Loading...
HomeMy WebLinkAboutBid ResponsesQuote: 2162353 (RFQ 568384) Page 1 of 3 Sourcing It Navigator 4 Favorites 11::,RequisitionsINNegotiationsitintelligencel Negotiations > Simple Search > RFQ: 568384 > Award by Quote (RFQ 568384) > Quote: 2162353 (RFQ 568384) Title Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Note to Buyer !Title Attachments No results found. Rec.itsirements invitation for Bid for Transportation Services 0 seconds Sealed USD Dimanche, Jean Active Type Show All Details I Hide All Details Details iSection Hide General Requirements Requirement Legal Name of Firm: !Entity Type: Partnership, Sole ,Rroprietorship, Corporation, etc. ;Year Established: (‘)' ffice Location: City of Miami, Miami - Dade County, or Other lBusiness Address: 'City, State, and Zip Code: ;Telephone Number: Alternate Telephone Number: Fax Number: 1E-mail Address: Occupational License Number: Occupational License Issuing Agency: . . , Occupational License Expiration Date: Please list and acknowledge all Home Logout Preferences Help Actions 'Online Discussions „.. „ Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shortlist Status 25-Jan-2016 14:00:00 Price Only International Limo of South Florida LIc Included , < DescriptionCategory'Last UpdatediUsagelUpdateiDelete , 1 i i 1 Target Value Maximum Score 0 Quote Value INTERNATIONAL LIMO OF SOUTH FLORIDA LLC LIMITED LIABILITY CORPORATION Score 0 Maximum ScoreiScorel 2,003 2300 SW 56 TERR, HOLLYWOOD FL 33023 2300 SW 56 TERR HOLLYWOOD, FL 33023 954-983-1292 954-347-5259 954-983-1295 1INFO©MYSOUTHFLORIDALIMO.COM i5987772 MIAMI DADE COUNTY 30-Sep-2016 N/A http://imapl.riverside.cmgov.net:8003/0A_HTMUOA.jsp?0AFunc=PONRESENQ_VIE... 1/27/2016 Quote: 2162353 (RFQ 568384) Page 2 of 3 laddendurn/addenda received. List the addendum/addenda number and date lof receipt (i.e. Addendum No. 1., 7/1/07). If no addendum/addenda was/were issued, please insert N/A. Contract Terms Variables Details Section No variables found. Deliverables .11 0 0 i Total Mt Indicates deliverable is overdue deliverable Clause Variable Description Value Indicates responsible party failed to perform the Deliverable Name Due Date No deliverables found. Lines Status Alert Update (S4TIP All prices are in USD. This quote does not include all RFQ lines. Quote Total (USD) 255.00 Show All Details I Hide All Details Details 5hOW El how Line Rank 2 Category 2: 11 PASSENGER VANS AND BUSES 2.110 to 15 1 Passenger Mini Van, Single hourly rate (per Mini Van) to provide Passenger Van Transportation Services in accordance with the terms and conditions of this TB. 2.216 to 36 1 Start Target Price Price Quote Price 75 Unit Target !Minimum EstimatedRelease Quantity l Amount Hour] 1 Hour Quote Minimum Release Amount Line Active Total Quotes 255.00 I 75,00 1 85,0011 http://imapl.riverside.cmgov.net:8003/0A_HTML/OA.jsp?0AFune=PONRESENQ_VIE... 1/27/2016 Quote: 2{h2353(Rp()5683N4) Page 3oF3 ` Passenger Mini - Bus, Single hourly rate (per Mini -Bus) to provide Mini -Bus Transportation Services in accordance with the terms and conditions 0fthis IF8. ��������.� 2,337 to 61 1 Passenger Charter Bus/Deluxe Motor Coach, Single hourly rate (per Charter Bus/Deluxe Motor Coach) to provide Charter Bus/Mnt0rCoaCh Transportation Services in i accordance with ' the terms and conditions 0fthis IF8. RetUrn to Award by Quote (RFQ 5683841 95 } N�: Actions online m�x _ 1 AC Requisitions Negotiations Intelligence Home L000ud Preferences Help Privacy Statement copyright Wu00o.Oracle, All rights reserved, Quote: 2162353 (RFQ 568384) Page 1 of 3 Sourcing tt Navigator Favorites Home Logout Prefe Requisitions t::NegotiationSir Intelligence Negotiations > Simple Search > RFQ: 568384 > Award by Quote (RFQ 568384) > Quote: 2162353 (RFQ 568384) Title. Invitation for Bid for Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Note to Buyer Title No results found. Attachments a )ortation Services 0 seconds Sealed USD Dimanche, Jean Active Type noes Help Actions [online Discussions F. Close Date Ranking Supplier 25-3an-2016 14:00:00 Price Only International Limo of South Florida LIc Supplier Site Quote Valid Until Purchase Order Shortlist Status included Description Category Last UpdatediUsagelUpdate Delete' Requirements I Show All Details I Hide. All Details Details Section I Maximum Scorel Scorel 115b9w General 0 0 Totali Contract Terms Variables Details Section No variables found. Deliverables Indicates deliverable is overdue deliverable Deliverable Name No deliverables found. Lines Clause 0 1 0 j Variable ;Description Value X Indicates responsible party failed to perform the Due Date Status Alert Update http ://imapl. riverside . emgov.net:8003/0A_HTML/OA.j sp?0AFunc=PONRESENQym... 1/27/2016 Quote: 2162353(Rp()568384) Page 20F3 I­ ,�OKIPAJ| prices arc, inU8}.This quote does not include all AFDlines, Quote Total (USD) 2,5S.00 Show All Details |Hide All Details Lime 2Category 2:PA5SENGER VANS AND BUSES 2.1 1Oto 15 Passenger Mini Von, Single hourly rate (per Mini Van) to provide Passenger Van Transportation Services in accordance with the terms and conditions ofthis IFB, 2,2 1Gto36 Passenger Mini - Bus, Single hourly rate (per Mini -Bus) to provide Mini -Bus Transportation Services in accordance with the ierrnSand conditions of this IFB. �.�����_ �����.....�__ Z.] 37 LV61 Passenger Charter Bus/Deluxe Motor Coach, Single hourly rate (per Charter Bus/Deluxe Motor Coach) bJ provide Charter BuS/MutOrCoach Transportation Services in accordance with the tu|msand conditions of this IF-B. Rank 1 1 1 Start Price Target Price Quote Price 75 85 95 Target IEstimatedl Release Unit', Quantityl Amount | / Line Active O5J]O11 ' ' / ' | / Quote: 2162353 (RFQ 568384) Page 3 of 3 e , rn ote (RH) 568384,1 Actions Online Discussions Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 200G, Oracle. All rights reserved. http://imapl.riverside.cmgov.net:8003/0A_HTML/0Aj sp?0AFunc—PONRESENQ_VIE... 1/27/2016 City of Miami Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: http://ci.miami.fl.us/procurement Number: Title: Issue Date/Time: Closing Date/Time: Pre -Bid Conference: Pre -Bid Date/Time: Pre -Bid Location: Deadline for Request for Clarification: Buyer: Hard Copy Submittal Location: Buyer E-Mail Address: Buyer Facsimile: 568384 Invitation for Bid for Transportation Services 28-DEC-2015 25-JAN-2016 @ 14:00:00 None Monday, January 11, 2016 Bethel, Pearl City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US PBethel@miamigov.com (305)400-5340 Page 1 of 41 Certification Statement Please 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 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: ism ADDRESS' 16f \ J f)L -01c - 69), PHONE: , x 7 ->; f2 "'lT M" FAX: v-zj0. ?6 O 0'7 12. EMAIL: ' t2s eP' 7cJG? ropA BEEPER: SIGNED BY: ( 6 s TITLE: `.l$fit7, DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISOUALIFY THIS BID. Page 2 of 41 Certifications Legal Name of Firm: m Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Co Year .Established: tVeokiLs Office Location: City of Miami, Miami -Dade County, or Other Business Address: D o (., v),\I ` 3194 City, State, and Zip Code: H7rAM) P 1• Telephone Number: Alternate Telephone Number: - Fax Number: �y 9 C) ? E-mail Address: Ohl:; aRJS(-/ 5OJ J IL Occupational License Number: R .49(3 Occupational License Issuing Agency: 00\ Occupational License Expiration Date: D Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and Page 3 of 41 date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert N/A. Page 4 of 41 Line: 1 Description: Category 1: SCHOOL BUSES Line: 1.1 Description: 19 to 30 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Unit Price: $ Line: 1.2 1 Number of Units: 1 Total: $ , ` . Description: 31 to 42 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Unit Price: $ .2e Line: 1.3 Number of Units: 1 Total: $ 36 Description: 43 to 54 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Unit Price: $ Line: 1.4 Number of Units: 1 Total: $ .1r Description: 55 to 64 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure Hour Page 5 of 41 Unit Price: $ Line: 1.5 Number of Units: 1 Total; $ Description: 65 or more Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure; Hour Unit Price: $ Line: 2 sm Number of Units: 1 Total: $ Description: Category 2: PASSENGER VANS AND BUSES Line; 2.1 Description: 10 to 15 Passenger Mini Van, Single hourly rate (per Mini Van) to provide Passenger Van Transportation Services in accordance with the terms and conditions of this IFB. Category: 96217-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Line: 2.2 Description: 16 to 36 Passenger Mini -Bus, Single hourly rate (per Mini -Bus) to provide Mini -Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96217-00 Unit of Measure: Hour Unit Price: $ Line: 23 Number of Units: 1 Total: $ Page 6 of 41 Description: 37 to 61 Passenger Charter Bus/Deluxe Motor Coach, Single hourly rate (per Charter Bus/Deluxe Motor Coach) to provide Charter Bus/Motor Coach Transportation Services in accordance with the terms and conditions of this IFB. Category: 96217-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Page 7 of 41 568384 Table of Contents Terms and Conditions 9 1. General Conditions 9 1,1, GENERAL TERMS AND CONDITIONS 9 2. Special Conditions 29 2.1, PURPOSE 29 2.2. PRE-BID/PRE-PROPOSAL CONFERENCE 29 2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 29 2.4. METHOD OF AWARD 29 2.5. TERM OF CONTRACT 29 2.6. CONDITIONS FOR RENEWAL 29 2.7. BIDDER'S MINIMUM QUALIFICATIONS 30 2.8. RATES 30 2.9. RATE ADJUSTMENT 31 2.10. ESCALATION CLAUSE 32 2.11. EQUITABLE ADJUSTMENT 32 2.12, NON -APPROPRIATION OF FUNDS 32 2.13. FAILURE TO PERFORM 32 2.14. INSURANCE REQUIREMENTS 32 2.15. ADDITION/DELETIONS OF SERVICES 35 2.16. CONTRACT ADMINISTRATOR 35 2.17, SUBCONTRACTING 35 2.18. TIE BlDS 35 2.19. DAMAGES TO PUBLIC/PRIVATE PROPERTY 36 2.20. REFERENCES 36 2.21. TERMINATION 36 2.22. ADDITIONAL TERMS AND CONDITIONS 37 2.23. PRIMARY CLIENT (FIRST PRIORITY) 37 3. Specifications 38 3.1. SPECIFICATIONS/SCOPE OF WORK 38 Page 8 of 41 568384 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 EQUIPMENT - 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 perform 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 WILL NOT BE CONSIDERED. 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, each party shall bear their own 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 Page 9 of 41 568384 the books, documents, papers and records pertinent to the Contract for 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 -governmental 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 form 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 term 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 Commission 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 Page 10 of 41 568384 City's best interests. Such agreement will be furnished by the City, will contain certain terms 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 amount 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 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 - Hand 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 firm 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 Page 11 of 41 568384 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. 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. 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 from 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 $200,000. 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: Page 12 of 41 568384 oral communications 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 Commission 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 communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB 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. 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 capital 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 immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Page 13 of 41 568384 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 Bidder(s)/Proposer(s). 1.25. DEBARMENT AND SUSPENSIONS (See 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 performance 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. (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 Page 14 of 41 568384 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 party'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 nonperformance, 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 performing the work in accordance with and as required by the Contract. F. Failure to comply with any of the terms 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 Formal 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 Page 15 of 41 568384 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 governing documents. 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms 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 commodities/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, modifies, alters or changes any of the terms and conditions contained in the Formal 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 determining 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; 2) Bidder/Proposer mistates or conceals any material fact in the Response ; Page 16 of 41 568384 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 must be able to demonstrate a satisfactory record of performance 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 performance (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 terms 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, terms, 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. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that Page 17 of 41 568384 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 name(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 term 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) determination. 1.39. 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. 1.40. 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 terms and provisions hereof. 1.41. 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 (IIHI) 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 performing 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 IIHTIPHI will be held confidential; E. Making Protected Health Information (PHI) 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 information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers, Page 18 of 41 568384 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. 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 which conforms to the limitations of §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. 1.43. FORMATION 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/Proposer must 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. 1.44. INSPECTIONS - The City may, at reasonable times during the term 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 assistance to 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. 1.45. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation will not be made available until such time as the City provides notice of a decision or intended decision or within 30 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished 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. 1.46. 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 Page 19 of 41 568384 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. 1.47. 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). 1.48. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer, include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. 1.49. 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. 1.50. 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. 1.51. 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, or to create any other similar relationship between the parties. Page 20 of 41 568384 1.52. 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. L53. 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 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. 1.54. 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. 1.55. 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, 1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. 1.57.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 times remain 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. 1.58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or Page 21 of 41 568384 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. 1.59. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish 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. 1.60. 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 sheet thereof 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 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. 1.61. 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. 1.62. 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. Page 22 of 41 568384 1.63. 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. 1.64. 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 terms shall be 2% 20 days, effective after receipt of invoice or fmal acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence 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 commencing 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. 1,65. 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 loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. 1.66. 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. 1.67. 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 a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity 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. 1.68. 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 shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records". 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. Page 23 of 41 568384 1.69. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the manufacturing or construction of supplies, materials, or 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. 1.70. 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. 1.71. 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. 1.72. 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. 1.73. 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 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 Page 24 of 41 568384 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 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. 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 recommended 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. iii. 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 pertinent documents 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 communicate 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 (i), 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 (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 Page 25 of 41 568384 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 $5000.00, 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. 1.74. 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. 1.75. 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. 1.76. 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. 1.77. 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 and correct type, size and design are to be used. All workmanship and 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. 1.78. 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. Page 26 of 41 568384 Directions to City Hall: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US1. US I SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH 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. FROM THE SOUTH: US1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH 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. Alt 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. 1.79. 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. 1.80. 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 terms and conditions of the contract. B. The City has determined 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. 1.81. 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 Page 27 of 41 568384 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. 1.82. 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. 1.83. 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. 1.84.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 exception may be made for "trade secrets." If the Response contains information 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 harmless 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. 1.85. 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 Bidder(s)/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. 1.86. 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 permission of the City Manager or the City Commission. 1.87. 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 28 of 41 568384 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for Transportation Services, as specified herein, from a source(s), fully compliant with the terms, conditions and stipulations of the solicitation. 2.2. PRE-BID/PRE-PROPOSAL CONFERENCE None 2.3. 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 Procurement Department, Attn: Pearl Bethel, CPPB; fax: (305) 400-5340 or email: pbethel@miamigov.com, and a copy filed with the Office of the City Clerk, pursuant to Section 1.34. Cone of Silence. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Monday, January 11, 2016. All responses to questions will be sent to all prospective bidders/proposers in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.4. METHOD OF AWARD Award of the contract will be made to the lowest responsive and responsible bidder (s) on a primary, secondary and tertiary basis for each category, who bids on all items in a category and whose bid offers the lowest price when all items are added in the aggregate for that category. Bidder (s) may bid on one category or both categories. Being awarded on one category will not preclude the bidder (s) from being awarded another category. In the event the primary bidder for a category is unable to accept a trip (s) due to capacity, time constraints, or other reasons acceptable to the City, the City will request the trip (s) from the secondary bidder (s), and so on. The City reserves the right to accept or reject any or all bids or part of bids, waive informalities and re -bid these services specified herein. 2.5. TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for three (3) years with the option to renew for two (2) 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. 2.6. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: Page 29 of 41 568384 (1) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. (2) Availability of funds 2.7. BIDDER'S MINIMUM QUALIFICATIONS Bids will be considered only from firms that are regularly engaged in the business of providing services as described in this Bid; that have a record of performance for at least five (5) years; and that have sufficient financial support, equipment and organization to insure that they can satisfactorily provide the services if awarded a Contract under the terms and conditions herein stated. Successful Bidder shall: 1. Maintain an office staffed by competent company representative (s) authorized to discuss matters pertaining to the contracted services, who can provide information, and who are cognizant of the industry and industry standards. Successful Bidder (s) office shall be equipped with modern office equipment, especially a dedicated phone, fax number and/or email address. Either resource shall be available twenty-four (24) hours a day to provide immediate support and response. The Successful Bidder (s) phone number, fax number and/or e-mail address shall be included in the Successful Bidder (s) submittal 2. Have at least ten (10) buses owned/leased at the time of bid submittal for the type of buses for which a bid response is submitted. Ownership/leasing documents may be submitted with bid response. After bids have been tabulated, the City of Miami will request proof of these documents from the Successful Bidder(s). 3. Not require a minimum number of days for rental of vehicles. If required, the City will treat this as a bid condition and as cause for rejection/non-responsiveness to the bid requirements. 4. Be fully licensed and insured to perform the services described herein. 5. Ensure all buses and drivers meet city, state, and federal licensing, regulations, and certification requirements. Buses trust maintain current state inspection certification throughout the contract period. 6. Not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City. 7. Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt. 2.8. RATES CATEGORY I — SCHOOL 13USES The hourly rate quoted shall include full compensation for labor, equipment use, travel time, fuel, and any other cost to the Successful Bidder. Page 30 of 41 568384 Notes: 1. Minimum Rental Period is two (2) hours. 2. After the two (2) hour minimum is reached, any trip over or under a full hour shall be paid in fifteen (15) minute increments proportionate to the awarded hourly rate. 3. The hourly rate billing shall commence once the driver arrives at the designated pick-up site. Travel time to the pick-up site shall not be billed to the City. CATEGORY II — PASSENGER VANS AND BUSES The hourly rate quoted shall include full compensation for labor, equipment use, travel time, gratuity, fuel, and any other cost to the Successful Bidder. Notes: 1. Minimum Rental Period is two (2) hours. 2. After the two (2) hour minimum is reached, any trip over or under a full hour shall be paid in fifteen (15) minute increments proportionate to the awarded hourly rate. 3. The hourly rate billing shall commence once the driver arrives at the designated pick-up site. Travel time to the pick-up site shall not be billed to the City. 2.9. RATE ADJUSTMENT Rates shall remain firm and fixed for a one-year period from the effective date of the Contract. Prior to the end of the initial one-year period and for each subsequent one-year period thereafter, including any option -to -renew or extensions thereof, the City will review price adjustments based on the weighted sum of the percentage change in value of the most recent Consumer Price Index (CPI) for: A) Miami -FT Lauderdale, All Urban Consumers, All Items, Series Id: CUURA320SAO, and B) Miami -FT Lauderdale, All Urban Consumers, Private Transportation, Series Id: CUURA320SAT1 This adjustment will be in lieu of any other price adjustment, such as an adjustment for changes in the living wage rate. It is the Successful Bidder's responsibility to request any rate adjustment under this provision. For any adjustment to commence on the first day of the next twelve (12) month period, the request for adjustment should be submitted sixty (60) days prior to expiration of the then current twelve (12) month period. This adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received, the City will assume that the Successful Bidder has agreed to the current rates. The adjustment will be applied by calculating the percentage change (increase or decrease) between the index values effective on the first day of the twelve (12) month period and the most recent index available on the date of adjustment. Day of adjustment will be the last business day of the twelve (12) month period. The City reserves the right to reject and rate adjustments submitted by the Successful Bidder if they are not in accordance with the above. Page 31 of 41 568384 2.10. ESCALATION CLAUSE The City acknowledges the fluctuating nature of prices for items specified. Accordingly an escalator/de-escalator clause will be accepted only under the following conditions: (1) Price increase(s) and price decrease(s) are determined utilizing the Consumer Price Index as stated in Section 2.7. (2) Receipt of proper notification from the Successful Bidder(s) to the Procurement Department, in writing, of all items affected by price increases/decreases. (3) Where all prices shall have remained firm for a minimum of one (1) year after the effective date of contract. Escalated/de-escalated prices in the succeeding contract year(s), if any, shall remain firm during the applicable contract year. (4) All prices increase(s) and decrease(s) to be approved by the Procurement Director. The City may, after review, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs, and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the contract upon giving thirty (30) days notice to the Successful Bidder. 2.11. EQUITABLE ADJUSTMENT The Procurement Department may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the Successful Bidder(s) control, (2) the volatility affects the marketplace or industry, not just the particular contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Successful Bidder(s) that continued performance of the contract would result in a substantial loss. Successful Bidder(s) might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. 2.12. 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 the Successful Bidder(s) 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). 2.13. FAILURE TO PERFORM Should it not be possible to reach the Successful Bidder (s) 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 Successful Bidder (s) in default of the contract or make appropriate reductions in the contract payment. 2.14. INSURANCE REQUIREMENTS Page 32 of 41 568384 INDEMNIFICATION Successful Bidder shall pay on behalf of, indemnify, defend, and hold the City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of Successful Bidder's performance under the provisions of the contract, including all acts or omissions to act on the part of bidder, including any -person performing under this Contract for or on Successful Bidder'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 Successful Bidder shall furnish to City of Miami, c/o Procurement 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 Liability Primary Insurance Clause Endorsement Additional Insured Endorsement naming the City of Miami as an additional insured must be provided. 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 Insured Additional Insured. Endorsement naming the City of Miami as an additional insured must be provided. III. Umbrella/Excess Liability (Excess Follow Form) Page 33 of 41 568384 A. Limits of Liability Each Occurrence $1,000,000 Aggregate $2,000,000 Additional Insured Endorsement naming the City of Miami as an additional insured must be provided. IV. Workers' Compensation Limits of Liability Statutory - State of Florida V. Employer's Liability A. Limits of Liability $100,000 for bodily injury caused by an accident, each accident. $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit The above policies shall provide the City of Miami with written notice of cancellation or material change 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 City shall retain the right to modify respective insurance limits based upon the provider's actual loss experience. Upon receiving the City's notice to increase insurance limits, the provider must produce evidence of compliance within 10 days of such notice. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Successful Bidder of 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 Successful Bidder 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, at its discretion, the City shall: Page 34 of 41 568384 (1) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation for Bid; or, (2) Terminate this contract for cause and seek re -procurement damages from the Successful Bidder in conjunction with the General and Special Terms and Conditions of the Bid. The Successful Bidder 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 the Successful Bidder. 2.15. ADDITION/DELETIONS OF SERVICES Although this Solicitation identifies specific services to be provided, it is hereby agreed and understood that any related service may be added to/deleted from this contract at the option of the City. When an addition to the contract is required, the Successful Bidder(s) under this contract, and other suppliers as deemed necessary, shall be invited to submit price quotes for these services. If these quotes are comparable with market prices offered for similar services, the supplier(s) and service(s) shall be added to the contract, if it is in the best interest of the City and an addendum and a separate purchase order or change order shall be issued by the City. 2.16. CONTRACT ADMINISTRATOR Upon award, Successful Bidder shall report and work directly with Latosha Wright, who shall be designated as the Contract Administrator(s) for the City. 2.17. SUBCONTRACTING Successful Bidder shall not, at any time during the tenure of the contract, subcontract any part of its' operations or assign any portion or part of the contract to Subcontractor(s). Subcontracting is prohibited and will result in immediate cancellation of contract. 2.18. TIE BIDS Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a Bid received from a business that certifies that is has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the action that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Page 35 of 41 568384 (3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. 2.19. DAMAGES TO PUBLIC/PRIVATE PROPERTY The Successful Bidder shall carry out the services with such care and methods as not to result in damage to public or private property adjacent to the services. Should any public or private property be damaged or destroyed, the Successful Bidder, at his/her expense, shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time. (Not to exceed one month from date damage was done). 2.20. REFERENCES Each bid must be accompanied by at least three (3) references from Companies or Governmental entities who Successful Bidder has provided or is providing transportation services for within the past three (3) years. These references shall include the name of the Company or Governmental entity, dates of contract, description of transportation services provided, a contact person, telephone number, and e-mail address. Failure to provide at least three (3) references at time of bid submittal may deem bidder as nonresponsive. 2.21. TERMINATION A. FOR DEFAULT If Successful Bidder 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 Successful Bidder 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 Successful Bidder was not in default or (2) the Successful Bidder'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 Successful Bidder will be compensated in accordance with Page 36 of 41 568384 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. 2.22. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your 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 and agreed that the General Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Bidder's authorized signature affixed to the Bidder's acknowledgment form attests to this. If a Professional Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as part of this solicitation, no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of the PSA or Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or Agreement. 2.23. PRIMARY CLIENT (FIRST PRIORITY) The Successful Bidder(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) may have with any other cities and/or counties to perform 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. Page 37 of 41 568384 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK The requested vehicles to be utilized in Category 1 and Category 2 for the transportation of passengers shall be available seven days a week in conjunction with the City's needs, These vehicles shall be in first class operating condition. The hourly rate provided is an all-inclusive rate for transportation services which consists of driver (s), uniforms, equipment, tolls, fees, permits, fuel, and any other element of cost associated with providing the requested transportation services. The City will not reimburse any toll charges. There shall be no maximum mileage allowances, excess mileage charges, or rental charges of any kind. Vehicles may be new or used but in good condition. The vehicles provided shall comply with all applicable Local, State, or Federal codes, and comply with or exceed manufacturer's safety and mechanical standards for the particular vehicle and model used in the provision of services, under this Contract. Vehicles to be used to provide service to the City shall comply with all the requirements contained in Chapter 31 Article 3 of the Miami -Dade County Code, pertinent state statutes and requirements from Business Affairs Regulatory and Economic Resources Department (RER); For -Hire Passenger Transportation. Vehicles utilized to provide transportation services must, at all times, display a valid County inspection, and operation permit. Proof of compliance with this section must be supplied to the City upon request. The following are some of the activities for which the transportation services will be requested: 1. SPECIAL ACTIVITIES TRANSPORTATION Special activities include special events, games, ceremonies and programs. Special activities require shuttle transportation of various parks to and from one or more facilities. 2. SUMMER GAMES AND SEASONAL TRANSPORTATION Summer games and seasonal leagues require shuttle transportation from various parks and facilities, for the purpose of competing in athletic and sporting events. All destinations are within the City of Miami, and the City reserves the right to combine these with other activities and programs. 3. RECREATIONAL AND COMPETITION SWIMMING TRANSPORTATION Recreational and competition swimming activities require the shuttling of kids from various parks and pool facilities. All destinations are within the City of Miami, The City reserves the right to reroute buses to other sites, and combine these with other activities and programs. 4. SUMMER, SPRING, AND WINTER CAMP FIELD TRIPS To provide Field Trip Transportation services during the Summer, Winter and Spring Programs. Most destinations are within Miami -Dade County, other destinations will require travel outside of the county. The City reserves the right to increase the number of field trips on the current list, and to add pick-up locations, The City reserves the right to schedule one bus to pick-up at more than one park site per trip, as needed. Page 38 of 41 CATEGORY I — SCHOOL BUSES Successful Bidder(s) will be required to provide school bus transportation se contractual basis, meeting the following requirements: 568384 ces, on an as needed when needed A. A bus is based on the requirement of transporting, per trip, the following number of passengers: 19to30 31 to 42 43 to 54 55 to 64 B. Field trips may be scheduled at any time between the hours of 7:00 AM and 10:00 PM. Each bus will be required to make shuttle trips during its period of service, and may be required to pick up and drop off at more than one (1) park. C. Buses must be radio dispatched. Note: The City may cancel Bus Services by providing Successful Bidder(s) with forty-eight (48) hours' notice (including weekends and holidays), at no charge to the City. The City has the right to re-route buses to other sites without any cancellation notice requirements. If a trip is canceled by the City with less than forty-eight (48) hours' notice (including weekends and holidays) to Successful Bidder(s) or due to weather conditions, the City will only be responsible for paying one-half (1/2) of the bid amount for the bus services requested. D. For the Summer Program only, the Department of Parks and Recreation ("Parks") will provide, with two (2) weeks' notice, a draft schedule of trips and dates to the Successful Bidder(s). Trips may be cancelled by Parks at no charge, provided they are cancelled within the forty-eight (48) hour cancellation period. E. Have at least ten (10 buses owned/leased at the time of bid submittal for the type of buses for which a bid response is submitted. Upon request, the Successful Bidder shall have all units available for use by the City. F. Estimated number of hours per field trip: Local (Miami -Dade County) field trips: 4 to 5 hours (includes travel time) Outside Miami -Dade County field trips: 6 to 7 hours (includes travel time) G. All buses shall remain at their destinations for the duration of the field trips or activity as deemed necessary by the Parks. H. Schedule(s) will be provided by Parks. I. Each bus is required to report to the FIRST PARK SCHEDULED at the appointed Pick -Up Time. Page 39 of 41 568384 CATEGORY 1I — PASSENGER VANS AND BUSES Successful Bidder(s) shall be required to provide passenger van and bus transportation services, on an as needed when needed contractual basis, meeting the following requirements: A. A Bus is based on the requirement of transporting, per trip, the following number of passengers: 10 to 15 Passenger Van 16 to 36 Passenger Mini -Bus 37 to 61 Passenger Charter Bus/Deluxe Motor Coach Note: The City may cancel Bus Services by providing Successful Bidder(s) with forty-eight (48) hours' notice (including weekends and holidays), at no charge to the City. The City has the right to re-route buses to other sites without any cancellation notice requirements. If a trip is canceled by the City with less than forty-eight (48) hours' notice (including weekends and holidays) to Successful Bidder(s) or due to weather conditions, the City will only be responsible for paying one-half (1/2) of the bid amount for the bus services requested. B. Have at least ten (10) buses owned/leased at the time of bid submittal for the type of buses for which a bid response is submitted for. Upon request, the Successful Bidder(s) shall have all units available for use by the City. C. Estimated number of hours per trip: Local (Miami -Dade County): 4 to 5 hours (includes travel time) Outside Miami -Dade County: 6 to 7 hours (includes travel time) D. All buses must remain at their destinations for the duration of the trip(s) or activity, as deemed necessary by the City. E. Each vehicle is required to report to the pick-up location at the appointed pick-up time. TYPES OF VEHICLES 1. PASSENGER VAN All vehicles shall have proper upkeep and cleanliness of both the interiors and exteriors, shall be in good overall working condition, with properly functioning engines, ABS brakes, air conditioning, CD/AM/FM stereo, power steering, tinted power windows, and power locks. 2. MINI -BUS All vehicles shall have proper upkeep and cleanliness of both the interiors and exteriors, in good overall working condition, and with properly functioning engines. Amenities shall include, but are not limited to, the following: Page 40 of 41 568384 climate control, CD/AM/FM stereo, P.A. sound systems, overhead reading lights, overhead storage compartments, air ride suspensions, tinted/panoramic windows, reclining high backed seats with arm rests, and TV/DVD. 3. CHARTER BUS / DELUXE MOTOR COACH All vehicles shall have proper upkeep and cleanliness of both the interior and exterior, in good overall working condition, with a properly functioning engine. The vehicles shall be spacious, with air conditioned interiors, with reclining high backed seats with arm rests, interior lighting, overhead reading lights, TV/DVD, CD and P.A. sound system, and fully equipped lavatories or restrooms. DRIVER REOUIREMENTS 1. Drivers shall have and maintain a current, valid Commercial Driver's License, Class B or C with passenger ("P") endorsement, in accordance with Florida Department of Highway Safety and Motor Vehicles requirements. In addition, drivers shall maintain a valid Miami -Dade County Chauffer Registration, in accordance with Chapter 31 Article 3 of the Miami -Dade County Code from RER. Proof of compliance with this section must be supplied to the City upon request. 2. Prior to placing a driver in service, the Successful Bidder shall conduct a thorough driver's license check for a minimum of five (5) years in the past to ensure that all drivers providing services to the City have no history of DUI, DWI, reckless driving convictions, leaving the scene of an accident, or any other serious offenses. Drivers providing services shall have no more than three (3) moving violation points on their State driver's license within the last three (3) years. Driver license check information is available at the following link: https://services.flhsmv.gov/DLCheck. 3. The Successful Bidder (s) shall conduct a completed national criminal, driving record, and sexual predator/offender background check for all drivers prior to providing services under this contract to the City. All new drivers employed by the Successful Bidder (s) must meet the same requirements and proof of completed national criminal, driving record and sexual predator/offender background checks. Proof of compliance with this section must be supplied to the City upon request. Page 41 of 41 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS 15 NOTA BILL b0 NOT PAY 3629384 BUSINESS NAME/LOCATION MARANATA SCHOOL BUS SERV CORP OPERATING IN DAOE°COUNTY MIAMI FL 33999 REC'I IPT NO. RENEWAL 379211/ SEC. TYPE OF BUSINESS OWNER PAYMENT RECEIVED MARANATA SCHOOL BUS SERV CORP ' 213 PASSENGER TRANSPORTATION SERV BY TAX COLLECTOR Employee(s) %9 $75,00 08/03/2015 „21-15-110807 EXPIRES SEPTEMIBE 30,.2016 Must _be displaye'd at; place ofbusiness Pursuant to CoUnty Code Chapter 8A Art 9 & 1q This Local Business Tax. Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or n certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and; requirements whichapply to the business;, The RECEIPT NO. above must he displayed on all commercial vehicles - Miami -Dade Code Sec 8a-276. For more information, visit www.miamidade.gov/taxcallector ACOR'DTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 7/8/2015 PRODUCER PTS Insurance 7735 NW 146 Street C-100 Miami Lakes, Fl 33016 305-818-9544 INSURED Maranata School Bus Service Corp 7161 SW 7 Street Miami, FL 33144 (305) 264-8423 305-773-5436 (C) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: RLI Insurance Company INSURER B: NAIC# 13056 INSURER C: INSURER D. INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR ACID NSRDI TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MM/DD/YY) POLICY EXPIRATION DATE (MM/DDM ) LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY LGB0014651R 07/15/2015 07/15/2016 EACH OCCURRENCE $ 1,000,000 PREMISES ( occureN MU nce) PREMISES (Eaa occurence) $ 50,000 $ 5,000 CLAIMS MADE X I OCCUR MED EXP (Any one person) PERSONAL&ADVINJURY $ 1 , 000 , 000 GENERAL AGGREGATE $ 2,000,000 $ GEN'L AGGREGATE LIMIT APPLIES PER, PRODUCTS - COMP/OP AGG X POLICY rI JECT r----I LOC A Y AUTOMOBILE LIABILITY A BODILY INJURY (Per person) $ X X BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANYAUTO AUTO ONLY -EA;ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ IOCCUR I CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below WCSTATi O TH- R E TORYLIMITS ER E.L. EACH ACCIDENT $ E.L. DISEASE. - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ,School Bus Service ***Certificate holder is listed as additional insured*** CERTIFICATE HOLDER CANCELLATION Miami -Dade County Public School Office of Risk Management: Att: Michael G Fox 1500 Biscayne Blvd #127 Miami FL 33132 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE'NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENT inium ACORD25(2001/08) ©ACORD CORPORATION 1988 CERTIFICATE OF LIABILITY INSURANCE I Date 9/25/2015 Producer: Plymouth Insurance Agency 2739 U.S. Highway 19 N. Holiday, FL 34691 (727) 938-5562 This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder. This Certificate does not amend, extend drafter tls6 Csverrge afforded by the (igliclott WOW. Insurers Affording Coverage NAIC # Insured: South East Personnel Leasing, Inc. & Subsidiaries 2739 U.S. Highway 19 N. Holiday, FL 34691 Insurer A: Lion Insurance Company 11075 Insurer 8: InsurerC: Insurer D: Inaurt3r E: Coverages The policies of insurance listed below have been Issued to the insured named above for the policy period Indicated. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein Is subject to all the terms, exclusions, and conditions of such policies. Aggregate limits shown may have been reduced by paid claims. INSR LTR ADDL INSRD Type of Insurance Policy Number Policy Effective Date (MM/DD/YY) Policy Expiration Date (MM/DD/YY) Limits GENERAL LIABILITY Commercial General Liability Each Occurrence $ Damage to rented premises (EA occurrence) $ Claims Made Occur Med Exp $ Personal Adv Injury $ General aggregate limit applies per: General Aggregate $ D Policy • Project LOC Products - Comp/Op Agg $ AUTOMOBILE LIABILITY Any Auto All Owned Autos Scheduled Autos Hired Autos Non -Owned Autos Combined Single Limit (EA Accident) $ ws NM Bodily Injury (Per Person) $ Bodily Injury (Per Accident) $ s NNW r... Property Damage (Per Accident) $ s EXCESS/UMBRELLA IOccur LIABILITY Each Occurrence Claims Made Aggregate Deductible A Workers Compensation and Employers' Liability Any proprietor/partner/executive officer/member excluded? No If Yes, describe under special provisions below. WC 71949 01/01/2015 01/01/2016 X I WC Statu- tory Limits I I OTH- ER E.L. Each Accident $1,000,000 E.L. Disease- Ea Employee $1,000,000 E.L. Disease - Policy Limits $1,000,000 Other Lion Insurance Company is A.M. Best Company rated A- (Excellent). AMB # 12616 Descriptions of Operations/LocationsNehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 84-67-246 Coverage only applies to active employee(s) of South East Personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company": Maranata School Bus Service, Corp. Coverage only applies to injuries incurred by South East Personnel Leasing, Inc. & Subsidiaries active employee(s), while working in: FL. Coverage does not apply to statutory employee(s) or independent contraCtor(s) of the Client Company or any other entity. A list of the active employee(s) leased to the Client Company can be obtained by faxing a request to (727) 937-2138 or by calling (727) 938-5562, Project Name: DATE OF PROJECT 9-27-15 3501 W. FLAGLER ST, MIAMI, FL 33135 (HOLDER NAME CONTINUED) SUCCEED IN LIFE CENTER, THE UNIVERSAL CHURCH OF THE KINGDOM OF GOD. ISSUE 09-25-15 (TLD) Begin Date 7/3 J2012 CERTIFICATE HOLDER CANCELLATION -6 .„ .., ° • Should any of the above described policies be cancelled before the expiration date thereof, the issuing Insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall Impose no obligation or liability of any kind upon the Insurer, Its agents or representatives, City of Miami Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: http://ci.miami.fl.us/procurement Number: Title: Issue Date/Time: Closing Date/Time: Pre -Bid Conference: Pre -Bid Date/Time: Pre -Bid Location: Deadline for Request for Clarification: Buyer: Hard Copy Submittal Location: Buyer E-Mail Address: Buyer Facsimile: 568384 Invitation for Bid for Transportation Services 28-DEC-2015 25: JAN 2016 None Monday, January 11, 2016 Bethel, Pearl City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US PBethel@miamigov.com (305)400-5340 Page 1 of 41 Certification Statement Please 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 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: to VC . T Yr et_cliock , d 4 COS mkt. ADDRESS 'E' Y" C'k- 06.a.1 , L 0 PHONE: 30 FAX. 30 U4 c) (/) EMAIL: ` 1riven m G 4 AC jt��� G� l'BEEPER. SIGNED BY. TITLE: li" IN )1 V' 1 C nC,• .ireAaoeir DATE. ° Z cp • .J FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISOUALIFY THIS BID. Page 2 of 41 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Co\poya-,hon Year Established:ial9c)) Office Location: City of Miami, Miami -Dade County, or Other "h x Business Address: 0 City, State, and Zip Code: 4-1-d-ro e3301. Telephone Number: Glee Alternate Telephone Number: Fax Number: E-mail Address: Occupational License Number: Occupational License Issuing Agency: 11 C01-\ 6TI Occupational License Expiration Date: Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and Page 3 of 41 date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert N/A. N�P Page 4 of 41 Line: 1 Description: Category 1: SCHOOL BUSES Line: 1.1 Description: 19 to 30 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Unit Price: $ Line: 1.2 Number of Units: 1 Total: $ Description: 31 to 42 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Line: 1.3 Description: 43 to 54 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Unit Price: $ \ / Number of Units: 1 Total: Line: 1.4 Description: 55 to 64 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Page 5of41. Unit Price: $ Line: 1.5 Number. of Units: 1 Total: $ Description: 65 or more Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Unit Price: $� Number of Units: 1 Total: $ Line: 2 Description: Category 2: PASSENGER VANS AND BUSES Line: 2.1 Description: 10 to 15 Passenger Mini Van, Single hourly rate (per Mini Van) to provide Passenger Van Transportation Services in accordance with the terms and conditions of this IFB. Category: 96217-00 Unit of Measure: Hour (0 ino 0 Unit Price: $ 6 . Number of Units: 1 Total: Line: 2.2 Description: 16 to 36 Passenger Mini -Bus, Single hourly rate (per Mini -Bus) to provide Mini -Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96217-00 Unit of Measure: Hour 0) 0 �i Unit Price: $ t 4 Number of Units: 1 Total: $ (�.,. Line: 203 Page 6 of 41 Description: 37 to 61 Passenger Charter Bus/Deluxe Motor Coach, Single hourly rate (per Charter Bus/Deluxe Motor Coach) to provide Charter Bus/Motor Coach Transportation Services in accordance with the terms and conditions of this IFB. Category: 96217-00 Unit of Measure: Hour OO Unit Price: $ )3 6 Number of Units: 1 Total: $ Q0 Page 7 of 41 transportation* n* VEHICLE LIST Vehicle Number YEAR MODEL MAKE VIN# NO. PAX LIC PLATE GVW 5771 2002 D4500 MCI 1M8PDMRA62P054842 57 CXER23 > 26,000 5772 2002 D4501 MCI 1M8PDMRA22P054840 57 CTYR34 > 26,000 5773 2002 D4502 MCI 1M8PDMRA42P054841 57 CTYR35 > 26,000 5774 2004 D4502 MCI 1M8PDMRAX4P056273 57 CXER42 >26,000 5775 2005 D4503 MCI 1M8PDMRA74P056294 57 CXER43 > 26,000 5776 2006 D4504 MCI 1M8PDMRA54P056293 57 CXER44 > 26,000 5777 2003 D4504 MCI 1M8PDMRA43P056087 57 CXET96 > 26,000 5778 2003 D4504 MCI 1M8PDMRA33P056081 57 CXET98 > 26,000 5779 2003 D4504 MCI 1 M8PDMRA03P055762 57 CXET97 > 26,000 4114 2004 GLAVAL FREIGHTLINER 4UZAAZAL93CM27075 41 871KVL < 26,000 3721 2006 GLAVAL FREIGHTLINER 4UZAAZCT85CU59287 37 655TMV < 26,000 5732 1993 32900 MCI 1 M8PDMPAI PP045072 57 097LMZ > 26,000 5138 1994 102C 3 MCI 1M8GDMKA8RP045788 51 871XXN > 26,000 4744 1994 MA MCI IM8SDMPA8RP046233 47 583XDK > 26,000 5546 1997 MCI 102DL3 1 M8PDMTAIVP049450 55 227TKP > 26,000 5547 1997 MCI 102DL3 1 M8PDMTA8VP049333 55 229TKP > 26,000 5549 2001 MCI 102DL3 1 M8PDMRA8YP052972 55 AWJP98 > 26,000 5650 2001 MCI 102EL3 I M8TRMPA9YP061215 56 X3731P > 26,000 5551 2001 102DL3 MCI 1 M8PDMPA81 P053595 55 BLER36 > 26,000 5552 2001 102DL3 MCI 1 M8PDMPAI I P053597 55 BLER37 > 26,000 5553 2001 102DL3 MCI 1M8PDMPA31P053598 55 BLER38 > 26,000 5554 2000 102DL3 MCI 1 M8PDMPA51 P053599 55 BLER39 > 26,000 5555 1998 102DL3 MCI 1M8PDMPAXWP050950 55 BLER40 > 26,000 4757 1995 10203 MCI 1M8SDMPA1SP047794 47 BLCW32 > 26,000 4758 1996 102D3 MCI 1 M8SDMPA2TP048891 47 BLCW35 > 26,000 5759 1996 102DL3 MCI 1M8PDMPA7TP048357 57 BLCW36 > 26,000 5560 1996 102DL3 MCI 1 M8PDMPAXTP048806 55 BLCW37 > 26,000 5761 1997 102DL3 MCI 1 M8P.DMTA4VP049572 57 BLCW33 > 26,000 5562 1997 102DL3 MCI 1 M8PDMTA5VP049323 55 BLCW34 >.26,000 5563 1997 102DL3 MCI 1 M8PDMPAOVP048946 55 BLCW38 > 26,000 5564 1998 102DL3 MCI I M8PDMPA7WP050890 55 BLCW39 > 26,000 5568 1997 102DL3 MCI 1 M8PDMTAXVP049799 55 BRER59 > 26,000 5569 1997 102DL3 MCI 1M8PDMPA2VP049080 55 BRER60 > 26,000 3207 2001 STARCRAFT FREIGHTLINER 4UZAAZAL21CH79687 32 DCZY28 <26,000 5722 2003 CITYLINER NEOPLAN 1N9HC19A82L013391 57 S620MD > 26,000 4731 1991 102C3 MCI 1M8GDM9AXMP043829 47 737JCL > 26,000 5534 1997 102DL3 MCI 1 M8PDMTA6VP049685 55 583WBQ > 26,000 3736 2003 GLAVAL 4UZAAZAL53CL71099 37 224KCL < 26,000 5542 1996 102DL3 MCI 1M8PDMTAXTP047886 55 178XUJ > 26,000 5543 1996 102DL3 MCI 1 M8PDMTA4TP047933 55 177XUJ > 26,000 5656 2001 E4500 MCI 1M8TRMPA91P061463 53 BVEX06 > 26,000 AMER-10 OP ID: SN A,�C© ICY ^„r.._.': CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 11/11/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS l CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Tanenbaum Harbor of Florida 2900 SW 149th Avenue Miramar, FL 33027.6605 Aline Larraz, CPCU, AAI, CRIS CONTACT Alina Larraz, CPCU, AAI, CRIS NAME; (AI°NN , Exq; 954-883-2900 (a , No); 954-517-7400 AIL ADDRESS: aiarraz@thflorida.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A ; Colony Insurance Company 39993 INSURED Safeguard America, Inc Americas Transportation.com 725 SE 9th Court Suite #2D-1 Hialeah, FL 33010 INSURER B :Lancer Insurance Company INSURER c : INSURER D ; INSURER E: INSURER F ; COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS IL SSR TYPE OF INSURANCE ADDL INS!" SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X 103GL000788701 08/03/2015 08/03/2016 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGES (EaocTED PREMISES (Ea occurrence) 100 000 $ � MED EXP (Any one person) $ Excluded PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES j CT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ Included $ ?, d AUTOMOBILE _ X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X X SCHEDULED BA1666193 08/04/2015 08/04/2016 COMBINED SINGLE LIMIT (Ea accident) $ 5 000,000 r BODILY INJURY (Per person) $ BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAB O OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below / N N / A PER STATUTE OTH- ER E.L, EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E,L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Certificate Holder is included as an additional insured per written contract CERTIFICATE HOLDER CANCELLATION MIA-DA3 MIAMI•DADE COUNTY 111 NW 1ST ST, ##2340 MIAIVII, FL 33128-1987 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) © 1988.2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Detail by Entity Name Page 1 of 2 Detail by Entity Name Florida Profit Corporation SAFEGUARD AMERICA, INC. Filing Information Document Number P98000049289 FEI/EIN Number 65-0840025 Date Filed 06/01/1998 State FL Status ACTIVE Last Event MERGER NAME CHANGE Event Date Filed 09/11/2008 Event Effective Date NONE Principal Address 725 SE 9TH COURT, SUITE 2D1 HIALEAH, FL 33010 Changed: 01/21/2015 Mailing Address P.O. BOX 143977 CORAL GABLES, FL 33114 Changed: 03/19/2008 Registered Agent Name & Address MASE, CURTIS JESQ CURTIS MASE 1001 BRICKELL BAY DRIVE, #2600 MIAMI, FL 33131 Address Changed: 01/05/2006 Officer/Director Detail Name & Address Title P MASDEU, STEVEN P.O BOX 143977 MIAMI, FL 33114 http : //search, sunbiz. org/Inquiry/CorporationS earch/S earchResultDetail?inq... 1 /25 /2016 Detail by Entity Name Annual Reports Report Year 2013 2014 2015 Filed Date 04/16/2013 01/11/2014 02/27/2015 Document Images 02/27/2015 -- ANNUAL REPORT 01/11/2014 -- ANNUAL REPORT 04/16/2013 -- ANNUAL REPORT 01/22/2012 -- ANNUAL REPORT 03/06/2011 -- ANNUAL REPORT 02/08/2010 -- ANNUAL REPORT 02/25/2009 -- ANNUAL REPORT 09/11/2008 -- Merger 03/19/2008 -- ANNUAL REPORT 01/11/2007 -- ANNUAL REPORT 01/05/2006 -- ANNUAL REPORT 01/17/2005 -- ANNUAL REPORT 04/07/2004 -- ANNUAL REPORT 04/03/2003 -- ANNUAL REPORT 01/10/2002 -- ANNUAL REPORT 05/10/2001 -- ANNUAL REPORT 08/01/2000 -- ANNUAL REPORT 03/04/1999 -- ANNUAL REPORT 06/01/1998 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format. View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Copyright © and Privacy Policies State of Florida, Department of State Page 2 of 2 http ://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inct... 1 /25/2016 Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 miamdade.gov T 305-375-3111 F 305-375-3160 December 15, 2015 Mr. Steven Masdeu SAFEGUARD AMERICA, INC. D/B/A AMERICASTRANSPORTATION.COM P.O. Box 143977 Coral Gables, FL 33114-0000 Dear Mr. Masdeu: CERT NO: 14306 Approval Date: 9/30/2015 - LDB Expiration Date: 9/30/2018 Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Local Developing Business Enterprise (LDB) in accordance with section of the code of Miami -Dade County. This (L.DB) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of (September 30) for the first and second year of the three year period. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. 1f at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days, Notification should include supporting documentation, You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years certification. If the firm attains graduation or becomes ineligible during the three year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami -Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website tttp://www.miamidade.gov/smallbusiness/certification-programs. asp. Thank you for your interest in doing business with Miami -Dade County. Sincerely, Claudious Thompson, SBD Section Chief Small Business Development Division CATEGORIES: (Your firm may bid or participate on contracts only under these categories) 485999-ALL OTHER TRANSIT AND GROUND PASSENGER TRANSPORTATION (LDB) 561611 » INVESTIGATION SERVICES (LDB) 561612 - SECURITY GUARDS AND PATROL SERVICES (LDB) miamidade.gov Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 T 305.375-3111 F 305-375-3160 May 11, 2015 CERT NO: 3585 Approval Date: 5/11/2015 - DBE Mr. Steven Masdeu SAFEGUARD AMERICA, INC. D/B/A AMERICASTRANSPORTATION.COM P.O. Box 143977 Coral Gables, FL 33114-0000 Anniversary Date: Annually on May 11 Dear Mr. Masdeu: Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD), is pleased to notify you that your firm is certified under the Florida Unified Certification Program (UCP). Your firm meets the eligibility requirements for certification as a Disadvantaged Business Enterprise (DBE) in accordance with 49 CFR Part 26. DBE certification is continuous with no expiration date; however, firms are required to attest that there are no changes via the No Change Declaration form annually on the firm's anniversary date to remain certified. You will be notified of your annual responsibilities in advance of the Anniversary Date listed above. You must submit the annual No Change Declaration form no later than the Anniversary Date to maintain your eligibility. Your firm will be listed in the UCP DBE Directory which can be accessed through the Florida Department of Transportation's website: http://www3b.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory/ DBE certification is NOT a guarantee of work, but it enables the firm to compete for and perform contract work on all USDOT Federal Aid (FAA, FTA and FHWA) projects in Florida as a DBE contractor, sub -contractor, consultant, sub -consultant or material supplier. 6 If at any time there is a material change in your firm, you must advise this office by sworn affidavit and supporting documentation within thirty (30) days. Changes include, but are not limited to ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on -going business relationships with other firms, individuals or the physical location of your firm. After our review, you will receive instructions as to how you should proceed, if necessary. Failure to comply will result in to remove your firm's DBE certification. Questions or concerns should be directed to this office by mail or telephone. Our telephone number is (305) 375 -3111 and fax number is (305) 375-3160, CI�4idi: is Thompson, Section Chief Small Business Development Division NAICS & Industry Title: (Your firm is eligible to compete for and perform work on all USDOT Federal Aid projects throughout Florida and may earn DBE or ACDBE credit for work performed in the following areas.) 485999 - ALL OTHER TRANSIT AND GROUND PASSENGER TRANSPORTATION (DBE) 561612 - SECURITY GUARDS AND PATROL SERVICES (DBE) 001342 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOTA BILL - DO NOT PAY 4572930 BUSINESS NAME/LOCATION SAFEGUARD AMERICA INC 725SE9CT2D1 MIAMI FL 33010 OWNER SAFEGUARD AMERICA INC Employee(s) 1 RECEIPT NO. RENtWAL 4774056 EXPIRES SEPTEMBER 30, 2016 Must be displayed at place of business Pursuant to County Code Chapter 8A — Art. 9 & 10 SEC. TYPE OF BUSINESS PAYMENT RECEIVED 213 PASSENGER TRANSPORTATION SERV BY TAX COLLECTOR $45.00 08/06/2015 ECHECK-15-159432 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec 8a-276. For more information, visit www,miamidade.gov/taxcollector 2016 Florida Annual Resale Certificate for Sales Tax THIS CERTIFICATE EXPIRES ON DECEMBER 31, 2016 FLORIDA Business Name and Location Address SAFEGUARD AMERICA SECURITY & INVESTIGATI 725 SE 9TH CT STE 2D1 HIALEAH, FL 33010-5778 Certificate Number 23-8012165336-2 DR-13 R.10/15 By extending this certificate or the certificate number to a selling dealer to make eligible purchases of taxable property or services exempt from sales tax and discretionary sales surtax, the person or business named above certifies that the taxable property or services purchased or rented will be resold or re -rented for one or more of the following purposes: • Resale as tangible personal property. • Re -rental as tangible personal property. • Resale of services. • Re -rental as commercial real property. • Incorporation into and sale as part of the repair of tangible personal property by a repair dealer. • Re -rental as transient rental property. • Incorporation as a material, ingredient, or component part of tangible personal property that is being produced for sale by manufacturing, compounding, or processing. Florida law provides for criminal and civil penalties for fraudulent use of a Florida Annual Resale Certificate. The Florida Annual Resale Certificate is issued to active, registered sales and use tax dealers. As a buyer, use your certificate to purchase or rent property or services tax exempt that you intend to resell or re -rent to your customers. You cannot use this certificate to purchase or rent property or services that you will use in your business. As a seller, you must collect sales tax and discretionary sales surtax imposed on retail sales or rentals of taxable property or services, unless the transaction is exempt. Seller Certificate Verification - Verify resale or exemption certificates using a customer's sales tax certificate number: • Phone: 877-FL-RESALE (877-357-3725) • Online: Go to www.myflorida.com/dor and select "More e-Services" and then "Verify resale and exemption certificates" • Mobile App: Florida Tax (FL Tax) mobile app for iPhone, iPad, Android phones and tablets, Windows Phone If you obtain an authorization number for each tax-exempt sale, or for all sales to a specific customer, you do not need to keep a copy of the customer's Florida Annual Resale Certificate. !AMID E MIAMI-DADE COUNTY, FLORIDA PASSENGER MOTOR CARRIER CERTIFICATE OF TRANSPORTATION B.C.C. RESOLUTION NO.: R-401-06 CERTIFICATE NO.: 30032 DATE OF ISSUANCE: 07/24/2007 THIS CERTIFICATE, ISSUED IN ACCORDANCE WITH CHAPTER 31, ARTICLE 111 OF THE CODE OF MIAMI-DADE COUNTY, FLORIDA AUTHORIZES: SAFEGUARD AMERICA SECURITY & INVESTIGATIONS, INC. D/B/A AMERICA'S TRANSPORTATION 102 PONCE DE LEON CORAL GABLES, FL 33135 TO PROVIDE: Special Operations class transportation service defined as the transportation of persons in a motor vehicle to a common destination or series of common destinations where the person may be charged as an individual or as part of a group, including but not limited to charter sightseeing, or subscription service, not between fixed terminals or on a regular route. The company will transport tourist and resident groups to and from various locations throughout Miami -Dade County. Transportation will be pre -arranged 24 hours in advance. Transportation will be provided 24 hours a day, seven days a week using vehicles with a seating capacity of nine (9) to 28 passengers excluding the driver. Rates are listed on the reverse, and may only be changed by filing with the Consumer Services Department any proposed rate thirty (30) days prior to its effective date and posting said notice in the passenger compartment section of each vehicle fifteen days prior to its effective date. Each vehicle and chauffeur must be licensed by the Consumer Services Department prior to operation. The company is required to adhere to the terms and conditions specified herein and contained in R-401-06 BY ORDER OF MIAM1-DADE COUNTY BOARD OF COUNTY COMMISSIONERS for, Consumer Services DepartmeTht E:Mtd �..� N— R a W B ,.::ARC N 1! A :r YEA ismas dada w, e.'I. f.." llt,;'•:*I r.:; f}.,I I,, li .u,u �. ..fNa 41H1.,.,-�u,",Wv,. ti"i Y �Fr✓M,,E s` .I,���e-�„ � . ure a, E1EM96Hh� �.� �.,ay., Emu `.�.. Irpl� .#..,smutly";as IId, " ;E3BBH , `:III' El ERIM�S III, ; H�@0®�<: ®'.flb m 1 tluolrt mt�l�®r.�.l a m��cu r.. �.wso uas6�0�d i'�.w .°�rn� ®_ r ' 8®IDfl�@ : ryz,. ,OgrO0 ®OS®e �= cv021®0 R��3a ®nma�esl���0e ®amp®® ®�©aa© �en��. may®�� Irl+ , ��on®n . ®m�a�e .�amaaA� , �®�oID���m sa�m®ems ,ry,�l+'EIL9vffi@L4©tl1a14000- f]L4�® ® '., g9r"HOo=IIL^'v5`. tlGI➢IafmII®CG�W9rAa1ffi�e�w �� `�/ C®ov-v. Oa^�G&d ®0G©td'q Love WM 6a4 Gv g m® E - 1111 1 11111414a ^Li" 111••.11 8 $ >;�®mIDC zmeA®mM1 a® 0 �sr--0G© v cIIIIcm vm vi94® @O®ffi 3E i Gvo6'd - v �" m "'� 1 ^` "JfdC. ATE MI ` x,F, .,.© oy,„.�,. Or Y INU,%;q, r 1 mPIIpIpGVI� Otl q e a-. _ s u, vcv .�� OTLM®il v OM TM �.., �'I,��nwu MOT � �su � " �4o m9® ,a ©SAP. o�� g egg ° } � � �' ®° .� MAW Leo � ��� I _ :� 1 � > II 0, ...,� == MEI MM Ma M I AM I-DADE TRANSFER B.C.C. RESOLUTION NO.: R-667-01 MIAMI-DADE COUNTY, FLORIDA PASSENGER MOTOR CARRIER CERTIFICATE OF TRANSPORTATION CERTIFICATE NO.: 30278 DATE OF ISSUANCE: 06/19/01 THIS CERTIFICATE, ISSUED IN ACCORDANCE WITH CHAPTER 31, ARTICLE III OF THE CODE OF MIAMI-DADE COUNTY, FLORIDA AUTHORIZES: SAFEGUARD AMERICA SECURITY & INVESTIGATIONS, INC. 102 PONCE DE LEON BOULEVARD, MIAMI, FLORIDA 33135 TO PROVIDE: Special Operations class transportation service defined as the transportation of persons in a motor vehicle to a common destination or series of common destinations where the person may be charged as an individual or as part of a group, including but not limited to charter sightseeing, or subscription service, not between fixed terminals or on a regular route. The company will Transport tourist and resident groups to and from various locations throughout Miami -Dade County. Transportation will be pre -arranged 24 hours in advance, Transportation will be provided 24 hours a day, seven days a week using vehicles with a seating capacity of nine (9) to 28 passengers excluding the driver. Rates are listed on the reverse, and may only be changed by filing with the Consumer Services Department any proposed rate thirty (30) days prior to its effective date and posting said notice in the passenger compartment section of each vehicle fifteen days prior to its effective date. Each vehicle and chauffeur must be licensed by the Consumer Services Department prior to operation. The company is required to adhere to the terms and conditions specified herein and contained in R-841-98. BY ORDER OF MIAMI-DADE COUNTY BOARD OF COUNTY COMMISSIONERS Director, Consumer Services Department THIS CERTIFICATE MUST BE ANNUALLY RENEWED BY MARCH 31 OF EACH YEAR ufl1I od m Bea III �� 3mi glloaaw Wlul¢ "�' v f'lll I@IltllU'IINP� II h I'V.I�tlGI 1° � 111 a•1momt ®ggli kim-evil rr Ylar -m H H890 i® t ®0IBEIN ' 0['4f®a10 DEMUR 0Q0®®1� . 1�OEM ®� ' .7.;y®�®aae®m 1.�1 r l l DEMUR k t1 L r- OEM VMMST laammi MMUI ammo (7/11/01) II* p)i 4 14ir'T 7, 4S,0 S pill Off® bum. Itlf'vAv l�up I0 mada0 alaW a r q um, „atluu<mr u`I m �ue 6 SAffi q ggeh Ov® v®-mggEgE 0av� 0 MOM 60Hm®E EIMEI@®® ®t0d 0030000com WWI ®64moms _ammo F 0mnar0�1i City of Miami Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: http://ci.miami.fl.us/procurement Number: Title: issue Date/Time: Closing Date/Time: Pre -Bid Conference: Pre -Bid Date/Time: Pre -Bid Location: Deadline for Request for Clarification: Buyer: Hard Copy Submittal Location: Buyer E-Mail Address: Buyer Facsimile: 568384 Invitation for Bid for Transportation Services 28-DEC-2015 25-JAN-2016 @ 14:00:00 None Monday, January 11, 2016 Bethel, Pearl City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US PBethel@miamigov.com (305)400-5340 Page 1 of 41 Certification Statement Please quote on this form, if applicable, net prices for the items) listed. Return MAW retain a copy for your files. Prices should include all costs, including transportation to destination. 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. Carlos and Susana School Bus Service,Corp 7503 nw 7th st,miaml fi 33126 5-266-2284 ol.com i •n • e 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 (1) 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:C-1:14-1195 £Sfl? 64106( fits Ctie• Cvy ADDRESS. -T50-3 (IC) PL 3.B p- io PHONE: (5°5---) 9\- (g.I - I FAX: (303T) 9- e2J EMAIL: °.° IQ5, a��..5c154''4 6)110I'$EEPER: SIGNED BY: TITLE: DATE. ,FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISQUALIFY TH S BID. Page 2 of 41 Certifications Legal Name of Firm: /d c-la5 u5a o i4Od ga5 CIC Entity Ty e: Partnership, Sole Proprietorship, Corporation, etc. /Jo 6 V.) Year Established: iqq4° Carlos and Susana School Bus Service,Corp 7503 nw 7th st,miami fl 33126 Ph:305-261.8571 Fx:305.266.2284 cario sa n d su sa n a@ao I, co m Office Location: City of Miami, Miami -Dade County, or Other (a vid - bade Business Address: S-O? Nu) 5 City, Slate, and Zip Code: it4�d nt-L:. et, 33)) 44) Telephone Number: ()°:) v�r-05-14 Alternate Telephone,/jNumber: /V /M Fax Number: C3oS) a.qteiz1 E-mail Address: &-/s ,t01/1 6us60 4' d4OLh &tin Occupational License Number: �.issggy Occupational License Issuing Agenc : t nt.4:—* 1._4(le will Occupational License Expiration Date: 5814e M r k0,' of O Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and Page 3 of 41 Carlos and Susana School Bus Service,Corp date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were ISSUi x% rhi ► mi fl 33126 N/A. Ph:305.261.8571 Fx:305-266-2284 n 1 I carlosandsusana@aol.com Page 4 of 41 Line: 1 Description: Category 1: SCHOOL BUSES Line: 1.1 Carlos and Susana School Bus Service,Corp 7503 nw 7th st,miami fi 33126 Ph:305.261.8571 Fx:305.266.2284 carlosandsusana@aol.com Description: 19 to 30 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Unit Price: $ 311 'SO Line: 1.2 Number of Units: 1 Total: $ 3 Li -51) Description: 31 to 42 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure:, Hour Unit Price: $ 4 ' Line: 1.3 Number of Units: 1 Total: $ 'f-t' Description: 43 to 54 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 • Unit of Measure: Hour Unit Price: $ 3q Line: 1.4 Number of Units: 1 Total: $ Description: 55 to 64 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Page 5 of 41 Unit Price,: $ 3 cc? Number of Units: 1 Line: 1.5 Carlos and Susana School Bus Service,Corp ..�� .�� 7503 nw 7th st,miami fl 33126 Total: $.34 �"'h'305-2614571 Fx:305.266.2284 carlosandsusana@aol.com Description: 65 or more Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Unit Pricer $ .3z{ SD Line: 2 Number of Units: 1 Total: $ i °SD Description: Category 2: PASSENGER VANS AND BUSES Line: 2.1 Description: 10 to 15 Passenger Mini Van, Single hourly rate (per Mini Van) to provide Passenger Van Transportation Services in accordance with the terms and conditions of this IFS. Category: 96217-00 Unit of Measure: Hour Unit Price: $ Line: 2.2 Nurnber of Units: 1 Total: $ Description: 16 to 36 Passenger Mini -Bus, Single hourly rate (per Mini -Bus) to provide Mini -Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96217-00 Unit of Measure: Hour Unit Price: $ 3 LI"S L) Line: 2.3 Number of Units: 1 Total: $ 3( ° S`D Page 6 of 41 Carlos and Susana �S,,cPh,.00yl, Bus Service,Corp Description: 37 to 61 Passenger Charter Bus/Deluxe Motor Coach, Single hourly tsri°GV'itStmitil fi 33126 Bus/Deluxe Motor Coach) to provide Charter Bus/Motor Coach Transportation,§.6" s, y1 Fx:305-266.2284. accordance with the terms and conditions of this IFB, carlosandsusana@aol,com Category: 96217-00 Unit of Measure: Hour, Unit Price: $ /"V/A Number of Units: 1 Total: $ /VA Page 7 of 41 001054 rtivii-Dade County, State of %ride -THIS IS igOT A BILL - DO NOT PAY 2i40171 Ewollisss.NAMEMOCATION ck.k tOP,si SUSANA SCHOOL BUS SRVC CORP ifklal*OADE COUNTY 33999 OWNER CARLOS & SUSANA SCHOOL BUS SVC CO 11101'oyee(s) RECEIPT NO. RENEWAL 2155984 Carlos and Susana School Bus Senfice,Corp 7503 nw 7th st,miami fl 33126 Ph305-261-8571 Fx306.266.2284 carlosandsusana@aolcom ) EZPIRES SEPTEIVIBOR 30,2016 Must be displayed at place of business Pursuant to County Code Chapter 8A Art. 9 & 10 SEC. TYPE OF BUSINESS PAYMENT RECEIVED 213 PASSENGER TRANSPORTATION SERV BY TAX COLLECTOR $75.00 07/10/2015 FPPU02-15-016240 ThisU, eel Business7ritx4Reoeipt only.confirms paymentof.thelocal Business Tax. The Receipt is not a license, prink or a certificstigneof the holdor'squalifications,th do:Otainess. Holder must oomply with any governmental ortuntobvernmematrogulatory lawstanit requirements which apply to the business. The 'RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec 6a-276. For more information, visit www.miamidade,govhetoo lector Carlos and Susana School Bus Service,Corp 7503 nw 7th st,miami fl 33126 Ph:305.261-8571 Fx:305.268.2284 carlosandsusana@ao icom Health Care Center of Miami "Your Work Injury Solutions" 2016 January 20, 2016 CARLOS AND SSUSANA SCHOOL BUS 7545 NW 7 STREET T MLAMI, FL 33126 Health Care Center of Miami is pleased to assist you in the development and maintenance of your DOT/FMCSA Drug Free Work Place Program. All of our related services are in accordance to 49 CFR Federal DOT requirements. We, have received your,paymentfor the year 2016 random selection program and have placed your employees in our computer :for quarterly selections. You will also be receiving an 'announcement for our next supervisor training. We will forward your employee roster to you 4 times this year. You must update and return the raster to us within 2 weeks of the date that appears an it. Failure to do so will result in your dismissal from the Random Program and a $75 charge to get reinstated. Health Care Center of: Ml ar i se •complete en ayudario en el desarrollo y mantenimiento de sus programas DOT / FMCSA Trebajos'fibre de drogas. Usted puede ester seguro de que nuestros servicios se ajustan a los requisltos de 49 CFR Federal DOT. Hemos recibido su solicitud pare el programa de seleccibn random aria 2016 y hemos colocado a sus empleados en nuestro ordenador pars las selecciones trimestrales. Ustedes tambien recibiran un anuncio pars nuestra proxima capacitacton de los supervisores, Adicionalmentet van a recibir una lista ,de clientes pare actualizar 4 veces este afio, deben devolver su Iista actualixada dentro de un plaza de 2 semanas a partir de la fechade su recepcion, de to contrario, si no recibimos su lista actualizada a tiempo se dare por entendido que han decldido suspender el programa y se cobraran $ 75 para una future reincorporacion. Sincerele 044/ Pa Benitez Drug Testing Department Medley 791•..1 NW'i2ttdAve., #1.11 i Miami, Florida 33166 • Tel (305) 888.6959 Fax (305) 887-8198 Miami Hatch 400 Arthur Godfrey Rd (4l st St.) #510 - Miami Beach, Florida 33140 • Tel (305) 695.9720Fax (305) 695-97722 2.20 REFERENCES 1- Transportation Service since 1995 BOYS & GIRLS CLUB 2805 SW 32 AVE MIAMI, FL 33133 CONTACT NAME : ALEX RODRIGUEZ-ROIG PHONE : 305-446-9910 2- Transportation Service since 1995 AMIGOS FOR KIDS 2153 CORAL WAY, STE 405 MIAMI, FL 33145 CONTACT NAME: MERCEDES IVELYS PHONE : 305-279-1155 3- Transportation Service since 2002 RENAISSANCE ELEMENTARY & MIDDLE CHARTER SCHOOL 8360 NW 33 ST DORAL, FL 33122 CONTACT NAME: MARIA TORRES MTORRES@RENEISSANCECHARTER.ORG Phone: 305-591-2225 1.64. PROMP PAYMENT- O%Q For the percentage discount CARLO-9 OP ID: EL .`�'" e ► � CERTIFICATE OF LIABILITY INSURANCE °"'N`"" """' .�.-' (11/19/2018 THIS CERTIFICATE 1$ ISSUED AS A (MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND Ole ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OP INMUR NO* DOS NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS), AUTHORIZED RSPRERENtAT1Vd OR PRODUCER, AND THE CERTIFICATE HOLDER RTAN Most* holder is en ADDI•IIONAL INSURED, the poiiay(iet) mint be endom.d. 0 SU8RQGAt IS WAIVED, subject to the tonne end sandill0ne of the policy, *MO policies may require an endorsement. A statement on this certificate Coos not confer rights to the event* older M lieu such end. Franco MOM Group Inc �Insurancea Gt FGabi FL 33124 INRURso bobs A tunas Schaal hut Miami, FllaL 3315 COVERAQES 0ERTIFi4ATE NUMBER: Joside ®ottltsiex 80648847AI3 808'444d980 Igunzalezertulvlinsutoneccom SPNWAWNINAPPOWNO CO MOB INSURER NNIWYWMMarko &OWN INRs INiUIp�t p ,NSUIE C Rama* 0808 IIISURiR f : RMEER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED WOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOUWMENT, TER* OR CONDITION OP ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS CERTIFICATE MAY se ISSUED OR MAY PERTAIN, THE INSURANC5 AFFORDED BY T 8 POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS. EXCLUSIONS AND COMMONS OF SUCH POUOIES. LIMITS SHOWN MAY HAW( 5SEN REDUCED BY PND CLAIMS. TYP5 OPINWRANCiE Wig NM( sump 47�., :. , J .• *%:ail UNITS eiNelALUA5INTr L°AD, y ,P,'I,1,'l A X COMMI?ROAI. GERM UANILd7Y X 0420'Iea0Do4i12 0a/1Q/2015 05J31M$016 ,r;^ , • ' A$ , CI.AIMSWADS OCCUR M60 pip (Arnl au* prsaut i 10,00 + 08NDM41•A0(R6f1ATG i 2,000,00' ,,, MCA Lion APPLIES PM: ' ••W. -(�O14rIk1n^aa 2,000,0 •��+ i AulDMU NLE LIASIuri , T u • u , A — ANY AUTO X AL12000d00470i 0513112015 00/3112015 ND40.Y INJURY (PN' pesos i Auro°4D js. ,Y � iGGILY INJURY VW ondlwn) i X HIR8DAUTOS �% d:Jr .P,,, ,$ r UMNRI L&A LAB OCCuR SACH °CCU MIX t illyneo uAI - CLAIMI41*tE AGONSOATE DOD i t CNi .�` BMW GC4JIr ON AND soLoyear UMW/ ,.-- RLrrIVE Y NIA �4 EACH ACCIDENT f DFFIQap�OlbpAlRrN tot E1cI:IU D4 el. usASE..LAEMPLOYEE4 i RATIONS WON a . PQUDY rr Deecmp1IDN op QMRA1IDNefLDQAlums tvooid.B= IAND5h *CORD 1Q1, AddIUo al I1nniioa &Modulo, H Moro opt to nqutrwq PH: Transportation Services, Mils 362319 & 566384 c rt3,tM.aate Holder is Listed as an Additional . 'neared on Automobile and General +.4■f*tt31.y coverage only, as their interest may appear, when required by written contract. GERTIFICA 75 GOLD$ Oily of M1am C/O P oowlsrn,nt Department 444 8W Znd ,Avenue, 5 Floor Miami, FL 33130 CABPE WLATION SHOULD ANY OF THE ABOVE DESCR1SSU POLICIES. BE CANCEU.20 35PORS THB sxPIRATImN DATE THERAOP, NOTICE WILL BE DELIVERED IN ACCORbANCE WITH THE POLICY PROVISIONS. AUTNDRIzEO NI $ENTI:IWE heLJA ACQRD 25 (2010/05) W 1588-2010 AGO*D CORPORATION. All dghts reserved, Tha AOORO name and logo are registered marts of AOORO 01-20-'16 15,12 FROM-INTEPASSSUPANCE 305-758-4456 T-511 P0004/0009 F-288 _� frr, CERTIFICATE OF LIABILITY INSURANCE t 01/20/16, PRODUCER InterAssuranoe THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CEsRT FICATE HOLDER. THIS CERTIFICATE DOES NQT,AMEND, EXTENDEW _ifERvRitettitaft 9194 2lsoayno Blvd„ Suite #201 Miami Shares, FL 33138 Phone (305)7584322 FaX 806)758.446$ INSURERS APPORDIN INSURED Carlos & Susana School Service 6241 SW 16 Terr Miarnl, P'L 33155 IN UREA E: Brld9Sfleld Employers Ins.Co. COVERAGES INSURER P: I THE POLICIES OF INSURAN0B LISTED HAVE SEEN ISSUED TO;THE tN$ )RE NAMEDABCfVta F'OA THE POLICY peAICb INDICATE°, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OP ANY OONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY SE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM3, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIME SHOWN M Y HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OP INSURANCE PGUCYNUMBER POLICY C (WNWQTIVE :Aing MOO" POLICY EJtPIRATION LIMIT$ ILTR OWL INfi$rf A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY 00 CLAIM$ MADE L„J OCCUR CI GEN'L AGGR11 AT8 LIMIT APPLIES PER: POLICY PROJECT ❑ LOC AUTOMOBILE mABILITY (� ANY AUTO 0 ALL OWNED AUTOS B ❑ ® SCHEDULED AUTOS LJ. HIRED AUTOS CJ NON OWNeoAUTOS GARAGE LIABILITY 0 ANY AUTO EXCESS/UMBRELLA LIABILITY 17 OCCUR ❑maims MADE ❑ DEDUCTIBLE ❑ RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER / MEMBER EXCLUDED? It yes, describe under SPECIAL PROVISIONS Delgw OTHER F E EACH OCCURRENCE PR MISEF, 4 renco) MED EXP (Any one person) PERSONAL 8 ADV INJURY GENERAL AGGREGATE PRODUCTS • COMP/OP AGO COMBINED SINGLE LIMIT (Ea aoctaent) BODILY INJURY (Per person) BODILY INJURY (Per soofient) PROPERTY DAMAGE (Per:sootdent) AUTO ONLY • EA ACCIDENT OTHER THAN EA AOC AUTO ONLY: AOG WO 800.5116c 07/08/15 07/08/16 EACH OCCURRENCE AGGREGATE TUnMY7A,FtH' E.L. EACH AC:OIDENT 1,000L000V E.L. DISEASE • EA EMPLOYEE 1,000,000 E.L. DISEASE • POLICY LIMIT 1,000,000 DESCRIPTION OP OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS CERTIFICATE HOLDER IS INCLUDED AS ADDITIONAL INSURED TRANSPORTATION SERVICES, IFEI362319 CERTIFICATE HOLDER City of Miami C/O PROCUREMENT DEPARTMENT 444 SW 2nd Ave, 6th door Miami, FL 33130 `,SIU # 588384 ACORD 26 (22001/OB) OF CANCELLATION SHOULD ANY OP THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LliiiT, BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OP ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTATIVE Arie1 Ajo 0 ACORD CORPORATION 1988 OP ID: LJ • ACORD VEHICLE SCHEDULE 12/DATE 142015 FM PRODUCER }FONE (pIC; No, Es0: 305.444-2324 APPLICANT (First • Narned Carlos & Susana School Bus Insured) CARLOS SUSANA SCE jQQj„ BUS MDW Insurance Group Inc 362 Minorca Ave Coral Gables, FL 33134 Gary Farbish EFFECTIVE DATE I EXPIRATION DATE 05/31/15 05/31/16 _DIRECT BILL I St RineereORM 1 AUDIT AGENCY BILL 1. FOR PH: 305,261.8571 CODE:, SUB CODE: USE ONLY AGENCY CUSTOMER ID CARLO-9 VEHICLE DESCRIPTION VEH # YEAR MAKE: Int'I YOPE BUS SYMIAGE COST NEW 1 ; 1995 MODEL: V.IN.: 1HVBBABN3SH601919 $ CITY, STATE, ZIP GARAGED DE STATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS ' FARTHEST TERM DRIVE WORK/SCHOOL �,,. TO <15 16 MILES MILES + USE --_ PLEASUR F FARM COMM'L RETAIL SERVICE CHECK COVERAGES X X LIAB Mt; X X AADMN0 FAULT MED PAY Q'N(OR UNDRINS MOTOR TOWING &LABOR q QE.L _ F FT FTW LSP COMP COLL DEDUCTIBLES ACV COMP SPEC C OF L MC DRlCR: $ _ TOTAL PREM __ $ AA ST AMT $ COLL $ VEH # YEAR MAKE: Int'I BTypE BUS SYINIAGE COST NEW 2 1995 MODEL: V.I.N.: 1HVBBABN2SH200488 $ CITY, GARAZIP STATE, GED SATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS I FARTHEST 1 TERM DRIVE TO USE — COMM'L CHECK COVERAGES AOD'L FAULT NO- UNDRINS MOTOR __ F LSP DEDUCT BLEB ACV COMP SPEC C OF I. MISC dRICR: ,WORK/SCHOOL < 15 MILES 7 PLEASURE _._ RETAIL X LIAB X MED PAY „_ TOWING &LABOR FT T_ COMP AA ST AMT $ TOTAL PREM 16 MILES + I FARM SERVICE X A LT X MOTOR _ SPEC L FTW COLL �� $ $ COLL $ VEH 3 # YEAR MAKE; Int'I TYPE BUS SYM/AGE $ COST NEW 1993 MODEL: V.I.N.: 1 HVBBPLN7PH511598 CITY, STATE, STATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS FARTHEST TERM pGAl�AGED WORIKIS ____ 6 16 MILES MILES + USE PLEASURE FARM COMRETAILL SERVICE X X VEKRAB ES FgUI,T ^ X X ADDL MED PAY JQTOR NO UNDRINS S TOWING & LABOR SPEC J., F FT — LSP COMP DEDUCTIBLES AA r ACV ST AMT $ rCOMP [_� J C O L M,_ ^28.,j:_ .,__ ,_. TOTAL PREM FTW COLL $ $ COLL $ VEM 4 # YEAR MAKE: Intl BODY BUS SYM/AGE $ COST NEW 1997 MODEL: V.LN.: 1 HVBDABN3VH456198 CITY, ZIP WHE GARAGED STATE, STATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS FARTHEST TERM DRIVE WORKISCHOOL 7 I TO <15 15 MILES MILES + USE PLEASURE I FARM — _ COMM'L RETAIL SERVICE pp COVERAGES X _.� X LIAB FANO ULT _ X X FAUL MED PAY UNINS MOTOR NO UNDRINS &OLWABOR SPEC C QF j -- F LSP DEDUCTIBLES ACV COMP L_ IC OF L MDWCN. __,,,,_,,,, FT _„ COMP AA ST AMT $ TOTAL PREM FTW T COLL $ $ COLL $ VEH 5 # YEAR MAKE: Freightlin pg. BUS SYMIAGE $ COST NEW 2001 MODEL: V,LN.: 4UZ6CJAA21CG93652 CITY, GARWAGED STATE,• SATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS FARTHEST TERM DRIVE WORK)SCHOOL ^`� TO < 15 15 MILES MILES + USE PLEASURE FARM COMM'L RETAIL SERVICE CHECK COVERAGES X X LIAB FU LT X X ADD'L FAULT MED PAY UNINS MOTOR NO- T ____. UNDRINS MOTOR &QA OR CPOF L _ F FT FTW _ LSP COMP COLL DEDUCTIBLES ACV $ I COMP I I SPEC IC OF L MISC RJR TOTAL PREM T_ $ AA ST AMT $ COLLI $ VEH 6 # YEAR 1995 MAKE: Intl ' rem: BUS SYM/AGE I $. COST NEW MODEL: I VIA: 1HVBBABN2SH599161 CITY, GARWAGED STATE, STATE TERR 114 I GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS 1 FARTHEST TERM DRIVE _WORKISCHOOL TO < I S MILES 15 MILES + USE PLEASURE FARM — COWL RETAIL SERVICE CHECK COVERAGES X X LIAB N0- F'.0.1" X X ADD'L FAULT MED PAY UNINS NO. UNDRINS MOTOR TOWING $LABOR SPEC C OF F. _ F FT FTW L LSP COMP COLL DEDUCTIBLES ACV _COMP $ SpEp IC OF L MISC DWCq ,_„_ TOTAL PREM $ $ AA ST AMT $ COLL VEH # YEAR MAKE: Int'I _MOjQR BODY TYPE: BUS SYMIAGE COST NEW 7 1995 MODEL: V,I.N.; 1 HTBBABN2SH214707 CITY STATE, VVHE GppARAGED STATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS FARTHEST TERM GZIP W_3fOVWS HOOL USE PLEASURE FARM COMM'L 1 RETAIL SERVICE COVERAGES ._ X X LIAB NO- FAULT _ X X FAUL NC>' MED PAY UNINS MOTOR R UNDRINS TOWING & LABOR SPEC C OF L __ F FT FTW LSP COMP COLL DEDUCT BLES i AA L $ J JACV ST AMT COMP C_ JCp0F L $ !CSC TOTAL PREM $ __.w._ <15 MILES' 15 MILES + $ COLL ACORD 129 (1/98) QAC ORDC ORPORATION1993 OP ID: ILJ • ACORD„, VEHICLE SCHEDULE DATE 12/14/2015 PRODUCER N , EXS): 305.444'2324 -APPLICANT . Nam d Carlos & Susana School Bus Insured) MDW Insurance Group Inc 362 Minorca Ave Coral Gables, FL 33134 Gary Farbish EFFECTIVE DATE 05/31/15 EXPIRATION DATE 05/31/16 //����pp DIRECI'ERL��O$ AGENCY BILL y SMUT Q S 1 NCH +SERVICE c► pp� AUDIT us X FOR USE ONLY MIAMI, FL PH: 305.261.8571 CODE: SUS CODE: AGENCY CUSTOMER ID CARLO-9 HICLE DESCRIPTION VEH # 8 YEAR 1995 MAKE Int'I Ng BUS SYM/AGE COST NEW $ MODEL: V,I,N.: 1HVBBABN5SH599171 CITY, STATE, GARAGED STATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS FARTHEST TERM DRIVE TO WORK/SCHOOL I < 15 MILES 15 MILES + USE PLEASURE_— FARM _„_,�COMM'L II RETAIL I SERVICE CHECK COVERAGES X1 X LIAB Fgua __ X X ADD'L FAULT MED PAY mOJOFZ NO• _ — UNDRINS MOTOR 8,pg80R C OF L F FT LSP COMP DEDUCTIBLES ____ AA _..____ ST ACV AMT _ _ $ COMP SPEC �. COF L4.¢RICR.;. MISC _..__... TOTAL PREM FTW COLL _ _ _ $ * $ COLL $ VEH # 9 YEAR MAKE; Intl BODY TYPE: BUS SYMIAGE $ COST NEW 2003 MODEL: V.LN.: 4DRBRABLO3B957065 CITY STATE, WHERE GZARAGED STATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS FARTHEST TERM DRIVE .yVORKISGHOOL TO < 15 MILES 15 MILES + USE _,__ PLEASURE FARM __ COWL RETAIL , SERVICE CHECK COVERAGES _X X LIAB AULT _ _X Xw ADD'L FAULT MED PAY MOTOR NO- _ _�, UNDRINS MOTOR TOWIN & LABOR SPEC F PT FTW _ _ ~ LSP COMP COLL DEDUCTIBLES ACV COMP �._ SPEC G OF L MISC RlCRt, _ _ $ AA ST AMT $ TOTAL PREM $ LOLL; $ VEH 10 # YEAR 1995 MAKE: Int'I NpE BUS SYMIAGE $ COST NEW MODEL: V.LN.; 1HVBBABN8SH599195 CITY, ZIP WHERE GARAGED STATE, STATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS FARTHEST TERM DRRIVE WORKI3GHOOL TO USE PLEASURE FARM COMM'L RETAIL SERVICE CHECK X —X ERAGES LIAB *al-X _ X FAULT FAULT MED PAY MOTOR NO- .___.. UNDRINS MOTOR TOWING �AB R C OF L, _ F FT FTW __ — LSP COMP COLL DEDUCTIBLES DE , ACV ICQMP $ SPEC COF L MISC DRICR: <15 MILES 15 MILES + $ AA ST AMT TOTAL PREM $ $ COLL VEH 11 # YEAR 2001 MAKE: Frelghtlin Rig BUS SYM/AGE $ COST NEW MODEL: VLN.: 4U26CFAA81CF69320 CITY, GARAZIP STATE, GEDE SATE TERR 114 GVWIGCW CLASS 6283 SIC FACTOR SEAT CP RADIUS FARTHEST TERM WORKIS WORK/SCHOOL USE COMM RETAIL SERVICE CHECK COVERAGES X X LIAB FgULT X X ADD'L FAULT MED PAY MOTONS NO- RC _ _ UNDRINS MOTOR T LABOR OF L — F FT FTW `LOLL LSP COMP DEDUCTIBLES ACV $ COMP �C SPEC OF L MISC DRICR: _ $ AA ST AMT TOTAL PREM $ < 15 MILES 15 MILES + PLEASURE FARM $ COLL VEH # YEAR MAKE: Intl BODY TYPE: BUS SYM/AGE COST NEW 12 2001 MODEL: V,LN.: 1HVBBABN11H366418 $ CITY, ZIP GARAG STATE, DE UC STATE TERR 114 GVW/GCW CLASS 6284 SIC FACTOR SEAT CP RADIUS -r FARTHEST I TERM DRIVE yVORK/SCHOOL —_ TO < 15 MILES 15 MILES + USE PLEASURE FARM COMM'L RETAIL SERVICEI CHECK COVERAGES X LIAB I FA LT X X ADD'L FAULT MED PAY MOTOR NO- .� UNDRINS MOTOR TOWING & LABOR C OFL — F FT FTW LSP COMP COLL DEDUCT BLES ACV $ COMP SPEC C OF L MISC RI — _ $ AA ( I ST AMT TOTAL PREM $ $ COLL VEH 13 # YEAR 1998 MAKE; Intl Type BUS SYMIAGE COST NEW $ MODEL: I V.LN.: 1 HVBBABN6WH551183 CITY, ZIP WHERE GARAGED STATE, FL STATE TERR 114 GVWIOCW CLASS 6284 SIC I FACTOR C SEAT CP RADIUS FARTHEST TERM DRIVE WORKISCHOOL TO < 15 MILES 15 MILES + USE PLEASURE FARM — COMM'L RETAIL SERVICE COVERAGES X X LIAB ALT X )7 F FAULT MED PAY MOTOR ,___, MOTORS TOWING &LABOR CPQE L — F FT LSP COMP DEDUCT SLES_��ACV I AA L ST AMT $ COMP �IC�OF L bWCR: _-_._ TOTAL PREM FTW COLL $ $ COLD $ VEH # I YEAR MAKE: Thomas "D BUS SYMIAGE COST NEW 14 12002 MODEL: UN.; 1T88N4B2121112165 $ CITY, STATE, FL ZIP GARWAGED STATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS FARTHEST TERM WO K SCHOOL < 15 MILES 15 MILES + USE _ PLEASURE FARM C COMM'L RETAIL SERVICE CHECK X LIAB X NO .FAULT X X ADM MED PAY UNINS MOTOR I UNDRINS TOWING $ LABOR , SPEC i C OF L I F FT FTW �•� LSP COMP COLL DEDUCT BLEB AA r l._._ , $ ST ACV AMT $ $ COMP (SPEC G OF L COLL MISC DRICR: TOTAL PREM $ ACORD 129 (1/98) ©ACORDCORPORATION1993 OP ID: LJ ACORD,„ VEHICLE SCHEDULE 12/DATE 14/2015 PRODUCER PHONE (aC, No, Ext); 305-444-2324 APPLICANT (Ftret Named Carlos & Susana School Bus Insured) MDW Insurance Group Inc 362 Minorca Ave Coral Gables, FL 33134 Gary Farbish EFFECTIVE DATE 05/31/15 EXPIRATION DATE 05/31/16 D PS AGENCY BILL a SUSAMAPCHOOL BUS SERVICE CORP. AUDIT X FOR COMPANY MIAMI, FL • ..,.. ,,, USE ONLY PH: 305.281.8571 CODE: I SUB CODE: AGENCY CUSTOMER ID CARLO-9 VEHICLE DESCRIPTION VEH # 15 YEAR 2000 MAKE; Thomas T°P BUS SYMIAGE COST NEW $ MODEL: V.I:N.: 1T88N4B28Y1084096 CITY STATE, GZIARHE AGED FL STATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO < 16 16 MILES MILES + USE __ PLEASURE FARM _ COMM'L RETAIL SERVICE CHECK COVERAGES X X LIAB NO" FF�)LT X X ADD'L NO- FAULT MED PAY UNINB MOTOR _ _ _ UNDRINS MOTOR TOWING & LABOR SPEC C OF L F FT FTW LSP COMP COLL DEDUCTIBLES ACV $ $ COMP ISPEC _ C OF L ..._ COLLI MISC DRICR TOTAL PREM $ T»—�� $ AA ST AMT VEH 16 # YEAR 2001 MAKE: Freigtllne NW BUS SYM/AGE COST NEW $ 20,000 MODEL: V.LN,: 4UZ6CJAA81CG83482 CITY GARA`�H WHERE STATE, STATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO < 15 15 MILES MILES + USE PLEASURE FARM COMM'L RETAIL SERVICE CHECK COVERAGES X X LIAB VAULT _ X X ADD'L NO- FAULT MED PAY NOTOR UNDRINS MOTOR TOWING &LABOR SPECAL F FT FTW LSP COMP COLL DEDUCT BLES ACV $ COMP SPEC C OF L MISC DRICR: $ AA I ST AMT TOTAL PREM $ $ COLL VEH # YEAR MAKE: THOMAS j? BUS SYM/AGE COST NEW 17 2004 MODEL: V.I,N,: 4UZAAXAK74CL89312 $ CITY, GARWAGEDE STATE, STATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS FARTHEST TERM W �VK/S < 15 15 HOOL MILES MILES + USE PLEASURE FARM COMM'L RETAIL SERVICE CHECK COVERAGES X X LIAB N FAULT X X ADD'L NO- FAULT MED PAY MO OR UNDRINS MOTOR TOWING &LABOR 9OF L. F FT FTW LSP COMP COLL DEDUCT BLES ACV COMP SPEC C OF L MMISC NOR. $ AA � ST AMT TOTAL PREM $ $ COLL VEH # 1 YEAR MAKE: THOMAS BODY TYPE; BIDS SYMIAGE COST NEW 18 I2001 MODEL: V,I.N.; 4UZAAXBV21CJ18985 $ CITY, ZIP WHERE GARAGED• STATE, STIC ATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP 1 RADIUS FARTHEST TERM DRIVE WO TO K/SCHOOL USE COWL CHECK COVERAGES ADD'L FAULT NO- UNDRINS MOTOR F LSP DEDUCTIBLES ACV COMP ISPEC C OF L MISC DR/CR: < 15 MILES PLEASURE __ _ RETAIL X LIAB " X MED PAY TOWING &LABOR _ FT T __ COMP AA ST AMT $ TOTAL PREM 15 MILES + FARM SERVICE X Faii.;T X N MOTOR C Of L FTW COLL T $ $ COLL $ VEH # YEAR MAKE: THOMAS TYPE BUS SYMIAGE COST NEW 19 2000 MODEL: V.I.N.: 1T88N4B2XY1084097 $ CITY, ZIP WHERE GARAGED STATE, i TATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR (SEAT CP RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO < 15 MILES USE __ 1 � PLEASURE '1 —{COMM'L I I RETAIL — rCHECK COVERAGES LIAB X ADD'L FAULT MED PAY NO- I UNDRINS MOTOR TOWING &LABOR ^_ F FT __ LSP COMP DEDUCTIBLES __.__ AA `�� 1, JACV ST AMT �_J $ COMP L_.1COFL-4CB-_.._._,,.., `SPEC MISC TOTAL PREM 15 MILES + FARM I SERVICE _X Xy1 FU LT X tOT9R C OF L FTW _ COLL $ $ COLL $ VEH # 20 I YEAR MAKE: THOMAS TYPE BUS SYMIAGE COST NEW $ 2002 MODEL: v.LN.: 4UZAAXAKX2CJ34134 CITY, STATE, GARAGED STATE TERR 114 GVWIGCW CLASS 6284 SIC FACTOR SEAT CP RADIUS FARTHEST TERM DRIVE TO WORK/SCHOOL USE T- 1 CHECK COWL. I COVERAGES F X X ADD'L MED PAY LNINS MOTOR NO �.__... W .� 0 ORS r _._ TOWING 1 & LABOR r,_,_.,_ -- SPEC CL j F FT F1W LSP COMP COLL DEDUCT BLES �� AA $ F ST ACV AMT ,_„ JCOMP $ $ _ I C OF L COLL SCR; _._ TOTAL PREM $ < 15 MILES 16 MILES + _.__ _,.___ PLEASURE FARM _.,I RETAIL X I LIAB NO- ; SERVICE) X I Ff�ULT VEH # YEAR MAKE: Intl E°PE _OF BUS SYM/AGE COST NEW 21 2003 MODEL: v,LN.: 4DRBRAAN73A957430 $ GITY, STATE, ZIP WHERE GARAGED STATE TERR GVW/GCW CLASS 6284 SIC - FACTOR SEAT CP RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO < 16 MILES 15 MILES + USE � PLEASURE �I FARM _._ COMM'L RETAIL SERVICE CHECK COVERAGES �_ - LIAB X X ,; ri ADO'L NO- FAULT MED PAY McN1ITOR 1` _ UNDRINS MOTOR TOWING C O�F L _ _ 1 F I FT FTW ^ I LSP COMP COLL DEDUCT BLES ACV $ COMP SPEC MISC C OF L 4R/CR_,__,,,,,,.,, TOTAL PREM — $ AA I__ J ST AMT $ COLLI $ ACORD 129 (1/98) ©A CORDCORPORATION1993 CITY OF MIAMI Number: 568384 Title: Invitation for Bid for Transportation Services Closing Date/Time: 25-JAN-2016 @ 14:00.00 AIR B SCHOOL BUS TRANSPORTATION INC 6241 SW 16 TERR MIAMI, FL 33155 Phone: 305-267-1001 Fax: 305-267-3139 E- mail:info@airbbus.com City of Miami Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 61h Floor Miami, Florida 33130 Web Site Address: http://ciimiami,fl.us/procurement Number: Title: 568384 Invitation for Bid for Transportation Services Issue Date/Time: 28-DEC-2015 Closing Date/Time: 25-JAN-2016 @ 14:00:00 Pre -Bid Conference: None Pre -Bid Date/Time: Pre -Bid Location: Deadline for Request for Clarification: Monday, January 11, 2016 Buyer: Bethel, Pearl Hard Copy Submittal Location: City of Miami City Clerk 3500 Pan American Drive Miami FL 33133 US Buyer E-Mail Address: PBethel@miamigov.com Buyer Facsimile: (305)400-5340 Page 1 of 41 Certification Statement AIR B SCHOOL BUS TRANSPORTATION INC. Please quote on this form, if applicable, net prices for the item(s) listed. Return et§•d retain a copy for your files. Prices should include all costs, including transportation City reserves the right to accept or reject all or any part of this submission. Prices e2tlirm or 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 (1) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.D. 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• Ai . ` ' 6C `tocl 06/„o6 i---)e 4iUi) ADDRESS • f(>. ' 16'7 - eiraet ra PHONE: / _ /00% FAX: °D - 9 EMAIL: 1=>.4l6 '• 000 BEEPE• :. 4/4 SIGNED BY' TITLE: r...,"e!'rre-/ae' DATE (. /,%.1,Adi4 FAILURE, TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS BID, Page 2 of 41 Certifications Legal Name of Firm: 4! r' e-�.uo1 1116 AIRS SCHOOL BUS TRANSPORTATION INC. 6241 S.W. 16 TER MIAMI, FL 33155 PH: 305-267-1001 Entity Type: Partnership, Sole Proprietorship, Corporation, etc. OrpOteat40() • Year Established: Office Location: City of Miami, Miami -Dade County, or Other Business. Address: 2/1 --Ce° c....:.�GO '/1r'a... City, State, and Zip Code: ,(// YYL;, %1 Telephone Number: oPe 2 7— ,OD/ Alternate Telephone Number: c7 - (720 -- -76 7 9 Fax Number: E-mail Address: Fpg, 4 16 6. . Occupational License Number: 975'/ > 17 Occupational License Issuing Agency: Occupational License Expiration Date: pm r ao 404, Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and Page 3 of 41 date of receipt (i.e, Addendum No, 1, 7/1/07). If no addendum/addenda was/were issued, please insert N/A. AIR 8 SCHOOL BUS TRANSfP `TI INC. 6241 S.W. 16 TER MIAMI, FL 33155 PH: 305-267-1001 Page 4of41 Line: 1 Description: Category 1: SCHOOL BUSES Line; 1.1 AIR B SCHOOL BUS TRANSPORTATION INC. 6241 S.W. 16 TER MIAMI, FL 33155 PH: 305-267-1001 Description: 19 to 30 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this 1F13. Category: 96216-00 Unit of Measure; Hour Unit Price: $ . • 1D Line; 1.2 Number of Units: 1 Total: 5 39 eo Description: 31 to 42 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Unit Price: $ 9. 00 Line: 1.3 Number of Units: 1 Total: $ 13° Description: 43 to 54 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category; 96216-00 Unit of Measure; Hour Unit Price; $g° Line; 1.4 Number of Units; 1 Total: $ ' p, Description: 55 to 64 Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category; 96216-00 Unit of Measure: Hour Page 5 of 41 Unit Price: $ i o Line: 1.5 Number of Units: 1 Total: $� AIR B SCHOOL BUS TRANSPORTATION INC, 6241 S.W. 16 TER MIAMI, FL 33155 PH: 305-267-1001 Description: 65 or more Passenger School Bus, Single hourly rate (per bus) to provide School Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96216-00 Unit of Measure: Hour Unit Price: $ 09. 80 Line: 2 Number of Units: 1 Total: $ ' 130 Description: Category 2: PASSENGER VANS AND BUSES Line: 2.1 Description: 10 to 15 Passenger Mini Van, Single hourly rate (per Mini Van) to provide Passenger Van Transportation Services in accordance with the terms and conditions of this IFB. Category: 96217-00 Unit of Measure: Hour Unit Price: $ /1/ Line: 2.2 Number of Units: 1 Total: $ N!//4 Description: 16 to 36 Passenger Mini -Bus, Single hourly rate (per Mini -Bus) to provide Mini -Bus Transportation Services in accordance with the terms and conditions of this IFB. Category: 96217-00 Unit of Measure: Hour Unit Price: $ 09.130 Line: 2.3 Number of Units: 1 Total: $ Page 6 of 41 Description: 37 to 61 Passenger Charter Bus/Deluxe Motor Coach, Single hourly rate (per Charter Bus/Deluxe Motor Coach) to provide Charter Bus/Motor Coach Transportation Services in accordance with the terms and conditions of this IFB. Category: 96217-00 Unit of Measure: Hour Unit Price: $ N/ ~ Number of Units: 1 Total: $ AIR B SCHOOL BUS TRANSPORTATION INC. 6241 S,W. 16 TER MIAMI, FL 33155 PH: 305-267-1001 Page 7 of 41 902868 r. r it a Tax Receipt Mbmtl Daidle C.ou:nt•y, State.. of Fiorida THIS IS NOTA BILL DO NOT PAY 4765393 BUSINESS NAME/LOCATIQN AIR E) .sgihI OL US TRANSPQRTA+TI ® N INC, 6241 0W1A11E RR. WEST 1NIAMI fE, 33.155 OWNER AIR B SCHOOL BUS TRANSPORT INC Employee(s) RECEIPT NO. lENEJWAL 494,5117 AIR B SCHOOL BUS TRANSPORTATION INC. 6241 S.W. 16 TER MIAMI, FL 33155 PH: 305-267-1001 EXPIRES SIE-PT`E `,, IBIER 30, 2016 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. TYPE OF BUSINESS PAYMENT RECEIVED 213 PASSENGER TRANSPORTATION SERV BY TAX COLLECTOR $45.00 07/10/2015 CHECK21-15-086444 This•Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business, Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business, The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Seo 8a-276. For more information, visit www,miemidade,gov/taxoollegtor Health Care Center of Miami 'Your Work Injury Solutions" 2016 January 20, 2016 AIR 0 BUS TRANSPORTATION 6241 SW 16 TERR FL 33155 AIR B SCHOOL BUS TRANSPORTATION INC. 6241 S.W. 16 TER MIAMI, FL 33155 PH: 305-267-1001 Health Care Center of Miami is pleated to assist you in the developrnent and Maintenance of your DOT/FMCSA Drug Free Work Place Program, All of Our related services are in accordance to 49 CFR Federal DOT requirements. We have received your payment for the year 2016 random selection program and I have placed your employees in our computer for quarterly selections. You will also be receiving an announcement for our next supervisor training. We will forward your employee roster to you 4 times this year. You must update and return the roster to us within 2 weeks of the datethat appears on it Failure to do SO will result in your dismissal from the Random Program and a $75 charge to get reinstated. Health Care Center of Miami se complace en ayudarlo en el desarrollo y mantenimiento de sus programas DOT / FMCSA Trabajos Libre de droga& Usted puede ester seguro de que nuestros servicios se ajustan a los requisitos de 49 CFR Federal DOT. Hemos recibide su solicitud para el programa de selecciOn random afio 2016 y hemos calmed° a sus eMpleados en nuestro ordenador pare las selecciones trimestrales. Ustedes tambien recibiran un anunclo pare nuestra proxima capacitaciOn de los supervisores. Adicionalmente, van a recibir una lista de clientes para actualizar 4 veces este &So, deben devolver su lista actualizada dentro do un plazo de 2 semanas a partir de la fecha de su recepcion, de lo contrario, si no recibimos su lista actualizada a tiempo se darn por entendido que han decidido suspender el programa y se cobraran $ 75 pare una futura reincorporacion. Since el Ladra Benitez Drug Testing Department Medley 7911 NW 72ndAve,, #111 Miami, Florida 33166 . Tel (305) 888-6959 Fax (305) 887-8198 Miami Beach 400 Arthur Godfrey Rd (41st St) #510 Miami Beach, Florida 33140 Tel (305) 05-9720 . Fax (305) 695-9722 From: Elvin Llamas Fax: (305) 501-4822 To: 3052673139@rcfax,00n Fax: +13052673139 Page 2 of 3 01/22/2016 10:57 AM AIRBS-1 OP ID: EL "41CCOR eVCERTIFICATE OF LIABILITY INSURANCE �•r�--� DATE(M/20YYY) 01 �22/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVE BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE I REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. 6241 S.W. 16 DER. THIS ROLICIES ORIZED R IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(Ies) must be endorsed. If SUBRW4MbliiSUAND, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on thls certlfpMe gA *209cM11 rights to the certificate holder In lieu of such endorsement(s). PRODUCER MDW Insurance Group Inc 362 Minorca Ave Coral Gables, FL 33134 Gary Farbish CO ACT Jackie Gonzalez PHONE E FAX (A/C, No,Ext):305.444-2324 (A/C No): 305-444-4980 EMAIL onzalezmdwinsurance.com ADDRESS: lg INSURER(S) AFFORDING COVERAGE NAIC INSURER A : New York Marine & General 16608 INSURED AIr B School Bus Transportation, Inc. 6241 SW 16 Terrace Miami, FL 33155 INSURER B : INSURER C : INSURER 0 : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, !NSA TYPE OF INSURANCE JANSD UBR 4WD POLICY NUMBER POLICY EFF (MMIDDIYYYY) PM/DO EXP JMM D/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X GL201500004693 07/30/2015 07/30/2016 EACH OCCURRENCE $ 1,000,000 UAMA�t I U eLN I trr PREMISES (Ea occurrence) 300,000 $ s CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO JECT PER: LOC • GENERAL AGGREGATE $ 2,000,000 PRODUCTS-LOMPlOP AGG $ 2,000,000 $ A AUTOMOBILE X _ LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X X SCHEDULED AUTOS NON -OWNED AUTOS X AU201500005096 07/30/2015 07/30/2016 COMBINED SINGLE LIMIT (Ea accident) $ 3,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Peracddent) $ PROPERTY DAMAGE �Peracdident) $ UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I RETENT ON $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ROP EMBERR PARTNER/ CUTIVE ANYFR PROPRIETOR/PARTNER/EXECUTIVE (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y 1N N /A PER ER" E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E,L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: Bid 568384 Certificate holder Is listed as an additional Insured on Automobile and General Liability coverage only as their Interest may appear when required by written contract. CERTIFICATE HOLDER CANCELLATION City of Miami C/O Procurement Department 444 SW 2nd Avenue, 6 Floor Miami, FL 33130 ACORD 25 (2014/01) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE VNLL BE DELIVERED IN ACCORDANCE V)ATH THE POUCY PROVISIONS. AUTHORIZED REPRESENTATIVE O 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 01-20-'16 15:12 FROM-INTEPASSUEANCE 305-758-4456 T-511 P0002/0009 F-288 ch1-1II1-H(A11 OF LIABILITY INbUHANch 1 01/20/16 PRODUCER InterAssurance 9190 Biscayne Blvd., Suite 001 Miami Shores, FL 33138 Phone (305)768-8322 Fax (305r58-4456_. IN$uRsd Air B School Bus Transportation, !no, 6241 SW 16 Terr Miami, FL 33155 1(205) 261.8571 COVERAGES THIS CERTIFICATE IS ISSUE9 ArA MATTER OF INFORMATION ONLY AND CONFERS NO RIBT OATE HOLDER, THIS CERTIFtCA7l'R�Q • �e� �yy��i®MEND OR INSURERS AFFORDING COVERAIL§n �• • TER 5 PH: 306-26?-RICY1 . e F IN URER E; Bridgef(eld Employers Ins.Co, 4..41?W NAIL THE POLICIES OF INSURANCE UETED HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY 8E ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUOIE$ DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH P+LILIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, . TYPE OF INSURANCE POLICY NUMBER 04TFPoway EPF6CTNB 4TJ:i.(Mb+roPn��:Y-�.._f POLICY � TIOH Mm nmrv) LIMITS ❑ GENERAL LIABILITY ❑ COMMERCIAL GENERAL LIABILITY ❑❑ CLAIMS MADE ❑ OCCUR n EACH OCCURRENCE 6AMAC3ETo REfqtED PIjeMIBES{6 (=1411000) MED EXP (Any one person) PEM RSONAL_& ADV INJURY ❑ GENERALAGGREGATE QEN'LAGQR ATE LIMIT APJ?'(.ILS PER: L I POUOY u PROJECT Li LOC PRODUCTS COMP/OP AGi3 ❑ AUTOMOBILE LIABILITY ❑ ANY AUTO 0 ALL OWNED AUTOS ❑ SCHEDULED AUTOS ❑ WIRED AUTOS A ❑ NON OWNED AUTOS ❑ COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Par person) BODILY INJURY (Per acadent) PROPERTY DAMAGE (Per aooldenl) ■ ❑ GARAGE LIABILITY 0 ANY AUTO AUTO ONLY • EA ACCIDENT OTHER THAN Eg ACO AUTO ONLY: AGO ❑ EXCESS / UMBRELLA LIABILITY alOCCUR 0 CLAIMS MAOE 0 DEDUCTIBLE ❑ RETENTION $ EACH OCCURRENCE AGGREGATE ORKERS COMPENSATION AND EMPLOYERS' LIABILITY YN ANY PROPRIETOR / PARTNER / exeoUTNs OFFICER / MEMBER EXOLUDEO? (Mandatory in NH) II a deecribe under 8-.. .I, IMOVISIONB below 830.51 i60 07/08/2016 07/08/2016 wG Tpy� 2'�CSFiLIM1$ ❑ KH. E,L. EAOH ACCIDENT 1,O0O,0O0 1,000,000 E.L. DISEASE - EA EMPLOYEE E.L. DISEASE -POLICY LIMIT 1,000,000 OTHER , DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED TRANSPORTATION SERVICES, IFS362319 CERTIFICATE HOLDER CITY OF MIAMI C/O PROCUREMENT DEPAPTME 444 SW 2ND AVE, 6TH FLOOR MIAMI, FL 33130 .I BID#§6f384 ADORE) 28 (2009/01) OF CANCELLATION SHOULD ANY OP THE ABOVE DESCRIBED POLICIES Bls CANCELLED BEFORE THE. EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTATIVa Ariel No (D 1988.2009 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACCIRI: From: Lorena Jofre Fax: (306) 601.4022 To: 3062673139t rcfax,con Fax +13062673139 Page 2 of 9 01/20/2016 2;48 PM OP ID: LJ . • PRODUCER I /A/C No Ext): 305.444-2324 MDW Insurance Group Inc 362 Minorca Ave Coral Gables, FL 33134 Gary FarbIsh ACORD„, VEHICLE SCHEDULE A(PPLICANT Named Air B School Bus Insured) AIR B SCHOO BU51/2o/2016 CODE: SUB CODE: AGENCY CUSTOMER ID AIRBS-1 EFFECTIVE DATE 07/30/15 FOR USE ONLY EXPIRATION DATE 07/30/16 DIRECT BILL AGENCY BILL 6241 S.W. 16 TER MIAMI, FL 33155 F Mii , AUDIT VEHICLE DESCRIPTION VEH f 1 YEAR 1991 MAKE: BLUE BIRD BdpE; DY TySCHOOL BUS SYM/AGE COST NEW $ 50,000 MODEL: v.I.N.: 1BABGC7A5MF041127 CITY, STATE, .1 ZIP WHERE 3 1g5 FL GARAGED LIC STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE SO WORK/SCHOOL USE COMM'L CHECK COVERAGES _ X ADD FAULT MED PAY Jv1NOIIM NO- UNDRINS 77MOTOR &TABOR CPOF� * F LSP DEDUCTIBLES ACV ICOMPT ('!T L DR/CR._,_..,___._._ < 15 MILES PLEASURE RETAIL X LIAB FT _ COMP — AA ST AMT $ TOTAL PREM 15 MILES + — FARM SERVICE X FAUI T FTW * COLL $ $ COLL $ VEH 2 # YEAR MAKE: lnt'l ,— 7?IF SCHOOL BUS SYM/AGE $ COST NEW 50,000 1985 MODEL: V,I.N,: 1HVBBABN9SH6995I6 CITY, ZIP WHERE GARAGED STATE, Mlaml 33155 FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE WO TO K/SCHOOL USE COMM'L CH@CK COVERAGES _..._ X ADD'L FAULT MED PAY UNINS m9T4R NO• UNDRINS MOTOR 70W1NG & LABOR SPEC C 0,F1 F LSF' DEDUCTIBLES ACV (COMP SPEC�MISC . C OF LI DR/CR.__,___.___. < 16 MILES PLEASURE RETAIL . X LIAB FT COMP _ AA ST AMT $ _. TOTAL PREM 15 MILES + _ FARM SERVICE X fail T FTW COLL $ $ COL.. $ VEH# 3 YEAR MAKE: Intl pE SCHOOL BUS SYM/AGE $ COST NEW 60,000 1994 MODEL, V.I.N.: 1HVBBACN5RH599020 CITY, GARAGED STATE, Mlaml FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO < 15 MILES 15 MILES + USE PLEASURE FARM COMM'L RETAIL SERVICE CO Cp X X ERAGES ER LIAB 11 T - X ADM FAULT NO- UNDRINS MOTOR TOWING &LABOR C Of t F F7 FTW LSP DEDUCTIBLES ACV I COMP $ SPEC C OF I. MISC $ AA ST AMT TOTAL PREM -TOTAL $ $ COLL, VEH* YEAR MAKE: Intl TBYO'I SCHOOL BUS SYM/AGE COST NEW 4 1993 MODEL; V,I,N,: 1HVBBPENXPH516520 $ 50,000 CITY ZIP WHERE GARAGED STATE, Miami 33155 FL STAB TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS (FARTHEST TERM DRIVE WORK/SCHOOL TO USE COWL CHECK COVERAGES ADD'L FAULT N0- UNDRINS MOTOR F LSP DEDUCTIBLES CV COMP 1 ISPEC L OF L. MISC DR/CR:— _.�. < 15 MILES PLEASURE — RETAIL X LIAB PAY TOWING &LABOR FT u ~ COMP AA ST AMT $ �JC _____ TOTAL PREM 15 MILES + FARM SERVICE X F&I11T _MED X MJITa0 PEC S 1 FTW COLL — $ $ COLL. $ VEH* YEAR MAKE: Intl jyp% SCHOOL BUS SYM/AGE COST NEW 6 1995 MODEL: V,I.N.: 1HVBDAAN7SH667336 $ 60,000 CITY, GARAGEDRE STATE, 33p 'la FL I STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO USE PLEASURE FARM — COMM'L RETAIL SERVICE CHECK COVERAGES X X LIAB Fg,"11 T — X ADD'L FAULT MED PAY OITOR NO- UNDRINS MOTOR TO WING & LABOR c Ec OF L F FT FTW LSP COMP COLL DEDUCT $ AA BLEB S7 ACV AMT $ COMP SPEC C OF L MISC • OR/Cg ,__•._•__•.,, TOTAL PREM $ < < 15 15 MILES MILES + $ COL. VEH 6 * YEAR 1993 MAKE: Intl TYPE SCHOOL BUS SYM/AGE $ COST NEW 50,000 MODEL: V,I.N.: 1HVBBPEN3PH516522' CITYZ GARAGED STAATE, Ig RE FL STAB TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO 15 MILES 15 MILES + USE PLEASURE FARM COMM'L RETAIL SERVICE CHECK COVERAGES X X LIAB FLU1 T _MED X ADM. NO- FAULT PAY 1,1NOVR UNDRINS MOTOR TOWING &LABOR SPEC F LSP DEDUCTIBLES ICOMP SPEC OF 1. MISC DRlC FT COMP AA ST AMT $ _�C TOTAL PREM FTW COLL —ACV $ $ COLL $ VEH 7 YEAR MAKE; Intl ..CI 7)9 SCHOOL BUS SYM/AGE I COST NEW is 50,000 1993 MODEL: V.I.N.: 1HVBBPENIPH516521 CITY STATE,nT FL GARAGED STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM WORK/SCHOOL 1 ~' < 15 MILES 15 MILES + USE PLEASURE FARM — COMM'L RETAIL SERVICE COVERAGES X X LIAB NO- FFSlLT X FAULTNO UNDRINSOR TOWING & LABOR SPEC C OF L F F FT FTW LSP COMP COLL. DEDUCTIBLES { ACV _ $ COMP L�C OF L DR/GR; $ AA j ST AMT TOTAL PREM $ $ COLL ACORD 129 (1/98) Co,CORDCORPORATION1993 From: Lorena Jofre Fax: (305) 501-4822 To; 3052673139@rcfax.con Fax: +13052673139 Page 3 of 9 01/20/2016 2:48 PM OP Its, L J ACQRDTM VEHICLE SCHEDULE PRODUCER PHONE No Ext): 305-444-2324 MDW Insurance Group Inc 362 Minorca Ave Coral Gables, FL 33134 Gary Farbish CODE: SUB CORE: AGENCY CUSTOMER ID AIRBS-1 APPLICANT- �F mod Alr B School Bus Insured) EFFECTIVE DATE 07/30/16 FOR COMPANY USE ONLY EXPIRATION DATE 07/30/16 DIRECT BILL AGENCY BILL DATE AIR B SCHOOL Bus/2012016 TRANSPORTATION INC. 6241 S.W. 16 TER PH: 36 01 AUDIT VEH * YEAR MAKE: Intl TYF'F: BODY SCHOOL BUS SYM/AGE COST NEW 8 1995 MODEL: V,I,N: 1HVBDAAN9SH667340 $ 60,000 CITY STATE, ZIP IM4ERE GARAGED Miami 33155 FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEATCP 65 RADIUS FARTHEST TERM DRIVE TO WORK/SCHOOL USE COMM'L CHECK COVERAGES ADD'L FAULT NO• UNDRINS MOTOR P LSP DEDUCTIBLES k CV W COMP L IC SPEC• OF L MISC DR/CR _,_...._,..... 15 MILES PLEASURE RETAIL X LIAB MED PAY TOWING &LABOR FT COMP �_ AA ST AMT $ TOTAL PREM 15 MILES + FARM SERVICE _ X 'ALT FAULT X VIN SPEC C QFJ FTW — COLL $ $ COLL VEH 9 # YEAR MAKE': Intl BODY TYPE' SCHOOL BUS SYM/AGE $ COST NEW 65,000 1997 MODEL: V,I.N.; 1HVBDABN4VH456159 CITY, GAR P WHERE STATE, Miami FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEATCP 65 RADIUS FARTHEST TERM DRIVE TO USE — COMM'L RETAIL SERVICE COVERAGES X X LIAS EgI.JI J.X FAULT MED PAY C4ToR NG �--.._. —^ MOTORS TOWING LB SS`:PEC OF ___,. F FT FTW _ LSP COMP COLL DEDUCTIBLES ACV $uNINS COMP L._JC OF L D♦ ICR: TOTAL PREM $ $ AA — ST AMT < 15 15 MILES MILES + PLEASURE FARM $ COLL VEH 10 $ YEAR MAKE: Blue Bird Typal SCHOOL BUS SYM/AGE $ COST NEW 50L00 0 1992 MODEL: VI,N,: 1BAAHBSA5NF051726 CITY, WHE GARAGED STATE, RE ERE BIVII—rrl�l 33155 STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO USE COMM'L RETAIL SERVICE CHECK COVERAGES X X LIAB FAULT X ADM. FAULT MED PAY 07lk. NO- _ UNDRINS MOTOR TOWING & LABOR G9FI _ _ �_ F FT FTW _COMP LSP COLL DEDUCTIBLES ACV (COMP $ SPEC G OF L MISC DR/CR: _ $ AA ST AMT TOTAL PREM $ 15 MILES PLEASURE $ COLL 15MILES+ FARM VEH 11 # YEAR MAKE: Intl BODY TYPE; SCHOOL BUS SYM/AGE $ COST NEW 65,000 1999 MODEL: V,I.N,: 1HVBBAAN2XH698765 CITY ZIP 1�vHERE GARAGED STATE, Miami 33155 FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM WORK/SCHOOL USE C COMM'L RETAIL. SERVICE COVERAGES X X LIAS Ai11] _ X L �LLNO MED PAY NoToR — MOTORS TOWING LABOR SPEC F FT FTW LSP COMP COLL DEDUCTIBLES ACV $ COMP L�iPs ,.. R/CR: _.._..... TOTAL PREM $ — AA $ I ST AMT 15 MILES PLEASURE $ DOLL 15MILES + FARM VEH 12 # YEAR MAKE; Intl BODY TYPE; SCHOOL BUS SYM/AGE $ COST NEW 65,000 1997 MODEL: V.I,N.: 1 HVBDABN8VH456309 CITY GAS STATE, ED yg - ST�TE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO USE PLEASURE FARM C COMM'L RETAIL SERVICE CHECK COVERAGES- X X LIAB EAR z X ADD'L FAULT MED PAY IQjNnSR NO- — UNDRINS MOTOR TOWING CPOF L __ — F FT FTW LSP COMP COLL DEDUCTIBLES T.. ___.. $ AA .._-�_ 1 S ST ACV AMT _ $ COMP JSF T C OF MISC DR/CR__„__,,,__,.,,_ TOTAL PREM $ < 15 15 MILES MILES + $ COLL VEH* 13 YEAR 1997 MAKE: InYI BODY SCHOOL BUS SYMIAGE $ COST NEW 65,000 MODEL; V,I.N.: 1HVBBABN2VH454848 CITY STATE, FL GARAGED STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEATCP 65 RADIUS FARTHEST TERM DRIVE TO WORK/SCHOOL USE COMM'L RETAIL SERVICE CHECK COVERAGES X X LIAB FAIL T .._.__ X ADp'L NO- FAULT MED PAY MOUNITi t „__, — UNDRINS MOTOR 8, LABOR jS'.PCEF I _ F FT FTW _ — LSP COMP COLL DEDUCTIBLES ACV $ COMP SPEC C OF I. MISC DR/CR: < 16 MILES 15 MILES + — PLEASURE FARM — AA $ ST AMT _ . _ TOTAL PREM $ $ COLI. VEH * 1 YEAR MAKE; Intl TypE SCHOOL BUS SYM/AGE COST NEW 14 1997 mom.: v.I.N.: 1HVBBABN1VH454956 $ 65,000 CITY STATE, �� GP VVHERE ARAGED STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE WORE SC USE COMM'L COVER COVERAGES ADD'L NO- FAULT UNDRINS '____. MOTOR F LSP DEDUCTIBLES ACV COMP IC OF C E 1. MISC MRICRA < 15 MILES PLEASURE RETAIL X LIAB * MED PAY TOWING & LABOR FT COMP AA ST AMT _ $ TOTAL PREM 15 MILES + FARM SERVICE X EAULT _ X fy1V70R . CPOF j ,_ FTW COLL $ $ COLL. $ ACORD 129 (1198) OACORDCORPORATION1993 From: Lorena Joffe Fax; (306) 501-4822 To: 3052673139ercfax,con Fax; +13052873139 Page 4 of 9 01/20/2016 2:48 PM OP ID: L, PRODUCER rAH,240,Exp: 305-444,2324 MDW Insurance Group Inc 362 Minorca Ave Coral Gables, FL 33134 Gary Farblsh cO 'p.m VEHICLE SCHEDULE APPLICANT (First Named Insured) Air B School Bus CODE: SUB CODE: AGENCY CUSTOMER ID AIRBS-1 EFFECTIVE DATE 07/30/15 FOR COMPANY USE ONLY EXPIRATION DATE 07/30/16 X DATE AIR B SCHOOL Bl aoi2o16 1 RANSPoK rA rioN INC. 6241 S.W. 16 TER MIAMI, FL 33155 DIRECT BILL • E�A4li0®1" T AUDIT AGENCY BILL EHICLE DESCRIPTIO VEH # 15 YEAR MAKE; Thomas BQ6Y SCHOOL. BUS TYPE SYM/AGE COST NEW $ 50,000 1994 MODEL: V.I.N.: 4CDT7AP13R2700639 CITY STATE, Miami ZIP 1+!*1ERE 33155 GARAGED FL STLIC ATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE TO WOBKISCHOOL USE COWL CHECK COVERAGES X ADM FAULT NO- a UNDRINS MOTOR NG & LABOR C ryEJ F FT LSP COMP DEDUCT AA BLES r.___� ACV ST AMT I COMP $ 'PE C ` C L MISO NOR _._. TOTAL PREM —~ < 15 MILES 15 MILES + ) PLEASURE FARM RETAIL SERVICE X X LIAB L,glll i. FTW COLL _4,. $ $ COLL $ VEH 16 # YEAR MAKE: Frelghtlln TMp SCHOOL BUS SYM/AGE $ COST NEW 65,000 1998 MODEL: V,I.N.: 4UZ6CFFC6WC920322 CITY, ©ARWAHGEED STATE, 3I15I FL STATE TERR GVWIGCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE USE C COMM'L RETAIL SERVICE COVERAGES X X LIAR EIl T X FAULT MED PAY 1dCIQR UNDRINS S TOWING & LABOR c OF I F FT FTW — LSP COMP COLL DEDUCT BLES ACV $ COMP JS, _ or ,. ;CR CR ...___. TOTAL PREM < 15 MILES PLEASURE — $ AA L_ ET AMT 15 MILES + ^— FARM $ COLL $ VEH# 17 YEAR MAKE; Intl 1 BODYPE• TY SCHOOL BUS rSYMIAGE $ COST NEW 65,000 1999 MODEL: V•I,N,: 1HVBBABN7XH227757 CITY ZIP CITY, GARAGED STATE, Miami 33155 FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM WORK/SSC TO USE O VE AGES FFAADLTAYNO- MOD1IRS F LSPFT DED BLES {COMP IC OF L MPJC MILES 15ETAIL PLEASURE~ COMM'L & L BOR _ COMP S7 AMT $ TOTAL PREM 15 MILES + FARM SERVICE X viLLT X 111,c1;1% SUZIPEC „_� FTW ^ COLL $ $ LOLL VEH # YEAR MAKE: Intl T 8°DY TYPE;SCHOOL BUS SYM/AGE COST NEW 22 1996 MODEL: V.I.N.: 1HVBBABN8TH383459 $ 65,000 ZIP CITY, GARAGED STATEERE Miami FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS _ T FARTHEST I TERM DRIVE WORK/SCHOOL TO < 15 15 MILES MILES + USE — PLEASURE FARM COWL RETAIL SERVICE CHECK COV X X ERAGES LIAB F II T — X AWL FAULT MED PAY TAR NO- .—.. UNDRINS — F FT FTW LSP COMP COLL DEDUCTIBLES ACV $ COMP SPEC C OF L MISC DR/CR, TOTAL PREM $ .� $ AA .__._. ST AMT $ COIL VEH # YEAR MAKE: Intl Np SCHOOL BUS SYM/AGE COST NEW 19 1997 MODEL: V,I.N.: 1HVBBAALXVH471979 $ 65,000 CITY, ZIP WHERE GARAGED STATE, 331'S5 F L LIC TATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS i FARTHEST TERM WQRKITSCHOOL < 15 15 MILES MILES * USE PLEASURE FARM �COMM'L RETAIL SERVICE CO XAn. ERAGES� LIAR _ X F�AUI'LTNO MED PAY 2tiCO7NSR UNDRINST TOWING & LABOR CS' F I — F FT FTW * LSP COMP COLL DEDUCTIBLES ACV $ COMP )COFLpR/CR:�__...___ TOTAL PREM $ * $ AA — ST AMT $ COLL. VEH # YEAR MAKE: Freightlin BODY SCHOOL BUS SYM/AGE COST NEW 20 1999 MODEL: V,I,N,: 4UZ8CJAAOXCF45O72 $ 65,000 Cry,STATE, GARAGGED mgFLP STATE TERR GVWIGCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE TO USE CHECK ADDNO- FAULT UNDRINS MOTOR F LSP DEDUCTIBLES ACVCOMP C OF L MISC R/CR _�& 15 MILES — PLEASURE RETAIL X LIAB MED PAY TOWING LABOR FT COMP AA ST AMT $ _DSPEC .. •... •„. TOTAL PREM 15 MILES + FARM SERVICE X laI T XAIMS C nil FTW COLL .-.,.- $ $ COLL $ VEH# YEAR MAKE: Intl TTYOpE SCHOOL BUS SYMIAGE COST NEW 21 1995 MODEL: V,I.N,: 1HVBBABN2SH599175 $ 60,000 CITY STATE,nvg FL GAR CITY, STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE TO WORK/SCHOOL USE COMM CHECK COVERAGES ADD% No FAULT UNDRINS MOTOR F LSP DEDUCTIBLES ACV COMP ISPEC MISC OF 1, pRlCR,,, 15 MILES PLEASURE_ W RETAIL X LIAB _MED PAY ^� TOWNG &LABOR FT _� COMP AA ST AMT _IC $ 1 TOTAL PREM 15 MILES + T FARM SERVICE X FAULT X �O�Oi2 SPEC L FTW COLL _ $ { $ COLL' $ ACORD 129 (1/98) OACQRDCQRPORATION1993 From: Lorena Joke Fax: (305) 501.4822 To: 3062673139@rcfax,con Fax: T 13052673139 Page 6 of 9 01/20/2016 2:48 PM QPID: LJ ACORDM VEHICLE SCHEDULE PRODUCER ANC, No, Ext),: 305-444-2324 MDW Insurance Group Inc 362 Minorca Ave Coral Gables, FL 33134 Gary Farblsh APPLICANT (First Namod Insured) Alr B School Bus EFFECTIVE DATE 07/30/15 EXPIRATION DATE 07/30/16 DIRECT BILL AGENCY BILL DATE AIR B SCHOOL Beig°i2016 TRANSPORTATION INC. 6241 S.W. 16 TER ML MI, -EL 3.3.1 5 PH:P3i ' `-"I 001 I AUDIT CODE: AGENCY CUSTOMER ID AIRBS-1 SUB CODE: FOR COMPANY USE ONLY VEHICLE DESCRIP VEH # YEAR MAKE: Int'I j4p% SCHOOL BUS SYM/AGE 1 COST NEW 22 1998 MODEL: v.I.N,: 1HVBBAANOWHS80759 L$ 66,000 ZIP 1M16REE' GARAGED Miami 33155 FL STLIC ATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM _L._. DRIVE TO WORK/SCHOOL USE COMM'L RETAIL SERVICE CHEC CO X X ( ERAGES LIAB FELT _MED X101ZOR ADM_ FAULT PAY NO _ UNDRINS MOTOR TOWING &LABOR SPEC L F FT FTW M LSP COMP COLL DEDUCTIBLES A (CV $ COMP SPEC' L DRJCR: $ AA ST AMT TOTAL PREM $ < 16 MILES PLEASURE $ COLL 15 MILES + FARM VEH # YEAR MAKE: Intl BODY SCHOOL BUS SYM/AGE COST NEW 23 1995 MODEL: V.I.N,: 1HVBBABNOSH599210 $ 60,000' CITY, GARAGED STATE, E Miami FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR MEAT CP 65 RADIUS FARTHEST TERM DRIVE WORK/SCHOM TO USE COWL CHECK COVERAGES ADD'L FAULT NO UNDRINS MOTOR F LSP DEDUCTIBLES ACV , �COMPt_ "PEC � OF L MISC DR/CR: < 15 MILES PLEASURE RETAIL X LIAB MED PAY TOVv1NG & LABOR FT COMP AA ST AMT $ TOTAL PREM 15 MILES + FARM SERVICE X FZ&T X �Q7Qf2 (S'.PS j FTW COLL $ $ COLL $ VEH * YEAR MAKE: Intl jypEY., SCHOOL BUS SYM/AGE COST NEW 24 1995 MODEL: V.I.N.': IHVBBABN3SH599184 $ 60,000 CITY ZIP WHERE GARAGED STATE, Miami FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO USE COMM'L CHECK COVERAGES ADD'L FAULT NO, UNDRINS MOTOR F LSP DEDUCTIBLES ACV COMP SPEFCI.[DR/CR < 1 S MILES PLEASURE R ETAIL X LIAB PAY TOVViNG &LABOR —� FT COMP AA ST AMT $ - TOTAL PREM _.,�_.._. 15 MILES + FARM SERVICE X MI T _MED X MOTOR C QF I FTW COLL _ $ $ COL{ VEH# 25 YEAR MAKE: Intl BODY TYPE: SCHOOL BUS SYM/AGE $ COST NEW 60,000 1995 MODEL: V.I.N.: 1HVBBABNSSH599199 CITY, GARAGED STATE, Miami 155 FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO SUE COMM'L CHECK COVERAGES ^ _ X ADM FAULT MED PAY MED �iQTO$ NO-UNDRINS MOTOR TOWING (C. OF I _ _ _ F LSP DEDUCTIBLES ACV COMP L JC SPEC OF L MISC DR/CR,_,,,,,,,,,,,,,, < 15 MILES PLEASURE �� RETAIL X LIAB FT COMP AA ST AMT $ TOTAL PREM 16 MILES + FARM SERVICE X FAUI T FTW COLL $ $ .:,;;IlL. $ VEH# 26 YEAR MAKE: Intl TMp SCHOOL BUS SYM/AGE $ COST NEW 70,000 2001 MODEL: V.I.N.: 1HVBRAAN61A912698 CITY GARAAGEDE STATE, FL •STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO USE COMMCHECK RETAIL SERVICE COVERAGES X X LIAB FA LT X AMYL FAULT MED PAY NO- UNDRINS MOTOR TOVvING &LABOR SPEC I F FT FTW LSP COMP LOLL DEDUCTIBLES ACV -,_, $ COMP I L �ISPEC JC OF L MISC D R'. ....____ < 15 15 MILES MILES + PLEASURE FARM .—._ _ $ AA ST AMT TOTAL PREM $ $ COLL VEH# 27 YEAR MAKE: Frelghtlln _MOTOR IEY SCHOOL BUS SYM/AGE $ COST NEW 70,000 2001 MODEL: V.I.N:: 4UZ6CJAA31CG83499 Y CIPTWHERE.ATE'Tg GARAGED FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR EAT CP 65 RADIUS FARTHEST i TERM DRIVE WORK/SCHOOL _ TO < 15 MILES 15 MILES + UgE ^ PLEASURE FARM — COMM% RETAIL SERVICE CHECK COVERAGES X X LIAB nil T — X ADD'L NO- FAULT MED PAY �QTOR UNDRINS F FT FTW `COMP LSP COLL DEDUCTIBLES ACV $ I COMP LC SPEC DP L MISC DR/CR: — $ AA — 5T AMT TOTAL PREM $ $ COLL VEH # YEAR MAKE: Frelghtlln ryp SCHOOL BUS SYM/AGE COST NEW 28 2000 MODEL: V.I.N.: 4UZ6CJAA9YCG12317 $ 70,000 CITY STATE, GARAGED FL LIC STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE TO WORK/SCHOOL USE PLEASURE FARM — COWL RETAIL SERVICE CHECK COVERAGES X X LIAB PAL _T X ADD'L NO. FAULT MED PAY MOTOR _ _ UNDRINS MOTOR TOWING & LABOR 4 of L. F FT FTW L LSP COMP COLL DEDUCTIBLES ACV $— COMP �� _,C SPEC OF I,_ MISC DR/CR: < 15 MILES 15 MILES + $ AA 1 ST AMT ___ TOTAL PREM ^, $ $ COLL ACORD 129 (1/98) CACQRDCQ RPQ RAT IO N1993 From: Lorena Jofre Fax: (305) 501•4822 To: 3082673139c rcfax;con Fax: +13062673139 Page 6 of 9 01/20/2016 2:48 PM OP ID: L. PRODUCER ACORD,, VEHICLE SCHEDULE APPLICANT 'JFemed AIr B School Bus Insured) PHONE (AC, No, E)0 305444-2324 MOW Insurance Group Inc 362 Minorca Ave Coral Gables, EL 33134 Gary FarbIsh EFFECTIVE DATE 07/30/15 EXPIRATION DATE 07/30/16 X DIRECT BILL AGENCY BILL ATE AIR B SCHOOL B 0/2016 TRAASPQHTAT1ON INC. 6241 S.W. 16 TER MIAMI, FL 33155 -17MOSalart0q AUDIT CODE: BUS CODE AGENCY CUSTOMER ID AIRBS-1 FOR USE ONLY CRIPTI VEH # 29 YEAR MAKE: American BODY TYPE: SCHOOL BUS SYM/AGE COST NEW $ 70,000 2001 MODEL: V,LN.: 1HVBRAAN21A912987 CITY STATEM amI 21P VaHERE, 33155 GARAGED TLIC ATE GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM •RI E 0 e'K/SCMOOL USE ■ COMM'L RETAIL SERVICE COEERAGE3. n X LIAB F A{1LT_ x FAULTNO ■ MED PAY Ill UNINSR 0(O MOTORS & L BOR SPEC C_OFL = F FT FTW ■ LSP COMP COLL DEDUCT BLES II $ COMP SPEC IC OF I. MISC DRlCR; __•_, TOTAL PREM $ * AA ■ $ ST AMT < 15 MILES ■ PLEASURE $ COLL. 15 MILES + FARM VEH 30 YEAR MAKE: Blue Bird V PE: SCHOOL BUS SYM/AGE COST NEW $ 75,000 2009 MODEL: V.I,N,: 1BAKGCPA38F257131 CITY, GARZIP STATE, 1.145 iI f1L1 AGED 5 TICTE Ilil GVW/GCW CLASS 6284 FACTOR . EAT CP 65 RADIUS FARTHEST TERM *RI TO /SCHOOL < 15 MILES USE ■ PLEASURE.' . COMM'L RETAIL COVERAGES. X X LIAB NO-X FAULT . FAULTNO MED PAY jr1NIOR ■ MOTOIR 5 &OLAgOR PE C> 1 ■ ■ F FT FTW ■ LSP COMP COLL DEDUCTIBLES . CV. COMP G OF L DRJC,.;. . _•_ TOTAL PREM $ all AA ST AMT $ $ $ COLL 15 MILES + FARM SERVICE VEH# 31 YEAR MAKE: APART j•YpE SCHOOL BUS SYM/AGE COST NEW $ 7Q,000 2001 MODEL: - V,I.N.: 1 HVBRAANX 1A912980 CITY, 21P WHERE GARAGED DRIVE OI STATE, 33am K/3GHOOL < 15 MILES 15 MILES � USE ■ PLEASURE.'RETAIL FARM ■ COMM'L SERVICE COVERAGES © X TATE LIAB Fql"LI TERR ■ ■ X FAULT MED PAY UNINS MOTOR NO ■ I� UNDRINS MIA CS'. OF I ®F CLASS 6284 SIC FACTOR <EAT CP 65 RADIUS i FARTHEST TERM LSP DEDUCTIBLES .'.CV III COMP LJCFOF I. Dks,c,_„, FT = COMF' ■ AA ST AMT $ TOTAL PREM FTW COLL $ $ COLL $ VEH 32 t YEAR MAKE: Freightlin < TBYOp SCHOOL BUS SYM/AGE $ COST NEW 50,000 2001 MODEL: V.LN.: 4UZ6CJAA01CG83511 CITY, GARAG77EDD STATE, RE Miami FL 5 STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM WORK/SOHOOL < 15 MILES 15 MILES + USE PLEASURE FARM COMM'L RETAIL SERVICE COVERAGES X X LIAB FA1.LT X PAULTNO MED PAY MVR � UNDRINS &OLABOR P4 1 F L5P DEDUCTIBLES ACV�CDMPI JCOF._DR/CR: FT COMP AA ST AMT $ TOTAL PREM FTW — LOLL $ $ COLD $ VEH# YEAR MAKE: Itirl BODY SCHOOL BUS SYM/AGE COST NEW 33 2003 MODEL: V,I.N.: 4DRBRABL038957065 $ 50,000 CITY, GARAGEED STATE,nTgg R" STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE WO TO K/SCHOOL USE COMM'L CHECK COVERAGES ADM FAULT NO. UNDRINS MOTOR F LSP DEDUCTIBLES ACV COMP SPEC C OF L MISC DRlCR: < 15 MILES _ PLEASURE RETAIL X LIAE MED PAY TO WNO & LABOR FT COMP AAST AMT $ T TOTAL PREM 15 MILES + FARM SERVICE X all T X MNOJOR _,._. EC C Q _ FTW COLL _ $ $ COIL $ VEH i YEAR MAKE: Int I FI SCHOOL BUS SYM/AGE COST NEW 34 2001 MODEL: V,I.N,: 1HVBRAAN11A933961 s 60,000 ITY ?IP VtHERE 3ARAGED STATE,kgm FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE / ORK/SCHOOL TO USE COMM'L CHECK COVERAGES ADM NO- FAULT UNDRINS MOTOR F LSP DEDUCTIBLES ACV ^COMP l 1LPEC l Jr; OF L MIS _PRICK: < 15 MILES PLEASURE RETAIL X LIAE MED PAY TOWING & LABOR FT COMP AA ST AMT $ _ TOTAL PREM 15 MILES + FARM _ _ SERVICE X FAlJI T X MOITOR cPEC or 1 FTW COLL _ _ _ $ $ COLL $ VEH* YEAR MAKE: INT'Lp SCHOOL BUS SYM/AGE GOSTNEW 35 1998 MODEL: V,I,N.: 1HVBBABNXWH551185 $ :ITY, STATE, IP ARAGEDE STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM RIVE TO JORK/SCHOOL USE COMM'L CHEC OVERAGES _ ADD'L N0• FAULT UNDRINS MOTOR F LSP DEDUCTIBLES ACV COMP !SPEC C OF L MISC DR/CR:-_�,__,,_ _-. < 15 MILES _ _ PLEASURE RETAIL X LIAB _MED PAY _ _ TOWING &LABOR _ _ FT COMP AA ST AMT v $ TOTAL PREM 15 MILES + FARM SERVICE X MOLT LT X NS MUNOITOR SPEC C OF L FTW COLL $ $ COLL $ ‘CORD 129 (1/98) OACORDCORPORATION1993 From: Lorena Jofre Fax: (306) 501,4822 To: 3062673139(kcfax,con Fax: +13052873139 Page 7 of 9 01/20/2016 2:48 PM OPID:L.) ACORD,, VEHICLE SCHEDULE TE AIR B SCHOOL1 'DA4Sp16 PRODUCER ANo,Ext): 305-444.2324 MDW Insurance Group Inc 362 Minorca Ave Coral Gables, FL 33134 Gary Farblsh CODE: AGENCY CUSTOMER ID AIRBS-1 SUB CODE: APPLICANT NFamed Air B School Bus Insured) EFFECTIVE DATE 07/30/15 FOR COMPANY USE ONLY EXPIRATION DATE 07/30/16 DIRECT BILL AGENCY BILL r 6241 S.W. 16 TER MIAMI, FL 33155 TT Rt4NiO 7O� AUDIT VEHICLE DESCRIPTION VEH# 36 YEAR MAKE: Int'I BODY TYPE: School BUS SYM/AGE COST NEW $ 45,000 2009 MODEL: V,I.N.: 1BAKGCKA99F259747 CITY STATE, Miami l GARAGED K. STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 64 RADIUS FARTHEST TERM DRIVE TO WgRK/SCHOOL USE COWL CHECK COVERAGES _ X ADD'L NO. UNDRINS MOTOR TOWING & LABOR OF I F LSP DEDUCTIBLES ACV COMP SPEC C OF L� MISC DWCR ____ < 15 MILES 15 MILES + _ PLEASURE FARM RETAIL SERVICE X X LIAB *Ili T FT COMP ��_- AA ST AMT $ _7,,,�,,,._ TOTAL PREM FTW COLL — $ $ COLL $ VEH# 37 YEAR MAKE: Intl Ty°�E Schoo Bus SYM/AGE $ COST NEW 30,000 2001 MODEL: VJ.N.: 1HVBRAAN31A912982 CITY, ZIP WHERE STATE, llarrtill Pl. STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 22 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO USE COMM'L COVERAGES FAULT NO MOTOR F LSP DEDUCTIBLES ACV' (COMP J C OF I. DWCR < 15 MILES PLEASURE RETAIL X LIAB T MED PAY — TOWING &LABOR FT COMP AA ST AMT $ „...,,,_,__ TOTAL PREM 15 MILES + FARM SERVICE X FAG jI T X MOTOR � G SPEC. FTW COLL $ $ COLT. $ VEH# YEAR MAKE; Blue Bird j1F Schoo Bus SYM/AGE COST NEW 38 2003 MODEL: V.I.N„ 1HVBBAAN93H563969 CITY GARA�GEDE STATE, Slim FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE USE _ COMM'L RETAIL SERVICE COVERAGES X X LIAB F,I X FAULT MED PAY IYl9 oB NO _.,,. MOTORS TOWING S LABOR SPEC F FT FTW LSP COMP COLL DEDUCTIBLES ACV $ COMP G G OF L DR/CR: < 15 MILES PLEASURE -'-" $ AA ST AMT TOTAL PREM $ _ r 15 MILES + _,-_ FARM $ COLL VEH# YEAR MAKE: Blue Bird BODY Schoo Bus SYM/AGE COST NEW 39 2003 MODEL; V.I.N.; 1HVBBAAN43H563975 $ CITY, GAR WHERE STATE, Miami FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM ORORK/S WORK/SCHOOL USE COMM'L RETAIL SERVICE COVERAGES X LIAB X FA B L7 X FAULTNO- M PAYTan MOTOR MOTORS & LABOR SPEC _ F FT FTW _ LSP COMP COLL DEDUCTIBLES ACV $ COMP C OF I. MIS CR: $ AA ST AMT TOTAL PREM $ —_ 15 15MILES MILES + PLEASURE FARM $ COLL VEH i YEAR MAKE: ICCO TYPBODYE: SCHOOL BUS SYM/AGE COST NEW 40 2005 MODEL: V.I,N.: 4DRBUAAN25A977988 $ 20,000 CITY, GAIN STATE,Bfrt"STATE Eb IC TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL. TO USE COMM'L COVERAGES FAULTNO MOTORS F LSP DEDUCTIBLES ACV COMP L JCFJF L OR/CR�. < 15 MILES PLEASURE RETAIL X LIAB — MED PAY TOWING _ FT COMP AA ST AMT $ TOTAL TOTAL PREM 15 MILES + — FARM SERVICE X FgULI X MOTUNIOR C OF L .� FTW COLL $ $ COLL $ VEH 41 YEAR MAKE: ICCO TyFE SCHOOL BUS SYM/AGE $ COST NEW 20,000 2005 MODEL: V.LN.: 4DRBUAAN85A978000 CITY STATE, mL GARAGED STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 65 RADIUS FARTHEST TERM DRIVE „WORK/SCHOOL _ TO < 15 MILES 15 MILES + USEHECK PLEASURE-- FARM ^ _ COMMC'L RETAIL SERVICE COVERAGES X X LIAB F9l"11 I X ADDLL NO- FAULT MED PAY 41QR — -__ UNDRINS .MOWING & LABOR r SPEC OF _ F LSP DEDUCTIBLES AC'V JCOMP f bPFC le )F LI ' MISC DR FT COMP AA ST AMT AR PREM FTW COLL — $ $ COLL $ VEH YEAR MAKE: NAVI FE; SCHOOL BUS SYM/AGE COST NEW 42 2009 MODEL: V.LN,: 4DRBUAAN39B671625 $ 20,000 CITY STATE,Tog FL ZIP WHERE GARAGED TATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 66 RADIUS FARTHEST TERM DRIVE TO USE `�COMM'L CREC COVERAGES ADD'L N0- FAULT UNDRINS MOTOR F LSP DEDUCTIBLES ACV �JCOMP _COFLDR/CRI,,.,__., SPEC MISC ,WORK/3CHOOL < 15 MILES PLEASURE RETAIL X LIAB MED PAY T0W1NG &LABOR FT � COMP AA ST AMT $ TOTAL PREM __ 15 MILES + FARM SERVICE X FAULT X MOTOR SPQR L FTW COLL $ $ COLL $ ACORD 129 (1/98) GIACORDCORPORATION1993 From: Lorena Joffe Fax: (306) 501-4822 ACORDTM VEHICLE SCHEDULE PP<ODUCER 1,PHqNA/C, Nol: (, EA): 305.444-2324 MDW Insurance Group Inc 362 Minorca Ave Coral Gables, FL 33134 Gary FarbIsh APPLICANT Nam d Alr B School Bus Insured) To: 3052673139@rcfax.con Fax: +13052073139 Page 8 of 9 01/20/2016 2:48 PM. AIR B SCHOOL BUS OP ID: L TRANSPORTATION NN. /2016 MIAMI, FL 33155 PH: 305-267-1001 PAYMENT PLAN 1 AUDIT CODE: SUB CODE; AGENCY CUSTOMER ID AIRBS-1 VEHICLE DESCRIPTION EFFECTIVE DATE 07/30/15 FOR COMPANY USE ONLY EXPIRATION DATE 07/30/16 X DIRECT BILL AGENCY BILL VEH # 43 YEAR MAKE: Thomas NPq SCHOOL BUS SYM/AGE COST NEW $ 20,000 2012 MODEL', • V,I,N.: 4UZABRDT6CCBL747O CITY STATE, llami GARAGED FL STAB TERR GVW/GCW CLASS 6283 SIC FACTOR SEAT CP 60 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO < 1$ MILES USE T PLEASURE FARM COWL RETAIL SERVICE 'CHEGk COVERAGES X _ X LIAB FAIN'[ _MED X ADD'L NO. FAULT PAY fvi]TQR_ �_ UNDRINS MOTOR TOWING &LABOR SPEC F FT FTW T LSP COMP COLL DEDUCTIBLES _�.. ACV $ COMP SPEC �(; OF L MISC D CR: �. , AA $ ST AMT TOTAL PREM $ 1SMILES + $ COLI. VEH# 44 YEAR 1998 MAKE: Thomas TYPE:BODY SCHOOL BUS SYMIAGE COST NEW 20,000 MODEL: V.I,N,: 1HVBBABNOWH549526 CITY ZIP 1/vHERE GARAGED STATE, Kam' 33155 FL STATE TERR GVW/GCW CLASS 6283 SIC 7 FACTOR SEAT CP 60 RADIUS FARTHEST TERM DRIVE TO USE COMM'L RETAIL SERVICE COVERAGES X X LIAB NO. FAUI T X FAULLTNO MED PAY UNINS — UNDRINS S TOVv1NG & LABOR SPEC C aF I _Ti F FT FTW LSP COMP COLL DEDUCTIBLES ACV $ COMP IC OF L DR1CR: 15 MILES PLEASURE $ AA ST AMT TOTAL PREM . $ 15 MILES + FARM $ COLL VEH# 45 YEAR MAKE: Intl _MOTOR TMpE SCHOOL BUS SYM/AGE COST NEW $ 20,000, 1996 MODEL: V,I,N,: 1HVBBABN1TH383450 CITY ZIP WHERE GARAGED STATE, Miami 33155 FL STATE TERR GVW/GCW CLASS 6283 SIC FACTOR SEAT CP 60 RADIUS FARTHEST TERM DRIVE TO USE COMM'L COVERAGES _ X FAULTN0 MED PAY 0ITS1R * UNDRINS S 1.& 1A80R (S 5I I. T— F LSP DEDUCTIBLES ACV COMP SPEC L P15/CR: FT _ COMP AA j ST AMT $ TOTAL PREM < 15 MILES 15 MILES + PLEASURE FARM ._� RETAIL SERVICE X X LIAB FAULT FTW n.� _ COLL $ $ COLL $ VEH 46 # YEAR MAKE: Intl . am/ SCHOOL BUS SYM/AGE $ COST NEW 30,000 2003 MODEL: V.I.N.: 4DRBRAAN83A957419 CITY, ZIPGARAGED STATEERE, Mlaml FL STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 64 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TQq USE PLEASURE FARM _„r COMM'L RETAIL RETAIL SERVICE CHECK COVERAGES X X LIAB laii, j - X ADD'L FAULT MED PAY MOISOR NS NO. UNDRINS MOTOR TOWING &LABOR c_oFL F FT FTW LSP COMP COLL DEDUCTIBLES ACV $ COMP II I_� �.rE'- aF MISC DR/CR. TOTAL PREM $ $ AA. ST AMT < 15 MILES 15 MILES + $ LOLL VEH 47 # YEAR 1998 MAKE: Thomas _ TYPE SCHOOL BUS SYM/AGE $ COST NEW 20,000 MODEL: V.I.N.: 1HVBDAAN3WH517374 CITY, GARAGED STATE, ' i FL STATE TERR GVW/GCW CLASS 6283 SIC FACTOR SEAT CP 60 RADIUS FARTHEST TERM DRIVE WORK/SCHOOL �, TO <15 MILES 15 MILES + USE — PLEASURES FARM COMM'L RETAIL SERVICE CHECK COVERAGES X X LIAB FAllLI X ADD'L FAULT MED PAY AIR NO- UNDRINS _ — F FT FTW L LSP COMP COLL DEDUCTIBLES ACV _ _ $ $ COMP __ SPEC C OF L_ _ _ _ COLL MISC MICR: ___ $ AA — ST AMT TOTAL PREM $ VEH # YEAR MAKE: Intl BODY SCHOOL BUS SYM/AGE COST NEW 48 2003 MODEL: V.I.N,: 4DRBRAAN13A957441 $ 20,000 CITY STATE, Miami Z*HERE GARAGED ST LICE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 44 RADIUS FARTHEST TERM DRIVE TO WORK/SCHOOL USE X COMM'L CHECK CO RAGES ADD'L NO- FAULT UNDRINS MOTOR F LSP DEDUCTIBLES ACV COMP _ SPEC C OF L MISC DR/CR: < 15 MILES PLEASURE RETAIL X LIAB MED PAY TOWING FT COMP AA ST AMT T, $ TOTAL PREM 15 MILES + — FARM SERVICE X FA -II I X oLOR SPEC FTW COLL — $ $ COLL $ VEH# YEAR MAKE: Intl Type SCHOOL BUS SYM/AGE COST NEW 49 2003 MoDEL: V.I.N.: 4DRBRAANX3A957437 $ 20,000 _ CITY STATE, Mlaml ZIP GARAGED STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEAT CP 44 RADIUS FARTHEST TERM —VC DRIVE TO WORK/SCHOOL USE X COMM'L CHECK COVERAGES ADD'L NO- FAULT UNDRINS MOTOR F LSP DEDUCT BLES CV COMP SPEC OF L DR/CR: < 15 MILES PLEASURE RETAIL X LIAB MED PAY TOWING & LABOR FT COMP �_ AA ST AMT �_C $ TOTAL PREM 15 MILES + FARM SERVICE X AULT X MOTOR C OEF L FTW COLL $ $ COLL $ ACORD 129 (1/98) QACORDCORPORATION1993 From: Lorena Jofre Fax: (306) 601.4022 To; 3062673139c rcfax.con Fax: +13062673139 Page 9 of 9 0AtfilV OL BU$jp ID: L, ACORD, VEHICLE SCHEDULE 6241 S. 16016 , L 33155 PH: 305-267-1001 PRODUCER (A/CNN ,E)(t): 305,444-2324 MDW Insurance Group Inc 362 Minorca Ave Coral Gables, FL 33134 Gary Farbish CODE: SUB CODE AGENCY CUSTOMER ID AIRBS-1 VEHICLE DESCRIPTIO APPLICANT ( NFamed Air B School Bus Insured) EFFECTIVE DATE 07/30/15 FOR COMPANY USE ONLY EXPIRATION DATE 07/30/16 DIRECT BILL AGENCY BILL PAYMENT PLAN VEH i 50 YEAR 2004 MAKE: Intl BODY SCHOOL BUS TYPE; SYM/AGE COST NEW $ 9L065 MODEL: Blue 131rd V.I.N.: 1HVBBAANO3HS90946 CITY STATE, GAR CITY, STATE TERR GVW/GCW CLASS SIC FACTOR SEATCP 65 RADIUS FARTHESTTERM DRIVE TO WORK/SCHOOL USE X COWL RETAIL SERVICE CHEC COVERAGES X X LIAB E6ljLx X ADD'LNO,. FAULT MED PAY UNINS UIIDRINS MOTOR &OLABOR C,40EF) _ F FT FTW LSP COMP COLL DEDUCTIBLES ACV $ COMP SPEC C OF L MIS DiVCR: .15 MILES PLEASURE — $ AA — ST AMT TOTAL PREM $ $ COLL 15 MILES + FARM VEH# 51 YEAR MAKE; Intl . TYPe SCHOOL BUS SYM/AGE COST NEW $ 9,960 2004 MODEL: Blue Bird V.I.N.: 1HVBBAAN93H590945 CITY, GARAGEDE STATE, Miami 55FL cc STATE TERR GVW/GCW CLASS 6284 SIC FACTOR SEATCP 65 RADIUS FARTHEST TERM WORK/SCHOOL < 15 MILES USE PLEASURE X COMM'L RETAIL COVERAGES X LIAB �„ _ X FDDLTNO MED PAY UNINS MUOTOR TOWING &LABOR (19F L� F LSP DEDUCTIBLES 1ACV COMP LJCPOFL DR/CR:_ FT COMP AA ST AMT $ TOTAL PREM 15 MILES + FARM SERVICE X ENAIIL I FTW COLL $ $ COLL $ VEH YEAR MAKES TYPE SYM/AGE $ COST NEW MODEL: V,I.N,: CITY, 21P WHERE GARAGED STATE, STATE TERR GVW/GCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM DRIVE K/TTOCHOOL USE COMM'L COVERAGES K _ --UNM ADOL7NO- MED PAY INS.a * MODTORS TOWING &LABOR C.RF l- _ _ F LSP DEDUCTIBLES ACV COMP C GF L Mr < 16 MILES _� PLEASURE RETAIL LIA/3 FT COMP AA ST AMT $ TOTAL PREM 4 15 MILES + FARM SERVICE FAhILT FTW COLL $ $ COLA. $ VEH d YEAR MAKE: -BBODY TYPE; SYM/AGE $ COST NEW MODEL: V.I.N.; CITY, ZIP WHERE GARAGED STATE, 3TATE TERR GVW/GCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO < 15 MILES 15 MILES + USE — PLEASURE FARM COMM'L RETAIL SERVICE CHECK COVERAGES LIAB NO- FAU) T FAULT FAULT 0- UNDRINS _ — FT FTW LSP COMP COLL DEDUCTIBLES CVCOMPI $ LJCOFLI IISP6C I MISC DR/CR: TOTAL PREM .� $ AA ST AMT $ COLL $ VEH f YEAR MAKE; TYPE SYM/AGE 1 1 $ CAST NEW MODEL: V.I.N.: CITY ZIP WHERE GARAGED STATE, STATE TERR GVW/GCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM DRIVE WORK/SCHOOL TO K/SCHOOL UgE PLEASURE FARM COMM% RETAIL SERVICE CHECK COVERAGES LIAB NO- Fix1! L ADD'L FAULT NO. _ Y UNDRINS MOTOR VVI & LABOR SPEC C OF I F FT FTW LSP COMP COLL DEDUCTIBLES ACV $ COMP SPEC C,OF L. MISC DR/CR:TO TOTAL PREM $ < 15 MILES 15 MILES + ! $ AA * ST AMT $ COLL VEH * YEAR MAKE: ^110TOR BODE TYPE: SYM/AGE $ COST NEW MODEL: V.I.N.: CITY ZIP WHERE GARAGED STATE, STATE TERR GVW/GCW CLASS SIC FACTOR SEATCP RADIUS FARTHEST ., TERM DRIVE RK/SCHOOL TO < 16 MILES 15 MILES + USE UgE PLEASURE FARM C COMM'L RETAIL SERVICE CHECK COVERAGES LAB NO- EN11.1 ADC NO- FAULT MED PAY UNINS M(.R _ UNDRINS MOTOR 70 & LABOR SPEC COE.L. F FT FTW LSP COMP COLL DEDUCTIBLES ACV jSPEC COMP COFLDR/CR: $ MISC TOTAL PREM $ _ $ AA ST AMT $ COLL VEH * YEAR MAKE: BODY TYPE: SYM/AGE COST NEW MODEL: V.I.N.: $ CITY STATE, ZIP V(MERE GARAGED STATE TERR GVW/GCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM DRIVETO WORK/SCHOOL USE _ COWL CHEC^( COVERAGES _ ADD'L NO. FAULT UNDRINS MOTOR F LSP DEDUCTIBLES CV SPEG COMP., 1L OF L grgC DR/CR i < 15 MILES , PLEASURE RETAIL LIAR MED PAY TOWNG &LABOR F7 COMP AA S7 AMT' $ ,_ TOTAL PREM 15 MILES + FARM SERVICE FAU• LT MOTOR G OFF FTW COLL $ $ AL $ ACORD 129 (1/98) CACO R DCO R PO RA T I O N1993 2.20 REFERENCES 1- Transportation service since 2001 MIAMI DADE SCHOOL BOARD TRANSPORTATION 15401 SW 117 AVE MIAMI, FL 33177 CONTACT NAME: SANDRA GARCIA SAGarcia@dadeschools.net Phone: 305-278-5222 2- Transportation Service since 2008 Keys Gate Charter School 2000 SE 28 AVE HOMESTEAD, FL 33035 CONTACT NAME: NAOMI BRADFORD NBRADFORD@KEYSCHARTER.ORG Phone: 305-230-1616 ext 224 3- Transportation service since 2010 BROWARD DISTRICT SCHOOLS 3831NW10AVE OAKLAND PARK, FL 33309 CONTACT NAME: PATRCIAA. SNELL Pat.snell@browardschools.com Phone: 754-321-4402 AIR B SCHOOL BUS TRANSPORTATION INC. 6241 S.W. 16 TER MIAMI, FL 33155 PH: 305-267-1001 1.64. PROMP PAYMENT- (0) % For the percentage discount AIR 8 SCHOOL BUS TRANSPORTATION INC. 6241 S.W. 16 TER MIAMI, FL 33155 PH: 305-267-1001 State of Florida Department of State I certify from the records of this office that AIR B SCHOOL BUS TRANSPORTATION, INC. is a corporation organized under the laws of the State of Florida, filed on January 25, 2001. The document number of this corporation is P01000009590. I further certify that said corporation has paid all fees due this office through December 31, 2016, that its most recent annual report/uniform business report was filed on January 22, 2016, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-second day of January, 2016 le-e". Secretary of State Tracking Number: CC5531169415 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfstatus/CertificateAuthentication