculum by Type New Hire Training This training will include classroom, closed -course driving and road training. The time required for each trainee will depend on whether or not the trainee possesses prior experience with campus shuttle service. New trainees without prior experience will spend approximately 65 hours in training. Trainees with campus shuttle experience will spend less time in training will move into more advanced training topics. Classroom New Hire Training is primarily broken into technical, safety, route familiarization and specialized elements. Each and taken together are critical in preparing drivers for road service. Technical Training Technical training takes each driver candidate through the fundamental technical elements needed to operate a passenger vehicle properly. Introduction to the Bus — This portion of the training introduces the equipment which the trainees will drive and overviews the major systems, including steering, electrical, air, brakes, power train, lift equipment, tie downs and radio equipment. Vehicle Dynamics — Next, drivers will be trained on how forces like kinetic energy, inertia, centrifugal force, gravity and friction impact on a bus in motion and on how to control the bus in light of these forces. This section addresses not only safety but also the customer service aspects of driving for passenger comfort and fuel economy. The topic of braking distance is also discussed in this section. Radio and Technology — Drivers are provided instruction on the operation of radios and other technology on the bus. When this training is complete the operator will not only know how the mechanics of this equipment works, but the importance of communicating often and accurately with the dispatcher. Any equipment such as passenger counters or GPS will be discussed and drivers trained on troubleshooting and proper operation. 1 641Page } Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Safe Driving Defensive Driving — This section of the course introduces the Smith System defensive driving course. The program focuses on five steps: • Aim High in Steering • Get the Big Picture ➢ Keep Your Eyes Moving ➢ Leave Yourself an Out • Make sure They See You This program is designed to be taught in both the . classroom and behind -the -wheel settings. These principles will be taught to the operators from their first day in training and continue to be reinforced throughout their driving career. Fatigue Management — This section of the training addresses the signs of fatigue, strategies for minimizing fatigue, and the steps which operators should take when they are feeling fatigued. Following Distance — This portion of the training defines the safe amount of separation (following distance) which operators should maintain between themselves and the vehicles in front of them in normal and hazardous driving conditions, including rain, sleet and snow. This section also discusses the impacts that restricted vision can have and how to adjust following distance to accommodate for restricted vision. Changing Lanes - Changing lanes is inevitable. Whether merging or passing, changing lanes creates hazardous situations that can cause accidents. This course will introduce trainees to the techniques of safe merging and passing, and it will also prepare trainees for engaging in these actions on the road. Reference Points — This section of training introduces the use of 'reference points as a means of knowing where the vehicle is relative to intersections, curbs and other objects which may be more difficult to see due to the size and length of the bus. This section also discusses the importance of proper mirror adjustment. 65Pa�_>e 1MN% ll*A7 MN AMINICA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Intersections - In this course, trainees will learn how to safely approach and navigate through all types of intersections; They will learn the common hazards that are present at intersections, and how to prevent intersection collisions. Railroad Crossings - Every year there are approximately 5,000 collisions between motorists and trains. The purpose of this course is to share some facts about trains and railroad crossings and a procedure for safely crossing at railroad crossings. This section also includes information on state -specific laws pertaining to the crossings by buses. Even though some campus shuttle systems will not ever encounter railroad crossings, teaching candidates these techniques will prove beneficial in other areas. crossing of railroad Specialized Training First Aid -- All operators would receive first aid training certification in the first year in an eight hour class. Substance Abuse — This segment of the training addresses the institutions drug and alcohol testing program which is intended to comply with FTA drug and alcohol testing requirements. This course identifies the types of prohibited substances, the circumstances under which employees are subject to testing, and the results of a positive test or of an employee's refusal to submit to a drug or alcohol test. Emergency Procedures — This course summarizes steps to be taken when there is an emergency in service. Topics covered include: how to safely park and secure the vehicle, evacuating the vehicle, cooperating with supervision and law enforcement, responding to media inquiries, collecting information from passengers, and documenting the emergency. Ensuring the operator's personal safety is also covered in this module. ADA and Passenger Awareness and Sensitivity Training Program - The curriculum will include eight hours of sensitivity training including: One (1) hour of training reviewing the Americans with Disabilities Act (ADA) with an emphasis on the requirements for public agencies. Four (4) hours of training regarding the needs of passengers with physical disabilities and including passengers who use mobility devices — This component of the training will include information about effectively communicating with 66IPage ttuNtMl..1II1N MA YIG Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services passengers who use mobility devices (including examples of inappropriate language), procedures for boarding and securing mobility devices, and rules regarding PCA's and service animals. Trainees will also be given the opportunity to approach, board, be secured within, ride and disembark a vehicle while using a mobility device. • One (1) hour of training regarding other types of disabilities and techniques for serving these customers Specific topics to be covered will include people with cognitive impairments, seniors, and people with hidden disabilities. Detailed Road Training Classroom training provides the knowledge foundation for becoming a good operator. Putting this knowledge to practice occurs during both closed course and behind the wheel training and as part of the Operator Development Program totals 69 of behind the wheel training with an emphasis on defensive driving. Closed Course Training Behind the wheel training begins on a closed course. Pre -driving and closed course training will be interspersed with classroom training .so that trainees can acquire knowledge and skills in the classroom and then practice and hone their skills on the bus. Specific elements of this training will include the following: > Judgment Stop > Right and.Left Side Backing > Right Turns > Left Turn One Way to One Way • > Parallel Parking > Customer Stop > Loading Slip > Railroad Crossing > Drive Through, Back Through Serpentine Behind -the -Wheel Instruction Upon completing skill area maneuvers and obtaining a valid Driver's License with proper endorsements, trainees are taken onto the streets to become acclimated to more difficult maneuvers in increments determined by the Instructor. During this time, instructors will have the opportunity to quiz trainees on operational policies and procedures and material covered in the classroom. 671Page I•ANSIOkTATION AAtI.1c.A Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services During the latter portion of training, trainees drive mock routes based on actual manifest and are expected to follow the same procedures as graduated operators. This will include, at minimum, driving under the immediate supervision of a BTW Trainer. This will provide the new operator the opportunity to experience customers and to maintain a schedule with an experienced operator on board to assist and evaluate. Trainees are tested frequently on their knowledge of operational policies and procedures. To graduate from the program, trainees must demonstrate mastery of all operational policies, procedures, safe and defensive driving and technical driving skills. Attitude of the trainee, in regard to courtesy and customer relations and specifically to sensitivity awareness, will also factor into each trainee's final evaluation. A positive attitude is critical to the success of the operation. Therefore, any trainee who fails to exhibit a positive attitude through such things as punctuality, class participation, and homework completion during the training program is considered as not having completed the training program and will not be retained as a probationary employee at the conclusion of the training. Annual Refresher Training The training program does not end with the last day of the training schedule. Safety monitoring for operators is accomplished by supervisors who ride along with the operator and monitor their safety habits. All operators will be evaluated at least three times .during their first six months of employment. Each employee will meet annually with a management employee to review perfotniance and discuss potential improvements to the operations. Operations training will total 16 hours plus 12 hours for safety meetings for a total of 28 hours in the first year. In future years and at a minimum, all operators will receive 4 hours of refresher training quarterly for a total of 16 hours annually. Operators will also attend safety meetings for at least one hour every month. Refresher training and safety meeting topics will vary based on the issues challenging the operation and issues that have been identified by the institution. Remedial Training The Transportation America refresher training program operates on a number of levels. Some training is conducted to "raise the bar" of the overall quality of the team's work. Additional training is also provided in response to a very specific deficiency found in an employee's work performance while other training is more routine in nature to maintain the skills of an employee. The following chart identifies some typical triggers associated with re-training. 681Pa�ge 1.01,E ,rrATIlNJ AMI AICA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Variety of topics ranging from evacuation drills, security training, customer service and pre -trips Post -Accident Defensive Driving Refresher Training Update of revised policies, procedures and detours Defensive Driving review Road Test Update of revised policies, procedures and detours Defensive Driving review Road Test 4 hours once a year Facility Amount sufficient to understand the root cause of the accident and to avoid the accident in the future. Minimum of 4 hours. Classroom and road work Minimum of 4 hours Classroom and road work Minimum of 16 hours Classroom and road work Routine skills enhancement training Accident Off work for >30 days Off work >90 days Progressive Driver Discipline and Retraining - If an accident is deemed preventable, an increasingly punitive series of steps is initiated based on the nature of the accident. This information is presented in the Transportation America driver handbook and reinforced during initial driver training. 9 If the accident/incident DOES NOT result in bodily injury to any person or DOES NOT require the vehicle to be towed away: 69JPa.e '11.14S9RJMI NAMIR,C* Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services 1. First preventable: Driver counseling and one (1) work day suspension 2. Second preventable: Two (2) work day suspension and mandatory retraining 3. Third preventable: Seven (7) work day suspension and MAY include termination 4. Any three occurrences in a fifteen (15) month period will result in the driver being terminated from Paratransit Service If the accident/incident DOES results in bodily injury to any person, who because of injury, requires medical attention away from the scene OR one (1) or more vehicles incur damage requiring transport away from the scene: 1. First preventable: Two (2) work day suspension and mandatory retraining 2. Second preventable: Four (4) work day suspension and mandatory retraining 3. Third preventable: Seven (7) work day suspension and MAY include termination 4. Any three occurrences in a fifteen (15) month period will result in the driver being terminated from Paratransit Service Wheelchair of Lift Accident: 1. Any preventable accident will result in one (1) work day suspension acid retraining on securing wheelchairs and lift operation 2. Any two (2) preventable accidents or occurrences in a twelve (12) month rolling period will result in driver removal from Paratransit Service 3. Any driver found to have placed a passenger in a wheelchair side facing, will be charged under an occurrence in this category Catastrophic or Fatality: 1. Any driver involved in a preventable accident will be immediately removed from Paratransit Service (estimated damages/reserves exceeds the Paratransit provider insurance coverage) 2. Any preventable accident or incident which results in a fatality, will result in the immediate removal of the driver from Paratransit Service A General: 1, Any unreported accident/incident will result in immediate driver removal from Paratransit Service 70IPage 1I .M,MRrAI ION .WI MCA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services 2: All Paratransit driver MVR's are reviewed every six months. Any driver found to have more than three (3) moving violation points will be removed from Paratransit Service 3. Any three (3) unrelated complaints of careless driving in a twelve (12) month period will result in a two (2) work day suspension and mandatory Defensive Driving retraining Bi-Annual Ride -Along -Evaluations These observations will be used to deteitnine if any additional training is required. Regularly scheduled road observations and ride checks are used to monitor the performance of operators. Supervisors conduct road observations to verify that operators are operating their vehicles safely and properly. Vehicle condition is also monitored at this time. Road observations may be conducted by either following in a separate vehicle or riding in the vehicle with the operator. All observations are recorded on a Road Ride Report or Supervisor's Observation Report. All observations are discussed with the operator regardless of whether or not errors were noted. Discussions regarding road observations are .done within . two days of the observation. If serious driving errors or customer relations issues are noted, they are handled immediately. Immediate action will be taken if an operator is driving in a manner that may cause legitimate concern to passengers. Drug and Alcohol Testing Covered employees are prohibited from using drugs at any time, from refusing to submit to required test, and from receiving a verified positive test result in any drug test required by this policy. For purposes of this policy the prohibited drugs tested for are marijuana, cocaine, opiates, phencyclidine, and amphetamines. No person covered by this policy shall engage in the manufacture, distribution, dispensing, possession, or use of prohibited substances on transit property, in transit vehicles, in uniform, or while on transit business. Law enforcement officials shall be notified when criminal activity is suspected. On Duty use: No covered employee shall utilize alcohol while performing safety sensitive functions. Pre -Duty use: No covered employee shall perform safety -sensitive hours after using alcohol. functions within four 71IPage I IMMITI,RTATITAV A.M. Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services On -Call employees: The Company will prohibit the consumption of alcohol for specified on -call hours of each covered employee who is on -call. The procedure shall include: The opportunity for the covered employee to acknowledge the use of alcohol at the time he or she is called to report to duty and the inability to perform his or her safety -sensitive function. The requirement that the covered employee take an alcohol test, if the covered employee has acknowledged the use of alcohol, but claims ability to perform his or her safety sensitive function. Use following an accident Covered employees and/or contractors must not use alcohol Other Alcohol Related Conduct No employee found to have an alcohol concentration 0.02 or greater, but less than 0.04, will be allowed to perfoum safety -sensitive functions for at least 24 hours. The employee will also be subject to discipline pursuant to regular Company policy. Testing Circumstances/Testing Situations Before performing any alcohol or drug test required by this policy, the Company will notify the test subject that the test is being required pursuant to this policy and/or Federal Transit Administration Regulations (49 CFR Part 655). The Company will not represent that any requested test is required by federal regulations if, in fact, the individual to be tested is not subject to those regulations. Types of Testing Pre -employment drug testing No employee will be permitted to perform a safety -sensitive function, and no employee will be transferred from a non -safety sensitive function to a safety -sensitive function, unless he/she takes a drug test with a verified negative test result. If for some reason a pre -employment drug test is canceled, the applicant will be required to submit to another test. If the employee/applicant's test results in negative -dilute, the Company reserves the right to require the individual to submit to another drug test. If the subsequent drug test is also negative dilute, the Company will accept the results as negative. 721Page 71c.<100.1F11ON MI1 PIG Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services When an employee or applicant has previously failed or refused a pre -employment drug test conducted under DOT authority, the individual must provide the Company with proof of having successfully completed a referral, evaluation and treatment plan. When an employee or applicant has not performed a safety -sensitive function for 90 consecutive days regardless of the reason, and the employee has not been in the Company's random testing pool during that time, the Company shall ensure that the employee takes a pre -employment drug test with a verified negative result. Pre -employment alcohol testing This organization will not perform pre -employment alcohol testing. Reasonable Suspicion Testing If any management representative has reasonable suspicion to believe an employee has used a prohibited drug or violated any alcohol prohibition or appears to be impaired or intoxicated while on duty. However, any such suspicion must be based upon specific, observations concerning the appearance, behavior, speech or body odors of the covered employee. A supervisor who has received appropriate training in detecting the signs and symptoms of drug and alcohol use must document that individual behavior in a Supervisor's Report of Reasonable Suspicion. The report should be completed at the time of observation, but in no case later than twenty-four hours. Any supervisor acknowledging unreasonable behavior can request covered employee to submit to drug screening and alcohol testing to deteinaine whether employee is intoxicated, impaired or a user of alcohol and/or controlled substances. The employee is required to take a breath test for alcohol and urine test for drugs within two hours after a reasonable suspicion request by management, but in no case later than eight hours after the incident. In the event that required tests cannot be completed within these two or eight -hour periods, the supervisors must clearly document the reasons for test delay and the actions taken to obtain required testing. If the drug or alcohol test is not administered within eight hours following the reasonable suspicion determination, Transportation America will no longer attempt to administer an alcohol test and will document the reasons for its inability to do so. In the situation where covered employee 'cannot be tested, the employee will not be allowed to continue working until an alcohol test is administered and the employee's alcohol concentration measures less than 0.02% or twenty-four hours have elapsed following the 73IPag 1 cAMiMAIAT ION AM, amp. Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services reasonable suspicion determination. The employee may not report for duty or remain on duty, or may be removed from performing safety -sensitive functions. Post Accident An accident can be defined as any vehicle accident which (a) results in death OR (b) results in bodily injury requiring medical care away from the accident scene OR in disabling damage or an inoperative vehicle which requires a tow truck to transport it away from the accident scene AND the driver receives a citation for a moving traffic violation arising from the accident. There are two types of accidents: Fatal accidents — Involve the loss of human life; And, Non -fatal accidents — Do not involve the loss of human life and a mass transit vehicle is involved. In any one of instances previously mentioned the employee is required to take a breath test for alcohol within two hours after a reportable accident, but no later than eight hours after the accident. The employee is required also to take a urine or blood test for drugs and controlled substances as soon as possible after a reportable accident, but in no case later than thirty-two hours after the accident. Employees are prohibited from using alcohol for eight hours following any accident or until he/she undergoes a post accident alcohol test, whichever occurs first. In the event that post -accident test cannot be completed with two, eight, and thirty-two hour periods, the supervisor must clearly document the reasons for test delay and actions taken to obtain required testing. An employee who is seriously injured and cannot provide a specimen at the time of the accident shall subsequently provide necessary authorization for obtaining hospital records and other documents that would indicate whether there was alcohol or any controlled substance in his/her system. The results of breath, urine or blood tests for the use of alcohol and/or controlled substances conducted by federal, state, or local officials having authority for such tests will be considered to meet the requirements for post -accident testing, providing that such results can be obtained for use by the company. Refusal or failure by an employee to take post accident alcohol and drug tests as required is caused for tenuination of employment. 74jfage T PANRMRTATI()N AMI PICA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services An employee involved in an accident shall notify Transportation America at the first available opportunity after the accident, at which time he or she will be advised to report to an appropriate collection site for the provision of urine and breath sample. However, if local law enforcement officials are on the scene of the accident and request the employee to undergo a urine, breath, and/or blood test for drugs and alcohol, the employee shall simply comply with those demands. In this event, the employee must still contact the employer to obtain any necessary directions. In all cases of a post accident drug and alcohol test, the employee and Transportation America shall ensure that the specimen is collected and forwarded to an approved . laboratory for testing consistent with the procedures of this DOT policy. If the employee is unable to contact Transportation America's management, he or she shall make every effort to report to a local health care facility to provide urine and breathe sample. Random Selection Testing All covered personnel are required to take both random drug and alcohol screening to meet DOT/FTA regulations and as conditions of employment. Every covered employee must submit to alcohol and controlled substance test when notified by their supervisor or manager. Random testing for alcohol will occur just before, during, or just after a driver performs a safety -sensitive function. The random selection process will be completely objective and anonymous and will utilize a scientifically valid method such as a random number table or a computer -based random number generator matched with employees' Social Security numbers, payroll identification numbers, or other comparable identifying numbers. The test will be unannounced and the dates for test will be reasonably spread throughout the course of the year. All covered employees will have an equal chance of being tested each time selections are made, regardless of the number of his/her previous selections, if any. Any covered employee notified of his/her selection for random testing will be required to proceed to the test site immediately. If a covered employee is performing a safety - sensitive function at the time of his/her notification of a random test requirement, he/she will be required to cease performing the safety -sensitive function and proceed to the testing site as soon as possible. However, covered employees will only be required to submit to random alcohol test if they are performing a safety -sensitive function, about to perform a safety -sensitive function, or have just ceased performing a safety -sensitive function The random selection process provides appropriate safeguards to ensure that.the identity of the individuals selected cannot be determined prior to or at the time of selection. The minimum annual percentage rate for random drug testing will be 25 percent of covered employees. The annual drug testing requirement and annual alcohol testing requirement can be exceeded based upon the company's needs. Random testing must be conducted 75'Page 1 uutromAnn+i /Mr RICA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services throughout the week and weekends if covered employees are performing safety -sensitive functions on the weekend. Refusal or failure by any Safety -Sensitive Classified person to take such random alcohol and/or drug -screening test upon selection and notification will be terminated. Return-to-Dutp Before a covered employee who has engaged in any conduct prohibited by this policy will be allowed to return to duty requiring the performance of a safety -sensitive function, he/she will be required to undergo return -to -duty alcohol testing with a result indicating an alcohol concentration of less than 0.02 if the conduct involved alcohol, and/or a return -to -duty test with a verified negative result, if the conduct involved prohibited drugs. If the test is canceled, he/she will be required to take another return -to -duty test. if the drug test is negative -dilute, Transportation America reserves the right to have the individual take another test. If the result of a subsequent test is also negative -dilute, the Company shall accept that result as negative. Follow -Up Any employee who has engaged in conduct prohibited by this policy, and who has return to safety -sensitive duties, will be subject to additional, unannounced follow-up testing for alcohol and/or controlled substances as directed by the SAP (minimum of six follow-up tests in 'the first year after return to safety -sensitive duties). Participation in a follow-up testing program may be required for up to five years, at the SAP's discretion. However, follow-up alcohol testing will be conducted only when the employee is performing safety -sensitive functions, • or just after the employee has ceased performing safety - sensitive functions. Refusal to Submit to a drub and alcohol Any covered employee who refuses to submit to an alcohol or drug test will be prohibited from performing or continuing to perform a safety -sensitive function. The refusal to submit to a drug or alcohol test is a violation of policy and includes the following conduct: 1. Failing to provide adequate breath for alcohol testing, without a valid medical explanation after an individual has received notice of a required breath test: 2. Failing to provide an adequate urine sample for drug testing, without a genuine inability to provide a specimen (as determined by a medical evaluation), after an individual has received notice of a required urine test; 761Pa e irAN{MPvainN Aul MI['U. ) Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services 3. Engaging in conduct that clearly obstructs the testing or specimen collection process; 4. Submitting a urine specimen that has been altered, substituted or adulterated for the purpose of affecting the validity or accuracy of a controlled substance test result; 5. Failing to remain readably available for testing, including notifying Transportation America of his/her location if he/she leaves the scene of the, accident, when an individual is involved in an accident as defined in this policy; 6. Failing to report to the collection/test site when notified to submit to testing, or failure to report within a reasonable time (within one hour plus travel time to an off -site location).after being notified to report for testing. Failing to undergo a medical examination when required by the MRO in the appropriate verification process, or Transportation America when required for evaluation of the inability to provide a urine or breath specimen. 8. Failing to remain at the testing/collection site until the collection/testing process is complete. This includes failing to remain for a second specimen collection under direct observation when required by the collector. 9. Failing to take a second test when required by the collector or DER. Safety -Sensitive Classifications Mechanic CDL Drivers Alcohol Testing Requirements and Procedures Dispatchers Revenue Drivers All alcohol testing will be carried out by a breath alcohol technician (BAT) trained in the operation of the evidential breath -testing device (EBT) being utilized by Transportation America or its designated Agent for alcohol testing. The BAT will be required to have completed a course of instruction that meets the Federal Transit Administration (FTA) guidelines and documents that the BAT has demonstrated competence in the operation of the specific EBT being used. Any BAT who will be performing external calibration checks of an EBT will be trained to proficiency in conducting the check on the particular model of EBT, which will MC. My 771Paae 1u.1.10 iMN nMe.0 •) Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services include practical experience and demonstrated competence in preparing the breath alcohol simulator or alcohol standard, and in the maintenance and calibration of the EBT. The supervisor of an employee requested to submit to an alcohol test will not act as the BAT for that employee, unless no other BAT is available to perform the test in timely manner. Under no circumstances will a supervisor serve as a BAT for an employee when that supervisor has made the determination that reasonable suspicion exist to require an alcohol test. Law enforcement officers certified .by state or local governments to conduct breath alcohol testing will be considered qualified as BAT's under this policy. However, in order for a test conducted by such an officer to be accepted under this policy, that officer must be certified by a state or local government to use the EBT that was used for the test. The Alcohol Testing Site Transportation America will utilize an alcohol testing facility that provides privacy to the individual being tested, to prevent unauthorized persons from seeing or hearing test results. This site will have available all of the necessary equipment, personnel, and materials for breath testing, and may include the use of a mobile collection facility. The alcohol testing site will be secure and no unauthorized persons will be permitted access to it at any time when testing is being conducted or when the EBT remains unsecured. Drug -Free Workforce 9781 Wayne Ave #440 Miami, Florida 33157 The DNA Testing Center 3900 Nw 79th Ave #121 Miami, Florida 33166 Controlled Substance Testinz Procedure Specimen Collection Global MRO 201 Ravenswood Rd Ft Lauderdale, Florida 33312 Any person requested to undergo a drug test will be required to provide a urine sample at a designated collection site. To ensure integrity of the• specimen collection procedure, a standard Urine Custody and Control Form will be used see (Attachment I). This form will be completed by the person responsible for collecting the urine sample and will be forwarded along with the urine sample to a designated laboratory, which will conduct the actual drug test. The laboratory will then forward a copy of the urine custody and control form to the Medical Review Officer (MRO), who will review it when analyzing any positive test result. The company will retain a copy of the Urine Custody and Control Form for each drug test it conducts. The chain -of -custody portion of the Urine Custody 781 Pare Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services and Control Form must be completed by every person who handles or otherwise comes into contact with the urine specimen (everyone in the "chain -of -possession").. All urine specimens will be collected in a clean, single -use specimen bottle that is securely wrapped until filled with the specimen. A clean, single -use collection container (e.g., disposable cup or sterile urinal) that is securely wrapped until used may also be employed. If the urination is directly into the specimen bottle, the specimen bottle shall be provided to employee still sealed in its wrapper or shall be unwrapped in the employee's presence immediately prior to its being provided. If a separate collection containeris used for urination, the collection container shall be provided to the employee still sealed in its wrapper or shall be unwrapped in the employee's presence immediately prior to its being proyided; and the collection site person shall unwrap the specimen bottle in the presence of the employee at the time the urine specimen is presented. Split -Sample Collection Samples will be collected and divided with the split sample methodology according to the following procedures: The donor shall urinate into a collection container or specimen bottle capable of holding at least 60 ml. If a collection container is used, the collection site person, in the presence of the donor should pour the urine into two specimen bottles. Thirty (30) ml shall be poured into one bottle, to be used as the primary specimen. At least 15 ml shall be poured into the other bottle, to be used as the split specimen. If a specimen bottle is used, the collection site person shall pour 30 ml into a Second specimen bottle (to be used as the primary sample) and retain the remaining (at least 15 ml) in the collection bottle (to be used as the split specimen). Both bottles shall be shipped to the laboratory, according to the transportation requirements discussed below, in a single shipping container, together with the split specimen copy of the chain -of -custody form. Transportation of Specimen Collection site personnel shall arrange to ship the collected specimens to the drug -testing laboratory. The specimens shall be placed in a container designed to minimize the possibility of damage during shipment (e.g.., specimen boxes and /or padded mailers); And those containers shall be securely sealed to eliminate the possibility of undetected tampering. On the tape sealing the container, the collection site person shall sign and enter the date specimens were sealed in the containers for shipment. The collection site person shall ensure that the chain -of -custody documentation is attached to each container sealed of shipment to the drug -testing laboratory. 79IPal.;e 114AN01110AnnN AMIRICN Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Requirement to Disseminate Policy Transportation America will provide written notice to every covered employee of the company's anti drug and alcohol. misuse policies and procedures in accordance with part 655.16. Each employee will be required to sign that they have received the company's policy on alcohol misuse and prohibited drug use and the company will maintain a file containing these signatures. The policy shall be adopted by the company's Board of Directors. Notice Requirement Prior to performing drug and alcohol test each employee will be notified. All employees will acknowledge that drug and alcohol testing is a requirement of the FTA. Education and Training Transportation America will establish an employee education and training program for all covered employees. Education Covered employees must receive sixty minutes of training on the effects and consequences of prohibited drug use on personal health, safety and the work environment and the signs and symptoms that may indicate prohibited drug use at least once a year. The education component shall include display and distribution to every covered employee of informational material, handbook, and posters designating all areas are drug and alcohol free. A list of SAP's will be provided to all covered employees. Supervisors Supervisors and /or other company officers authorized by the employer to make reasonable suspicion determinations shall receive at least sixty minutes of training on the physical, behavioral and performance indicators of probable drug use and at least sixty minutes of training on the physical, behavioral, speech and performance indicators of probable alcohol. The training will be conducted once a year as per regulation. 80 Page t NANIRMITAMION AIM MICA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Confi illation of a Verified Positive Drug Test or Confirmed Alcohol Test Result is 0.04 or Greater, or Refuse to Submit to a Test. Drugs Covered employees are prohibited from using illegal drugs. If a covered employee has illegal drugs in his/her possession and/or could be under the influence, the covered employee is removed from performing safety -sensitive functions. Infonznation on certified SAP's will be provided and or the covered employee will be sent to treatment at his/her expense. A covered employee could face permanent termination based on the MRO or management decision. Alcohol Confirmed alcohol breath concentrations of 0.04 or greater are considered positive. Any employee who has a confirmed positive alcohol test will be relived from duty immediately, informed of educational and rehabilitation programs available, and evaluated by a substance abuse professional. The employee must undergo a return to duty test with a result indicating an alcohol concentration of less than 0.02. Verified Positive Drug Prior to making a final decision to verify a positive test result for an individual, the Medical Review Officer (MRO) shall give the individual an opportunity to discuss the test result with him or her. The MRO shall contact the individual directly, on a confidential basis, to determine whether the employee wishes to discuss the test result. A staff person under the MRO's supervision may make the initial contact, and a medically licensed or certified staff person may gather information from the employee. If, after making all reasonable efforts and documenting them, the MRO is unable to reach the individual directly, the MRO shall contact a designated management official who shall direct the individual to contact the MRO as soon as possible. If it becomes necessary to reach the individual through the designated management official, the designated management official shall employ procedures that ensure to the maximum extent practicable, the requirement that the employee contact the MRO is held in confidence. If after making all reasonable efforts, the designated management official is unable to contact the employee, the company will place the employee on temporary medically unqualified status or medical leave. The MRO may verify a test as positive without having communicated directly with the employee about the test in three circumstances: 81I:Page 111,11.11i1.11. Mar pins • Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services The employee expressly declines the opportunity to discuss the test. Neither the MRO nor the designated employer representative, after making all reasonable efforts, has been able to contact the employee within 14 days of the date on which the MRO receives the confirmed positive test result from the laboratory; The designated employer representative has successfully made and documented a contact with the employee and instructed the employee to contact the MRO and more than five days have passed since the date the employee was successfully contacted by the designated employer representative. If a test is verified positive the employee may present to the MRO information documenting serious illness, injury or other circumstances unavoidably prevented the employee from timely contacting the MRO. If the MRO concludes that there is a legitimate explanation, the MRO declares the test to be negative. Transportation America will not knowingly permit a safety sensitive employee to perform or continue to perform safety sensitive functions if the safety sensitive employee has tested positive for prohibited drugs. Referral, Evaluation and Alcohol Treatment Each covered employee who has engaged in alcohol conduct prohibited by this part shall be advised by the Drug and Alcohol Detection Coordinator of the resources available to the employee in evaluating and resolving problems associated with the misuse of alcohol, including the names, addresses and telephone numbers of substance abuse professionals and counseling and treatment programs. Each covered employee who engages in alcohol prohibited conduct shall be evaluated by a substance abuse professional (SAP) who shall determine what assistance, if any, the employee needs in resolving problems associated with alcohol misuse. Before a covered employee returns to duty requiring the performance of a safety -sensitive function after engaging in alcohol prohibited by this part, the employee shall undergo a return to duty alcohol test with a result indicating an alcohol concentration of less than 0.02. In addition the substance abuse professional may recommend that the employee be subject to a return to duty drug test, performed in with this policy. . Each covered -employee needing assistance in resolving problems associated with alcohol misuse: Will be evaluated by a substance abuse professional to determine that the Employee has properly followed any rehabilitation program prescribed by this policy. TRAN{MRTATNNJ Alin RIG 82IPage Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Employees will be subject to unannounced follow-up alcohol testing administered by Transportation America, following the employee's return to duty. The follow-up testing will be accomplished at least six test in first twelve months following the employee's return to duty. Referral, Evaluation and Treatment Draw An employer's anti -drug program shall have available the services of a designated substance abuse professional. Transportation America designated substance abuse professional is located at The substance abuse professional shall determine whether a covered employee who has refused to submit to a drug test or has a verified positive drug test result is in need of assistance resolving problems associated with prohibited drug use. The substance abuse professional recommends a course of action to the employee. The substance abuse professional shall determine whether a covered employee who has refused to submit to a drug test or has a verified positive drug test has properly followed the substance abuse professional's recommendations. The substance abuse professional shall determine the frequency and duration of follow- up testing for a covered employee. Such employee shall be required to take a minimum of six follow-up drug tests with verified negative results during the first twelve months after returning to duty. After that period of time, the substance abuse professional may recommend to the employer the frequency and duration of follow-up drug testing, provided that the follow-up drug testing. Follow-up testing shall not exceed sixty months from the date of the employee's return to duty. Retention of Records In determining compliance with retention period requirement, each record shall be maintained for the specified minimum period of time as measured from the date of the creation of the record. The company shall maintain the records in the following manner: Five years Records of covered employee verified positive drug or alcohol test results, documentation of refusals to take required drug or alcohol test and covered employee referrals to the substance abuse professional, and copies of annual MIS reports submitted to FTA. 831Pace TRAMMATATInNAMI CIIA • Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Security Program Plan Purpose of the Security Program Plan (SPP) The purpose of this Security Program Plan (SPP) is to establish procedures for maintaining a safe and secure operation and service environment for Transportation America and its employees. It is also intended to do the same for its current Service Providers. The SPP contains information about mitigation, preparedness, response, recovery, and organizational structure. It includes the following specific elements: • Actions required of Transportation America's employees on a daily, weekly, monthly, and annual basis to prevent security and emergency events from occurring, and to mitigate the effects. of those events that do occur; • Measures needed to prepare for incidents occurring at 2766 Nw 62nd St, Miami, Florida, 33147; • Transportation America procedures that should be established to enable Transportation America to respond to security hazards and emergencies that affect the system and its employees; • Formal processes to recover from routine security events or major emergencies; • Roles, responsibilities, and interagency coordination that Transportation America will undertake as part of the larger community -wide team that will respond to a disaster or security event. Situations Covered by the SPP • As with any company, Transportation is not immune from potential security breaches or possible improper acts of rogue employees. These situations include natural and security -related emergencies as well as well routine security events. 84I.Page TMA4111)RlATIt)N Aral PILA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services • Transportation America employees and its facilities are vulnerable to a variety of hazards, security incidents, and emergency circumstances that could occur locally and would require response. The most likely of these are described in the following table. Disaster Recovery Plan Transportation America has developed detailed Business Continuity Plans and Disaster Recovery Plans for the restoration of critical processes and operations. Transportation America has dedicated resources to its contingency planning and disaster recovery Program. Key features of Transportation America's planning process include: • Employee safety strategies and communications • Systems and telecommunications accessibility • Alternate physical site location and preparedness • System backup and recovery There is a concerted effort that coordinates response and crisis management across the Transportation America system. The effort has set forth guidelines, which incorporate industry best practices, for critical business units. • Business Impact Analysis — Transportation America identifies time sensitive, mission critical processes' recovery time objectives (RTO) and business impacts. • Business Continuity and Disaster Recovery Plans — Transportation America prepares and regularly updates and tests its business continuity and disaster recovery plans to support the business needs. Plans include crisis management, employee communication, alternate site requirements, recovery management, and site -specific checklists. • Work. Area Recovery Strategy — Transportation America continuously updates the Work Area Recovery Strategy to assist in the recovery and continuity of the business in the face of a disaster or other major outage. Transportation America utilizes a combination of internal and external resources to support Work Area Recovery. •85IPae INAN1M¢1.101.1 AMI Rif, Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services • • Testing — All aspects of the plans are periodically tested in accordance with regulatory requirements. This includes crisis management and response, business continuity and critical infrastructure disaster recovery. Mainframe data is mirrored to the hot site and server backups are stored off -site in a secured climate -controlled environment. Uninterruptable Power Our environment was engineered with redundant, uninterruptable power systems and backup generators to deliver a seamless power transfer in the event of a grid power failure. In the event of a city grid power failure, an isolated UPS system will provide immediate backup power until diesel generators take over and deliver continuous operation to the data center equipment. This computer -controlled process occurs immediately, with no fluctuation in power quality to the data center facility and equipment. Hurricane/Emergency Evacuation Plan I. INTRODUCTION: A. Purpose: The purpose of this document is to establish directives and assign responsibilities to ensure effective coordination and execution of emergency operations before, during, and after a hurricane. B. Responsibilities: Transportation America's Paratransit Division (ATS) is responsible for brokering trips and performing system control and vehicle scheduling functions in a manner consistent with the need to promote efficient use of transportation resources for City of Miami. Specifically, Transportation America will: • Direct its subcontractors in the provision of paratransit transportation for eligible evacuees as directed by City of Miami. • Assist in the provision of other transportation services as directed by City of Miami. • Provide reasonable safeguards against damage to City of Miami and Transportation America property. • Maintain accurate records of all expenses incurred and services rendered. 861Page 1 RANMR1AT!ON A.wl RN'A Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services C. General Hurricane Information: Hurricanes are tropical cyclones in which winds reach a constant speed of at least 74 miles per hour (mph) and may gust to 200+ mph. The spiral clouds of a hurricane may cover an area several hundreds of miles in diameter, Torrential rain and tornadoes accompany hurricanes. The eye of the hurricane is deceptively calm with clear skies and gentle winds. As the eye passes away, high winds and rain resume from the opposite direction. It is important to remember that the position of the hurricane given by the National Hurricane Center is for the eye of the storm. High winds and heavy rain may extend 200 miles or more form the eye. Hazardous conditions may arrive 6-10 hours before the eye makes landfall. Saffir-Simpson Stouii Category Wind mph ;5 1 74-95 F2 96-110 ' =r i ` 3 111-130......._.....;o,€ >4 131-155 j°;�-or 'IS 1155+ The Saffir-Simpson Hurricane Wind Scale is used by the National Hurricane Center to provide a continuing assessment of the potential for wind and storm surge damage. D. Definitions: Advisory: A National Weather Service message giving storm location, intensity, movement and precautions to be taken, Disaster: A non -war related incident, such as a hurricane, which results in damage to property, personal hardship or suffering and/or loss of life. Employees: For Purposes of this policy, "employees" shall refer to Transportation America personnel unless otherwise noted. Essential Employees: Personnel who because of their expertise and nature of assigned responsibilities are "on call" throughout the emergency. Essential employees are required to report as directed. Eye: The circular area of relative calm and fair weather at the center of the hurricane. Eyes are usually 25-30 miles in diameter. The area around the eye is called the cloud wall. 87'Page 11...MU .111M: Au10.1!.A Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services Gale Warning: A waning of sustained winds from 39 mph to 54 mph, which may precede or accompany a hurricane watch. Hurricane: A tropical weather system characterized by pronounced rotary circulation with a constant minimum wind speed of 74 mph that is usually accompanied by rain, thunder and lightning. Hurricanes often spawn tornadoes. Hurricane Alert: A hurricane alert will be' issued by the governing public agency if readiness actions are required before a hurricane watch is issued. Action normally taken during a hurricane watch should be initiated when a hurricane alert is issued. Hurricane Landfall: The point and time during which the eye of the hurricane passes over the shoreline, Hurricane Season: The six-month period from June 1 through November 30th is considered to be the hurricane season. Hurricane Watch: Issued by the National Hurricane Center when a hurricane threatens. The watch covers a specified area and time period. A hurricane watch indicates hurricane conditions are possible, usually within 24-36 hours, but it does not mean they will occur. When a watch is issued, listen for advisories and he prepared to take action if advised to do so. Hurricane Warning: A warning is issued by the National Hurricane Center 24 hours before hurricane conditions (winds greater than 74mph) are expected. If the hurricane path changes quickly, the warning may be issued considerably less than 24 hours in advance. A warning will also identify where dangerously high water and waves are forecast even though winds may be less than hurricane force. MPH (mph): Miles per hour. Natural Disaster: A disaster that cannot be prevented by human actions. Operational Phases of Hurricane Response: There are four operational phases of hurricane activities. PHASES I and II are "Hurricane Preparedness" stages. PHASE III is the actual landfall of the storm and PHASE IV addresses the actions necessary after a hurricane. PHASE I — Pre -Season. Preparatory activities conducted prior to the start of the hurricane season. Some included activities are updating the Hurricane Plan, site inspections for vulnerability, 881Page 1 R. W UUV.Rin1InN M1I NIA Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services updating inventory listings and confirming insurance coverage. PHASE II — Hurricane Watch or Alert. Announcement of a hurricane watch or alert starts this phase. Preventive actions and precautionary tasks are completed. PHASE III — Hurricane Landfall. Only those actions necessary to prevent injury or loss of life will be required. PHASE IV — Recovery. Restoration of service and damage assessment and reporting are completed. Recovery: The period of time immediately follows a disaster when all actions necessary to restore essential services are initiated in order to return to normal operations. The recovery period involves two overlapping stages. Emergency Period: The period immediately following a hurricane in which actions include searching for and the rescue of injured, homeless and missing persons, attending to those persons requiring food and shelter and protection property from looting in the devastated areas: Restoration Period: The period beginning before the end of the emergency period and continuing after the emergency period ends during which time actions include repair of facilities, debris removal, and return of displaced persons. Storm Surge: A dome of seawater, often 50 miles across, that sweeps across the coastline inundating the land with up to 15 feet of water above normal high tide. The ocean level rises as the hurricane approaches peaking at the point of hurricane landfall. Also known as tidal flooding, storm surge has been responsible for nine out of ten hurricane deaths. Tropical Depression: A circulation at the surface of the water with a sustained wind speed of 38 mph or less. Tropical Storm: An area of low barometric pressure with a definite eye and counterclockwise winds of 39-74 mph. A tropical storm may strengthen to hurricane force in a short period of time. Tropical Storm Warnings: Issued by the National Hurricane Center when winds of 55-73 mph are expected. If a hurricane is expected to strike a coastal area, separate tropical storm warnings will not usually precede hurricane warnings. 891Page 7UHtmKTATI11N.W 1 mew Transportation America's Proposal in Response to RFP Number: 274276 Request for Proposals for On -Demand Transportation Services 9. Fees for Services and Certification Statement Please refer to the proceedings pages for Fees for Services infoimation 901 P a g 6 114,151.01iTAIIIIN AMERICA Certification Statement Pleasc quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices .shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the itemsor services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: SUPPLIER NAME' Transportation America, Inc. ADDRESS: 2766 NW 62nd Street,Miami,FL 33147 PI -LONE: 305.264.7111 • FAX, 305-265-3303 EMAIL: bbeers(itran.portation meric..com BEEPER' 305.308.8110 SIGNED BY' TITLE: Raymond Gonz. EO DATE' July 18,201 1 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISOUALIFY THIS BID. Page 2 of 53 Certifications Legal Name of Firm: Transportation America, Inc. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Corporation Year Established: 2011 Office Location: City of Miami, Miami -Dade County, or Other 2766 NW 62nd Street, Miami, FL 33147 /Trip Center 815 NW 57th Ave., Suite 130, Miami, FL 33126 Occupational License Number: 710913-5 Occupational License Issuing Agency: Miami-DadeTax Collector, 140 West Flagler St., Miami, FL33130 Occupational License Expiration Date: 09-30-2012 Respondent certifies that (s) he has read and understood the provisions of City of Miami Ordinance No. 10032 (Section 18-105 of the City Code) pertaining to the implementation of a "First Source Hiring Agreement.": (Yes or No) Yes Do you expect to create new positions in your company in the event your company was awarded a Contract by the City? (Yes or No) Yes In the event your answer to question above is yes, how many new positions would you create to perform this work? As many positions as will be needed Please list the title, rate of pay, summary of duties, number of positions, and expected length or duration of all new positions which might be created as a result of this award of a Contract. To be decided Minority/Women Business Affairs Registration Status: Hispanic, Female, Black or None, No Page 3 of 53 Will Subcontractor(s) be used? (Yes or No) No Does the City of Miami Living Wage Ordinance apply to this formal solicitation? ( See Section 1.40 of the General Terms and Condtions) (Yes or No) Yes Service Total Contract Amount( which includes base term and renewal options): Is this service contract a citywide contract? (Yes or No) Yes If the above answer is no, please indicate the name of the city (end user) department that your contract will serve: Provide brief description of the project or service to be provided Request for Proposals for On -Demand Transportation Services I/We hereby state compliance with the City of Miami Living Wage Ordinance, Section 18-556 through Section 18-559 as summarized in Section 1.40 of the General Terms and Condtions? (Yes or No) Yes Page 4 of 53 Line: 1 Description: Flat rates for non -ambulatory trips; the flat rate quoted shall include full compensation for labor, equipment use, travel time and any other cost to the bidder Category: 95294-00 Unit of Measure: Each Year 1, Unit Price: Year 2, Unit Price: Year 3, Unit Price: Year 4, Unit Price: Year 5, Unit Price: Line: 2 22.65 Number of Units: 23.22 Number of Units: 23,80 Number of Units: 24.39 Number of Units: 25,00 Number of Units: 3,640 Total: 3,640 Total: 3,640 Total: 3,640 Total: 3,640 Total: Description: Flat rates for ambulatory trips; the flat rate quoted shall include full compensation for labor, equipment use, travel time and any other cost to the bidder Category: 95294-00 Unit of Measure: Each Year 1, Unit Price: Year 2, Unit Price: Year 3, Unit Price: Year 4, Unit Price: Year 5, Unit Price: 16.16 Number of Units: 16.56 Number of Units: 16.98 Number of Units: 17,40 Number of Units: 17.84 Number of Units: Prompt Payment Discount Percentage discount offered: 0% 10,360 Total: 10,360 Total: 10,360 Total: 10,360 Total: 10,360 Total: $ 82,452.68 $ 84,514.00 $ 86,626,85 $ 88,792.52 $ 91,012,33 $ 167,403.93 $ 171,589.03 $ 175,878.75 $ 180,275.72 $ 184,782.61 Page 5 of 53 it II KENNETH ROBERTSON JOHNNY MARTINEZ. Chief Procurement' Officer ADDENDUM NO. 1 RFP No. 274276 July 13, 201.1 On -Demand Transportation Services TO: ALL PROSPECTIVE PROPOSERS: City Mannscr The following changes, additions, and clarifications amend the RFP Documents of the above captioned RFP, and shall become an integral part of the Contract Documents. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. The following lines have been removed from the "Certifications" section of the hardcopy RFP document (Pages 3-4 of 53), and as such proposers are not required to submit said information in their proposal response: Minority/Women Business Affairs Registration Status: Hispanic, Female, Black or None. Does the City of Miami Living Wage Ordinance apply to this formal solicitation? ( See Section 1,40 of the General Terms and Conditions) (Yes or No) Service Total Contract Amount( which includes base term and renewal options): Is this service contract a citywide contract? (Yes or No) If the above answer is no, please indicate the name of the city (end user) department that your contract will serve: Provide brief description of the project or service to be provided UWe hereby state compliance with the City of Miami Living Wage Ordinance, Section 1 B-556 through Section 18-559 as summarized in Section 1,40 of the General Terms and Conditions? (Yes or No) ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME. Sincerely, :enneth Robertson Director/Chief Procurement Officer KENNETH ROBERTSON Chief' Procurement Officer its of iuti ADDENDUM NO. 1 RFP No. 274276 July 13, 2011 On -Demand Transportation Services • TO: ALL PROSPECTIVE PROPOSERS: JOHNNY MARTINEZ. City Manager The following changes, additions, and clarifications amend the RFP Documents of the above captioned RFP, and shall become an integral part of the Contract Documents. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. The following lines have been removed from the "Certifications" section of the hardcopy RFP document (Pages 3-4 of 53), and as such proposers are not required to submit said information in their proposal response: Minority/Women Business Affairs Registration Status: Hispanic, Female, Black or None. Does the City of Miami Living Wage Ordinance apply to this formal solicitation? ( See Section 1,40 of the General Terms and Conditions) (Yes or No) Service Total Contract Amount( which includes base term and renewal options): Is this service contract a citywide contract? (Yes or No) If the above answer is no, please indicate the name of the city (end user) department that your contract will serve: Provide brief description of the project or service to be provided I/We hereby state compliance with the City of Miami Living Wage Ordinance, Section 18-556 through Section 18-559 as summarized in Section 1,40 of the General Terms and Conditions? (Yes or No) ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME. Sincerely, enneth Robertson Director/Chief Procurement Officer Buyer E-Mail Address: Buyer Facsimile: City of Miarni Request for Proposals (RFP) Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 61h Floor Miami, Florida 33130 Web Site Address: http://ci.miami.fl.us/procurement RFP Number: 274276,1 Title: Request for Proposals for On -Demand Transportation Services Issue Date/Time: 24-JUN-2011 RFP Closing Date/Time: 18-JUL-2011 @ 13:00:00 Pre -Bid Conference: Pre -Bid Date/Time:. . Pre -Bid Location: Deadline for Request for Clarification: Tuesday, July 5, 2011 at 12:00 Noon Buyer: Calderon, Yadissa Hard Copy Submittal Location: City of Miami.- City Clerk 3500 Pan American Drive Miami FL 33133 US ycalderon@ci.miami.fl.us ci.miami.fl.us Page 1 of 52 Certification Statement Please quote on this forin, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this .submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions, In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners' or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No, 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud, We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: .......... ....... ....... ..... SUPPLIER NAME' ADDRESS• PHONE: FAX: EMAIL: BEEPER' SIGNED BY' TITLE: DATE. FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM SHALL DISQUALIFY THIS BID. • Page 2 of 52 �..........:,...u,:!,'....f.......x..`.S til....._.._..��..._i,.......-_at_...._....!-_...�...elm__....__._.�...�..__�..._._..._._�.... ��_.y.r_..1.�_Wci.�2 „r_:.:.s._3..._�..z.-.....�_3�,.......�..::.i=i'r._,....,.�t`r+»..�.�,:... Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami -Dade County, or Other Occupational License Number: Occupational License Issuing Agency: Occupational License Expiration Date: Respondent certifies that (s) he has read and understood the provisions of City of Miami Ordinance No. 10032 (Section 18-105 of the City Code) pertaining to the implementation of a "First Source Hiring . , . Agreement.": (Yes or No) Do you expect to create new positions in your company in the event your company was awarded a Contract by the City? (Yes or No) hi the event your answer to question above is yes, how many new positions would you create to perform this work? Please list the title, rate of pay, summary of duties, number of positions, and expected length or duration of all new positions which might be created as a result of this award of a Contract. Will Subcontractor(s) be used? (Yes or No) Page 3 of 52 Line: 1 Description: Flat rate s for non -ambulatory trips; the flat rate quoted shall include full compensation for labor, equipment use, travel time and any other cost to the bidder Category: 95294-00 Unit of Measure: Each Unit Price: $ Line: 2 Number of Units: 1 Total: $ Description: Flat rate s for ambulatory trips; the flat rate quoted shall include full compensation for labor, equipment use, travel time and any other cost to the bidder. Category: 95294-00 • Unit of Measure: Each Unit Price: $ Number of Units: 1 Total: $ Page 4 of 52 Request for Proposals (RFP) 274276,1 Table of Contents Terms and Conditions 6 1. General Conditions 6 1.1. GENERAL TERMS AND CONDITIONS 6 2. Special Conditions '24 2.1 • PURPOSE 24 2,2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION "4 2.3 • TERM OF CONTRACT 24 2.4. CONDITIONS FOR RENEWAL 24 2,5, NON -APPROPRIATION OF FUNDS "4 2.6. MINIMUM QUALIFICATION REQUIREMENTS 24 2.7. FAILURE TO PERFORM 25 2.8. INSURANCE REQUIREMENTS 25 2.9. CONTRACT ADMINISTRATOR 26 2.10• SUBCONTRACTOR(S) OR SUBCONSULTANT(S) 26 2.11. SPECIFICATION EXCEPTIONS 27 2.12. TERMINATION • 27 2.13. ADDITIONAL TERMS AND CONDITIONS 27 2.14. PRIMARY CLIENT (FIRST PRIORITY) 28 2.15. CHANGES/ALTERATIONS 28 2.16. EVALUATION/SELECTION PROCESS AND CONTRACT AWARD 28 2.17. ADDITIONAL SERVICES 29 2.18, COMPENSATION PROPOSAL 29 3. Specifications 30 3.1. DEFINITIONS 30 4. Submission Requirements 48 4.1. SUBMISSION REQUIREMENTS 48 5. Evaluation Criteria 52 5.1. EVALUATION CRITERIA 52 Page 5 of 52 Request for Proposals (RFP) 274276,] Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of $25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida Law, as amended.. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQIJIPMENT - Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with • the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perfonn under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities•in any or all responses •and may, at its discretion, re -issue this formal solicitation. 1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci,miami.fl.us/procurement 1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate • response from the same Bidder/Proposer for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder/Proposer shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent. 1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this Contract, the prevailing party shall be entitled to recover its costs and reasonable attorney's fees through and including appellate litigation and any post judgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for . Page 6 of 52 ._... .,.._..3'__! �-�...�...,__.._.._....�_..,,,s�.,wa.''s>�:...�.....t....._.�.. {.L_..�..,�"_Sr Y � § �, •',::;`,.i.;�r.�,. t irrl i.: t.�.a'j ? '..ri{�,`.�' .,,err., - s � r .,.,..t�'. ... ,� -i. Request for Proposals (RFP) 274276,1 three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi-govermnental entity which uses this formal solicitation 'and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie' Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the forni required by the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The teen of the contract shall be specified in one of three documents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet. • E. The City reserves-the.right to automatically•extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded, If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual • agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Conunission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the City's best interests. Such agreement will be furnished by the City, will contain certain terns as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the ambunt bid is required from all bidders/proposers, if so indicated under the Special Conditions, This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award Page 7 of 52 •:I'?, ,::t, •c1.::C., eta¢ r•j;,• Request for Proposals (RFP) 274276,1 contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits will be returned on demand, 1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION -•The City reserves the right to cancel all formal solicitations before its opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firni makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been.unable to recoup. its capital.expenditures.during the time it is rendering such goods/services,.it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response for the same items/services or with the City of Miami's Purchasing Department or initiating department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to; A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. Page 8 of 52 . t a "`i..c ',.;' Y<> > 4=J.; s ��x.Y"c. ; Request for Proposals (RFP) 274276,1 B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. .D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended, G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. .I. City Procurement Ordinance City. Code Section 18, Article III. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218,74 on Prompt Payment. M. First Source Hiring Agreement, City Ordinance No. 10032, as applicable to this Formal Solicitation. Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires as a condition precedent to the execution of service contracts including professional services. Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained froth the City Clerk's Office. 1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than S200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others; Potential vendors, service providers, bidders, lobbyists or consultants and the•City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City • Commissioners, or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications; oral corrununications with the City purchasing staff, provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Conunission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City. Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or corrununications in connection with the collection of industry continents or the performance of market research regarding a particular RFP, RFQ, RFLI OR 1FB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, 'Which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk, In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. Page 9 of 52 • ,:.:?•u,_...:..!'i.,::.?>:5�; `_?tee_ _—..�u:.�......:.t•:. Request for Proposals (RFP) 274276,1 This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-5360, to obtain a copy of same• 1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22, CONFLICT OF INTEREST—Bidders/Proposers, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent,(5%) or more of the total assets of capita] stock in your firm. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business'entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in representation of any third party before any board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder/Proposer to itnniediate termination of any professional service's agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the B idder(s)/Prop oser(s). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the perfonnance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. Page 10 of 52 •Y5'. :'�4 � Y. l:.SAti •. -1 l'!?1S. .,I:i.!:fi Z:"�Y! qM' xVIY of Yl r U.>. 1.1.. e. %)•' [ . - ..�':�:!'i_s .7_c.........J_u--''--_...-...— ';i'.... , ...—c 1•, ,...[. *�.....+.�.-«,w.Va:W�-:s...: Request for Proposals (RFP) 274276,1 (3) Conviction under state or federal antitrust statutes arising out. of the submission of Bids or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility, Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said parry's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a.public building or public work, may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperfonnance, which shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract. B. 'Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder/Proposer incapable of perfonning the work in accordance with and as required by the • Contract. Page 11 of 52 t.N1�r1!::t,;..,r £'•,. 'Y`kaC +_�.....,�S.L<;w{is:S.;�ir`,3:i:,,.x.'t.}.i.r 4.�>r,�.,,�,�..._i..:' r'a°-:.:1f-..i.,... t:'::.�i:_., .,�,•k2.�..:.w..�_..-..Y... ,...,..�. .,L...>........_...:._.�a;.._ors^.:`..'u�_.cx__...L._s.�_�..r� _��,.._.a_..�,. _..��..�.,c r��,;';.ri ...er.�.,,_>...._.. Request for Proposals (RFP) 274276,1 F. Failure to comply with any of the terns of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Fonnal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure to comply with these requirements may deem a Response non -responsive. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A, Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the goveming documents, 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terns and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the comrnodities/services defined .within.the. scope of this .formal. solicitation.at the price contained .within.vendor's response. Further, ....... .. . .. . successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, rnodifies, alters or changes any of the terns and conditions contained in the Fonnal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of detennining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES A.Rejection of Responses The City may reject a Response for any of the following reasons: 1) Bidder/Proposer fails to acknowledge receipt of addenda; Page 12 of 52 c., M{ YR;,%4'p,r:.r':.' ... `tt.`� -t� „n. +air t ,y•y.�� , f 43 5 f ;.i; jq. ,;Ij"�^ �- �.k;a. _•x..,,... ;;S,:i,...` . s:Y,.,'...h ..rr, lv ,,, ..,..,`�..J�•. �i � ns; t.:... �a f..s<, ..il..-r,... fix'.., i7.: .� .�. "P. �L4�.,4, _ „_, ,.. ���•...3..� `S%�i%�"�.,x.L:.L��a..... `d•...a'i.r_�.. ., d. �r:° �,.,•i. ,.. �.< >. - Request for Proposals (RFP) 274276,1 2) Bidder/Proposer mistates or conceals any material fact in the Response ; 3) Response does not conform to the requirements of the Formal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder's/Proposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best • interest of the City. B. Elimination From Consideration 1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer trust be able to demonstrate a satisfactory record of perfonnance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as'used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past perfonnance (experience) with the City or any other governmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on•the Response and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terns and conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause,for rejection of bid/proposal. 1.37. FIRM PRICES - The bidder/proposer warrants that prices, terns, and conditions quoted in its response will be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation, Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed or supplied over a period of time. 1.38. FIRST -SOURCE HIRING AGREEMENT (Sec. 18-105) (a) The Commission approves implementation of the first -source hiring agreement policy and requires as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants and loans, for projects of a nature that create new jobs, the successful negotiation of first -source hiring agreements between the organization or individual receiving said contract and the authorized representative unless such an agreement is found infeasible by the city manager and such finding approved by the City Commission at a public hearing. (b) For the purpose of this section, the following terns, phrases, words and their derivations shall have the following meanings: Page 13 of 52 .i..,,,t::..:_.ti:"_,W—,•_...-:r.���.l.n..�,,,..•;,i_.,�i.,.n,rvx..-s�_:.�e:,r.�-_,�...�.�_..__.,Y.-.�.,N�.r.�_,.1...•�«.�__..,_.:...._s�'ati._.._._�._...�,;:_n�'e,t �:.._._.�u:.�.�:�.F..,�.;-�i;.::l�}�.......uj ,n_..�.._...._, E:j�•.,_a.:..;�.2'�..._�., Request for Proposals (RFP) 274276,1 Authorized representative means the Private Industry Council of South Florida/South Florida Employment and Training Consortium, or its successor as local recipient of federal and state training and employment funds. Facilities means all publicly financed projects, including but without limitation, unified development projects, rnunicipal public works, and rnunicipal improvements to the extent they are financed through public money services or the use of publicly owned property. Grants and loans means, without limitation, urban development action grants (UDAG), economic development agency construction loans, loans from Miami Capital Development, Incorporated, and all federal and state grants administered by the city, Service contracts means contracts for the procurement of services by the city which include professional services. Services includes, without limitation, public works improvements, facilities, professional services, corrunodities, supplies, materials and equipment. (c) The authorized representative shall negotiate each first -source hiring agreement. (d) The primary beneficiaries of the first -source hiring agreement shall be participants of the city training and ernployment programs, and other residents of the city. • 1.39. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X; Section 24, states that employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the. rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1st. At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. If impacted, bidder/proposer must furnish employee narne(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Minimum -Wage Law will not impact its prices • throughout the terra of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) detenninati on. 1.40. GOVERNING LAW AND VENUE - The validity -and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. 1.41. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terns and provisions hereof. 1.42. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (IIIII) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: A. Use of information only for perfonning services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; Page 14 of 52 '�• iT..�jL"�`r..� �,.;�41• +.. �,. ..[%..:,,. � ,'t- ,, .�F i'4.._r. ..... .� ?... � .. .. ...:r�`. - s k_,.5 �, � ,ti:�a�u,er�,.72.. :_x.; .n� t' 'c'r'i�.. . ;G° --su d,....._ ,:,u.,i,_;!_. .. :G_"r ,aj "'S� a '�'tisi:[.,_. •�.'- .�.. .o'. -,Y..: n,;.i�.- zfi� Request for Proposals (RFP) 274276,1 E. Making Protected Health Information (PI --II) available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer;; G. Making PHI available to the City of Miami for an accounting of disclosures; and H, Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy infonnation practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.43. INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent, unless such injuries or damages are ultimately proven to be the result of grossly negligent or willful acts or omissions on the part of the City, its officials and/or employees.. These indemnifications shall survive the terns of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided, The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whetherperformed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be • interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations f §725.06 and/or. §725.08, Fla. Statues, as amended from time to time as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City, The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or.omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.44. INFORMATION AND DESCRIPTIVE LITERATURE—Bidders/Proposer must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposermust submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. • The City may, at reasonable times during the tern hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistancesto facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-79), as same may be amended or supplemented from time to time. 1.46, INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation Page 15 of 52 r C :.l•;...�.:..}:�.-..::,,ir..:r-.,......:w:k=i`5fl:�,R, Request for Proposals (RFP) 274276,1 will not be made available until such time as the City provides notice of a decision or intended decision or within 10 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be famished upon request via fax or e-mail to the Sr, Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Web Site following recommendation for award. 1,47. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be directed. to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. 1.48. INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.49. LOCAL PREFERENCE - City Code Section 18-85, states that the City Commission may offer to a responsible and responsive bidder/proposer, who maintains a Local Office, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten percent (10%) in excess of the lowest other responsible and responsive bidder/proposer. 1.50. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the bidder/proposer must bear full liability. 1.51. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet as appropriate. 1.52. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, onto create any other similar relationship between the parties. 1.53. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in the response and/or'Purchase Order may result in bidder/proposer being found in default in which event any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.54. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this formal solicitation, Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall Page 16 of 52 ., .f 5 • i.,� , .f''Ui ': Y ; SrN:;i.y.uq..:,,y,.'q:`:YF: •' i 'tl.-i!✓:r'x..t; L'l.• ..r•• L -. ., J �' i 1w*Y .._ t v1 •. :i4 Y•r.,t. 'M l .. .: f.T t ..: _ i . -.... N.l.... .I�:, .., �. ...,..!,C �....t .:.:.........�r.,.r�.... ..iu,,, s.:..., .�.. :FT .-�.::t�. ;'.. _,5(�.,..5.�, ,. E:. ..n: ,,. �r�.fi, t_....=.Rti e. ,..,,>� ow...,.�.•r '�__.F .,�f� r..-•t-.l, •k .�l:•':$rilr.�t .w....w ,;��`•" Request for Proposals (RFP) 274276,1 solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.55. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods and/or services, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.56. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.57. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. When submitting an alternate response, please refer to the herein condition for "Alternate Responses May Be Considered". 1.58. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records,.files,or any other matter whatsoever which is.given by the City to .the. successful Bidder/Proposer pursuant to this formal solicitation shall at all tithes retrain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. 1.59. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be . affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 1.60. PERFORMANCE/PAYMENT BOND —A Contractor may be required to fumish a Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.61. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation shegtthereof on which he/she makes an entry, as required. B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's Page 17 of 52 r -dt 'ah•' "Hi :ay: 4A-�`" •q:: y..q.,+ ac.n;'f qi � S1. 'L`14ryn` .h. 41 . .. a Ydrt'..t..t.il .. 7�y+:`r_t;�^.r��, i, n, ...-.. �i air- ,.;..� �.;ez.r.-r.+;l,ti:,.�t ,.� .., k ar�.�:�^f.� ^� u �..: P:: r. z:.,1._ iii •. -. Sr.. � .. rry� :`k.,. ,..,.'1;...�...n.- L._:;L!: u., «�'L�"G'�` •'u.:n:'. .,. Request for Proposals (RFP) 274276,1 compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion. G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF.FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. 1.62. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1.63. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.64. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. 1.65. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and agreed that the terns shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will continence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period coinrnencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers during the term of the contract. 1.66. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total Page,18 of 52 ;x1S3.Fird, f_:'.t,1.,.iwg',:::Y..:N,n?W0{h... ;w. .:.n .5 ie.. '. F.,: .- d�,,,... ..,a. ,lus,_ iY• •;i: �...y. .., �n,i:r�:;ui):^, �„ ,,, t. Request for Proposals (RFP) 274276,1 loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. 1.67. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.68, PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses on leases of real property to apublic entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.69. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119,'Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.70. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the manufacturing or construction of supplies, materials, oi• equipment covered by this solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.71. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.72. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.73, RESOLUTION OF•CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting •:party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.74. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. 1.Protest of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract Page 19 of 52 • a...Cws.:'..s...t t ?.sw1�1� r... 7 i.!�'t.au:.{'V�'i�".�'"�._vn .� .... 3.>:...>.:.'\i?:;..u'.__....-...�i.a.......� ,..t,. t..:......:S.l.,._:?S.v n'...,r ,r-.. , x<xw;—.�` .iJ. t-•�. �. �Y.�..3^vi_,. _k..".. :s Request for Proposals (RFP) 274276,1 may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2, Protest of Award. i, A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and Notice of Recommendation of Award Section, The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recomsendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this • section of the website daily after responses are submitted to receive the notice; or ii, Any actual .Responsive and Responsible Bidder whose Bid is lower than that of the reconunended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. ill, A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the.award is based, and shall .include all pertinentdocuments and.evidence and.shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed • or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included, The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and connnunicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than $25,000,•the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section Page 20 of 52 •1 :'..:i:.: C,,,�n•�r''y�.,�...� Y,.;. �A AM i4 .i y ...:4y .. ;if{u ..;y.:'.1,•Y,.-•y1,yh._-.5.4.nJl!v.1y`4µ!.'.5.`�14..:..�•„'}�r�`�:!:3:�L:��'rn1: vu.+Y.H ' i..� .I•s:l 41;f1-'t�:... Request for Proposals (RFP) 274276,1 (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or S5000,00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.75. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. if not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification, Failure to remove the samples will result in the samples becoming the property of the City. 1.76. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the performance required by this contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion, 1.77. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. 1.78. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first'quality add correct type, size and design are'to be used. All workmanship arid'services is ' ' ' ' ' ' ' to be first quality.. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposal. 1.79. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the Oracle System or responses may be submitted in hardcopy format to the.City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no award will be made at that time, A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non -responsive. Directions to City Hall: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US1. US1 SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT.), TURN LEFT, BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. Page 21 of 52 .�,._�.:s:`.'I,:'t.�..:.�� .�-r.;��u._� °•a1s-..'�+'x >i�SF.k",s'!.�..1s.5..z" Request for Proposals (RFP) 274276,1 FROM THE SOUTH: USl NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTHI TO SO. BAYSHORE DR, (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT, B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on. or before the close date is solely and strictly the responsibility of Bidder/Proposer, The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. F. All responses are subject to the conditions specified herein, Those which do not comply with these conditions are subject to rejection. G. Modification of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations, each response must•.be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in 1,82.A. 1.80. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer. 1.81. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terns and conditions of the contract, B. The City has detennined that such termination will be.in the best interest of the City to terminate the contract for its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.82. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced, No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable law. 1.83. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation, The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not'made within the time(s) specified on their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.84. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first, 1.85.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An Page 22 of 52 Request for Proposals (RFP) 274276,1 exception may be made for "trade secrets," If the Response contains infornation that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Response as a "trade secret" you agree to indemnify and hold hannless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim. 1.86. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor. The qualified Bidders)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized, 1.87. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express written perniission of the City Manager or the City Commission. 1.88. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it will be assumed that the product fully complies with the City's specifications. Page 23 of 52 :,ate,. +�.s xr�: �. y..:.i r..::,•; ..-;'i�l�!u.S',7` ^f.sf'�.+"-_•tee %w.:x�'r ..._u...u✓.. _..��....•M:�..•. �ird�.L. ��lia�^.. �.,.,,w�L,.. „e.4�w.....iy s_•.�':"�. �-_. �. s., ..,:.:�+,.:::,.._<. Request for Proposals (RFP) 274276,1 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for On -Demand Transportation Services, as specified herein, from a source(s) of supply that will give prompt and efficient service fully compliant with the terms, conditions and stipulations of the solicitation. .2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to.the Purchasing Department, Attn: Yadissa Calderon; fax: (305) 400-5369 or email: ycalderon@ci.miami.fl.us. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Tuesday, July 5, 2011 at 12:00 Noon. All responses to questions will be sent to all prospective bidders/proposers in the form on an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.3. TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for one (1) year with the option to extend for four (4) additional one (1) year periods, subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.4. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: (I) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. (2) Availability of funds 2.5. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to Contractor or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any project(s) will be awarded to any firm(s). 2.6. MINIMUM QUALIFICATION REQUIREMENTS Each firm interested in responding to this Request for Proposals must provide the information on the firm's qualifications and experience, qualifications of the project team, Project Manager's experience, and previous similar projects. Additionally, Proposer must: (1) be an established firm for a minimum of three (3) consecutive year(s), and/or its owner(s) and/or principal(s), must have a minimum of three (3) years related experience. (2) the individual proposed as the Project Manager must have a minimum of three (3) years experience in projects similar in scope, and must have served as project manager on at least one (1) project similar in scope as required herein. See "Instructions for Submitting a Response: (Submission Requirements)." Submittals that do not Page 24 of 52 =Si:.:o- r,c....y.,y'c.U,�.'.::`WI..iL+:... `:. as ,f t..�.....x..,.: s`"J_. t _d.b _:.;!?ralz -:e.. _ , /. ,� .'a..f., ty �e ...<'a:,;!..'"�ii4ev1...:t�ew;f�:,:.±+;r,`s;:�,�,rN:��:,:.��.r,�^":,g a�,it'•+dTetn�-y. ,...�..1.. +, a,t+=+, +n. ,';'..,.:.:r: , .: ti:, :.i.�..r �,�'^--d;^ u;n,.ci;.x`"'i1gT,•,,'t:+:Ji'i�'t!kH_.'-.:�3 Request for Proposals (RFP) 274276,1 respond completely to all requirements may be considered non -responsive and eliminated from the process. 2.7. FAILURE TO PERFORM Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare Contractor in default of the contract or make appropriate reductions in the contract payment. 2.8. INSURANCE REQUIREMENTS INDEMNIFICATION Proposer shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of proposer's performance under the provisions of the contract, including all acts or omissions to act on the part of proposer, including any person performing under this Contract for or on proposer's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which may be entered and which may result from this Contract, unless attributable to the negligence or misconduct of the City, and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claim, or the investigation thereof. The proposer shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $ 2,000,000 Products/Completed Operations $ 1,000,000 Personal and Advertising Injury $1,000,000 • B. Endorsements Required City of Miami included as an Additional Insured Contingent and Contractual Liability Premises and Operations Primary Insurance Clause .Endorsement II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 B. Endorsements Required City of Miami included .as an Additional Insurer III. Excess Liability (Excess Follow Form) A. Limits of Liability Page 25 of 52 alva.c4t,v.•.. F,...c a,l•,.lxP,; M1va�._.t.;,�t.a, .. ,C.l '''''. Y6y, , ."st=,,. +.�-.49,;�iL)..,vjrt.:t �a,.nt�a-: n�;;.r,�r.q_ak,...,,°,t.A-,ia°�.3"�i�•.�i..., �r }+a:n, .?;:..: OT Rye Request for Proposals (RFP) 274276,1 Each Occurrence S1,000,000 Aggregate S 1,000,000 City of Miami included as an additional insured. IV. Worker's Compensation Limits of Liability Statutory -State of Florida V. Employer's Liability A. Limits of Liability S100,000 for bodily injury caused by an accident, each accident. $100,000 for bodily injury caused by disease, each employee S500,000 for bodily injury caused by disease, policy limit BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the proposer. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "A" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY RFP NUMBER AND/OR TITLE OF RFP MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the proposer of his liability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the proposer shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired. certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Request for Proposal. (5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Proposer in conjunction with the General and Special Terms and Conditions of the RFP. The Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to theProposer. 2.9. CONTRACT ADMINISTRATOR Upon award, contractor shall report and work directly with Lilia L. Medina, AICP, Office of Transportation, who shall be designated as the Contract Administrator. 2.10. SUBCONTRACTOR(S) OR SUBCONSULTANT(S) A Sub -Consultant, herein known as Sub-Contractor(s) is an individual or firm contracted by the Proposer or Proposer's firm to assist in the performance of services required under this Solicitation, A Sub -Contractor shall be paid through Proposer or Proposer's fine and not paid directly by the City. Sub -Contractors are allowed by the City in the performance of the services delineated within this Solicitation. Proposer must clearly reflect in its Proposal the major Sub -Contractors to be utilized in the Page 26 of 52 Request for Proposals (RFP) 274276,1 performance of required services. The City retains the right to accept or reject any Sub -Contractors proposed in the response of Successful Proposer or prior to contract execution. Any and all liabilities regarding the use of a Sub -Contractor shall be borne solely by the Successful Proposer and insurance for each Sub -Contractors must be maintained in good standing and approved by the City throughout the duration of the Contract. Neither Successful Proposer nor any of its Sub -Contractors are considered to be employees or agents of the City. Failure to list all Sub -Contractors and provide the required information may disqualify any proposed Sub -Contractors from performing work under this Solicitation. Proposers shall include in their Responses the requested Sub -Contractor information and include all relevant information required of the Proposer. In addition, within five (5) working days after the identification of the award to the Successful Proposer, the Successful Proposer shall provide a list confirming the Sub -Contractors that the Successful Proposer intends to utilize in the Contract, if applicable. The list shall include, at a minimum, the name, location of the place of business for each Sub -Contractor, the services Sub -Contractor will provide relative to any contract that may result from this Solicitation, any applicable licenses, references, ownership, and other information required of Proposer. 2.11. SPECIFICATION EXCEPTIONS Specifications are based on the most current literature available. Bidder shall notify the City of Miami Purchasing Department, in writing, no less than ten (10) days prior to solicitation closing date of any change in the manufacturers' specifications which conflict with the specifications. For hard copy bid submittals, bidders must explain any deviation from the specifications in writing as a footnote on the applicable specification page and enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. For electronic bid submittals, bidders must explain in the Header Section or by an Attachment and, if applicable, enclose a scanned copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. Additionally, bidders must indicate any options requiring the addition of other options, as well as those which are included as a part of another option. Failure of bidders to comply with these provisions will result in bidders being held responsible for all costs required to bring the item(s) in compliance with contract specifications. 2.12. TERMINATION A. FOR DEFAULT If Contractor defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Contractor shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Contractor was not in default or (2) the Contractor's failure to perform is without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami, B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Contractor will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.13. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood Page 27 of 52 +!�'r;., 1.Ci �..,., 4 iieA....,...i:'_'J..:..L!S:1�'.,,",:•r�,uii,�t.r�.y�.,,4,•,iro;�,�.:.a?t=:ice,..,..;>k.�a>�:y.� �r....n��.,.ter%i..,__....::fr.-::i�::,• r..:_i.i Y...:3i_:,,�'yi.t..:i.-v._:?�f:.,n.,. .,i,>�c.fig.,4S,�u,;.u1;i>.+...i..r,:...YwFss_.s:�..�2e�i�:�`_�:i:::.,..._;-.`,rr. Request for Proposals (RFP) 274276,1 and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this. 2.14. PRIMARY CLIENT (FIRST PRIORITY) The successful bidder(s)/proposer(s) agree upon award of this contract that the City of Miami shall be its primary client and shall be serviced first during a schedule conflict arising between this contract and any other contract successful bidder(s)/proposer(s) may have with any other cities and/or counties to perfonn similar services as a result of any catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency impacting various areas during or approximately the same time, 2.15, CHANGES/ALTERATIONS Proposer may change or withdraw a Proposal at any time prior to Proposal submission deadline; however, no oral modifications will be allowed. Written modifications shall not be allowed following the proposal deadline. • 2.16. EVALUATION/SELECTION PROCESS AND. CONTRACT AWARD The procedure for response evaluation, selection and award is as follows: (1) Solicitation issued. (2) Receipt of responses (3) Opening and listing of all responses received (4) Purchasing staff will review each submission for compliance with the submission requirements of the Solicitation, including verifying that each submission includes all documents required. (5) An Evaluation Committee, appointed by the City Manager, comprised of appropriate City Staff•and members of the conununity, as deemed necessary, with the appropriate technical expertise and/or • knowledge, shall meet to evaluate each response in accordance with the requirements of this Solicitation and based upon the evaluation criteria as specified herein. (6) . The. Evaluation Committee reserves .the.right, in.its sole discretion, to request. Proposers to make oral presentations before the Committee as part of the evaluation process. The presentation may be 'scheduled at the convenience of the Evaluation Committee and shall be recorded. (7) The Evaluation Committee reserves the right to rank the Proposals and shall submit its recommendation to the City Manager for acceptance. If the City Manager accepts the Committee's recommendation, the City Manager's recommendation for award of contract will be posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and Notice of Reconunendation of Award Section. The notice of the City Manager's recommendation can be foundby selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. The City Manager shall make his recommendation to the City Commission requesting the authorization to negotiate and/or execute an agreement with the recommended Proposer(s). No Proposers) shall have any rights against the City arising from such negotiations or termination thereof, (8) The City Manager reserves the right to reject the Committee's recommendation, and instruct the Committee to re-evaluate and make another reconunendation, reject all proposals, or recommend that the City Commission reject all proposals. (9) The City Comunission shall consider the City Manager's and Evaluation Comrnittees' recommendation(s) and, if appropriate and required, approve the City Manager's reconunendation(s). The City Commission may also reject any or all response. (10) If the City Commission approves the recommendations, the City will enter into negotiations with the selected Proposer(s) for a contract for the required services. Such negotiations may result in contracts, as deemed appropriate by the City Manager. Page 28 of 52 Request for Proposals (RFP) 274276,1 (11) The City Commission shall review and approve the negotiated Contract with the selected Proposer(s). 2.17; ADDITIONAL SERVICES Services not specifically identified in this request may be added to any resultant contract upon successful negotiation and mutual consent of the contracting parties. 2.18. COMPENSATION PROPOSAL Each Proposer shall detail any and all fees and costs to provide the required services as listed herein. Proposer shall additionally provide a detailed list of all costs to provide all services as detailed in Section III Scope of Services, as proposed. The City reserves the right to add or delete any service, at any time. Should the City determine to add an additional service for which pricing was not previously secured, the City shall seek the Successful Proposer to provide reasonable cost(s) for sathe. Should the City determine the pricing unreasonable, the City reserves the right to negotiate cost(s) or seek another vendor for the provision of said service(s). Failure to submit compensation proposal as required shall disqualify Proposer from consideration. Page 29 of 52 Request for Proposals (RFP) 274276,1 3. Specifications 3.1. DEFINITIONS The following words and expressions used in this Solicitation shall be construed as follows, except when it is clear from the context that another meaning is intended: l) ADA — Americans with Disabilities Act of 1990. 2) Agency An entity who requests transportation services for its customers through the City. 3) Ambulatory — Any Customer who can enter, occupy and exit a passenger motor vehicle with limited assistance from the Chauffeur, does not require the use of a wheelchair, and does not require bodily lifting by the Chauffeur. 4) Cancellations —Notification to the selected Proposer by the City, Customer, or a person representing the Customer (i.e. family member, social worker, etc.) that a scheduled trip is no longer required. 5) Chauffeur'or Driver — An individual operating a City authorized vehicle to transport Customers, attendants, and/or Companions. 6) City — A municipal corporation of the State of Florida and shall mean the City of Miami and authorized representatives thereof. 7) Client, •Customer, or Rider — A person who is designated by the City as eligible to reserve and receive a trip defined asCity of Miami residents that either earn an income that is below the threshold set by the State of Florida to determine a senior citizen's additional homestead exemption as outlined in Section 196.075, Florida Statutes (2010) and meet one or both 'of the following criteria: a) are aged 65 years or older b) have a disability, as defined in the ADA. 8) Companion — A person who is not a PCA and accompanies a Customer at the Customer's request. 9) Complaint — Dissatisfaction expressed verbally or written from a Customer, City staff, or the general public pertaining to any facet of service provided under the resultant contract. 10) Contractor — The Proposer that receives any award of a contract from the City as a result of this Solicitation, also to be known as "the prime Contractor." The Contractor.is an independent Contractor of the City and not an agent authorized to bind the City. The Contractor and its employees shall receive no City employment, vacation, health care, or any other City benefits or stipend. Any provisions of this Proposal that may appear to give the City -any right to direct'the Contractor concerning the details 'of operating its' service, or to exercise any control over such performance shall mean only that the Contractor shall follow the direction of the Gity concerning the end results of the performance. 11) Computer System — a system or similar that tracks customers, generates reservations, ensures on -time performance and accurate travel time. 12) Door-to-door —.Transportation service which requires the chauffeur to assist the customer from the main accessible door at the point of origin to the main accessible door at the point of destination. This includes assisting the customer as more fully described in Section 3.2.22(g). This does not include bodily lifting of any customer. 13) Excessive Travel Time — When a Customer's travel time for a one-way trip exceeds the comparable fixed route travel time by more than 10%, including applicable transfers, walking, and wait time; or where 'no comparable fixed route travel time is available, the average bus system speed (currently, eight (8) miles per hour). 14) Formal Complaint — A Complaint received by the City and/or Proposer pertaining to any facet of operation under the control of the selected Proposer which, in the City's opinion, requires a written response from the selected Proposer. 15) In Service — The time a vehicle/Chauffeur begins the run to provide transportation service to a Customer until the time the run is completed. 16) Incident — Any unusual or extraordinary event that causes disruption of service which occurs while a vehicle/Chauffeur is in service that may or may not include intervention of City, selected Proposer, and/or other governmental agencies including Fire Rescue, Police, etc. Page 30 of 52 Request for Proposals (RFP) 274276,1 17) Low Income — Customers qualifying for the City's On -Demand Transportation Service are to have an adjusted household income below the threshold set by the State of Florida to determine a senior citizen's additional homestead exemption as outlined in Section 196.075, Florida Statutes (2010) as defined by the Florida Department of Revenue. The income threshold is S26,203 for the 2011 calendar year. The amount is varies yearly in accordance with the Consumer Price Index inflation adjustment. Customers may demonstrate fulfillment of this requirement by completing Form DR-501. Alternatively, Customers may provide proof of low-income by submitting a Report of Confidential Social Security Benefit Information (SSA-2458) 18) Missed Trip —Failure to pick-up a Customer at all, except for a Cancellation. 19) Multi -Loading — The transportation of two or more passengers, who are not traveling together to and from the same location, but in a direction suitable to accotmnodate multiple Client transportation requests. 20) Negotiated Pick-up Time — When a Customer calls the selected Proposer with a Requested Pick-up Time, the selected Proposer may negotiate a pick-up/vehicle arrival time while the Customer is on the phone. The negotiated time shall be within one (1) hour before or one (1) hour after the Requested Pick-up Time. Once agreed upon, the Negotiated Pick-up Time cannot be changed by the selected Proposer and shall be accurately recorded on the Driver's Manifest. 21) Next Day Service — A trip provided in response to a reservation made 24 hours in advance. 22) No-show — Failure of a Customer to cancel a prearranged trip at least one (1) hour in advance of the Scheduled Pick-up Time or not be present at the designated pick-up location throughout the Service Window. 23) Non -Ambulatory — Any person who requires to be transported in a Lift or ramp equipped vehicle and/or must travel in his/her wheelchair. 24) On -Demand Transportation Service — door-to-door transportation services contracted by the City of Miami to serve the City's low-income elderly population, aged 65 and over and/or the disabled for specific trip purposes. For the purposes of this Proposal, "pre -arranged transportation service" will have the same meaning as on -demand transportation services. 25) Personal Care Attendant (PCA) — The person who provides assistance to the Customer. 26) Personnel — The employees of the selected Proposer, the subcontractors of the selected Proposer, and the employees of the subcontractors. 27) ' Program Feedback Any 'observation'(positive or'tiegatibe) received from Customers; City staff, or ' ' ' ' ' ' ' ' ' ' ' ' ' ' the general public pertaining to any facet of service provided under the resultant contract. 28) Proposer — The person, firm, entity Or organization submitting a response to this Solicitation. 29) Requested Pick-up Time — The desired time requested (asked for) by the Customer to meet their transportation needs. For further information see "Negotiated Pick-up Time". 30) Reservation — The assignment of a pick-up time for a Customer based upon the Custoiner'.s Requested Pick -Up Time or Negotiated Pick -Up Time. 31) Routing — The organization of individual Customer pick-ups and drop-offs within the "Service Window" constraints so as to maximize multi -loading and the efficient utilization of Chauffeurs and vehicles without "Excessive Travel Time" for the Customers. 32) Same -Day Reservation Service — Service which is provided to a customer on the same day that a request for service is made. This service is not allowed. 33) Scheduled Pick-up Time — The pick-up time either requested by the Customer and accepted by the selected Proposer or the successfully negotiated pick-up time between the Customer and the selected Proposer, that is routed by the selected Proposer, for the purpose of vehicle/Chauffeur arrival at the Customer's pickup location within the two (2) service window which is one (1) hour before or one (1) hour after the Requested Pick-up Time. 34) Scheduling — The assignment of a reservation for Customer transport. Scheduling may be based on the Scheduled Pickup Time for a Customer or the Customer's required arrival time at a designated location. 35) Scope of Services — Section 3.2 of this Solicitation, which details the work to be performed by the Page 31 of 52 Request for Proposals (RFP) 274276,1 selected Proposer. 36) Service Window or Window — Period of time allowed to the selected Proposer after the Customer's Scheduled Pick-up Time, for vehicle/Chauffeur arrival and actual Customer pick-up. The period of time allowed is zero (0) minutes before and thirty (30) minutes after the Scheduled Picicup Time, 37) Solicitation — This Request for Proposal (RFP) document, and all associated addenda and attachments. 38) Special Transportation Service (STS) — Miami -Dade Transit coordinates the STS, a shared -ride public transportation service provided by Miami -Dade County in compliance with the paratransit service provisions of the (ADA) of 1990. STS provides door-to-door transportation for people with disabilities who are unable to use the Metrobus, Metrorail, or Metromover. Transportation is provided from the main entrance of the place of origin to the main entrance of the destination. STS can be used throughout most of urbanized Miami -Dade County, and some parts of southern Broward and northern Monroe Counties, STS offers transportation for the disabled cotwnunity for work, school, shopping, recreation, medical appointments, and other needs. STS does not require compliance to an eligibility criteria based on income and/or age. 39) Stranded Customer — A Customer who is not picked up within sixty (60) minutes of the Scheduled Pickup Time. 40) Subcontractor — Any person, firm, entity or organization, other than the employees of the Contractor, who contractswith theContractor to furnish labor, equipment, carrier service (trips) to Customers, provide reservation and/or call taking services, or any combination thereof, in connection with the Services to the City, whether directly or indirectly, on behalf of the Contractor. 41) TDD — Telephone device for the deaf. 42) Travel Time — As defined by the ADA for paratransit services or on -demand transportation, a one-way paratransit trip wherein the Customer's time traveled is similar to a comparable fixed route travel time, including applicable transfers, walking, and wait time. Where no comparable trip is available using the fixed -route service, paratransit travel time will be defined as eight (8) miles per hour. 43) Trip — The one-way transportation service provided from when the Customer enters the vehicle to when the Customer's destination is reached and equivalent to boarding. 44) Trip Center — Facility where requests for.trip reservations are received, negotiated, scheduled, routed,. dispatched and.forwarded to,the.Chauffeursivehicles.providing.Customer, The.P.roposer shall operate the Trip Center, 45) Trip Cost — shall mean transportation fees paid to the Proposer for services rendered. 46) Trip Denial — A Customer's trip request is considered a "trip denial" if: 1) the round trip completion cannot be provided at the time of the request; or, 2) a trip is scheduled/performed outside -the 2-hour ADA service window, i.e. not provided within one (1) hour before or one (1) hour after the Requested Pick -Up Time. . 47) Trip Screening — The process or procedure used by the selected Proposer, during the reservation process, to ensure that only Customers, as pre -determined by the City, are provided with On -Demand transportation services, 48) Will -Call — Customer's request for a return trilthat cannot be accurately pre -scheduled, such as the return of a medical trip, which the selected Proposer shall pick-up a Customer within one (1) hour from the time the selected Proposer is notified. 49) Work, Services, Program, or Project — All matters and things that will be required to be done by the Contractor in accordance with the Scope of Services and the terns and conditions of this Solicitation. 3.2 SCOPE OF WORK 3.2.1 1ntroductionBackground The City of Miami, hereinafter referred to as the City, as represented by the Capital Improvements Program and the Office of Transportation is soliciting proposals to establish a contract to provide On -demand Transportation Services. As used herein, the City's On -Demand Transportation Service is a service comprised of vans, or small Page 32 of 52 Request for Proposals (RFP) 274276,1 buses operating in response to calls from Clients or Agencies to the selected Proposer, who then dispatches a vehicle that picks up the Customers and transports them to their destinations. The service is characterized by the following: a) the vehicles operate over non -fixed routes but may include semi -fixed routes, on a flexible schedule except, perhaps, on a temporary basis to satisfy a) specific trip purposes and, b) the vehicle may be dispatched to pick up several Customers at different pick-up points before taking them to . their respective destinations and may even be interrupted en route to these destinations to pick up other Customers. Pursuant to Miami -Dade County Ordinance No, 02-115, as amended March 15, 2011, the criteria for eligible customers are as follows: Low -Income residents that earn an income that is below the threshold set by the State of Florida to determine a senior citizen's additional homestead exemption as outlined in Section 196.075, Florida Statutes (2010) and that meet one or both of the following criteria: a) are aged 65 years or older b) have a disability, as defined in the ADA. The Florida Department of Revenue (FDR) determined the Senior Homestead Exemption in calendar year 2011 to be set at an Adjusted Household Income Limitation of $26,203. The amount varies yearly in accordance with the Consumer Price Index inflation adjustment. Customers may demonstrate fulfillment of this requirement by completing Form DR-501. Alternatively, Customers may provide proof of Low -Income by submitting a Report of Confidential Social Security Benefit Information (SSA-2458). Those individuals who are currently receiving STS benefits through Miami -Dade County or any other entities are not eligible for the City's service. The On -Demand Transportation Service must use a 24-hour, pre -arranged schedule. An immediate call taxi type service is not eligible for this program. The Service Area shall be restricted to the City's municipal boundaries and trips must originate and terminate within the Service Area. The City is prioritizing service to.eligible Customers for the following trip purposes:• Access to senior centers providing hot meal and places for food procurement; government and medical facilities; trips to facilities for personal rehabilitation; and access to participate in recreational activities sponsored by public entities, • On -Demand Transportation Service is more flexible and personalized than conventional fixed -route services and does notinclude charter bus and•exclusive-ride taxi services, The Provider may offer a semi -fixed route in response to the needs of the City's Customers, In addition, the City will be using municipal funding for the service, The City is requesting a response that provides a Fee for Service on the one-way cost per Trip, Ambulatory and Non -Ambulatory. The City will reimburse the selected Proposer for the cost of each eligible Trip, The City is soliciting a Proposer that is able to provide an estimated 14,000 trips within the City's fiscal year, approximately fifty (50) trips per day. 3.2.2 Description of Service The selected Proposer shall provide transportation services to Customers and City approved Agencies. The selected Proposer shall furnish and maintain the facility, equipment, supplies, training space, and provide services necessary to operate a Trip Center. Such equipment includes, but is not limited to, office furniture, call taker/dispatcher furniture cubicles, personal computers, telephone lines, fax machines, TDD, and dispatch radios. The selected Proposer shall provide the professional management and transportation capacity required to manage operations and provide on -demand transportation services. The professional management shall at a minimum include provisions for vehicles and staff necessary to perform Trip Screening, reservations, scheduling, routing, dispatching, monitoring, billing, centralized training and management of all staff, and, if utilized, contracting and coordinating subcontractors to provide Services under the resultant contract. 3.2.3 Notice to Proceed The City will provide written notice to the selected Proposer, as a Notice to Proceed, specifying the date on which the selected Proposer shall continence Services/Transition of Services of the resultant contract. 3.2,4 Minimum Responsibilities of' the Selected Proposer Page 33 of 52 Request for Proposals (RFP) 274276,1 The selected Proposer shall; a) Hire, train, and manage staff including call takers, Chauffeurs, dispatchers, and any other necessary positions. b).Accept computer, fax or manual transfer of information, as determined by the City, of Customer eligibility data, c) Resolve issues and respond to Formal Complaints. d) Identify and implement improvements in the Service as needed. e) Undertake surveys, attend meetings and conferences, and prepare informational reports requested by the City. f) Be responsible for all call taking functions, not limited to taking reservations and late vehicle assistance, 3.2.5 General Responsibilities of the. Cite The City will: a) Furnish to the selected Proposer any plans, reports, and/or other data available in the City files pertaining to the work to be performed under the resulting contract, b) Monitor performance of the On -demand transportation service to ensure that the selected Proposer, and any subcontractors, meet all requirements of the resultant contract. c) Use generally accepted accounting principles for all financial and billing transactions. Invoices will be recognized and applied against the resultant contract by the City. 3.2.6 Non -Exclusivity The City, in its best interest, reserves the right to: a) Directly contract with other public, private for -profit or non-profit entities to provide services covered under the resultant contract, b) Provide and/or contract with other firms to provide the transportation services portion of the resultant contract. c) Solicit at any time fines to participate in the provision of on -demand transportation services at the sole discretion of the City. The City further retains the right to enter into contractual arrangements with other parties to meet the transportation needs of its residents, 3.2.7 Selected Proposer's Project Manager The selected Proposer shall designate a selected Proposer's Project Manager, who shall oversee the proper operation of the Service. The selected Proposer's Project Manager shall provide supervision of all personnel, and management of the accounts, operating records and service quality in accordance with the resultant contract standards. The selected Proposer shall provide the cellular phone number of the selected Proposer's Project Manager and an alternate staff member. The City expects the selected Proposer's Project Manager to be available from 8:00 a.m. to 5:00 p.m., Monday thru Friday to make decisions, provide coordination and/or attend in -person meetings. However, in the absence of the selected Proposer's Project Manager, the alternate staff member shall be available. 3.2.8 Transition of Services The selected Proposer shall commence transition of services and provide one -hundred percent (100%) on -demand transportation service for trips to all eligible Customers according to the dates stipulated in the Notice to Proceed. 3.2.9 Customer Eligibility The Proposer will determine each Customer's service eligibility based on the eligibility criteria described in Section 3.2,1 and will advise the City who is eligible for service. 3.2.10 Service Area The Service Area for trips provided under the resultant contract shall be restricted to the City's municipal boundaries. The City may change the Service Area at any time upon thirty (30) days written notice to the selected Proposer. The City reserves the right to implement fares, which the selected Proposer shall adhere Page 34 of 52 Request for Proposals (RFP) 274276,1 to. The Proposer may need to implement fare collection and reporting services as may be required by the City. 3.2.11 flours altd Days of Service The selected Proposer shall provide transportation services from 8:00 a.m. to 5:00 p.m., Monday thru Friday for the Service Area defined in Section 3.2.1 of the RFP. By written notice to the selected Proposer, the City may change the hours/days the selected Proposer provides transportation services for the Service • Area. The selected Proposer shall accept advance reservations from Customers, Monday thru Friday, from 8:00 a.m. to 5:00 pan. By written notice to the selected Proposer, the City may change the timeframe the selected Proposer shall accept reservations. 3.2.12 Multi -Loading The selected Proposer shall multi -load advance reservations, Will -Calls for Customers, and wheelchair customers with ambulatory Customers, without Excessive Travel Time to theCustomers and within existing ADA and TD regulations. At no time, shall the selected Proposer allow the multi -loading of Customers to exceed the capacity of a vehicle. Customers shall not be multi -loaded if an operable seat belt is not available for each Customer's personal use during transport, including shoulder harnesses for wheelchair customers. 3.2.13 Late Vehicle Assistance and Estimated Time of Arrival Inquiries The selected Proposer has a thirty (30) minute Service Window from the Scheduled Pickup Time. In the event the Chauffeur arrives prior to the Scheduled Pickup Tirne, the Chauffeur shall wait until the Scheduled Pickup Time. If the Customer agrees to board the vehicle early (prior to the Scheduled Pickup . Time) then such pickup shall be considered on time for the purpose of the resultant contract. In the event the Customer is not ready or does not wish to board early, then the Chauffeur shall either wait for the Schedule Pickup Tirne or shall leave and return within the Service Window. in the event the Service Window is not adhered to by the Chauffeur and the Customer calls for Late Vehicle Assistance, the selected Proposer shall inunediately dispatch a vehicle, if no vehicle is currently in route to the Customer, and provide an estimated time of arrival (ETA) to the Customer. Upon the Rider's or the City's request, the selected Proposer shall initiate a call between the Customer, selected Proposer and the dispatcher when obtaining ETAs. Upon request by the Rider or the City, the dispatcher shall be required to provide the Chauffeur's current location by intersection. In the event the Customer is not at the pickup location at the Scheduled Pickup Tirne or within the Service Window, the Chauffeur shall follow the process of Subsection 3.2.22(g) 9 herein. The selected Proposer shall adhere to the City's policy pertaining to No -Show. The selected Proposer shall provide the City with a report of all Late Vehicle Assistance calls received on a monthly basis. If subcontractors are used in the resultant contract, the selected Proposer shall ensure the subcontractors do not receive Late Vehicle Assistance calls directly. Customers are perni.itted to request and the selected Proposer shall provide an ETA as early as twenty (20) minutes after the Scheduled Pick-up Time. Such calls are considered to be ETA inquiries rather than.Late Vehicle Assistance calls. 3.2.14 Program Feedback and Response Program Feedback, including all complaints, other than Late Vehicle Assistance calls, will be immediately referred to the City's Capital Improvements Program customer service staff using an automated telephone transfer process. Program Feedback correspondence from the Customer(s) received via mail, email, or any other means by the selected Proposer directly shall be delivered immediately to the City's Capital Improvements Program customer service staff All Formal Complaints received by .the City will be forwarded to the selected Proposer. For each individual Formal Complaint received, the selected Proposer shall generate a fully researched and specific response, as each Formal Compliant forwarded to the selected Proposer is deemed a legitimate concern. The selected Proposer shall submit to the City a written response to the Formal Complaint within three (3) • business days in the event of urgent matters or seven (7) business.days for non -urgent matters from the selected Proposer's receipt of the Formal Complaint. The complaints will be identified as urgent/non-urgent by the City and will be forwarded to the Selected Proposer for response. The selected Proposer's response shall result from its evaluation and deposition, and include the corrective action to be taken by the selected Proposer to prevent reoccurrence. In the event the City requests the selected Proposer to revise its response, the revised response shall be resubmitted to the City within twenty-four (24) hours of the request. The City Page 35 of 52 Request for Proposals (RFP) 274276,1 will direct and the selected Proposer shall proceed with the actions of the written response or an alternate response provided by the City. • 3.2.15 Fraud Reporting The selected Proposer shall offer and fund a $500.00 reward to anyone, including Customers and the selected Proposer's personnel, who reports proven fraud in the On -Demand Transportation Service program. , 3.2.16 ,Selected Proposer Responsibilities (Software and Hardwa're) The selected Proposer shall: Provide a program management, preferably computerized system; or equivalent, that tracks customers, generates reservations, ensures on -time performance, and accurate travel time. The City reserves the right to approve or disapprove any request for system modifications received from the selected Proposer. The selected Proposer shall be responsible for any costs associated with selected Proposer requested/approved software modifications unless the City agrees, in writing, to assume all or part of the cost for the overall good of the Service. 3.2.17 Reservation Process The selected Proposer shall receive all requests for service from Customers and conduct Trip Screening. The selected Proposer shall impose priorities based on trip purpose or restrictions upon eligible Customers upon the City's discretion. Priorities for trips are as follows: Access to senior centers providing hot meal and places for food procurement; government and medical facilities; trips to facilities for personal rehabilitation; and access to participate in recreational activities sponsored by public entities, The selected Proposer shall provide reservation and call taking personnel at the Trip Center to cover the dedicated Service telephone lines in accordance with hours established per Section 3.2,11, Hours and Days of Service. The selected Proposer shall provide supervision in the Trip Center during all hours of operations to offer sufficient supervision of service operations, provide assistance to Customers, and direct Chauffeurs or other personnel. Reservation and other call taking personnel shall be trained to meet the performance standards specified under the resultant contract. At a minimum, the personnel shall: a) Demonstrate knowledge in key aspects of On -Demand Transportation Service operations, including reservations procedures, the resultant contract provisions, and On -Demand Transportation Service Program rules. b) .. .Serve the volume of incoming.telephone.requests for. Service.in a timely manner, and demonstrate knowledge of the phone system being used, including proficiency in the use of TDD. c) . Accurately enter the required Customer trip information to efficiently and effectively reserve trips. d) At the conclusion of the reservation process, verify reservation accuracy by repeating the following information back to the Customer: scheduled trip date, origin address, Requested Pick-up Time, Scheduled Pick-up Time and Service Window, the drop off address, appointment time (if applicable), Companion request, PCA request, mobility aids, and booking ID (confirmation number). e) Maintain a courteous and polite attitude in all dealings with the public and receive training to ensure customer orientation service including the ability to handle disgruntled Customers, f) Use the most efficient method available to process reservation requests. 3.2.18 Schedules The selected Proposer shall develop vehicle schedules based on reservations, ensure on -time performance, and accurate travel time. The selected Proposer shall use the most efficient method for scheduling, which may include on-line, hatching, or a combination of both as approved by the City and facilitated by the Proposer's Computer System. The selected Proposer shall not change the Scheduled Pick-up Time once agreed upon with the Customer, and shall perform the trip within the Service Window. The selected Proposer shall design routes that are direct, provide efficient and cost effectual service to the City of Miami. Circuitous routing is not permitted. The selected Proposer shall monitor the daily schedules to ensure adherence, take immediate action to correct any Service delays in the schedule as they occur, and ensure that Chauffeurs are reporting pick-up and drop-off times, as established by the City. The selected Proposer shall reconcile and verify monthly ' Page 36 of 52 Request for Proposals (RFP) 274276,1 scheduled service versus actual service provided and make any authorized adjustments or request modification to scheduling parameters to ensure that future schedules can be performed on time and within the.standards established in Section 3.2,19, Performance Standards. In the event that a Customer is determined by the City not to be at fault for a No -Show, the selected Proposer shall provide the Customer Immediate Response Service from the time the selected Proposer is notified. For Immediate Response Service, the selected Proposer shall ensure prompt notification to the Chauffeur. The selected Proposer may authorize Will -Call to improve customer service and ensure transportation reliability for specific cases pre -approved by the City. 3.2.19 Performance Standards The selected Proposer shall provide Service in a manner which complies with ADA, Federal, State, or Local regulatory requirements, meet the minimum performance standards prescribed by the City herein, and maximize operational productivity and efficiency wherever possible. The selected Proposer shall employ a means of detecting and correcting its deficiencies that contribute to failure to achieve the performance standards prior to the deficiencies reaching a level unacceptable by the City. Deficiencies may include, but are not limited to, performance that does not satisfy the minimum requirements listed in the Performance Standards Table below. Should deficiencies persist or become unacceptable, the City may take whatever actions are available under the resultant contract, including the assessment of liquidated damages. The City will perforin service audits,, including random phone audits of completed trips with Clients to verify trips taken, as deemed necessary and use all available information, not limited to Trip Center data, Driver's Manifests, reports to measure the performance level for the entire Program and to determine if the selected Proposer meets the performance requirements. In the event that the required minimum Performance Standards established below or elsewhere in the resultant contract are not met by the selected Proposer for two (2) consecutive quarters without noticeable service improvements, the City may request the removal of any personnel or subcontractor determined to be at fault, or find the selected Proposer in default of the resultant contract. Such decision shall be at the sole discretion of the City. Performance Standards: Requirement: Missed Trips Trip denials measured per report of an occurrence. 0 Customer Complaint Ratio Custonier'Complaint ratio measured monthly as a percent of • total trips performed. System Safety Measure of preventable vehicle accidents, as defined by the National Safety Council, per 100,000 revenue miles. Maximum 0.5% Maximum 3 The City and the selected Proposer may annually review Section 3.2.19, Performance Standards far adjustments. The City will make the final decision regarding any adjustments. 3.2.20 Liquidated Damages Where the selected Proposer fails to perform in accordance with the established Required Minimum Performance Standards in Section 3.2.19 of this RFP, the City will assess liquidated damages as prescribed in this Section. The City has the sole discretion to modify this Section. 3.2.21 J..,iquidated Damages a) Missed Trips_ The selected Proposer will be assessed liquidated damages in the amount of $25,00 for any occurrence of a Trip Denial, The selected Proposer will be assessed liquidated damages in the amount of $50.00 for any occurrence of a Missed trip. b) Excessive Travel Time: The selected Proposer will be assessed liquidated damages in the amount of $ 10.00 per trip for Excessive Travel Time, c) Customer Complaint Ratio: The selected Proposer will be assessed liquidated damages in the amount Page 37 of 52 Request for Proposals (RFP) 274276,1 of $100.00 for 'each month where the Customer Complaint Ratio is greater than 0.5% of total trips provided. d) System Safety: The selected Proposer will be assessed liquidated damages in the amount of $500.00 for each month where the number of preventable vehicle accidents, as defined by the National Safety Council, is greater than three (3) per 100,000 revenue miles. e) Scheduled Pick-up Time: The selected Proposer will be assessed liquidated damages in the amount of $10.00 for each occurrence where the Scheduled Pick-up Time given to the Customer is changed after the reservation has been accepted by the Customer, f) Invoicing: In the event a paper Driver's Manifest is used for a trip, per Section 3.2.27, Driver's Manifest, the selected Proposer will be assessed liquidated damages in the amount of the trip rate if information required under List A of Section 3.2,27, Driver's Manifest, is not properly documented on a Driver's Manifest or $10.00 per trip, if infonnation required under List B of Section 3,2.27, Driver's Manifest, is not properly documented on the Driver's Manifests. The selected Proposer will be assessed liquidated damages in the amount of $100,00 per one-way trip documented on the Driver's Manifest, provided to the City for payment and subsequently proven to be invalid or the trip did not occur. In addition, the City will request immediate removal of.the offending Chauffer, and/or, if utilized, may request the inunediate removal of the offending subcontractor from Services under the resultant contract. Within two weeks of notice by the City to the selected Proposer of an invalid Driver's Manifest, the selected Proposer shall submit to the City a correction plan of the selected Proposer's steps to prevent repeated offenses. The correction plan shall be implemented by the selected Proposer as stipulated by the City. Said liquidated damage will be in addition to the City not being charged for such trip. g) Reporting: The selected Proposer will be assessed liquidated damages for failure to submit on a timely basis the following reports required in the corresponding sections. The liquidated damages will also be assessed if documentation is submitted with missing information until the proper documentation is submitted, l) Formal Complaint Responses: The selected Proposer will be assessed liquidated damages in the amount of $5.00 per day, when a response to a Formal Complaint is not submitted as required in Section 3.2.]4, Program Feedback and Response, 2) Vehicle Documentation: The selected Proposer will be assessed liquidated damages in the amount of $25.00 per day, when documentation is not submitted as required in. Section 3.2.22(c), Vehicle Inspections and Documentation Requirement. 3) Chauffeur Personnel: The selected Proposer will be assessed liquidated damages in.the.aimount of $25.00 per day, when documentation is not submitted as required in Section 3.2.22(f), Chauffeur Standards or 3.2.28(a), Chauffeur Documentation, 4) Cancellation and No -Show Report: The selected Proposer will be assessed liquidated damages in the amount of $25.00 per day, when a report is not submitted as required in Section 3.2.28(c), Cancellation and No -Show Report. 5) Perfommance Target and Action Plan Report: The selected Proposer will be assessed liquidated damages in the amount of $25.00 per day, when a report is not submitted as required in Section 3.2.28(d), Performance Target and Action Plan Report. 6) Drug and Alcohol Reporting: The selected Proposer will be assessed liquidated damages in the amount of $25.00 per day, when a report is not submitted as required in Section 3.2,28(e), Drug and . Alcohol Reporting. 7) Accidents and Incidents: The selected Proposer will be assessed liquidated damages in the amount of $25.00 per day, when an accident or incident report is not submitted as required in Section 3.2.33, Accidents and Incidents. 8) Annual Audit Report: The selected Proposer will be assessed liquidated damages in the amount of $25.00 per day, when the annual audit report is not submitted as required in Section 3:2.34, Annual Audit Report. 9) For any other report(s) or plan(s) that are required in accordance with the resultant contract or requested by the City in conjunction with the resultant contract, the selected Proposer will be assessed Page 38 of 52 Request for Proposals (RFP) 274276,1 liquidated damages in the amount of $5.00 per day, when the report or plan is not submitted as stipulated, h) Air Conditioning: The selected Proposer will be assessed liquidated damages in the amount of $5.00 per trip of a vehicle with a non-functioning air conditioner including if the Chauffeur fails to tuni the air conditioner on, as determined by a City audit or valid Customer Complaint. i) Cell -Phones: The selected Proposer will be assessed liquidated damages in the amount of $5,00 per Chauffeur use of a cell phone without the use of a hands free device, as detennined by a City audit or valid • Customer Complaint. j) Unauthorized Chauffeur or Vehicle: The selected Proposer will be assessed liquidated damages in the amount of the trip rate per trip performed by an unauthorized vehicle or Chauffeur. Said liquidated damage will be in addition to the City not being charged for such trip. k) Irnproper Wheelchair Tie -Down: The selected Proposer will be assessed liquidated damages in the amount of $25,00 per occurrence of the Driver failing to secure the wheelchair in accordance with ADA regulations, as determined by a City audit or valid Customer Complaint. • t) Periodic Review: The City and the selected Proposer may annually review Section 3.2.21, Liquidated Damages for adjustments. The City will make the final decision regarding any adjustments. m) Assessment of Liquidated Damages: Customers authorized for On -demand transportation service are reliant on the service for daily and critical activity. A failure on the part of the selected Proposer results in serious disruptions to lives and livelihood. The sum of individual liquidated damages assessed by the City against the selected Proposer will be deducted from payments due to the selected Proposer for service rendered to City. The City will notify the selected Proposer of liquidated damages intended to be assessed. Should the selected Proposer wish to appeal any Iiquidated damages, the selected Proposer shall submit a request to appeal specific liquidated damages to the City within fourteen (l4) business days after notification of the City's intent to assess liquidated damages is issued to the selected Proposer. n) Force Majeure The selected Proposer will not be in default or penalized because of any failure to perform the resultant contract if the failure arises from causes beyond the control and without the fault or negligence of the selected Proposer. Examples of these causes are (1) acts of nature; (2) acts of law enforcement such as public road closures or restrictions; and (3) acts of war, civil disobedience or terrorism. Traffic congestion and/or rain are not considered an•excusable delay unless major arteries. are closed, or limited; thereby significantly affecting the normal flow of traffic. The force majeure provisions will not apply and the selectedProposer may be deemed in default if: 1) The selected Proposer services were obtainable from another service provider; or 2) The City ordered the selected Proposer, in writing, to purchase these services from another source and the selected Proposer failed to comply reasonably with this order. The City will ascertain the facts and extent of the selected Proposer's failure to perform. If the City determines that any failure to perform. resulted from one or both of the causes above, the City may assess liquidated damages or terminate the resultant contract for default as a result of such failure to perforni. 3.2,22 Transportation (Vehicle and Chauffeur) Standards a) Display of Decals on Vehicles: The selected Proposer shall ensure all On -Demand Transportation Service permitted vehicles used in providing Services under the resultant contract display on the exterior side doors of the vehicle 'a 12" X 18" decal as provided by the City. b). Vehicle Standards: The selected Proposer shall ensure that vehicles used in the provision of services under the resultant contract comply with or exceed the manufacturer's safety and mechanical standards for the particular vehicle and. The selected Proposer shall ensure that vehicles used in the provision of Services under the resultant contract shall not exceed ten (10) model years during the contract period. The use of 4-door sedan are not eligible for this service. In order to increase Multi -Loading efficiency, the City prefers the use of increased capacity vehicles, such as vans (15 passengers) and small buses. (capacity of up to 29 passengers). All selected Proposer's vehicles, including the selected Proposer's Backup vehicles, used in providing services under the resultant contract shall: Page 39 of 52 Request for Proposals (RFP) 274276,1 1) Have a rear-view mirror and side -view mirrors mounted on both sides of the vehicle. 2) Have a functioning interior light within the Customer(s) compartment. 3) Have functioning window and door mechanisms which ensure that all access doors and windows are capable of being opened from the inside and outside and remain closed and secure during travel. 4) Have a functioning speedometer indicating speed in miles per hour and a functioning odometer correctly indicating distance in tenths of a mile. 5) Be equipped with operational heater ventilation/air conditioning systems. If the system of a vehicle becomes inoperable during service provision, the vehicle shall be removed from Service as quickly as practical but no later than the end of the pre -assigned run on the day the system becomes inoperable. 6) Have exterior free of grime, oil, or other substances and free from cracks, breaks, dents, and damaged paint that noticeably detracts from the overall appearance of the vehicle. 7) Be equipped with hubcaps, wheel covers, or wheels designed not to require caps/covers. 8) Have all body molding in place, or if removed, holes shall be filled and painted. 9) Have passenger compartment that shall be clean and without torn upholstery or floor coverings, damaged or broken seats, protruding sharp edges, vermin, or insects. The floor shall be kept free of unsecured objects at -all times, 10) Have unobstructed vision on all sides. 11) Be equipped with an operable two-way mobile radio or any other two-way communication system which affords contact with the vehicle during all hours of operation. Beepers are not an acceptable substitute. If portable radio/cell phone communication systems are used, Chauffeurs shall use "hands -free" radio accessories. 12) Meet all safety and mechanical standards established by City Codes, State of Florida Statutes and Federal regulations, if any and have passed all required inspections. 13) Not have leaks of any kind, including fumes. 14) Be equipped with a functioning horn. 15) Have an operable seat belt for each passenger seat (based on capacity of the vehicle) and driver seat. 16). Have fully charged, certified and•non-expired fire extinguishersper applicable code. 17) Vehicles which provide non -emergency wheelchair services shall secure each wheelchair using a four -point tie down strap and shall secure each wheelchair -bound customer using a lap belt and shoulder harness. While in service, each lift/ramp-equipped vehicle shall maintain on -board a sufficient number of chair and customer tie -downs to meet the vehicle's maximum wheelchair passenger capacity. Tie down straps shall be clean and well maintained. 18) Have a manual backup to its lift system as required by ADA. The lift shall incorporate an emergency method of deploying, lowering to ground level with a lift occupant, and raising and stowing the empty lift if the power to the lift fails. 19) Total fleet makeup minimum requirements: 35% wheelchair accessible 50% ambulatory 15% at the discretion of Contractor based on data. c) Vehicle Inspections and Documentation Requirements: The selected Proposer shall maintain an accuratelist of all vehicles providing Services under the resultant contract, including but not limited to, specific type of vehicle, City operating permit numbers, and vehicle • identification numbers (VIN): All vehicles shall be made available for inspection during normal business hours by the City, at its discretion. The City further reserves the right to order the immediate removal from Service any vehicle of the selected Proposer not in compliance with any standards referenced herein or required by any other local, State or Federal laws Page 40 of 52 • Request for Proposals (RFP) 274276,1 d) Personal Care Attendants (PCA), Companion, Guide Dogs, and Service Animals Only one PCA is allowed per Customer. The selected Proposer shall not bill the City for trips taken by PCAs and the selected Proposer will not be paid for PCAs.One Companion may travel with a Customer, in addition to the PCA, provided that the Companion and Customer are picked up and dropped off at the same address:Companions shall ride on the basis of available space and the City will pay for the Trip. A guide dog or service animal shall be considered a passenger for vehicle capacity determination purposes. No fare shall be collected for a guide dog or service animal. The selected Proposer shall transport in a vehicle no more than one (1) Customer with a guide dog or service animal for a trip. The Customer may request to bring an additional guide dog or service animal. A Companion and PCA shall also be allowed to accompany each Customer with a guide dog or service animal. Although a seat -space shall be maintained for each service animal, service animals are required to sit on the floor, but not under the feet of a Customer. . e) Use of Vehicles When a vehicle' is being used in providing Services, the selected Proposer shall ensure that it transports only eligible Customers in that vehicle. f) Chauffeur Standards Prior to placing a Chauffeur in Service, the selected Proposer shall conduct a thorough driver's license check for a minimum of five (5) years in the past to ensure that all newly hired Chauffeurs providing Services under the resultant contract will have no history of DUI, DWI, reckless driving convictions, leaving the scene of an accidents, or any other serious offenses. The selected Proposer -shall ensure that all newly hired Chauffeurs providing Services under the resultant contract shall have no more than three (3) moving violation points on their State drivers and/or chauffeurs license within the last three (3) years. Prior to placing a Chauffeur in Service, the selected Proposer shall obtain a nationwide criminal background check by fingerprint through the National Crime Information Center (NCIC). This shall include, as a minimum, any history, of convictions for crimes against children or vulnerable adults in any state to ensure that all newly hired Chauffeurs providing services under the resultant contract will have no history of such offenses. Records of criminal background checks shall be kept on file by the selected Proposer and made available to the City upon request. If the selected Proposer becomes aware of any Chauffeur not in compliance with the requirements stated herein, the selected Proposer shall immediately remove the Chauffeur from Service, The Chauffeur is required at all times to prominently display his or her Miami -Dade County Chauffeur's Registration in clear view of the Customer, when providing transportation services. Chauffeurs shall notify the selected Proposer.immediately of any citation, arrest, or suspension.or revocation of driver's license.or Miami -Dade Chauffeur's Registration. The selected Proposer shall notify the City of any Chauffeur who has his/her Driver's License or Miami -Dade Chauffeur's Registration suspended or revoked by close of business the next business day after such notification by the Chauffeur. The selected Proposer shall also immediately notify the City of all Chauffeur resignations or terminations. Prior to placing a Driver in Service, the selected Proposer shall ensure the Driver has a current/active Miami -Dade Chauffeur's Registration, g) Chauffeur Duties: ' The selected Proposer shall ensure that Chauffeurs used to provide Service under the resultant contract: 1) Have and maintain the driving record standards from start of services. 2) Perform their duties with due regard for the safety, comfort, and convenience of Customers and their property. 3) Prior to daily Service start, ensure that wheelchair Service vehicles have a sufficient number of passenger securement devices, a sufficient number of wheelchair tie -down straps and securement devices to secure wheelchairs in accordance with ADA regulations, and that all securement devices are functioning properly. Wheelchair passengers shall be secured in either a forward or rearward facing position using a four -point tie down for the wheelchair and a lap belt and shoulder harness for the wheelchair passenger. The ADA prohibits the Chauffeur from securing wheelchair passengers in a sideways facing orientation. Tie -down straps and lap and shoulder belts shall be maintained in good condition, kept clean (so as not to soil the customer's clothes) and properly stored in an off -the -floor rack, cabinet or pouch when not in use. Straps and tie -downs shall not be left on the vehicle floor as they damage the passenger's wheelchair wheels. Page 41 of 52 Request for Proposals (RFP) 274276,1 4) Comply with all applicable Federal, State, County and City laws, regulations and licensing requirements, including drug testing. 5) Maintain a current valid Miami -Dade County Chauffeur Registration and State of Florida Driver's License; and completes all training requirements herein. 6) Notify the selected Proposer, upon receipt of a citation, arrest, and/or suspension, revocation, or cancellation of license. This notification shall be immediate if operating a vehicle at the time of such'loss of privilege or prior to operating a vehicle. 7) Provide door-to-door service. This is defined as getting out of the vehicle and opening and closing the vehicle door when Customers enter or exit the vehicle. Provide assistance to or from the main accessible entrance at the pick-up location to the vehicle and from the vehicle to the main accessible door at the place of destination including locking and/or unlocking outside door. This does not include bodily lifting of any Customer. 8) Appropriately announce their presence at the specified entrance (indicated on the Driver's Manifest) of the building of trip origin in an attempt to locate the Customer, if the Customer does not appear for pick-up at the scheduled time. Sounding horn does not constitute an appropriate announcement and is prohibited. 9) Contact the dispatcher before leaving a designated location without picking up the Customer, when encountering problems such as Customer not being ready, Customer not waiting at the designated pick-up location, incorrect addresses, or addresses which are inaccessible to wheelchairs. If the Chauffeur arrives at the pick-up location on time or within the Service Window, and the Customer is not there, the Chauffeur 'shall immediately contact the dispatcher to advise of the situation. The dispatcher shall contact the selected Proposer and obtain authorization from the selected Proposer for the Chauffeur to leave. The selected Proposer shall attempt to locate the Customer. If the selected Proposer cannot locate the Customer or the Customer does not respond within five (5) minutes after the Chauffeur's arrival time, the selected Proposer shall advise the dispatcher to instruct the Chauffeur to leave without the Customer. It is at this point, that the Customer is declared a No -Show. When the Driver arrives outside of the Service Window, the same process for notification and authorization described herein shall apply. In no event, shall a Customer be designated as a No -Show if the Chauffeur fails to arrive within the Service Window or fails to comply with the notification and authorization requirements within this paragraph. 10) Ensure the Chauffeur does not transport a Customer prior to the Scheduled Pick-up Time, as defined by the Service Window, unless the Customer has given the consent to leave early. Chauffeur's arriving before the Scheduled Pick-up Time, shall wait five (5) minutes past•the Scheduled Pick-up Time.before requesting authorization to leave without the Customer. The selected Proposer shall not cancel Customer trips in advance of the trip when the Customer is not reachable by phone. 11) Call dispatcher or designee as required by the selected Proposer or City to provide a status update when he or she is not running on schedule, is. late 30 minutes after Service Window, and when an unexpected event, accident, or incident occurs. 12) Wear clothing which is clean, neat, and professional in appearance and wear shirts with collars and a logo identifying them as a representative of the selected Proposer or subcontractor, if utilized. . 13) Ensure that there is no smoking and alcoholic beverage consumption in vehicles by the Customers or Chauffeurs. h) Chauffeur Conduct: The following acts are not permissible by Chauffeurs when providing Services for the resultant contract or while on City premises: • 1) Use liquors, narcotics or controlled substance of any kind (excluding doctors' prescriptions which do not impair Chauffeur's driving ability) while on duty or not report to duty under the influence of such products. 2) Smoking and other uses of tobacco while on duty except in places or at times designated for that purpose. Smoking is never permitted in service dedicated vehicle even when Customers are not being transported. 3) Carrying of pistols, frreanns, or concealed weapons. Page 42 of 52 Request for Proposals (RFP) 274276,1 4) Resorting to abuse or physical violence to settle a dispute with a fellow employee, Customer or the general public while on duty. In self-defense, a Chauffeur may use no more force than is reasonably necessary. 5) Use of loud, threatening, indecent or profane language and/or making threatening or obscene gestures toward Customers or others. 6) The use of a personal cell phone when Riders are in the vehicle. i) Complaints against Chauffeurs, Dispatchers, or Personnel of the Selected Proposer Complaints against Chauffeurs, dispatchers or other selected Proposer's personnel will be taken by the City. The City may request removal of Chauffeurs, dispatchers, or other selected Proposer personnel from Services under the resultant contract in the event a personnel is determined by the City of not handling calls, reserving trips, providing Late Vehicle Assistance, or otherwise assisting Customers in an efficient, knowledgeable, and courteous manner based on the City's audit or five (5) valid Complaints from five (5) different Customers. In cases where the selected Proposer disputes the validity of a Complaint, the City will make the final detennination. 3.2.23 Training The selected Proposer shall ensure standardized training of all personnel providing Services under the resultant contract, using the Project Action ADA Training Program, prepared by the American Bus Association. • The selected Proposer shall ensure that Chauffeurs who are involved in two (2) accidents in a 12-month period, and will continue to provide services, attend a refresher Defensive Driving Training. The City reserves the right to require additional training of any or all of the selected Proposer's personnel, including Chauffeurs and dispatchers, as deemed necessary by the City. The selected Proposer shall, at a minimum, include the following trainings in its training program and shall ensure that the trainings are completed by all personnel prior to start of service provided, with the exception of Defensive Driving Training which only Chauffeurs are required to complete. Any Chauffeur found not in conformity with the training requirements may be deemed unauthorized to perform trip. Said Chauffeur may be removed from providing Service under the resultant contract until subsequently trained. a) Defensive Driving Training: As offered by the Miami Dade County Safety Council or the National Safety Council: Defensive Driver Training shall include, but not be limited to the following: I) Techniques of steering, acceleration, and braking. 2) Time and distance braking and intersection stopping test. 3) Right/left hand turns, changing lanes, and passing. 4) Intersections, backing, parking, adverse weather conditions, and expressway driving. b) Understanding the Americans with Disabilities Act of 1990: Training shall include, but not be limited to the following: I) Basic explanation of general purpose and scope of legislation designed to eliminate discrimination against individuals with disabilities. 2) Basic explanation of ADA service requirements and Chauffeur responsibilities. c) Passenger Assistance Techniques (PAT) or Equivalent Training: To ensure sensitivity to and safe transport of persons with disabilities, training shall include, but not be limited to the following: 1) Basic professional courtesy, customer service, and the elimination of attitudinal barriers. 2) Passenger assistance techniques for Customers with: wheelchairs including four -point wheelchair tie down procedures, walkers, canes, crutches, speech impairments, vision impairments (including sighted guide techniques), hearing impairments, mental/cognitive impairments, Alzheitner's Disease, seizure disorders, and a basic explanation of dialysis treatment and its effect on the Customer's stamina during transport. 3) Dealing with service animals and guide dogs. 4) Prohibition against transport to any destination other than the address on the Driver's Manifest unless authorized•by the selected Proposer or City. Page 43 of 52 Request for Proposals (RFP) 274276,1 5) Definition of PCA versus Companion(s) and impact on fare collection. 6) Sexual Harassment d) Program Policies and Procedures: To ensure full understanding of all Program policies and procedures, training shall include but not be limited to the following: Full coverage of the resultant contract definitions and general responsibilities of the selected Proposer and other pertinent sections including but not limited to Section 3.2.22, Transportation (Vehicle and Chauffeur) Standards; Section 3.2.23, Training; Section 3.2.28, Required Documentation; etc. Emphasize that Chauffeurs cannot require Customers to leave before theScheduled Pick-up Time and cannot enter classrooms, medical offices, etc, to try to convince Customers to leave early. 3.2.24 Marketing/ Customer Service and Information Each Program vehicle shall display a sign designed and provided by the Proposer that lists the Proposer's On -Demand Transportation Service telephone number, the CIP Customer Complaint Number, and the TDD phone number to be used by Customers who wish to report Complaints or commendations, Chauffeurs will, when requested by the City, hand out notices to Customers. The selected Proposer shall provide at least one person available for presenting information to the public or City officials (public relations) upon request by the City. In the event the selected Proposer is contacted directly by non -City representatives with a request for On -demand transportation service statistics, plans, and/or information for publish in newspapers, magazines, or any other media form, including interviews, the selected Proposer shall channel all response/information through the City for prior approval before release. This requirement should not be considered a limitation to the requirements of Public Records Law under Florida Statues. The selected Proposer is prohibited from facilitating, distributing or advertising On -demand transportation service applications, taking any action designed to solicit new Customers, market service availability, offer free service and/or otherwise promote ridership unless a marketing campaign is authorized in writing by the City. 3.2.25 Telephone System Requirements The selected Proposer shall obtain, provide, and maintain a telephone system that has a local telephone number (main number) to be used for all On -demand transportation Service Area calls from Customers, for service requests regarding the service. At least one (1) TTY/TDD telephone with an independent phone line shall be,staffed and in working condition in accordance with the hours established per Section 3.2.1.1., Hours and Days of Service. The selected Proposer shall maintain adequate telephone lines, staff and supervision. In -addition, the equipment shall be structured with sufficient capacity to preclude busy signals. • Thirty (30) days prior to expiration or upon notice of tennination of the resultant contract, the selected Proposer shall transfer ownership of the phone number(s) and TTY/TDD number for On -demand transportation service calls to the City. Any costs or fees related to the transfer of the phone number/phone service to the City shall be borne by the selected Proposer. 3.2.26 Facilities and Other Requirements The selected Proposer shall adequately provide the facility(ies) and furniture for the operation of Services specified under the resultant contract. The selected Proposer shall have sufficient backup power and utilities to maintain standalone operations for the service hours of the resultant contract in the event of power failure from a sustained emergency or temporary event, The selected Proposer shall ensure that any facility lease/rental agreement entered into for the purpose of establishing the Trip Center shall include language granting the City the right of first refusal, in general, the right to lease the facility before an offer is made available to others, with the same terms and conditions as existed between the space provider and the selected Proposer. The selected Proposer shall ensure that at least one (1) furnished office space will be established within the Trip Center. The selected Proposer shall have the facility(ies) ready for operation within 30 days of award approval of the resultant contract. The City will inspect the selected Proposer's facilities subsequent to award approval of the resultant contract to ensure readiness as to its ability to provide Services. The City's determination Page 44 of 52 Request for Proposals (RFP) 274276,1 that the facility(ies) is ready for operation following a final inspection is a condition of issuance of the Notice to Proceed. If during the term of the resultant contract, the City acquires facilities for the selected Proposer's operations, the selected Proposer shall be required to relocate to such facilities. Relocation costs will be negotiated between the City and selected Proposer prior to the move. The selected Proposer's Trip Center facility shall be located in the City. 3.2.27 Record'Keepina and Data Collection, The selected Proposer shall provide the City with the service operation data, reports and information described below. In addition, the selected Proposer shall assist the City with the collection of service information and conducting periodic surveys of Customers, as well as any other information the City may find necessary. The selected Proposer shall submit to the City any reports relating to the resultant contract within twenty-four (24) hours of a written request from the City, unless otherwise specified. a) Required Records: The selected Proposer shall deliver to the City all records and accounts including property, personnel, and financial records to ensure proper accounting for all Project funds. All records regarding the resultant contract are considered public records under Florida Statute. The system of accounting for Project funds shall be in accordance with generally accepted accounting principles and practices, consistently applied, and in accordance with any applicable local, Federal, and State laws or regulations. b) Driver's Manifests Chauffeurs shall receive the daily trip information electronically derived from the Proposer's Computer System, if applicable. The selected Proposer shall ensure Drivers have an adequate supply of Driver'.s Manifests available at the beginning of each shift, Data items which the selected Proposer shall retain on the Driver's Manifest include, but are not limited to: List A 1) Trip ID Number 2) Customer ID Number 3) Customer's Name 4) Customer.'s.Trip .Origin (Address) 5) Customer's Trip Destination (Address) 6) Signature of Customer(s), acceptable alternate, or a designation of Unable -To -Sign (U.T.S.) only the eligible Rider may sign. When Client is unable to sign due to his or her disability, the Driver shall sign "U.T.S." in the signature line and accompany the Driver's Manifest with the appropriate fonn provided by the City. No third party may sign on behalf of the Client. 7) Transporting Chauffeur's printed narne, signature and Chauffeur's Registration Number (also known as Hack License) 8) Transporting Vehicle Number List B 1) Passenger Miles 2) Scheduled Pick-up Time 3) Actual Pick-up Time 4) Actual Drop-off Time • 5) Companions and/or PCAs transported, as applicable 6) Trip Status 7) Actual vehicle odometer reading for each stop point (trip odometer may not be used). c) Customer File and Reservation Page 45 of 52 Request for Proposals (RFP) 274276,1 Any personal data such as address or telephone numbers which needs to be updated in the Customer file shall be immediately communicated to the City by the selected Proposer's personnel as necessary to reflect current information. The selected Proposer shall not change Customer eligibility or Customer file data. Reservations data entered by the selected Proposer into the Proposer's Computer System shall include, but is not limited to, Requested Pick-up Time, Negotiated Pick-up Time, Scheduled Pick-up Time, requested drop off time (if applicable), date of request, Companion, PCA, service animal, mobility aides, trip type, special needs, special instructions, and•person placing the request (if other than eligible Customer). The selected Proposer shall have a documented manual method for accepting and processing reservations available in the event of a Computer System failure. Written procedures detailing the manual method and sample data,logs, in -take fonns, and any other utilized documents shall be made available to the City from the selected Proposer. The data and logs completed from a manual intake occurrence shall be maintained and shall be made available to the City upon request. Any manual intake shall be entered into the Computer System by the selected Proposer as soon as it becomes available. The selected Proposer shall maintain the eligible Customer's subscription records with up-to-date information, The selected Proposer shall review and confirm the accuracy of subscription trips as entered into the Computer System on an as needed basis, but at a minimum of monthly, and as required by the City. The selected Proposer shall review the accuracy of trip history data entered into the Computer System prior to submitting an invoice to the City and at any other time as required by the City. The selected Proposer shall provide other data or analysis as needed upon written request of the City. 3.2.28 Required Documentation a) Chauffeur Documentation The selected Proposer shall provide an accurate list of all Program Chauffeurs with the type of vehicle each is trained to operate and a copy of each Chauffeur's Florida Driver's License and County Chauffeur's Registration. Any changes to the list of Chauffeurs shall be provided to the City. b) Proof of Training The selected Proposer shall supply the City with proof that all personnel to provide Services under the resultant contract have received all required training prior to the personnel providing Service, c) Cancellation and No -Show Report Customer No -Shows and Cancellations including the actual time of the occurrence or notification shall be accurately recorded and reported to the City at no less than weekly intervals, as determined by the City. Cancellations made less than one (1) 'hour before the Scheduled Pick-up Tinie is considered a Late Cancellation. d) Performance Target and Action Plan Report Performance Standards as established in Section 3.2.19 shall be reviewed and reported by the selected Proposer on a quarterly basis. The report shall include a specific plan of corrective action for each indicator that falls below the Minimum Required Performance Standard, e) Drug and Alcohol Reporting The selected Proposer shall provide the City annual management reports summarizing test results. • f) Proof of Trip Completion. The selected Proposer shall provide the City with monthly reports summarizing the number of completed trips. The report shall include the number of hoardings per vehicle, point of origin, and destination. 3.2.29 Manuals and Plans a) Trips Not Provided The selected Proposer shall ensure that trips which are not provided for any reason, such as No -Shows or Missed Trips, are not invoiced or paid for by the City or Agency. The selected Proposer shall ensure Drivers report items left by Customers to the selected Proposer. The selected Proposer shall log, be responsible for securing the item, and attempt to locate the Customer. Once located, the selected Proposer shall arrange to have the item returned to the Customer on the Customer's next service day. If the Customer does not have a scheduled ride within the next seven days, the selected Proposer shall arrange to have the item returned to the Customer within seven days of the Customer being located. The selected Proposer shall return medicines, and any other specified item directed in writing by Page 46 of 52 Request for Proposals (RFP) 274276,1 the City, to the Customer within 48 hours of the Customer being located. lithe selected Proposer cannot locate the Customer, the selected Proposer shall store the item for at least 30 days. In the event the . Customer is not located in 30 days, the item shall become property of the selected Proposer. The City will not reimburse for the trips performed by the selected Proposer for returning lost articles to Customers, except as directed by the City in writing. 3.2.30 Changes The City may, at any time during the progress of work, increase or decrease the quantities of work to be performed under the resultant contract and make alterations in the details of the work within the general scope of the Services. Such increase, decrease or alteration shall not invalidate the resultant contract and the selected Proposer shall accept the Work as altered, the same as if it had been a part of the original resultant contract. Such changes and alterations will be authorized in writing by the City. Payment of increased and decreased quantities of Work will be made in accordance with the established pricing. 3.2.31 Emergency Operation including Hurricanes and Civil Unrest In the event of any natural disaster, such as hurricanes, floods, acts of terrorism, or other acts of nature or civil disturbances, the City will notify the selected Proposer if and when to suspend scheduled Service for the duration of such emergency. The City and the selected Proposer shall promptly agree upon the actions to be taken so as to minimize Customer inconvenience and costs of such disruption to the City. Service will be restored as directed by the City. The selected Proposer shall make available to the City all vehicles, Chauffeurs and supervisory resources for emergency evacuation purposes per notification by the City. The selected Proposer shall structure work rules in order to ensure that employees report td work, or in the event that they are already at work, continue to perform their duties for emergency related operations as directed by the City. The payment terms to compensate to the selected Proposer for expenses incurred during the emergency, in excess of the normal expense of operating, may be negotiated between the City and the selected Proposer. 3.2.32 Emergency Calls The selected Proposer shall ensure that all in-service emergency calls are referred to the police, "911" or an ambulance, as necessary. 3.2.33 Accidents and Incidents In addition to emergency and police notifications, the selected Proposer shall ensure that all accidents and incidents are promptly reported to the City and subsequently that adequate and appropriate documentation of investigation, using National Safety Council definitions, be furnished to the City within three (3) calendar days. Accidents and.incidents.shall include any unusual or extraordinary.event that.causes disruption of Services which occurs while a vehicle/Chauffeur is in Service that may or may not include intervention of the City, the selected Proposer, and/or other governmental agencies, Fire Rescue, and Police. Initial notification of accidents or, incidents shall be reported on a form approved by the City within twenty-four (24) hours of occurrence. Any accident involving major damage, serious personal injury, or loss of life shall be reported to the City within one (1) hour of occurrence. Records shall be kept for five (5) years for each accident a vehicle is involved in, including the repair work required to return the vehicle to Service. 3.2.34 Annual Audit Report Within ninety (90) days from a one-year period from the commencement of Services date for this Contract and, if applicable, each one-year period thereafter, and within thirty (30) days following termination of the resultant contract, the selected Proposer shall provide to the City an audited report of all revenues earned from the City and all payments made by the selected Proposer to each subcontractor under the resultant contract for the previous year, containing an opinion, prepared and attested to by an independent certified public accounting finn licensed in the State of Florida. The audited report shall include a schedule of monthly ambulatory trips and non -ambulatory trips, amount of payment per trip received from the City, number of Customers carried, and any other such data as the City may require. The report shall also cover any compensation received by the selected Proposer in the event that the selected Proposer is authorized by the City to be compensated for certain work related expenditures outside trip payments. Page 47 of 52 Request for Proposals (RFP) 274276,1 4. Submission Requirements 4.1. SUBMISSION REQUIREMENTS Proposers shall carefully follow the format and instruction outlined below, observing format requirements where indicated. Proposals should contain the information itemized below and in the order indicated. This information should be provided for the Proposer and any sub -consultants to be utilized for the work contemplated by this Solicitation. Proposals submitted which do not include the following items may be deemed non -responsive and may not be considered for contract award. The response to this solicitation shall be presented in the following format. Proposers shall submit one (1) original and six (6) copies of the proposal. Electronic submittals shall not be accepted. Failure to do so may deem your Proposal non -responsive. Instructions to Proposers The purpose of this RFP is to hire a qualified and experienced proposer licensed in the State of Florida which may be a firm, corporation, joint venture, partnership or other legal entity, for the provision of On -Demand Transportation Services to the City of Miami. Therefore, only fully capable, experienced, and qualified Proposers should submit Proposals in response to this RFP. All Sub-Consultants/Contractors, as part of Proposer's Proposal, must stand on their own merits and will be evaluated accordingly. In addition, any finn(s) involved in a joint venture in its Proposal will be. evaluated individually, as each firm of the joint venture shall also have to stand on its own merits. Information provided by Proposer shall also be provided for each entity part of Proposer's Team. Throughout this RFP, the phrases "must" and "shall" will denote mandatory requirements. Any Proposer's response not meeting the mandatory requirements shall be subject to immediate disqualification. PROPOSAL FORMAT • 1. Cover Page: The Cover Page shall include the Proposer's name, the Contact Person for the RFP, the Finn's Liaison for the Contract, the Primary Office Location, the Local Business Address (if applicable), the Business Phone and Fax Numbers, Email Addresses (if applicable), the Title of the RFP, the RFP Number, and the Federal Employer Identification Number or Social Security Number. 2. Table of Contents: The table of contents shall outline, in sequential order, the major sections of the Proposal as listed below . . . . . . . . . . . : .. including all other relevant documents requested for submission. All pages of the Proposal, including the enclosures, shall be clearly and consecutively numbered and shall correspond with the table of contents, 3. Executive Summary: A signed and dated summary of not more than two (2) pages shall be provided containing Proposer's overall Qualifications and Experience and Technical Qualifications, as contained in the submittal. Proposer shall include the name of the organization, business phone, contact person and a sununary of the work to be performed. 4. Experience and Key Personnel A. Provide the number of years that the Proposer has been in existence; describe the services the Proposer specialize in, and the primary markets served. Proposer must be an established fine for a minimum of three (3) consecutive years and/or its owner(s) and/or principal(s), must have a minimum of three (3) years related experience. • B. Provide detailed descriptions of at least one (1) transportation/paratransit service contract(s) which the Proposer has either ongoing or completed within the past six (6) years that best demonstrate the Proposer's experience with services similar in scope to those requested herein. Where possible, list and describe those projects performed for government clients or similar size private entities. 1) The description should, at a minimum, identify for each contract: a) Client; b) Contract number and/or title; c) Total dollar value of the contract; d) Dates covering the term of the contract; Page 48 of 52 e) fl g) Request for Proposals (RFP) 274276,1 Client contact person, title, and phone number; Statement of whether Proposer was the prime contractor or subcontractor; Description of work, and h) The results of the project such as trips provided and trip cost. 2) The description of work should include, at minimum, the Proposer's experience in: a) Identifying particular Federal, State and Local guidelines and complying with such guidelines; b) Fare collection, accounting, and auditing; and c) Call taking and reservation services. C, List all contracts which the Proposer and subcontractors have performed for Miami -Dade County and the City of Miami within the past six (6) years. As such the Proposer must list and describe all work performed for Miami -Dade County and the City of Miami and include for each project: I) Name of the County or City Department which administers or administered the contract; 2) Description of work; 3) Total dollar value of the contract; 4) Dates covering the term of the contract; 5) County or City contact person and phone number; 6) Statement of whether Proposer was the prime contractor or subcontractor, and 7) The results of the project. D. Provide an organization chart showing all key personnel that will be assigned to this project. Key personnel refer to all managers, supervisors, trainers, technical users, legal, and other professional staff, including those of subcontractors. This chart should clearly identify: I) The title of each key personnel, 2) Distinguish the Proposer's employees and the Subcontractor's employees; 3) Describe the functions to be performed by each key personnel, 4) Identify the Proposer's Project Manager, and 5) List of Board of Directors, if applicable. E. Provide resumes describing the relevant experience on previous similar projects, qualifications, and other vital information of all key personnel who will be assigned to this project. Note: After proposal submission, but prior to the award•of any contract issued.as a result of this Solicitation, the Proposer has a continuing obligation to advise the City of any changes, intended or otherwise, to the key personnel identified in its proposal. 5. Financial Capability A. Provide evidence to demonstrate that the Proposer has the necessary financial resources to perform the services in a satisfactory manner, Evidence of financial capability may be established by the Proposer's most recent certified business financial statements and proof of available funds through bank credits as of a date not earlier than the end of the Proposer's preceding official tax accounting period, together with a statement in writing, signed by a duly authorized representative, stating that the present financial condition is materially the same as that shown on the balance sheet and income statement submitted, or with an explanation for a material change in the financial condition, A copy of the most recent business income tax return will be accepted if certified financial statements are unavailable. B. Describe how the Proposer plans to use its financial resources to perform the services for the contract tern. The description should include, but not be limited to, the Proposer's allotment for startup capital, payroll, and fleet operations. C. Describe Proposer's approach in securing additional funds from public and private grants or other funding sources including potential awards and pledges. 6. Equipment and Facility A. The City prefers and encourages the selected Proposer to utilize fuel efficient vehicles to provide Services. Describe the Proposer's existing vehicle fleet to be provided for this project and its plans to utilize fuel efficient vehicles. Identify vehicles owned and/or operated by the Proposer and/or subcontractor(s) and, at a minimum, the year, make, model, and quantity of each vehicle to include spares. Also describe the Proposer's plan for future purchases to replace aging fleet used to service Customers. Page 49 of 52 Request for Proposals (RFP) 274276,1 B. Describe the Proposer's planned equipment, excluding vehicles. detailing quantity, make, model, product information, and performance specifications. Where applicable provide details on equipment installation and maintenance plans. The equipment described should include, .but not be limited to: 1) Telephone systems; 2) Office computers, and 3) Any other software that will be used by the Proposer to provide accurate, real-time and historical data/reporting to the City. C. Describe the Proposer's facilities, such as office space, vehicle base(s), and Trip Center that the Proposer will operate. 7. Service Plan and Capability A. • If applicable, provide the Proposer's detailed plan for transition and service start-up from the present Contractor identifying timelines and duration for specific key tasks. This plan should include, but not be limited to: I) Specific details if the Proposer plans to provide parallel reservation, scheduling, and/or dispatch operations with the present Contractor; 2) A description of how the transition, if applicable, will impact existing reservations, scheduling, and transportation functions; 3) The Proposer's detailed plan and capacity to have at least 98% of its vehicles ready and fully at least 30 days prior to start of services; and 4) The Proposer's detailed plan and capability to effectively screen customers for eligibility for the City's On -Demand service as described in the Scope of Work, Section 3.2. B. Describe, at minimum, the Proposer's detailed plan and procedures to: • 1) Comply with all On -Demand Transportation Service Program requirements; 2) Achieve efficient vehicle scheduling for services throughout the Service Area; • 3) Achieve or exceed the performance standards goals; 4) Ensure professionally effective and productive use and management of information technology hardware and software of the Proposer; 5) Ensure data accuracy; and 6) Provide an accurate trip reimbursement and billing method. C Describe how the Proposer.will handle,communications.with.multi-lingual.Customers,.(such as Spanish and French/Creole speaking) to provide service to such clients. D. Identify if Proposer has taken any exception to the terms of this Solicitation. If so, indicate what alternative is being offered and the cost implications of the exception(s). • 8. Programs and Plans A. Describe the Proposer's training program for this project; include course names, course descriptions, length, and instruction methods. Detail the Proposer's training process, the frequency of follow-up training, additional training, re-training plans, and any circumstances that would warrant re-training. The training program courses should include, but not limited to: 1) Defensive driving training; 2) Understanding the American with Disabilities Act as it relates to the project; 3) Passenger Assistance Techniques (PAT) or equivalent training, and 4) Expectations of driver conduct; • B. Describe the Proposer's hiring/staffing program and the planned staffing level of drivers and personnel at the Trip Center. The hiring/staffing program should include, but not be limited to, the minimum qualifications necessary for all positions. C. Describe the Proposer's safety program and any other methods to be utilized to promote safety awareness. , D. Describe the Proposer's Substance Abuse Testing Program as it complies with the Omnibus Transportation Testing Act of 1991 and Department of Transportation (DOT) regulations, 49 C.F.R. parts 40 and 655 as referenced herein, 9. Fees for Services Page 50 of 52 Request for Proposals (RFP) 274276,1 Proposer shall submit flat rates for Ambulatory and Non -Ambulatory Trips. Rates should be identified for each year of operation starting with the initial year (year 1) and for each of the one (1) year optional annual renewal periods. The City will reimburse the Selected Proposer for the cost of each eligible Trip. The City is soliciting a Proposer that is able to provide an estimated 14,000 trip within the City's fiscal year, approximately fifty (50) trips per day. Significant extenuating circumstances may be considered by the City in determining whether any adjushnent should be made to the proposed rates for.future years. The fee proposal shall also provide a breakdown which differentiates operational and capital costs associated with the engagement and the total fee proposed for the year of the engagement. The City is seeking an operator ready to provide service within 30 days of award approval of the resultant contract; therefore City funds will not be available for the acquisition of vehicles for this service. Discuss any additional services and fees for the same which Proposer can provide and which are not specifically listed within this RFP. FAILURE TO SUBMIT A FEE PROPOSAL AS REQUIRED AND IN THE FORMAT DESCRIBED ABOVE MAY DISQUALIFY PROPOSER FROM CONSIDERATION. Page 51 of 52 Request for Proposals (RFP) 274276,1 5. Evaluation. Criteria 5.1. EVALUATION CRITERIA Proposals shall be evaluated based upon the following criteria and weight: Technical Criteria Points (a) Experience and Key Personnel 12 (b) Financial Capability 10 (c) Equipment and Facility 16 (d) Service Plan and Capability 30 (e) Programs and Plans 12 (f) Fees for Services 20 100 Page 52 of 52 PROFESSIONAL SERVICES AGREEMENT BETWEEN T,I(ANSPORTATJON AMERICA, INC. AND THE CITY OF MIAMI, FLORID •. FOR ON -DEMAND TRANSPORTATION SERVICE This Professional Services Agreement ("Agreeme ') entered into this _day of . 2011, by and bet en the City of Miami, Florida, ("City"), a municipal corporation organized and existi . under and by virtue of the laws of the State of Florida, 444 SW 2nd Avenue, Miami lorida 33130 and, Transportation America, Inc. ("Transportation America" or "Contr--ctor"), a Florida corporation, having its principal place of business at 2766 NW 62nd Stret, Miami, FL, 33147. WHEREAS, the 2010 Florida Legislat e enacted CS/HB 1271, codified as Fla. Stat. §212.055(1), as amended, in order to a , ow Transit Surtax funds for the planning, development, construction, operation, an maintenance of on -demand transportation services; and . WHEREAS, pursuant to Mii-Dade County Ordinance No. 02-116, as amended March 15, 2011, On-Dem. d Transportation Services is an eligible expense from the Charter County Transportation System Surtax funds (Transit Surtax); and WHEREAS, the City fi : it desirable to provide On -Demand Transportation Services to the residents of Mi. i who are low-income, elderly and/or disabled; and WHEREAS, the servi'e is funded from the City's share of the Transit Surtax and not the General Fund; and WHEREAS, the • ty of Miami, Florida advertised Request for Proposals (RFP) for a contract for On -Dee and Transportation Services, RFP No. 274276; and WHEREAS, o . August 9, 2011, the Evaluation Committee convened and selected Transportation Amera as the most qualified Contractor; and WHEREAS, the City awarded the contract to Transportation America pursuant to Miami, Fla., Reso : tion No, (December 15, 2011); and WHERE S, the Contractor, familiar with the Scope of Work required hereunder that comprises the Request for Proposal and the Contract specifications and having expressed its desire and willingness to provide such professional services and having presented the qualifications to the City; and WH' REAS, the City agrees to enter into this Agreement with the Contractor and the Contra tor agrees to accept employment under the terms and conditions set forth herein. -1`II- 1 NOW, THEREFORE, in consideration of the mutual covenants and obligatio s herein contained, and subject to the terms and conditions hereinafter stated, the parti s hereto understood and agree as follows: I. DEFINITIONS All terms used in this Agreement shall be defined in accordance with the Defini ons section (3.1) of the Request for Proposal, herein after referred to as "RFP," unless ated below. • "ADA" means the Americans with Disabilities Act. The Americans with Disabilities Act (ADA) gives federal civil rights protections to individuals with disabilities s' ilar to those provided to individuals on the basis of race, color, sex, national origin, . ge, and religion. It guarantees equal opportunity for individuals with disabilities i public accommodations, employment, transportation, State and local government se ces, and telecommunications. "Addenda/Addendum" shall mean written or graphic instruments issued pi for to the Proposal Opening which modify or interpret the Contract Documents b additions, deletions, clarifications, modifications, or corrections. "Agreement" shall mean the executed contract between the City and the Co ractor. • "Agreement Documents" shall mean the Professional Services Agreeme , the Request for Proposal and the Response by the Contractor to the Request for Pr..osal as those terms are defined and identified in this Agreement. "Agreement Documents" is synonymous with the trade, term "Contract Documents." "City" means the City of Miami, Florida. The City of Miami shall be referred to herein as "City." For the purposes of this Agreement, "City'' without modification shall mean the City Manager. "City Commission" means the legislative body of the City. "City Manager" means the Chief Executive Officer and Administrate r of the City. "Contractor" means Transportation America, Inc. who is the Co ractor performing the specified professional services under this Agreement. "County" means Miami -Dade County, a political subdivision of e State of Florida. "Director" shall mean the Director of the City of Miami Capital Improvements Projects Department or the Director's authorized designee. "Notice To Proceed" means the same as "Authorization to P oceed." A duly authorized written letter or written directive issued by the Director acknowledging that all applicable 2 conditions precedent to commencement of the services have been met and/or directing that the Contractor may begin the services. "On -Demand Transportation Service(s)" shall have its given meaning in §215.055(1)re), Fla. Stat. (2010), as amended. Per the RFP, such transportation service is a door-to-cjoor transportation services contracted by the City of Miami to serve the City's low-in•ome elderly population, aged 65 and over and/or the disabled for specific trip purpose. For the purposes of this Proposal, "pre -arranged transportation service" will have th same meaning as on -demand transportation services. Notwithstanding any provision to the contrary, on -demand transportation services shall require 24-hour pre -arranged se lice by the recipients. "Professional Services Agreement" (PSA) shall mean this Agreement betwee the City and the Contractor, as it may be amended from time to time. "Project Manager" means an employee or representative of the City assied by the Director to manage and monitor the Services to be performed under this Agreement. The Project Manager will be the staff personnel of the City's Office of Transport. ion. "Proper Invoice" means an invoice that conforms to all statutory requi ements under Florida's Prompt Payment Act, §218.70, et. seq., Fla. Stat., as am nded and all requirements specified by the local governmental entity to which he invoice is submitted. Such requirements must be included in the Agreement for the project for which the invoice is submitted. "Request for Proposal" ("RFP") shall mean City of Miami RFP 27427.,1, RFP for On - Demand Transportation Services as amended by any Addendums. "Response to , The Request for Proposal ("RFP") shall mean the Response by the Contractor to RFP 274276,1. "Risk Administrator" means the City's Risk Management Adminis rator, or designee, or the individual named by the City Manager to administer matters re/ating to insurance and risk of loss for the City. "Scope of Services" or "Services" means a comprehensive des ription of the activities, tasks, design features, objectives, deliverables and milestones re uired for the completion of Project or an assignment with sufficient detail to allojv a reasonably accurate estimation of resources necessary for its completion. 3 II. INITIAL TERM AND RENEWAL OPTIONS 2.0 This Agreement shall be for a term of one (1) year of operation of sere ce commencing on the date stated upon the issuance of a Notice to Proceed, which gill specify the date on which the Contractor shall commence Services/Transition of Se ices pursuant to this Agreement. Subject to the conditions for renewal set forth in 2.4 the RFP, this Agreement includes the option to extend for up to four (4) additional o e (1) year periods. The total term shall not exceed five (5) years. This Agreement wi be in effect during the term indicated above. All activities as described in the S ope of Services shall be undertaken, performed and completed 'within the term provide herein. The City reserves the right to modify the service Ievel above or below that sp cified in the request for proposal and renegotiate the contract rate accordingly as may ., allowed by applicable laws. The extensions provided above are subject to continued satisfactory per ormance as determined by the Director, to the availability and appropriation of funds, and all other terms and conditions of the Agreement. City Commission authori.ation of this Agreement includes delegation of authority to the City Manager to ..ministratively approve said extensions provided that the compensation limits set forth Section V are not exceeded, otherwise, prior City Commission approval must have beer given. III. PRIORITY OF PROVISIONS 3.0 If there is a conflict with the Request for Proposal a •/or the Response to Request for Proposal and this Agreement, this Agreement shall in :11 cases prevail. The City reserves the right to resolve any contradictions and to correct y errors contained in its proposal documents. Any conflicts between the Request for P oposal and Addendum shall be resolved in favor of the provisions of this Agreement. If there is a conflict or inconsistency between any term, s dement requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into the Agreement Documents by eference and a term, the response prepared by the Contractor, or provision of the Ajkreement Documents the following order of precedence shall apply: 3.1 In the event of conflicts in the Agreement Dq'cuments the priorities stated below shall govern; • Revisions (Amendments) to the Agreement which are executed shall govern over the Agreement. • The Agreement shall govern over the RFP, ar y Addendum to the RFP, and the RFP Response. • The RFP shall govern over the RFP Response. 4 IV. SCOPE OF SERVICES IN GENERAL 4.0 As used herein, the City's On -Demand Transportation Service is a servic comprised of vans, or small buses operating in response to calls from Clients or Agenei s to the selected Contractor, who then dispatches a vehicle that picks up the Customers aid transports them to their destinations. The service is characterized by the following: a /the statutory definition set forth in Article I of this Agreement; b) the vehicles operate over non -fixed routes on a flexible schedule except, perhaps, on a temporary basis to s isfy i) specific trip purposes and, ii) the vehicle may be dispatched to pick up several C gtomers at different pick-up points before taking them to their respective destinations nd may even be interrupted en route to these destinations. to pick up other Customers. Pursuant to Miami -Dade County Ordinance No. 02-116, One -Half of ine Percent Charter County Transit System Sales Surtax as amended March 15, 2011, t - criteria for eligible customers are as follows: ® Low -Income residents that earn an income that is below the t eshold set by the State of Florida to determine a senior citizen's additi • nal homestead exemption as outlined in Section 196.075, Florida Statutes 2010) and that meet one or both of the following criteria: o are aged 65 years or older; o have a disability, as defined in the ADA. The Florida Department of Revenue (FDR) determined the Senior Homestead Exemption in calendar year 2011 is to be set at an Adjusted Household Income Limitation of $26,203. The amount varies yearly in accordance wit the Consumer Price Index inflation adjustment. Customers may demonstrate fulfillme• of this requirement by completing Fou n DR-501, Alternatively, Customers may provide proof of Low - Income by submitting a Report of Confidential Social Securi ; Benefit Information (SSA-2458). Those individuals who are currently receiving S ecial Transit Services ("STS") benefits through Miami -Dade County or any other entitie1 are not eligible for the City's service. The On -Demand Transportation Service must use a re -arranged 24-hours in advance, schedule. An immediate call taxi type service is not elible for this program. The Service Area shall be restricted to the City's munic'pal boundaries (within the City limits) and trips must originate and terminate within the € rvice Area. The Contractor acknowledges and agrees that the C. is prioritizing service to eligible Customers for the following trip purposes: Access to senior centers providing hot meals and •laces to food procurement; government and medical facilities; trips to facilities for personal rehabilitation; and access to participate in recreational activities sponsor d by public educational or governmental entities. The Contractor will provide On -Demand Transportation Service that is more flexible and personalized than conventional fixed -route services and does not include charter bus and exclusive -ride taxi services. The Contractor will provide a Fee for Service on the one-way cost per Trip, Ambulatory and Non -Ambulatory. The City will reimburse 5 the Contractor for the cost of each eligible Trip. The Contractor is able to provide an estimated 14,000 trips within the City's fiscal year, approximately fifty (50) trips per ay. 4.1 The professional services to be performed by the Contractor are co tained in the Request for Proposal RFP No. 274276,1 with Addendum No. 1 issued on my 13, 2011. 4.2 The Contractor agrees to assist the City and the City' Office of Transportation in ensuring that the City complies with Miami -Dade CounOrdinance No. 02-116, Transit Surtax, as amended. 4.3 The Contractor agrees to provide professional services . d personnel as described in RFP 274276 Section 3.2.4, Minimum Responsibilities of the Selected Proposer, in connection with the operation of the City of Mia i On -Demand Transportation Service. 4.4 The Contractor shall provide sufficient vehicles as de'e pined by the Director for use in connection with the terms of this Agreement. Thee vehicles shall adhere to the provisions in RFP 274276,1 section 3.2.22; Transportat on (Vehicle and Chauffeur) Standards. The Contractor shall not utilize the vehicles provided under t is Agreement for any other use except as authorized by this Agreement. These vehicles rill be covered by the Contractor's insurance, and it will be the responsibility of the Cont actor to obtain all necessary insurance coverage, licenses, registrations, applicable gove ental approvals, permits and tags for the vehicles. Any replacement vehicles will :e covered by the Contractor's insurance, and it will be the responsibility of the Contractor to get all necessary permits and tags for any replacement vehicles. The Contra • or agrees to have a ready -for -service spare vehicle, covered by the Contractor's insuran - with all necessary permits and tags, within the vicinity of the City of Miami as state • in the RFP section 3.2.13, Late Vehicle Assistance and Estimated Time of Arrival Inqui ies. 4.5 The Contractor shall provide On -Demand Transpo tion Services within the City according to the City's priority of service based on trip purpose in the RFP, section 3.2.1 and trip demand. The established service consists' of locations within the municipal boundaries (City limits) of the City of Miami. The contractor shall provide services Monday through Friday from 8:00 a.m. to 5:00 p.m. The hours of operation may be amended, in writing, from time to time at the discretion of e City Manager or the City Manager's authorized designee, to respond to the needs •, the community. From time to time, the City may request that the Contracto 6 operate the additional transportation service. This additional service may include, cjut will not be limited to, extended hours of service, and/or special routings to assis► during the post -recovery period after a damaging storm or other natural disaster. The Contractor will provide the service as directed by the City Manager and will be compensated, at a previously agreed upon rate set forth in an amendment or other executed written document, for such additional service. 6 4.6 For the purposes of the ongoing operation of the service, the Contra ior's point of contact will be the Project Manager, and the City's point of contact will e the City's Office of Transportation and Capital Improvements Program. 4.7 The Contractor shall provide knowledgeable, effective supervisors staff to support the operation. The Contractor will recruit, hire, train and employ supervisory personnel, including a project manager, dispatchers and road supervisors, as needed, for the purpose of overseeing the operation of service, and to ensure safe, relia ,ale service. Drivers and dispatchers shall accurately complete and submit the require- operating reports daily to the Contractor's Trip Center. The Contractor shall provide program policies and procedures in accordance with the RFP, section 3.2.23, Tra' 'ng, section 3.2.27, Record Keeping and Data Collection, 3.2.28, Required Docu entation, and 3.2.29, Manuals and Plans, and maintain an employee acknowled ent file with employee signature indicating they have read and fully understand its con nts. 4.8 The drivers employed by the Contractor for the purpose of providing the service shall be properly licensed operators. The drivers shall possess the qualifications as required by the State of Florida and Miami -Dade County, Florida, eluding a current Miami -Dade County Chauffeur's Registration as noted in the P, section 3.2.22, Transportation (Vehicle and Chauffeur) Standards. The Contractor shall ensure that all drivers are familiar with all applicable written County and City poi' ies and procedures, regardless of distribution of written materials to same. Drivers sh 11 be fully trained in defensive and vehicle handling. Drivers shall be trained in the sp cial skills required to provide transportation to elderly and disabled individuals. Drivers shall assist passengers confined to wheelchairs in boarding and shall perform the tiedo s. Drivers shall be trained to operate all types of vehicles (including reserve vehicle in service, wheelchair lifts and securement systems, and other equipment that they ay be expected to use during service hours. Drivers shall be dressed and groomed atly and appropriately. Drivers shall wear identification tags clearly displaying their n e while performing their duties. Each driver and vehicle shall have an accurate timepi:ce available and in clear sight at all times during vehicle operation. Drivers are req ired to have a thorough knowledge of traffic regulations along the route and the sche4ule time points. Drivers need to be sensitive to ridership comforts, such as the int rior temperature on their respective vehicle, cleanliness of vehicles, etc. 4.9 It is desirable that any person hired by the I ontractor for this Agreement be proficient in multiple languages including Englis , Spanish and Creole. The Contractor will establish and maintain an effective driver safety program, an occupational health and safety program, a drug testing and awarenesprogram and will maintain a drug -free workplace. In addition to operating an supervising the service, the Contractor's personnel will be responsible for distrib tion of passenger information materials on the vehicles and in the field, as necessary. ( 4.10 The Contractor shall comply with all applicable laws, codes, ordinances, rules, and regulations applicable to the services contemplated herein. The Contractor is presumed to be familiar with all federal, state and local laws, ordinances, codes and 7 regulations that may in any way affect the services offered. Ignorance on the Dart of the Contractor will in no way relieve it from responsibility. 4.11 The Contractor shall comply with all applicable requir-ments of the Americans with Disabilities Act (ADA), as amended. To the extent that /ny terms of this Agreement are inconsistent with the ADA, the requirements of the AD /shall control. 4.12 The Contractor shall develop, implement, and mail ain a formal safety program as defined in the RFP sections 3.2.23, Training and 3.2.2, Manuals and Plans. The Contractor shall provide an outline of said safety progr , including periodic updates to the City Risk Manager. The Contractor will req re all drivers, dispatch personnel, and supervisors to participate in the safety program. 4.13 The Contractor shall obtain all applicable li•enses, permits, certificates and approvals from appropriate public agencies necessary fo the provision of the service. 4.14 The Contractor shall at all times maintai vehicles in good mechanical condition and safe operating condition, and in conformity with all applicable local, state, and federal safety laws, rules and regulations. The Contrctor will be expected to adhere to the standards indicated in the RFP, section 3.2. , Transportation (Vehicle and Chauffeur) Standards. 4.15 The Contractor shall provide road s pervision as required to monitor drivers, vehicles, quality of service, and respond to e r ergency calls. 4.16 The Contractor shall notify the City of any `service irregularity which will include, but not be limited to, accidents, incidents, complaints, service delays as indicated in the RFP section 3.2.14, Program Feedback & esponse. The Contractor shall implement and maintain formal and expedient procedures to respond to all circulator service accidents, disturbances, passenger inj ies or fatalities, and any other service interruptions or failures. These shall be repo ed to the City in a timely manner. All traffic accidents involving service vehicles, espective of injury or damage, shall be immediately reported to the Department of k Management. The City's Department of Risk Management shall be immediately no feed by telephone by the Contractor of any accident or incident, especially those resu ing in injury, in loss or damage to the City and/or private property. Written notification shall follow within 24 hours. This written notification shall describe the sequence o events and include reports by driver, attendant, witness, etc. Further, fatalities are to be reported as indicated in the RFP section 3.2.33, Accidents and Incidents. 4.17 The Contractor shall establish and implement a written dispute resolution process for the rapid resolution of pa senger complaints regarding the vehicle services. The Contractor shall document passenger complaints and describe any actions taken to resolve such complaints and verbally report to the City's Office of Transportation the complaints and actions taken as indicated in the RFP, Section 3.2.14, Program Feedback and Response. 8 4.18 The Contractor shall provide marketing, customer service and infotluation as indicated in the RFP, Section 3.2.24 Marketing/Customer Service and Information) to the City's Office of Transportation. / V, COMPENSATION 5.0 The Contractor shall not require or accept any form of o ayment or fee from passengers. The City agrees to pay the Contractor the rate of $16. e per ambulatory trip and $22,65 per non -ambulatory trip for the first year up to a maxi m of 14,000 trips a year. The total amount of the annual payments by the City to the Contractor for services under this Agreement shall not exceed the sum of $249,8 - 7.00 for the first year of the Agreement. The total amount of annual City payments tot e Contractor shall not exceed the following annual payments during the specific extended years of the . Agreement $256,103.02 for the second year; $262,505.60 for e third year: $269,068.24 for the fourth year; and $275,794.95 for the fifth year of the greement. In the absence of a prior enabling amendment to this Agreement the City Zall have no liability to the Contractor for any costs, fees, charges, payments, s 1s or any other manner of compensation to the Contractor for payments under this Agreement. The total payments made by the City to the Contractor pursuant to the agr ement if all of the extensions are exercised shall not exceed the total sum. of $1,313,32 Should the City decide to extend the contract for additional years, the prices shall adhe e to this schedule: Ambulatory Non- ulatory Estimated Annual Cost Initial Year $16.16 $22.6 $249,857 Extension 1 $16.56 $23. $256,103 Extension 2 $16.98 $23. 0 $262,506 Extension 3 $17.40 $24 39 $269,068 Extension 4 $17.84 $2 .00 $275,795 T TAL: $1,313,329 5.1 Invoices are generally pai within 30 days of receipt for services rendered and verified as accurate by the City. T e Contractor shall submit "proper invoices" as that term is defined by Article I of the greement. If the City does not pay an accurate, verified invoice within 30 days, the Contractor shall provide written notice and an opportunity to cure within 15 days of r ceipt of such notice; providing , however that the City shall have up to 45 days to pay from the date of the Contractor's proper invoice. The Contractor must obtain prior written approval of the City prior to performing services that are outside the Scope of Services in this Agreement. 5.2 The City may, at any time during the progress of work, increase or decrease the quantities of work to be performed under the resultant contract and make alterations in the details of the work within the general scope of the Services. Such increase, decrease or alteration shall not invalidate the resultant contract and the selected 9 Contractor shall accept the Work as altered, the same as if it had been a part the original resultant contract. Such changes and alterations will be authorized in ting by the City. Payment of increased and decreased quantities of Work will be made in accordance with the established pricing. VI. COMPLIANCE WITI-I FEDERAL, STATE AND LOCAL LAWS The Contractor shall comply with all applicable laws, ordinance., codes, rules and regulations of federal, state and local governments, including the ity, relating to on - demand transportation service. VII. LABOR STANDARDS The Contractor shall assume any and all liability an responsibility under this Agreement. VIII, NOTICES All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail addressed to the other party at the address indicated herein or as the same may be changed from time to time. Such notice shall be • eemed given on the day on which personally served; or if by mail, on the fifth day ar being posted or the date of actual receipt, whichever is earlier. CITY Johnny Martinez, P.E. City Manager City of Miami 3500 Pan American Drive Miami, Florida 33133 IX. OWNERSHIP OF DOCUMENTS All documents developed in relatio this Agreement by the Contractor shall be services required and shall become the pr of its use. The Contractor agrees that a shall be subject to the applicable provi Florida Statutes. X. AWARD OF AGREEMENT VENDOR Robert Beers Transportation America, Inc. 2766 NW 62nd Street Miami, FL 33147 (305)264-7111 to the performance of the work done under elivered to the City upon completion of the perty of City, without restriction or limitation 1 documents maintained and generated hereto ons of the Public Records Law, Chapter 119, The Contractor warrants that it has not employed or retained any person employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person employed by the City any fee, commission, percentage, 10 brokerage fee, or gift of any kind contingent upon or resulting from the award/ f this Agreement. ,f XL CONSTRUCTION OF AGREEMENT This Agreement shall be construed and enforced according to the Ia is of the State of Florida. XII. SUCCESSORS AND ASSIGNS This Agreement shall be binding upon the parties herei , their heirs, executors, legal representatives, successors and assigns. XIII. INDEMNIFICATION Contractor shall indemnify and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, judgme ts, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful mi Conduct of Contractor and persons employed or utilized by Contractor in the performan e of this Contract. Contractor shall, further, hold the City, its officials and employees, armless for, and defend the City, its officials and/or employees against, any civil actin s, statutory or similar claims, injuries or damages arising or resulting from the permitte work, even if it is alleged that the City, its officials 'and/or employees were negligent. ese indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contr ctor shall, upon written notice from City, resist and defend such action or proceedi g by counsel satisfactory to City. The Contractor expressly understands and agree that any insurance protection required by this Contract or otherwise provided by Cont actor shall in no way limit the responsibility to indemnify, keep and save harmless and/ defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided abo('ve shall obligate Contractor to defend, at its own expense, to and through appellate, ,Supplemental or bankruptcy proceeding, or to provide for such defense, at City's optio S any and all claims of liability and all suits and actions of every name and descriptio which may be brought against City whether performed by Contractor, or persons em Toyed or utilized by Contractor. This indemnity will survive th cancellation or expiration of the Contract. This indemnity will be interpreted under t e laws of the State of Florida, including without limitation and interprtation, which conforms to the limitations of §725.06 and/or §725.08, Fla. Statutes, as amended and as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the 11 Contractor's actions. In reviewing, approving or rejecting any submissions $y the Contractor or other acts of the Contractor, the City in no way assumes or sh res any responsibility or liability of the Contractor or Sub -Contractor, under this Agree ent. Ten dollars ($10) of the payments made by the City constitute sepa te, distinct, and independent consideration for the granting of this Indemnification, t K e receipt and sufficiency of which is acknowledged by the Contractor. XIV. CONFLICT OF INTEREST 14.1 Contractor covenants that no person under its mploy who presently exercises any functions or responsibilities on behalf of the Ci in connection with this Agreement has any personal financial interests, direct or in irect, with the Contractor. Contractor further covenants that, in the performance of the greement, no person having such conflicting interest shall be employed. Any such interest on the part of the Contractor or its employees must be disclosed in writing t the City. 14.2 Contractor is aware of the conflict of int test laws of the City, Miami City Code §2-611, Miami -Dade County, Florida, Miami-Dgde County Code § 2-11.1; and the State of Florida, Chapter 112, Part III, Florida Sta es, as amended, and agrees that it shall fully comply in all respects with the terms of sid laws. XV. INDEPENDENT CONTRACTOR Contractor, its employees, agents or epresentatives, shall be deemed to be independent contractors and not agents or emp oyees of the City and shall not attain any rights or benefits under the civil service or pi sion ordinances of the City, or any rights generally afforded classified or unclassified employees. Contractor, its employees, agents or representatives, shall not be entitled to Florida Workers' Compensation benefits as an employee of the City. XVI. INSURANCE Within ten (10) days after receipt of Notice of Award, the successful Contractor shall furnish Evidence of Insurance to the Pu chasing Department, if applicable. Submitted evidence of coverage shall demonstrate s ict compliance to all 'requirements listed on the Special Conditions entitled "Insurance • equirements." The City shall be listed as an "Additional Insured." Issuance of a P chase Order is contingent upon the receipt of proper insurance documents. If the ins ranee certificate is received within the specified time frame but not in the mariner pres ribed in this Agreement the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Agreement within fifteen (15) calendar days after receipt Notice of Award, the Contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Contractor may be prohibited from submitting future responses to the City. The Contractor shall furnish to the City of Miami c/o Risk Management, 444 SW 2nd Avenue, 9`h Floor, Miami Fl, 33130, Certificate(s) of Insurance which indicate 12 that insurance coverage has been obtained which meet the requirements As outlined below: INSURANCE REQUIREMENTS -PROFESSIONAL SERVICES AGRE ON DEMAND TRANSPORTATION SERVICES Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liabili Each Occurrence General Aggregate Limit Personal and Adv. Injury Products/Completed Operations B. Endorsements Required $1,000,000 $2,000,000 $1;000,000 $1,000,000 City of Miami included as an ad• tional insured Contingent and Contractual Liability Premises and Operations Liabi ty Primary Insurance Clause End,.rsement II. Business Automobile Liability A. Limits of Liability Bodily Injury and Propert ' Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowbd or Non -Owned Autos Any One Accident. B. Endorsements Require City of Miami includ III, Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation Employer's Liability $1,000,000 d as an additional insured ENT - A. Limits of Liability $500,000 for bodily injury caused by an accident, each accident 13 $500,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit IV. Umbrella Liability (Excess Follow Form) Each Occurrence $1,000 000 General Aggregate Limit City of Miami listed as an additional insured $1,001,000 The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accorrance to policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as o management, and no less than "Class V" as to Financial Strength, by the latest ed tion of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Je ey, or its equivalent. All policies and /or certificates of insurance are subject to eview and verification by Risk Management prior to insurance approval. The Bidder/Contractor shall be responsi ► le for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all op ion terms that may be granted to the Bidder/Contractor. The Contractor acknowledge that the City may, at any time during the progress of work, modify the above insurance requirements. XVII. TERMINATION The City Manager on behalf of the Cit of Miami reserves the right to terminate this contract by written notice to the contract effective the date specified in the notice should any one of the following apply: 17.1. The Contractor is determine by the City to be in breach of any of the terms and conditions of the Agreement or of any other Agreement the Contractor has with a Florida public agency; 17.2. The City Manager has determined that such termination will be in the best interest of the City to terminate the Agreement, without cause, for its own convenience. The Contractor will have no recourse or claim against the City due to a cancellation for convenience, excepting only the payment of its compensation as expressly allowed by the Agreement for services rendered prior to the effective date of termination, on a pro -rated basis; 14 17. 3. Funds are not available or allocated to cover the cost of the 'goods an , /or services reduction of funds and/or change in applicable laws, rules or regulation . The City's obligation is contingent upon the availability and allocation of appropriat funds and applicable regulations; 17.4. The Contractor is debarred by the City or by another Fldrida public agency; 17.5. The Contractor is placed on the convicted vendors list pe/§ 287.133, Fla. Stat.; 17.6 Terminations under this Article will be effec ated by •providing a contractor a written notice pursuant to the procedure set forth in icle VIII, Notices, at least thirty (30) days prior to the effective date of cancellation;// roviding, however that a cancellation for convenience under § 17.2 will afford the Contractor a written notice at least sixty (60) days prior to the effective date of said cancel ion; 17.7 All cancellations will become effective .otomatically at the end of the thirty (30) or sixty (60) day period as specified abo ie, without the necessity of any further action by the City. XVIII. NONDISCRIMINATION The Contractor agrees as indicated in t RFP (section 1.54, Nondiscrimination) that it shall not discriminate as to race, colo , creed, national origin, religion, age or disability in connection with its performance hereunder. XIX. DEFAULT If the Contractor fails to comply wit the terms and conditions of this Agreement, or fails to perform hereunder, or files for baptcy or provides assign lent or transfer to creditors, then the City, at its sole option pon written notice, may cancel and terminate this Agreement, and all payments, ad ances, or other compensation paid to the Contractor. Payments made to the Consiltant while the Contractor is in default of the provisions contained herein, shall be returned forthwith to the City. XX. FORCE MAJEURE Neither party shall be liable for failure or delay in performing obligations set forth in this Agreement, and neither party shall be deemed in breach of its obligations, if such failure to delay is due to national disasters, strike, lock -out, or other industrial or transportation disturbances, law, regulation or ordinance, or any causes reasonably beyond the control of such party. 15 XXI. 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 shall be in Miami-Dade/County, Florida. Each party shall bear its own attorney's fees (except if the City rg6st bring a claim to enforce the provisions of Article XIII, Indemnification against th"Contractor.) The parties knowingly, voluntarily and consensually waive the right to a'jury trial or to file permissive counterclaims in any dispute between them arising out of this Agreement. XXII. AUDIT AND INSPECTIONS The Contractor shall maintain all project records as rcluested by the City. All project records prepared by the Contractor shall be owned b/the City and shall be made available to the City at no additional charge. The Contractor shall maintain all books, records, documents, accounting ledgers, and similar _maty{als relating to work performed for the City under this Agreement on file for at least folic years following the date of final payment to the Contractor by the City. The above/fecords retention requirement shall include daily driver logs, medical examinations, as/well as all other books, records, and documents. Any duly authorized representative/of the City shall have access to such records for the purpose of inspection; audit, and/copying at reasonable times during the Contractor's usual and customary business h {rs. The Contractor shall report service hours to the City within twenty-four hours of a written request, unless otherwise specified. The Contractor will develop p,riodic operational and financial reports for distribution to the City. At any time during normal usiness hours and as often as the City may deem necessary, there shall be made avail ble to the City and/or representatives of the City to audit, examine, and make audits o all contracts, invoices, materials, payrolls, records of personnel, conditions of employ �Cnt and other data relating to all matters related to this Agreement. It is further unders God that all records and supporting documents pertaining to this Agreement shall be ma6tained for a minimum period of four years. The retention and access period starts fror/ithe date of the submission of the annual performance and evaluation report in which/ the specific activity is reported for . the final time. The Contractor must request gbproval from the City before disposing of any records under this Agreement. If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the four year period, the records must be retained until completion of the action and resolution of all issues which arise from it or until the end of the four year period, whichever is later. During the course of an audit, if the City determines that any payment made to the Contractor does constitute an allowable expenditure, then the City will have the right to deduct or reduce those amounts from the related invoices. The Contractor must maintain records necessary to document 16 compliance with the provisions of the Agreement. The Contractor acknowledges that additionally the City has the audit and inspection rights set forth in § 18-100 to §18-102, City Code, as amended. XXIII. ENTIRE AGREEMENT This Agreement and its attachments and exhibits constitute„the sole and only Agreement of the parties and accurately set forth the rights, dutie (and obligations of each to the other. Any prior Agreements, promises, negotiations, r representations not expressly set forth in this Agreement are of no force and effect. XXIV. AMENDMENT No amendments to this Agreement shall be bin mg on either party unless in writing and signed by both parties. XXV. MISCELLANEOUS - 25.1 Captions, title and paragraph headings are for convenient reference and are not a part of this Agreement. Such captions title or paragraph headings shall not be deemed in any manner to modify, explain, large or restrict any of the provisions contained in this Agreement. 25.2 Subject to the provision of icle III, in the event of conflict between the terms of this Agreement and any terms or conditions in any attached document; the terms in this Agreement shall prevail. 25.3 No waiver or breach o any provision of this Agreement shall constitute a waiver of any subsequent breach • the same or any other provision hereof, and no waiver shall be effective unless made in writing. 25.4 Should any prove ions, paragraph, sentence, work or phrase contained in this Agreement be determined b$ , a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provisions, paragraphs, sent-9ces, words or phrases shall be deemed modified to the extent necessary in order to lonform with such laws, or if not modifiable to conform with such laws, then same shall }Se deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. 25.5 Further A surances. All parties hereto upon the request of any other party shall execute such furthgr instruments or documents as may be reasonably required by the requesting party to imp ement the terms, conditions and provisions of this Agreement. 25.6 Third arty Beneficiary. Contractor and the City agree that it is not intended that any p ovision of this Agreement establishes a third party beneficiary giving 17 or allowing any claim or right of action whatsoever by any third party under this Agreement. 25. 7 Performance Evaluations. The City conducts perfoiiiance evaluations during and after completion of agreements with the Contractor, wl4.ch are used as a basis for the awarding of future work as well advising the Contractor obits performance. 25.8 Discretion of the Director. Any matter not e ressly provided for herein dealing with the City or decisions of the City shall b within the exercise of the reasonable professional discretion of the Director or the D. ector's authorized designee. Contractor has been procured and is being engaged to rovide Services to the City as an independent contractor, and not as an agent or e PLoyee of the City. Accordingly, Contractor shall not attain, nor be entitled to, an rights • or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Contractor further understands that Florida Workers' Compensation benefits available to employees o the City are not available to Contractor, and agrees to provide workers' compensatio insurance for any employee or agent of Contractor rendering services to the City and this Agreement. 18 IN WITNESS WHEREOF, the parties hereto have caused this instrument to/be executed by the respective officials thereunto duly authorized, this the day and y• r first above written. Attest: Priscilla A. Thompson, CMC City Clerk Date (SEAL) Approved, as to Insurance: Calvin Ellis Risk Management Director Attest: Corporate (SEAL) (Corporate Secretary) 1 19 CITY OF MIAM a municipal Corporation of t e e State of Florida Johnny Martinez, P.E. City 'anager Approved as to Legal Foim: Julie O. Bru City Attorney CONTRACTOR Transportation America, Inc. Raymond Gonzalez, President/ Principal Executive Officer