Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents
DocuSign Envelope ID: DDCO2C7E-5D27-400D-B287-BD831589A774 VIIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V City Manager FROM: rilii Perez, CPPO Director/Chief Procurement Officer Department of Procurement RECOMMENDATION: DATE February 15, 2023 SUBJECT: Recommendation for Approval to Award Accessing MDC RTQ No. 01100 Transportation Services ENCLOSURES: Based on the findings below, the Department of Procurement ("Procurement"), on behalf of the Parks and Recreation Department ("Parks"), hereby recommends the accessing of Miami Dade County's ("MDC") RTQ No. 01100, for Transportation Services. The awarded vendor, and contract terms and amount are listed below. Contract Number/Title: Contract Amount: Contract Term: Recommended Vendor: BACKGROUND: MDC Contract RTQ 01100 Transportation Services. On an as needed basis, under the City Manager's delegated authority of $50,000. Sixty (60) months, expires May 31, 2024 Academy Bus LLC, Air B School Bus Transportation Inc., American Coach Inc., Florida Trails Inc. dba Annette Bus Lines, Franmar Corp., JGT Transportation Inc., Key Transportation Services Corp., Phoenix Bus Inc., Safeguard America Inc. dba Americas Transportation, Transportation America Inc, Unique Charters Inc. Parks has a continuous need to provide transportation services to their summer and after school program participants, on an as needed basis. Market research was conducted, and it was determined that the Miami Dade County RTQ No. 01100, Transportation Services, which was competitively solicited under full and open competition, met all the City's criteria for accessing the contract and would be most advantageous to the City. Consequently, approval of this recommendation is requested. Your signature below will indicate approval of this recommendation. Approved: YTY 42A... Arthur Noriega V City Manager Date: February 22, 2023 1 12:52:30 EST cc: Natasha Colebrook -Williams, Assistant City Manager, Chief of Operations Larry Spring, CPA, Assistant City Manager, Chief Financial Officer Chris Evans, Interim Director, Parks and Recreation Department Yadissa A. Calderon, CPPB, NIGP-CPP, Assistant Director, Department of Procurement PR22216 DocuSign Envelope ID: C37D2AEE-0055-4628-A266-A139B3F76054 CITY OF MIAMI'S SUPPLEMENTAL AGREEMENT TO SERVICES CONTRACT BETWEEN MIAMI-DADE COUNTY AND VARIOUS VENDORS The City of Miami (City) is accessing the abovementioned agreement for the provision of transportation services ("Services"). That certain agreement titled "Transportation Services" between Miami -Dade County ("Miami -Dade") and Various Vendors ("Vendor") made and entered effective as of June 1, 2019 is attached hereto and is incorporated by reference herein ("Services Contract"). This supplement to the Services Contract between Miami -Dade and the Vendor includes City legal requirements ("Agreement"). The term of this Agreement is as stated in Section 2.2 of the Services Contract. The effective date of access by the City is a) Vendor Responsibilities: A. Vendor(s) has agreed to furnish the Services as further described in Miami -Dade RTQ- 01100, as indicated in Section 3. Scope of Work and Technical Specifications as attached, except as follows: 1. All references to "Miami -Dade County" or the "County" shall be deleted and replaced with the "City" as applicable throughout the Exhibit. 2. All references to "County Commission" shall be stricken and replaced with the "City Commission" as applicable throughout the Solicitation. B. Vendor shall provide the Services to the City for Transportation Services. C. Vendor's, responsibilities will commence on the effective date of this agreement. b) Contract Section 1.16, titled Subcontracting, is hereby deleted in its entirety and replaced with the following language: Independent Contractor: This Agreement does not create an employee/employer relationship between the parties. It is the express intent of the parties that Vendor(s) is an independent Contractor under this Agreement and not the City's employee for all purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, any benefits under the City Pension Ordinances, and the State unemployment insurance law. Vendor(s) shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Vendors activities and responsibilities hereunder. Vendor(s) agrees that it is a separate and independent enterprise from the City, that it has full opportunity to find other business, that it makes its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. DocuSign Envelope ID: C37D2AEE-0055-4628-A266-A139B3F76054 This Agreement shall not be construed as creating any joint employment relationship, joint venture partnership or other affiliated entity status between Vendor(s) and the City and the City will not be liable for any obligation incurred by Vendor(s), including but not limited to unpaid minimum wages and/or overtime premiums. In this regard, the City is not responsible for any debts, defaults, acts or omissions of Vendor(s) or its officials, agents, servants and employees. c) Contract Section 1.18, titled Assignment, is hereby deleted in its entirety and replaced with the following language: Assignment: Vendor(s) was selected for these services due to their particular and unique experience in the subject matter of this Agreement which Agreement is not freely assignable or transferable. This Agreement shall not be assigned, sold, transferred, or otherwise sold, by Vendor(s), in whole or in part, and Vendor(s) shall not assign any part of its operations, without the prior written consent of the City Manager, which may be denied, withheld or conditioned, in the City's sole discretion through the City Manager. Vendor(s) shall have no recourse from the City Manager's refusal to approve this Assignment, other than to cancel the Agreement in the manner provided by subsection (k) above. d) Contract Section 1.21, titled Indemnification, is hereby deleted in its entirety and replaced with the following language: Indemnification: A. Vendor(s) shall further indemnify, defend (at its own cost), and hold the City, its officers, agents, directors, and employees harmless 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 officers, agents, directors, and employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, Vendor(s) shall, upon written notice from the City, resist and defend (at its own cost) such action or proceeding by counsel satisfactory to the City. Vendor(s) expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Vendor(s) shall in no way limit the responsibility to indemnify, defend and save the City, its officers, agents, directors, and employees harmless as herein provided. B. The indemnification provided above shall obligate Vendor(s) to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by Vendor(s), or persons employed or utilized by Vendor(s). C. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and Page 2 DocuSign Envelope ID: C37D2AEE-0055-4628-A266-A139B3F76054 interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. D. Vendor(s) shall require all sub -contractor agreements to include a provision that each sub -contractor will indemnify the City in substantially the same language as this Section. Vendor(s) 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 Vendor(s) in which the City participated either through review or concurrence of Vendor'(s) actions. In reviewing, approving or rejecting any submissions by Vendor(s) or other acts of Vendor(s), the City, in no way, assumes or shares any responsibility or liability of Vendor(s) or sub- contractors under this Contract. E. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by Vendor(s). e) Contract Section 1.22, titled Insurance Requirements, is hereby deleted in its entirety and replaced with the following language: Insurance: Vendor(s) shall provide and maintain in force at all times during the Agreement with the City, such insurance, including Workers' Compensation and Employer's Liability Insurance, Comprehensive General Liability Insurance, Automobile Liability Insurance and Errors and Omissions Insurance to assure the protection contained in the foregoing indemnification undertaken by Vendor(s). A. Workers' Compensation subject to Statutory limits for the State of Florida with $100,000.00 Employers Liability. Employer's Liability- 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 B. Commercial General Liability Insurance with limits of no less than $1,000,000.00 per occurrence, $2,000,000.00 for policy aggregate, affording coverage for bodily injury, including death, and property damage. The certificate of insurance shall insure exposures arising out of premises and operations, products and completed operations, personal injury and advertising liability, and include coverage for contingent and contractual exposures. This insurance shall be written on a primary and non-contributory wording and shall list the City of Miami as an additional insured. C. Business Auto Liability protecting against bodily injury and property damage arising out of operation, maintenance or use of any auto, including owned, non -owned and hired automobiles exposures, with limits of not less than $ 1,000,000.00 per accident. The City shall appear listed as an additional insured on this coverage. A Certificate of Insurance acceptable to the City shall be provided listing the above Page 3 DocuSign Envelope ID: C37D2AEE-0055-4628-A266-A139B3F76054 coverages and providing thirty (30) days prior written notice to the City in the case of cancellation. The City shall be named as an additional insured on all liabilities, except professional liability and workers' compensation coverage. A copy of the certificate shall be mailed to the City's Risk Management Department at the time Vendor(s) executes this Agreement. f) Contract Section 1.25, titled Termination for Convenience, is hereby deleted in its entirety and replaced with the following language: Cancellation for Convenience: The City, acting by and through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, and without penalty, at any time, by giving written notice to Vendor(s) at least thirty (30) calendar days prior to the effective date of such termination. In such event, the City shall pay to Vendor(s) compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Vendor(s) for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. Vendor(s) shall have no recourse or remedy against the City for a termination under this subsection except for payment of fees due prior to the effective date of termination. g) Contract Section 1.34, titled Audits -Access to Records, is hereby deleted in its entirety and replaced with the following language: Audit and Inspection Rights and Records Retention: A. Vendor(s) agrees to provide access to the City or to any of its duly authorized representatives, to any books, documents, papers, and records of Vendor(s) which are directly pertinent to this Agreement, for the purpose of audit, examination, excerpts, and transcripts. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Vendor(s) under this Agreement, audit and inspect, or cause to be audited and inspected, those books, documents, papers, and records of Vendor(s) which are related to Vendor(s)'s performance under this Agreement. Vendor(s) agrees to maintain all such books, documents, papers, and records at its principal place of business in Miami -Dade County, or its local office in Miami -Dade County or to otherwise make them available in Miami -Dade County for a period of three (3) years after final payment is made under this Agreement and all other pending matters are closed. Vendor(s)'s failure to adhere to, or refusal to comply with, this condition shall result in the immediate cancellation of this Agreement by the City. B. The City may, at reasonable times during the term hereof, inspect Vendor(s)'s facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Vendor(s) under this Agreement conform to the terms hereof. Vendor(s) shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All audits, tests and inspections shall be subject to, and made in accordance with, the provisions of Sections 18-99, 18-100, 18-101, and 18-102 of the Code of the City of Miami, Florida ("City Code"), which Sections apply to this Agreement, as same may be amended or supplemented, from time to time. Page 4 DocuSign Envelope ID: C37D2AEE-0055-4628-A266-A139B3F76054 h) Contract Section 1.48, titled Nondiscrimination, is hereby deleted in its entirety and replaced with the following language: Non -Discrimination. Equal Employment Opportunity, and Americans with Disabilities Act: Vendor(s) shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Vendor(s) shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Vendor(s) shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Vendor(s) affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under the Formal Solicitation. Furthermore, Vendor(s) affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, 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, Vendor(s) shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. i) Contract Section 1.49, titled Public Records and Contracts for Services Performed on Behalf of Miami -Dade County, is hereby deleted in its entirety and replaced with the following language: Public Records: A. Vendor(s) understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Agreements, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Vendor(s)'s failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. B. Vendor(s) shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided Page 5 DocuSign Envelope ID: C37D2AEE-0055-4628-A266-A139B3F76054 by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Agreement if Vendor(s) does not transfer the records to the City; (4) upon completion of the Agreement, transfer, at no cost, to the City all public records in possession of Vendor(s) or keep and maintain public records required by the City to perform the service, if Vendor(s) transfers all public records to the City upon completion of the Agreement, Vendor(s) shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements, if Vendor(s) keeps and maintains public records upon completion of the Agreement, Vendor(s) shall meet all applicable requirements for retaining public records, all records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. Notwithstanding the foregoing, Vendor(s) shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. C. Should Vendor(s) determine to dispute any public access provision required by Florida Statutes, then Vendor(s) shall do so at its own expense and at no cost to the City. IF VENDOR(S) HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. VENDOR MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. The following clauses are added to this contract: j) Notices: TO THE CITY: Arthur Noriega V. City Manager 3500 Pan American Drive Miami, Florida 33133 Victoria Mendez City Attorney City of Miami 444 S.W. 2nd Avenue, 9th Floor Miami, Florida 33130 Annie Perez, CPPO Procurement Director City of Miami 444 S.W. 2nd Avenue, 6th Floor Page 6 DocuSign Envelope ID: C37D2AEE-0055-4628-A266-A139B3F76054 Miami, Florida 33130 TO VENDOR: Air B School Bus 6241 SW 16th Terrace Miami, FL 33155 k) APRlicable Law, Venue and Attorney's Fees: This Agreement with the City shall be governed by and construed under the laws of the State of Florida regardless of choice or conflict of laws principles. Venue in any proceedings between Vendor(s) and the City of Miami shall be in a court of competent jurisdiction located in Miami -Dade County, Florida. Each party shall bear their own respective attorneys' fees. I) Laws and Ordinances Vendor(s) shall be responsible to follow and observe all applicable laws, rules, regulations and ordinances of the City, County, State, Federal governments or other public agencies having jurisdiction over the subject matter of this Agreement relating to the activities, undertakings and operations being conducted pursuant to this Agreement. m) Mediation: These parties may, at their discretion, agree in writing to resolve any dispute between them arising under this Agreement by submitting such dispute to non —binding mediation by a certified mediator in Miami -Dade County, Florida. The parties shall split the cost of the mediator. The decision of the mediator shall not be binding. n) Contingency Clause: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds, failure to allocate or appropriate funds, and/or change in applicable laws, City programs or policies, or regulations, upon thirty (30) days written notice. o) Force Majeure: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, Page 7 DocuSign Envelope ID: C37D2AEE-0055-4628-A266-A139B3F76054 additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. p) City Not Liable for Delays: Vendor(s) hereby understands and agrees that in no event shall the City be liable for, or responsible to Vendor(s) or any subcontractor, or to any other person, firm, or entity for or on account of, any stoppages or delay(s) in work herein provided for, or any damages whatsoever related thereto, because of any injunction or other legal or equitable proceedings or on account of any delay(s) for any cause over which the City has no control. q) Use of Name: Vendor(s) understands and agrees that the City is not engaged in research for advertising, sales promotion, or other publicity purposes. Vendor(s) is allowed, within the limited scope of normal and customary marketing and promotion of its work, to use the general results of this project and the name of the City. Vendor(s) agrees to protect any confidential information provided by the City and will not release information of a specific nature without prior written consent of the City Manager or the City Commission. r) No Conflict of Interest: Pursuant to City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, Vendor(s) hereby certifies to the City that no individual member of Vendor(s), no employee, and no subcontractors under this Agreement or any immediate family member of any of the same is also a member of any board, commission, or agency of the City. Vendor(s) hereby represents and warrants to the City that throughout the term of this Agreement, Vendor(s), its employees, and its subcontractors will abide by this prohibition of the City Code. s) No Third -Party Beneficiary: No persons other than Vendor(s) and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. t) Survival: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. u) Truth -in -Negotiation Certifications Representation and Warranty: Vendor(s) hereby certifies, represents and warrants to the City that on the date of Vendor(s)'s execution of this Agreement, and so long as this Agreement shall remain in full force and effect, the wage rates and other factual unit costs supporting the compensation to Vendor(s) under this Agreement are and will continue to be accurate, Page 8 DocuSign Envelope ID: C37D2AEE-0055-4628-A266-A139B3F76054 complete, and current. Vendor(s) understands, agrees and acknowledges that the City shall adjust the amount of the compensation and any additions thereto to exclude any significant sums by which the City determines the contract price of compensation hereunder was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year of the end of this Agreement, whether naturally expiring or earlier terminated pursuant to the provisions hereof. v) Counterpartsi Electronic Signatures: This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. Page 9 DocuSign Envelope ID: C37D2AEE-0055-4628-A266-A139B3F76054 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. ATTEST: Print N/me: cp Title: I"` CC ou ""'`‘ �^ 1 (Corporate Seal) ATTEST: aigneo oy: DocuSigned by: "Vendor Name" B c Print Name: Title: (Authorized Corporate Officer) "City" CITY OF MIAMI, a municipal corporation ,--oonuSignedby By: gvflutr Nbri',<y, Todd B. Hannon, City CI = Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: REQUIREMENTS: focuSigned //�� o ff:: ,,,.AE0EE0451 Victoria Mendez (Matter City Attorney DS FPV ,--OJocuSignetl by: WV� e u uLitt Ann`-l�rf�erie"'char e 22-2386) P Risk Management Director DocuSign Envelope ID: C37D2AEE-0055-4628-A266-A139B3F76054 COMPANY RESOLUTION (This Resolution needs to authorize the signatory to sign) WHEREAS, 4f �C/ �4!1&J AEA//L��� 04 a (company type: Inc., LLC.), desires to enter into an Agreement with the City of Miami for the purpose of performing the work described in the contract to which this resolution is attached; and AlY WHEREAS, the 7 K.P /4r-Yi (board type; Board of Directors for Inc, Board of Managers for LLC.) at a duly held company meeting has considered the matter in accordance with the bylaws of the company; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD of—D((same as identified above) that this company is authorized to enter into the Agreement with the City, and the MS( c (company officer title)and the GJ/d� (company officer title) are hereby authorized and directed to execute the Agreement in the name of this Company and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. IN WITNESS WHEREOF, this day of Avvi , 202 4k l/% G.CV` 0 A'411 ("Vendor") An �Cr/ (State) Company By: (sign) Print Name: TITLE: Page 11 DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 CITY OF MIAMI'S SUPPLEMENTAL AGREEMENT TO SERVICES CONTRACT BETWEEN MIAMI-DADE COUNTY AND VARIOUS VENDORS The City of Miami (City) is accessing the abovementioned agreement for the provision of transportation services ("Services"). That certain agreement titled "Transportation Services" between Miami -Dade County ("Miami -Dade") and Various Vendors ("Vendor") made and entered effective as of June 1, 2019 is attached hereto and is incorporated by reference herein ("Services Contract"). This supplement to the Services Contract between Miami -Dade and the Vendor includes City legal requirements ("Agreement"). The term of this Agreement is as stated in Section 2.2 of the Services Contract. The effective date of access by the City is a) Vendor Responsibilities: A. Vendor(s) has agreed to furnish the Services as further described in Miami -Dade RTQ- 01100, as indicated in Section 3. Scope of Work and Technical Specifications as attached, except as follows: 1. All references to "Miami -Dade County" or the "County" shall be deleted and replaced with the "City" as applicable throughout the Exhibit. 2. All references to "County Commission" shall be stricken and replaced with the "City Commission" as applicable throughout the Solicitation. B. Vendor shall provide the Services to the City for Transportation Services. C. Vendor's, responsibilities will commence on the effective date of this agreement. b) Contract Section 1.16, titled Subcontracting, is hereby deleted in its entirety and replaced with the following language: Independent Contractor: This Agreement does not create an employee/employer relationship between the parties. It is the express intent of the parties that Vendor(s) is an independent Contractor under this Agreement and not the City's employee for all purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, any benefits under the City Pension Ordinances, and the State unemployment insurance law. Vendor(s) shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Vendors activities and responsibilities hereunder. Vendor(s) agrees that it is a separate and independent enterprise from the City, that it has full opportunity to find other business, that it makes its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 This Agreement shall not be construed as creating any joint employment relationship, joint venture partnership or other affiliated entity status between Vendor(s) and the City and the City will not be liable for any obligation incurred by Vendor(s), including but not limited to unpaid minimum wages and/or overtime premiums. In this regard, the City is not responsible for any debts, defaults, acts or omissions of Vendor(s) or its officials, agents, servants and employees. c) Contract Section 1.18, titled Assignment, is hereby deleted in its entirety and replaced with the following language: Assignment: Vendor(s) was selected for these services due to their particular and unique experience in the subject matter of this Agreement which Agreement is not freely assignable or transferable. This Agreement shall not be assigned, sold, transferred, or otherwise sold, by Vendor(s), in whole or in part, and Vendor(s) shall not assign any part of its operations, without the prior written consent of the City Manager, which may be denied, withheld or conditioned, in the City's sole discretion through the City Manager. Vendor(s) shall have no recourse from the City Manager's refusal to approve this Assignment, other than to cancel the Agreement in the manner provided by subsection (k) above. d) Contract Section 1.21, titled Indemnification, is hereby deleted in its entirety and replaced with the following language: Indemnification: A. Vendor(s) shall further indemnify, defend (at its own cost), and hold the City, its officers, agents, directors, and employees harmless 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 officers, agents, directors, and employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, Vendor(s) shall, upon written notice from the City, resist and defend (at its own cost) such action or proceeding by counsel satisfactory to the City. Vendor(s) expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Vendor(s) shall in no way limit the responsibility to indemnify, defend and save the City, its officers, agents, directors, and employees harmless as herein provided. B. The indemnification provided above shall obligate Vendor(s) to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by Vendor(s), or persons employed or utilized by Vendor(s). C. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and Page 2 DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. D. Vendor(s) shall require all sub -contractor agreements to include a provision that each sub -contractor will indemnify the City in substantially the same language as this Section. Vendor(s) 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 Vendor(s) in which the City participated either through review or concurrence of Vendor'(s) actions. In reviewing, approving or rejecting any submissions by Vendor(s) or other acts of Vendor(s), the City, in no way, assumes or shares any responsibility or liability of Vendor(s) or sub- contractors under this Contract. E. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by Vendor(s). e) Contract Section 1.22, titled Insurance Requirements, is hereby deleted in its entirety and replaced with the following language: Insurance: Vendor(s) shall provide and maintain in force at all times during the Agreement with the City, such insurance, including Workers' Compensation and Employer's Liability Insurance, Comprehensive General Liability Insurance, Automobile Liability Insurance and Errors and Omissions Insurance to assure the protection contained in the foregoing indemnification undertaken by Vendor(s). A. Workers' Compensation subject to Statutory limits for the State of Florida with $100,000.00 Employers Liability. Employer's Liability- 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 B. Commercial General Liability Insurance with limits of no less than $1,000,000.00 per occurrence, $2,000,000.00 for policy aggregate, affording coverage for bodily injury, including death, and property damage. The certificate of insurance shall insure exposures arising out of premises and operations, products and completed operations, personal injury and advertising liability, and include coverage for contingent and contractual exposures. This insurance shall be written on a primary and non-contributory wording and shall list the City of Miami as an additional insured. C. Business Auto Liability protecting against bodily injury and property damage arising out of operation, maintenance or use of any auto, including owned, non -owned and hired automobiles exposures, with limits of not less than $ 1,000,000.00 per accident. The City shall appear listed as an additional insured on this coverage. A Certificate of Insurance acceptable to the City shall be provided listing the above Page 3 DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 coverages and providing thirty (30) days prior written notice to the City in the case of cancellation. The City shall be named as an additional insured on all liabilities, except professional liability and workers' compensation coverage. A copy of the certificate shall be mailed to the City's Risk Management Department at the time Vendor(s) executes this Agreement. f) Contract Section 1.25, titled Termination for Convenience, is hereby deleted in its entirety and replaced with the following language: Cancellation for Convenience: The City, acting by and through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, and without penalty, at any time, by giving written notice to Vendor(s) at least thirty (30) calendar days prior to the effective date of such termination. In such event, the City shall pay to Vendor(s) compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Vendor(s) for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. Vendor(s) shall have no recourse or remedy against the City for a termination under this subsection except for payment of fees due prior to the effective date of termination. g) Contract Section 1.34, titled Audits -Access to Records, is hereby deleted in its entirety and replaced with the following language: Audit and Inspection Rights and Records Retention: A. Vendor(s) agrees to provide access to the City or to any of its duly authorized representatives, to any books, documents, papers, and records of Vendor(s) which are directly pertinent to this Agreement, for the purpose of audit, examination, excerpts, and transcripts. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Vendor(s) under this Agreement, audit and inspect, or cause to be audited and inspected, those books, documents, papers, and records of Vendor(s) which are related to Vendor(s)'s performance under this Agreement. Vendor(s) agrees to maintain all such books, documents, papers, and records at its principal place of business in Miami -Dade County, or its local office in Miami -Dade County or to otherwise make them available in Miami -Dade County for a period of three (3) years after final payment is made under this Agreement and all other pending matters are closed. Vendor(s)'s failure to adhere to, or refusal to comply with, this condition shall result in the immediate cancellation of this Agreement by the City. B. The City may, at reasonable times during the term hereof, inspect Vendor(s)'s facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Vendor(s) under this Agreement conform to the terms hereof. Vendor(s) shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All audits, tests and inspections shall be subject to, and made in accordance with, the provisions of Sections 18-99, 18-100, 18-101, and 18-102 of the Code of the City of Miami, Florida ("City Code"), which Sections apply to this Agreement, as same may be amended or supplemented, from time to time. Page 4 DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 h) Contract Section 1.48, titled Nondiscrimination, is hereby deleted in its entirety and replaced with the following language: Non -Discrimination. Equal Employment Opportunity, and Americans with Disabilities Act: Vendor(s) shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Vendor(s) shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Vendor(s) shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Vendor(s) affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under the Formal Solicitation. Furthermore, Vendor(s) affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, 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, Vendor(s) shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. i) Contract Section 1.49, titled Public Records and Contracts for Services Performed on Behalf of Miami -Dade County, is hereby deleted in its entirety and replaced with the following language: Public Records: A. Vendor(s) understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Agreements, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Vendor(s)'s failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. B. Vendor(s) shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided Page 5 DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Agreement if Vendor(s) does not transfer the records to the City; (4) upon completion of the Agreement, transfer, at no cost, to the City all public records in possession of Vendor(s) or keep and maintain public records required by the City to perform the service, if Vendor(s) transfers all public records to the City upon completion of the Agreement, Vendor(s) shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements, if Vendor(s) keeps and maintains public records upon completion of the Agreement, Vendor(s) shall meet all applicable requirements for retaining public records, all records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. Notwithstanding the foregoing, Vendor(s) shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. C. Should Vendor(s) determine to dispute any public access provision required by Florida Statutes, then Vendor(s) shall do so at its own expense and at no cost to the City. IF VENDOR(S) HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. VENDOR MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. The following clauses are added to this contract: j) Notices: TO THE CITY: Arthur Noriega V. City Manager 3500 Pan American Drive Miami, Florida 33133 Victoria Mendez City Attorney City of Miami 444 S.W. 2nd Avenue, 9th Floor Miami, Florida 33130 Annie Perez, CPPO Procurement Director City of Miami 444 S.W. 2nd Avenue, 6th Floor Page 6 DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 Miami, Florida 33130 TO VENDOR: PO Box 970783 Miami, FL 33157 k) APRlicable Law, Venue and Attorney's Fees: This Agreement with the City shall be governed by and construed under the laws of the State of Florida regardless of choice or conflict of laws principles. Venue in any proceedings between Vendor(s) and the City of Miami shall be in a court of competent jurisdiction located in Miami -Dade County, Florida. Each party shall bear their own respective attorneys' fees. I) Laws and Ordinances Vendor(s) shall be responsible to follow and observe all applicable laws, rules, regulations and ordinances of the City, County, State, Federal governments or other public agencies having jurisdiction over the subject matter of this Agreement relating to the activities, undertakings and operations being conducted pursuant to this Agreement. m) Mediation: These parties may, at their discretion, agree in writing to resolve any dispute between them arising under this Agreement by submitting such dispute to non —binding mediation by a certified mediator in Miami -Dade County, Florida. The parties shall split the cost of the mediator. The decision of the mediator shall not be binding. n) Contingency Clause: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds, failure to allocate or appropriate funds, and/or change in applicable laws, City programs or policies, or regulations, upon thirty (30) days written notice. o) Force Majeure: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, Page 7 DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. p) City Not Liable for Delays: Vendor(s) hereby understands and agrees that in no event shall the City be liable for, or responsible to Vendor(s) or any subcontractor, or to any other person, firm, or entity for or on account of, any stoppages or delay(s) in work herein provided for, or any damages whatsoever related thereto, because of any injunction or other legal or equitable proceedings or on account of any delay(s) for any cause over which the City has no control. q) Use of Name: Vendor(s) understands and agrees that the City is not engaged in research for advertising, sales promotion, or other publicity purposes. Vendor(s) is allowed, within the limited scope of normal and customary marketing and promotion of its work, to use the general results of this project and the name of the City. Vendor(s) agrees to protect any confidential information provided by the City and will not release information of a specific nature without prior written consent of the City Manager or the City Commission. r) No Conflict of Interest: Pursuant to City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, Vendor(s) hereby certifies to the City that no individual member of Vendor(s), no employee, and no subcontractors under this Agreement or any immediate family member of any of the same is also a member of any board, commission, or agency of the City. Vendor(s) hereby represents and warrants to the City that throughout the term of this Agreement, Vendor(s), its employees, and its subcontractors will abide by this prohibition of the City Code. s) No Third -Party Beneficiary: No persons other than Vendor(s) and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. t) Survival: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. u) Truth -in -Negotiation Certifications Representation and Warranty: Vendor(s) hereby certifies, represents and warrants to the City that on the date of Vendor(s)'s execution of this Agreement, and so long as this Agreement shall remain in full force and effect, the wage rates and other factual unit costs supporting the compensation to Vendor(s) under this Agreement are and will continue to be accurate, Page 8 DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 complete, and current. Vendor(s) understands, agrees and acknowledges that the City shall adjust the amount of the compensation and any additions thereto to exclude any significant sums by which the City determines the contract price of compensation hereunder was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year of the end of this Agreement, whether naturally expiring or earlier terminated pursuant to the provisions hereof. v) Counterpartsi Electronic Signatures: This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. Page 9 DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. ATTEST: rint Name: T Cct 1vc "Vendor Name" By: Print Name: itle: (1;11hrr IZed t<«5e1Dtu Title: rnr .Plact— Li Corporate Seal) (Authorized Corporate Officer) ATTEST .oq DocuSigned by: "City" CITY OF MIAMI, a municipal corporation By: antuu^ hbru�a Todd B. Hannon, City Cleric Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: DS rPr APPROVED AS TO INSURANCE REQUIREMENTS: r-r:anith " Victoria` lendez (Matter 23-924) Ann -Mane Sharpe City Attorney Risk Management Director DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 COMPANYRESOLUTION (This Resolution needs to authorize the signatory to sign) WHEREAS, l ,1'(rn a Un (company type: Inc., LLC.), desires to enter into an Agreement with the City of Miami for the purpose of performing the work described in the contract to which this resolution is attached; and ��` WHEREAS, the ee 11 fllitan "= (board type; Board of Directors for Inc, Board of Managers for LLC.) at a duly held company meeting has considered the matter in accordance with the bylaws of the company; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD ofArirnyti- Z48 same as identified above) that this company is authorized to enter into the Agreement with the City, and the G � r�� Me1► pany officer title)and the ran 1-lctri lt�.L, C1 ompany officer title) are hereby authorized and directed to execute the Agreement in the name of this Company and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. II ("Vendor") An frf io Ncride tate) Company By: _' mot" `_ (sign) Print Name: (( 3 C��-h IN WITNESS WHEREOF, this I 1 day of ALMA , 202 s nr C � TITLE: (sign) Print Name: TITLE: Page 11 DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 DIVISION OF CORPORATIONS DIYI I0f Jf an official ial Irate of JIMA weinae Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation FRANMAR CORPORATION Filing Information Document Number 523936 FEI/EIN Number 59-1716761 Date Filed 01/17/1977 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 01/20/2012 Event Effective Date NONE Principal Address 19301 S.W. 108TH AVE. MIAMI, FL 33157 Changed: 07/12/2010 Mailing Address 70 Post Office Park Suite 7003 Wilbraham, MA01095 Changed: 03/28/2023 Registered Agent Name & Address CT Corporation System 1200 South Pine Island Road Plantation, FL 33324 Name Changed: 03/28/2023 Address Changed: 03/28/2023 Officer/Director Detail DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 Name & Address Title Director, President Crawford, Judith 70 Post Office Park Suite 7003 Wilbraham, MA01095 Title Director, CFO, Treasurer, Secretary Van Dyk, Cornelius 70 Post Office Park Suite 7003 Wilbraham, MA01095 Title Director, Chief Commercial Officer Duke, David A. 70 Post Office Park Suite 7003 Wilbraham, MA01095 Title Director, COO Richters, Westley 70 Post Office Park Suite 7003 Wilbraham, MA01095 Title Vice President of Commercial Development Grygiel, Justin 70 Post Office Park Suite 7003 Wilbraham, MA01095 Title Vice President of Commercial Development Rakestraw, Justin 70 Post Office Park Suite 7003 Wilbraham, MA01095 Annual Reports Report Year Filed Date 2022 01/22/2022 2023 01 /31 /2023 2023 03/28/2023 Document Images DocuSign Envelope ID: 9010624B-OFD2-4676-A08A-408D2C941716 03/28/2023 -- AMENDED ANNUAL REPORT 01/31/2023 --ANNUAL REPORT 01/22/2022 -- ANNUAL REPORT 01/20/2021 -- ANNUAL REPORT 01/23/2020 -- ANNUAL REPORT 02/07/2019 -- ANNUAL REPORT 01/12/2018 -- ANNUAL REPORT 03/01/2017 -- Reg. Agent Change 01/16/2017 -- ANNUAL REPORT 01/04/2016 -- ANNUAL REPORT 04/16/2015 -- ANNUAL REPORT 01/13/2014 -- ANNUAL REPORT 01/22/2013 -- ANNUAL REPORT 03/28/2012 -- ANNUAL REPORT 01/20/2012 -- Amendment 01/28/2011 --ANNUAL REPORT 07/12/2010 -- ADDRESS CHANGE 01/25/2010 -- ANNUAL REPORT 03/13/2009 -- ANNUAL REPORT 02/04/2008 -- ANNUAL REPORT 04/16/2007 -- ANNUAL REPORT 01/23/2006 -- ANNUAL REPORT 02/12/2005 -- ANNUAL REPORT 03/12/2004 -- ANNUAL REPORT 06/27/2003 -- ANNUAL REPORT 01/21/2003 --ANNUAL REPORT 10/16/2002 -- ANNUAL REPORT 01/22/2002 -- ANNUAL REPORT 08/27/2001 -- ANNUAL REPORT 01/11/2001 --ANNUAL REPORT 04/23/2000 -- ANNUAL REPORT 02/22/1999 -- ANNUAL REPORT 02/25/1998 -- ANNUAL REPORT 04/29/1997 -- ANNUAL REPORT 04/02/1996 -- ANNUAL REPORT 02/20/1995 -- ANNUAL REPORT 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 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 Florida Department of State, Division of Corporations ACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECK LIST CONTRACT NO.: RTQ-01100 PROCUREMENT CONTRACTING OFFICER: Victoria Giraldo DATE SUBMITTED: 12/13/22 TITLE: MDC- Transportation Services Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be reviewed and approved by the Department Director with signature below. Procurement Documents — to be included in Approval Package Fl Award Summary Form for Director or City Manager (if applicable) n A• genda Item Summary Form (for Commission Approval — if applicable) n R• esolution (for Commission Approval — if applicable) Fl Copy of this checklist signed by the Director Co-op/Governmental Agency Documents — to be included in Approval Package Fl Copy of Tally/Evaluation Results (score sheets, ranking or summary) Fl Copy of Contract's Advertisement & Distribution information Fl Copy of Contract/Solicitation Being Accessed Fl Copy of Award Sheet/Approval Documents Fl Copy of Proposal/Bid NOTES: C� APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. ❑ NOT APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. Annie Perez, CPPO Director, Department of Procurement 4/13/22 Miami -Dade County RTQ-01100 Solicitation Tabulation Packet for Solicitation RTQ-01100 Transportation Services Solicitation Designation: Public MIAMI-DADE11 COUNTY + OU Tl Miami -Dade County 1 /23/2019 BidSync p. 1 Miami -Dade County RTQ-01100 Solicitation #RTQ-01100 - Transportation Services Creation Date Oct 10, 2018 Start Date Dec 13, 2018 12:57:19 PM EST End Date Dec 28, 2018 6:00:00 PM EST Awarded Date Not Yet Awarded RTQ-01100--01-01 Transportation Services Supplier Unit Price Qty/Unit Total Price Attch. Docs Elite Transport First Offer - 1 / each Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Unique Charters Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: PHOENIX BUS INC First Offer - 1 / each Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Academy Bus [Ad] First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Key Transportation Service Corp [Ad] First Offer - 1 / each Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Transportation America Inc [Ad] First Offer - 1 / each Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: AMERICAN COACH INC First Offer - 1 / each Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Annett Bus Lines First Offer - 1 / each Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: AIR B SCHOOL BUS TRANSPORTATION,INC [Ad] First Offer - 1 / each Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: PROUD TSHIRTS COMPANY First Offer - 1 / each Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Safeguard America, Inc d/b/a Americas Transportation First Offer - 1 / each Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Jgt Transportation, Inc. First Offer - 1 / each Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Supplier Totals f PROUD TSHIRTS COMPANY Bid Contact Gueveny StGeorges info@proudtshirts.com Ph 305-769-3300 $0.00 Address 2099 OPA LOCKA BLVD Miami, FL 33054 Qualifications A&E DESIGN BUILD PUBLIC SAFETY UNIFORMS POOL RTQ-00124 Agency Notes: Supplier Notes: Head 1/23/2019 BidSync p. 2 Miami -Dade County RTQ-01100 Attch: Id f Transportation America Inc [Ad] $0.00 Attch: Bid Contact Bob Beers bob@mctflorida.com Ph 305-308-8110 Address 2766 NW 62ND ST MIAMI, FL 33147 Agency Notes: Supplier Notes: Head 61 f Unique Charters Inc. $0.00 Head Attch: fil Bid Contact Randy Smith uniquecharters@bellsouth.net Ph 305-652-4961 Fax 305-652-4920 Address 160 NW 176th Street Suite 200-1 Miami Gardens, FL 33169 Agency Notes: Supplier Notes: f AMERICAN COACH INC $0.00 Head Attch: fil Bid Contact Lisset Hernandez americancoach1@yahoo.com Ph 305-554-7272 Address MIAMI, FL 33187 Agency Notes: Supplier Notes: f Academy Bus [Ad] $0.00 Attch: Bid Contact Tony Ramos aramos@academybus.com Ph 305-688-7700 Address 3595 NW 110th St Miami, FL 33167 Agency Notes: Supplier Notes: Head DUI f Jgt Transportation, Inc. $0.00 Head Attch: fil Bid Contact Maria Gonzalez jgttransportation@hotmail.com Ph 786-368-3000 Address 520 South Krome Avenue Homestead, FL 33030 Agency Notes: Supplier Notes: f Safeguard America, Inc d/b/a Americas Transportation $0.00 Head Attch: fil Bid Contact Steven Masdeu stevenmasdeu@bellsouth.net Ph 305-859-9000 Address P.O. Box 143977 Miami, FL 33114 Agency Notes: Supplier Notes: f Key Transportation Service Corp [Ad] $0.00 Head Attch: fil Bid Contact Orlie Jedwab info@key-transportation.com Ph 305-751-5005 Fax 305-751-5005 Address 199 NW 79 St. MIAMI, FL 33150 Agency Notes: Supplier Notes: 1 /23/2019 BidSync p. 3 Miami -Dade County RTQ-01100 f AIR B SCHOOL BUS TRANSPORTATION,INC [Ad] $0.00 Bid Contact HENRY BELTRAN hbh131317@gmail.com Ph 786-290-5245 Address 6241 SW 16th TER MIAMI, FL 33155 Agency Notes: Supplier Notes: Head Attch: ibl f Annett Bus Lines $0.00 Bid Contact Wade Scheel sales@annettbuslines.com Ph 800-282-3655 Fax 863-655-6207 Address 130 Madrid Drive SEBRING, FL 33876 Agency Notes: Supplier Notes: Head Attch: iUl f PHOENIX BUS INC $0.00 Bid Contact Wagner Triska contact@phoenixbusorlando.com Ph 407-574-7662 Fax 407-517-4788 Address 5387 LB Mcleod Rd Orlando, FL 32811 Agency Notes: Supplier Notes: Head Attch: f Elite Transport $0.00 Bid Contact Fritzner Charles elitetransport@elitetransportnet.com Ph 305-896-4763 Address 707 NE 125th street NORTH MIAMI, FL 33161 Agency Notes: Supplier Notes: Head Attch: DUI 1 /23/2019 BidSync p. 4 Miami -Dade County RTQ-01100 PROUD TSHIRTS COMPANY Bid Contact Gueveny StGeorges info@proudtshirts.com Ph 305-769-3300 Qualifications A&E DESIGN BUILD PUBLIC SAFETY UNIFORMS POOL RTQ-00124 Address 2099 OPA LOCKA BLVD Miami, FL 33054 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs RTQ-01100--01-01 Transportation Supplier Product Services Code: First Offer - 1 / each Y Y Supplier Total $0.00 1 /23/2019 BidSync p. 5 Miami -Dade County RTQ-01100 PROUD TSHIRTS COMPANY Item: Transportation Services Attachments SBE Letter.pdf Notaryl .pdf 1 /23/2019 BidSync p. 6 Miami -Dade County RTQ-01100 MIAMI-MDE COUNTY miamidade.gov April 23, 2018 Erline St. George PROUD TSHIRTS COMPANY, LLC 2099 OPA LOCKA BLVD MIAMI, FL 33054 Approval Date: April 5, 2018 - Small Business Enterprise - Goods & Services (SBE - G&S) Expiration Date: March 31, 2021 Dear Erline St. George, Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 miamidade.gov T 305-375-3111 F 305-375-3160 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 Small Business Enterprise - Goods & Services (SBE - G&S). The Small Business Enterprise (SBE) programs are governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami -Dade County's Codes. This Small Business Enterprise - Goods & Services (SBE - G&S) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, March 27, 2019. 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. If 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 firm's name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami -Dade County's SBD website: http://www.miamidade.gov/smallbusiness/certification-lists.asp. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a vendor with Miami -Dade County. To register, you may visit: http://www.miamidade.gov/procurement/vendor-registration.asp. Thank you for your interest in doing business with Miami -Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdcert a@miamidade.gov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) NIC1P032078: SOUVENIRS AND PRIZES: PROMOTIONAL, ADVERTISING, ETC13idSync p. 7 NIGP 08000: BADGES, AWARDS, EMBLEMS, NAME TAGS AND PLATES Miami -Dade County RTQ-01100 NIGP 200: CLOTHING: ATHLETIC, CASUAL, DRESS, UNIFORM, WEATHER AND WORK RELATED NIGP 20000: CLOTHING: ATHLETIC, CASUAL, DRESS NIGP 20055: SHIRTS, JACKETS, HATS, ETC.: CUSTOM SILK SCREEN NIGP 20057: SHIRTS, DRESS AND SPORT TYPE, MEN'S NIGP 20070: SHIRTS, DRESS AND CASUAL NIGP 20074: SILK SCREENED SHIRTS, JACKETS, HATS, ETC. NIGP 20084: WEARING APPAREL, WORK, MEN'S AND WOMEN'S: BLUE JEANS, COVERALLS, JACKETS, OVERALLS, SHIRTS, TROUSERS, ETC. NIGP20085: UNIFORMS, BLENDED FABRIC NIGP 20086: UNIFORMS, COTTON NIGP 20088: UNIFORMS, WOOL AND WOOLEN BLENDS NIGP 23260: NEEDLEWORK KITS AND SUPPLIES: CREWEL, EMBROIDERY, ETC. NIGP 23300: CRAFTS, SPECIALIZED NIGP 80512: ATHLETIC APPAREL: AWARD JACKETS, JERSEYS, SHOES, SHORTS, SOCKS, SWEATERS, SWEAT SHIRTS AND PANTS, TANK SUITS, T-SHIRTS, WET SUITS, ETC. NIGP 96278: SEWING, EMBROIDERY, EMBOSSING, AND ALTERATION SERVICES NIGP 96546: GRAPHIC DESIGN SERVICES FOR PRINTING NIGP 96657: OFFSET PRINTING, GENERAL, SMALL PRESS WORK (QUAN, UP TO 25,000), ONE OR MORE COLORS, NO 4 COLOR PROCESSES OR LARGE SOLIDS OR CLOSE REGISTRATION, UP TO 11 X 17 IN,: BROCHURES, NEWSLETTERS, COVERS, POSTERS, ETC. NIGP 96659: OFFSET PRINTING, GENERAL, LARGE PRODUCTION RUNS ON LARGE OR WEB PRESS (QUAN, OVER 100,000), ONE OR MORE COLORS, NO 4 COLOR PROCESSES OR CLOSE REGISTRATION REQUIRED, MAY EXCEED 11 X 17 IN, AND HAVE LARGE SOLIDS NIGP 96669: OFFSET PRINTING, GENERAL, LARGE PRESS WORK (QUAN, UP TO 100,000), ONE OR MORE COLORS, CLOSE REGISTRATION REQUIRED, NO 4-COLOR PROCESSES, FINISHED SIZES MAY EXCEED 11 X 17 IN, MAY HAVE LARGE SOLIDS NIGP 96684: SILK SCREEN PRINTING 1/23/2019 BidSync p. 8 Miami -Dade County RTQ-01100 Supplier Response Form Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami -Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: Contract Title: #FB-00697 Transportation Service Gueveny StGeorges Printed Name of Affiant Federal Employer Identification Number (FEIN): 82-3391622 OWNER Gueveny STGEORGE Printed Title of Affiant Signature of Affiant PROUD TSHIRTS COMPANY LLC Name of Firm Date 2099 OPA LOCKA BLVD FL 33054 . Address of Firm State Zip Code Notary Public — State of Notary Public Information County of Subscribed and sworn to (or affirmed) before me this by Type of identification produced �AL l Print or Stamp of Notary Public 28 day of, ✓ 6J 1 1:. .1 ' 201 B He or she is personally known to me or has produced identification 4 29 j 202 tcc56A3 111,a Anil „If._ Expiration Date 4 Serial Number J. AM, AO. JANET MCKNIGHT Cgi"1165683 a My Comm. Expires Mar 29, 2022 ''',.°,`,,,` Bonded through National Notary Assn 1 /23/2019 BidSync p. 9 Miami -Dade County RTQ-011 00 Please enter your password below and click Save to update your response. Please be aware that typing in your password acts as your electronic sign.,s, is last as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information) By completing this rorri your hid lias not yet heen subimitted, Please click on he place oilltr button to Finish tilling out your 1)itt. Username info@proudtshirts.com Password Save Close * Required fields 1 /23/2019 BidSync p. 10 Miami -Dade County RTQ-01100 TS COMPANY SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 M IA M L•QADE COUNTY MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 1 /23/2019 BidSync p. 11 Miami -Dade County RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 1 /23/2019 BidSync p. 12 Miami -Dade County RTQ-01100 Supplier: PROUD TSHIRTS COMPANY MIAMIDADE Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): PROUD TSHIRTS COMPANY* Federal Tax Identification Number: 823391622* If Corporation - Date Incorporated/Organized: State Incorporated/Organized: Company Operating Address: 2099 Opa-Locka Boulevard* City Opa-locka* State FL* Zip Code 33054* Miami -Dade County Address (if applicable): City State Zip Code Company Contact Person: Erline StGeorges* Email Address: info@proudtshirts.com * Phone Number (include area code): 3057693300 Company's Internet Web Address: www.proudtshirts.com Pursuant an prior ■ to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. El Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: 2099 opa locka blvd miami, f133054_ J O0AI CFRTIFIFf VFTFRAN RIJSINFSS FNTFRPRISF CFRTIFICATION• A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. ■ Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 1/23/2019 BidSync p. 13 Miami -Dade County RTQ-01100 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes © No El If yes, please provide Certification Number: 823391622 SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder is not on the Scrutinized Companies with Activities in Energy Sector List, as those terms are used and defined in sections 287.135 to provide such certification but still seeks to be considered for award of this a duly authorized representative and shall also initial this space: In such event, written explanation of the facts supporting any exception to the requirement for The Bidder agrees to cooperate fully with the County in any investigation would be applicable. The County shall have the right to terminate any contract a false certification or to have been placed on the Scrutinized Companies for Iran Petroleum Energy Sector List. By executing this bid through a duly authorized representative, the Bidder Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum and 215.473 of the Florida Statutes. In the event that the Bidder is unable solicitation, the Bidder shall execute the bid response package through the Bidder shall furnish together with its bid response a duly executed certification that it claims under Section 287.135 of the Florida Statutes. undertaken by the County to determine whether the claimed exception resulting from this solicitation for default if the Bidder is found to have submitted Activities in Sudan List or the Scrutinized Companies with Activities in the IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Jlidder shall not submit any infnrmatinn in respnnse to this Snlicitatinn which the RiddPr cnnaidpra to hp a trade secret, prnpriPtary or confidential. submitted contains confidential, proprietary or trade secret information, the that the Bid, or any part thereof no matter how indicated, is confidential, information to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims made proprietary or a trade secret and authorizes the County to release such Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Erline StGeorges* Date 12/27/2018* Type or Print Name Erline StGeorges* Type or Print Title * owner THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Erline StGeorges* Date 12/27/2018* Type or Print Name Erline Stgeorges* 1 /23/2019 BidSync p. 14 Miami -Dade County RTQ-01100 Type or Print Title * owmer 1 /23/2019 BidSync p. 15 Miami -Dade County RTQ-01100 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. A Variety of Limos: We have a wide range of limos and party buses available that can fit every need of our customers. Whether you need something classy, exotic, spacious, private or any other type of vehicle, we have everything you need due to our extensive range of over 40 limos and buses. Get More Bang for the Buck: Just because we have a lot of vehicles to cater to every need of your customers, our expenses are relatively lower than those who have fewer vehicles. This has enabled us to provide the best affordable prices to our customers. Highly Trusted and Friendly Chauffeurs: One of the primary reasons for hiring our professional service is the existence of highly courteous and trusted chauffeurs at our company. All of our chauffeurs are fully trained, background checked and always ready to get you where you want and whenever you want. Always There for You: We are available24 hours a day and 7 days a week just to serve you. Our drivers go above and beyond to make sure all of our clients are taken care of whenever they need us. ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Erline StGeorges 12/27/2018 Signature Date 1 /23/2019 BidSync p. 16 Miami -Dade County RTQ-01100 MIAM SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer: PROUD TSIMRT COMPANY LLC FEIN No. 82-3391622 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form I no subcontractors or suppliers will be used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. the event that the recommended Bidder/Proposer demonstrates to the County prior to award that the race gender, and ethnic information is not reasonably available at that time the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and. in any event. prior to final payment under the contract (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier Principal Owner Supplies/ Materials/ Services to be Provided by Supplier Principal Owner (Enter the number of male and female owners by race/ethnicity) (Enter the number numbe Employee(s) of male and female employees and the of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan othi Transportation South Florida 235 NE 150 Street, Miami, FL 33161 Fleet Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Principal Owner (Enter the number of male and female owners by racelethnicity) (Enter the number numbe Employee(s) of male and female employees and the of employees by race/ethnicity) M F White Black Hispanic Sian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Uhi Transportation South Florida 235 NE 150 Street, Miami, FL 33161 50 El Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on -linetotheSmall Business Devdopmm of the Internal Services Department at http:llwww.miamidade.gov/business/business-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/businessAibrary/forms/subcontractors-payment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. ERLINE STGEORGES ERLINE STGEORGES OWNER Signature of Bidder/Proposer Print Name Print Title 12/27/2018 Date 5113,ma..v 1 /23/2019 BidSync p. 17 Miami -Dade County RTQ-01100 Supplier: PROUD TSHIRTS COMPANY Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No. : #FB-00697 Federal Employer Identification Number (FEIN): 82-3391622 Contract Title: Transportation Service Erline StGeorges Printed Name of Affiant PROUD TSHIRTS COMPANY LLC Name of Firm 2099 OPA LOCKA BLVD Address of Firm OWNER Erline STGEORGES Printed Title of Affiant Signature of Affiant Date FL 33054 State Zip Code 'Votary Public Information Notary Public - State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 1/23/2019 BidSync p. 18 Miami -Dade County RTQ-01100 Transportation America Inc Bid Contact Bob Beers bob@mctflorida.com Ph 305-308-8110 Address 2766 NW 62ND ST MIAMI, FL 33147 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs RTQ-01100--01-01 Transportation Supplier Product Services Code: First Offer - 1 /each Y Y Supplier Total $0.00 1 /23/2019 BidSync p. 19 Miami -Dade County RTQ-01100 Item: Transportation Services Attachments reference letter jmh.pdf rfq vehicle list.xlsx Sol icitation_RTQ-01100. pdf Letter of Reference TA-MCT-MDA.pdf Fair Subcontracting Practices.doc cert rfq-01100.pdf 1 /23/2019 BidSync p. 20 Miami -Dade County RTQ-01100 Jackson HEALTH SYSTEM Miracles made (14. December 27, 2018 Miami -Dade County Debra S. Butler, Procurement Contracting Officer 1 111 NW 1' Street, Suite 1300 Miami, FL 33128 Telephone: (305) 375-5663 Email: Debra.butler@miamidade.gov Re: Reference Letter for Transportation America To Whom It May Concern: My name Ernest Verdecia, and I am the Director of Medical Transportation and the Emergency Management Transportation Officer for Jackson Health Systems and the Public Health Trust. This letter is to affirm that Transportation America Inc., has provided wheelchair and Minibus services for Jackson Health Systems and the Public Health Trust for several years. If you require any further information, please do not hesitate to advice. Sincerely, Ernest Verdecia Director of Medical Transportation Emergency Management Transportation Officer Jepson Health System Clinical Support Services Jackson Health System 1500 NW 12 Ave JMT West 8th floor, Suite 811 Miami, FL 33136 Office: 305-585-8403 1 /23/2019 BidSync p. 21 Miami -Dade County RTQ-01100 Van Number 208 209 210 Vin Number 1GKS1KE02DR124027 1GNSCKEO2DR162242 1G NSCJEOXCR306175 Make GMC CHEV CHEV Model Tahoe Sub Sub Year 2012 2012 2012 Passenger Capacity 7 7 7 1/23/2019 BidSync p. 22 Miami -Dade County RTQ-01100 Van Number 101 102 103 104 105 106 107 108 109 110 Vin Number W DZPE7CC5FP171664 W DZPE7CC2FP110143 W DZPE7CC9FP134584 WDZPE7DC6FP100388 W DZPE7CC3FP103377 WDZPE7CC7FP134468 WDZPE7DC0F5988468 W DZPE7DCXFP159847 W DZPE7CC1FP111851 W DZPE7CC1FP168521 Make Merz Merz Merz Merz Merz Merz Merz Merz Merz Merz Model SPRINTER SPRINTER SPRINTER SPRINTER SPRINTER SPRINTER SPRINTER SPRINTER SPRINTER SPRINTER Year 2015 2015 2015 2015 2015 2015 2015 2015 2015 2015 Passenger Capacity 9 9 9 9 9 9 9 9 9 9 1/23/2019 BidSync p. 23 Miami -Dade County RTQ-01100 Van Number 603 604 605 606 607 132 270 301 302 303 345 550 820 821 1002 1010 1012 1025 1061 1070 1071 1200 1202 1204 1208 1209 1210 1222 1272 1275 1371 1393 1461 2036 2042 2046 2037 133 134 137 262 271 304 306 623 815 817 Vin Number 1FDWE3FL4ADA23348 1FDXE4FS2CDB06815 1FDUF5GYOCEA72361 1FDXE4FSOCDA90646 1FDXE4FS3CDA90642 1GB6G5BL8B1119216 1GB6G5BL6C1152250 1FDFE4FSOADA49281 1FDFE4FS1ADA58703 1FDFE4FS8ADA38254 1GDE5V1927F417785 1FDXE45P45HB31630 1FDFE45P49DA80963 1FDFE45P69DA80964 1FDFE4FSXADA55878 1FDFE4FS6ADA38253 1FDFE4FS1ADA62878 1FDFE4FP2ADA05665 1FDFE4FP6ADA32383 1FDFE4FP8ADA32384 1GB6G5BL7C1141600 1GB6G5BL4C1142543 1GB6G5BL8C1140729 1GB6G5BGXC1136104 1GB6G5BG4C1137233 1GB6G5BG9C1136014 1GB6G5BL9B1123534 1FDFE4FL6CDB21788 1GB6G5BL2D1122390 1FDGF5GY4DEA70546 1G B6G5BLXF1130613 1GB6G5BLXC1178253 1GB6G5BL4B1129824 1GBLG5BL2C1125076 1GB6G5BL7C1127535 1GB6G5BL5B1121344 1GB6G5BL4B1119715 1GBE5V1164F505592 1FDXE45P66HA26055 4UZAACDU59CAK9911 1FDFE4FS5ADA65976 1FD4E45PX8DA74509 4UZAACBW77CY57201 1FDXE45PX6HA78305 1FDFE45PX9DA25823 Make Ford Ford Ford Ford Ford Chevy Chevy FORD FORD FORD GMC FORD FORD FORD FORD FORD FORD FORD FORD FORD FORD CHEVY Chevy CHEVY CHEVROLET CHEVROLET CHEVY CHEVY CHEVROLET FORD CHEVY FORD CHEVY CHEVROLET CHEVROLET 4500/6.6L CHEVROLET Chevy CHEVY Chevy Ford Sta rtra ns FORD FORD FREIGHTLINER FORD FORD Model Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Year 2010 2012 2012 2012 2012 2011 2012 2010 2010 2010 2007 2005 2009 2010 2010 2010 2010 2010 2010 2010 2010 2012 2012 2012 2012 2012 2012 2012 2011 2012 2013 2013 2015 2012 2011 2012 2012 2011 2011 2004 2006 2009 2010 2008 2007 2006 2009 Condition Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Passenger Capacity 10 22 20 22 22 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 24+2 16+2 16+2 1/23/2019 BidSync p. 24 Miami -Dade County RTQ-01100 1003 1224 1271 2035 130-1 A822 2040 2043 2046 WT-2 WT-620 1FDFE4FS8ADA65877 1GB6G5BL6C1151390 1GB6G5BL4B1129127 1GB6G5BL8C1195097 1FDFE45P09DA47183 1FDFE45PX9DA80966 1GB6G5BLXC1125780 1GB6G5BL4C1127556 1GB6G5BL2C1125076 4UZAACBW18CZ61247 4UZAACBW27CY57199 FORD CHEVY CHEVROLET CHEVROLET FORD FORD CHEVROLET CHEVROLET CHEVROLET FREIGHTLINER FREIGHTLINER Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Mini -Bus Trolley Trolley 2010 2012 2011 2012 2009 2009 2012 2012 2012 2008 2007 Good Good Good Good Good Good Good Good Good Good Good 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 16+2 24+2 24+2 1/23/2019 BidSync p. 25 Miami -Dade County Miami -Dade County RTQ-01100 Solicitation RTQ-01100 SECTION 4 SUBMITTAL FORM COMPANY NAME AND FEIN: QUALIFICATION CRITERIA TO BE COMPLETED BY THE VENDOR Refer to Section 2.5 — 2.8 To ensure that Submittal complies with solicitation requirements. Reference Section QUALIFICATION CRITERIA FOR ALL GROUPS (1, 2, and 3) Copy Attached 2 5 (1) Vendor must maintain a minimum fleet of two vehicle(s) or more. To demonstrate this, Vendor must complete the attached Vehicle Inventory List in Section 4 of this solicitation. 0 2.5 (2) Vendor must be regularly engaged in the business of providing for hire transportation services. Vendor shall provide two (2) current reference letters from customers. The reference letters must be from customers that are currently receiving or have received from the Vendor, the transportation services described in this solicitation within the last two (2) years. The reference letters must be signed on the customer's company letterhead, and include the name, title, address, and telephone number of the contact person who can verify that the vendor has provided the services required under this solicitation. These reference letters shall ascertain to the County's satisfaction that the Vendor has sufficient experience providing for -hire transportation services. 0 2.5 (3) Vendor must have and maintain a valid Vehicle Operating Permit, issued by the County, in accordance with Miami -Dade County Code. 0 2.5 (4) Vendor shall provide the contact information of a designated representative to provide the County with support and information concerning orders placed and to receive future spot market solicitations. Vendor shall provide the representative's name, title, phone number, and email address. p Name: Bob Beers Title: Vp of Operation Phone: 305-537-4150 or 305-308-8110 Email: bbeers@transportationamerica.com ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 3 ONLY 2.6 (1) Vendor must have a valid Passenger Motor Carrier (PMC) Certificate of Transportation issued by the County, as required for buses and vans with seating capacity between 9 and 28 passengers in accordance with the Miami -Dade County Code. 0 Rev.072518 12/13/2018 1:45 PM 1/23/2019 BidSync P. 9 p. 26 Miami -Dade County Miami -Dade County RTQ-01100 Solicitation RTQ-01100 SECTION 4 SUBMITTAL FORM TO BE COMPLETED BY ALL VENDORS Vehicle Inventory List Place a Check next to all of the Vehicle Types your company can offer to the County for Transportation Services and list the vehicle identification number (VIN), condition, and passenger capacity. GROUPS CHECK ALL THAT APPLY VEHICLE TYPE VIN CONDITION PASSENGER CAPACITY Group 1 51 Business or Luxury Sedan 1. See Attached List 2. Business or Luxury SUV 3. See Attached List p 4. Limousine 5. 6. Group 2 Coach / Charter Bus 1. 2. 3. School Bus 4. 5. 6. Group 3 Minibus 1. See Attached List 2. Van 3. See Attached List 0 4. p Handicap Accessible 5. See Attached List 6. Additional Inventory: 1 2. 3. 4 5. 6. Rev.072518 12/13/2018 1:45 PM 1/23/2019 BidSync p. 10 p. 27 Miami -Dade County Miami -Dade County RTQ-01100 Solicitation RTQ-01100 MIAMF COSY Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include dlb/a if applicable): Federal Tax Identification Number: Transportation America Ipc 165-1120042 If Corporation - Date Incorporated/Organized : State Incorporated/Organized: 06/18/2001 'Florida Company Operating Address: City State Zip Code 2766 Nw 62nd St I Miami ! FL . 133147 . Miami -Dade County Address (if applicable): Same As Above ( City State Zip Code Company Contact Person: Email Address: Bob Beers . Ibbeers5transoortationamezica.com . Phone Number (include area code): Company's Internet Web Address: 305-537-4150 I Transportationamerica.com Pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. Q Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. OCAI PRFFFRFNCF CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterpnse, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. ['Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference / OCAI 1 Y-HFADQIIARTFRFD RIISINFSS CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. I Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: 2766 NW 62nd St Miami. FL 33147 LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Flonda Statutes. ❑ Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable) A Small Business Enterpnse (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.govlsmallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. 12/13/2018 1 :45 PM 1 /23/2019 BidSync p. 11 p. 28 Miami -Dade County Miami -Dade County RTQ-01100 Solicitation RTQ-01100 Is Biddersfirm a Miami -Dade County Certified Small Business Enterprise? If yes, please provide Certification Number: I Yes El No El SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered fo ward of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to t e requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is govemed by Florida's Govemment in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation. Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or rnnfidnntial in the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Autho ' ed Representative's Signature: Date 112/26/2018 Type or Print Name ! Bob Beers Type or Print Title * Vp of Operations THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's r'zed Representative's Signature: Date * 12/26/2018 * Type or Print Name Bob Beers * Type or Print Title* Vp of Operations 12/13/2018 1:45 PM 1 /23/2019 BidSync p. 12 p. 29 Miami -Dade County Miami -Dade County RTQ-01100 Solicitation RTQ-01100 MIAMI"DrADE COUNTY FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. ENO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT I 12/26/2018 Signature Date 12/13/2018 1:45 PM p. 13 1/23/2019 BidSync p. 30 Miami -Dade County Miami -Dade County RTQ-01100 Solicitation RTQ-01100 Nane of Bidder/Proposer: SUBCONTRACTOR/SUPPLIER LISTING (Mani -Dade County Code Sections 26,1, 2-8.8 and 1034) Transportation America FEIN No. 165-1120042 n accordance wth Sections 2 -8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be si6milled as a 00n0dim of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services. ndudng pmfesslonal services which involve expenditures of $100,000 or more, and al Proposes on County a Pubic Heath Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Propose who is evaded this contract shall not change or widsetute first tier subcontractors or drect stppliers or the pored% of the contract work to lots penormed or materials to be supplied from prose identified. except upon written approval of the :ounty. The BidderfPraposar should enter the word 'NONE' under the appropriate heading of this form if no subcontades or suppliers roil be used on the contract and sign the form below. In accordance with Ordnance No. 11-90. an entity contracting with the County shag repro the race. gentle and ethnic origin of the owners and employees of al fast bet subcontractordsuppliers. In the event that the recommended Nether/Proposer demonstrates to the County pricy to award that the race, gander. and ethnic imamabm is not reasonably available at that Ones, the Bidder/Proposer stall be ad4g.teb to exercise diligent efforts to obtain that interned Ind provide the same to the County not later tan ten (10) days after it becomes available and, in any event, prior to final payment under the contact (Rem out i • 7s form r addltbnel epee is rased. BusinessBappgw Netns end Address of Pith Tier Direct SUPOW PrillaiPon Owlish $Yterlehl Services to be Provided by Slippery nitessU Omer (Earth. owner of mend ad faede awns bytaoeaenetl) employe* (Enter ms number of ma end femme employee end tee number of employer by nwmmidty) 4 F ryefb alas! 11ee.I. Miand ile liar Nam America! wive Maim 011r 4 p mote west Hog. x..rPrmf Wader Maw AmnW Nara Alike pal I I 2 I I-2 I— I 384 195 I 1 i 88 i 486 I 0 I 2 Buefnsse Name end Address of Rest Tie 3Utcontrectorf Subconsultent Pdnclpr Owner Scopeo1 Work toere Performed by Subcontractor/ Suboonsultent IE ter the number of male and female an y racU.Mni iryl ).) pyp (Enw the number al rum• rid trnM.mpby.r and [M maw or employer ply recaltnldty( I Ildr. A 4 0 mote Bees Napo. h1:1:Ter ave Nurata ANays Maw Mr 4 P whits aw 1 lamarts. Nam AWun Car — I I I I I 1 1 '1: 1 I I 1 1 1 I n a.rk mire it rec.. gender and ethnicity information„ not avaI4ne and will be provided at a later date. Th. dat. may be submmed to Penh -acting department or on.Iinla to ter. wee Benner. Dw0opmeot of the Intern* swore. Deportment at n8aaemer era.earlreaY development..ontrad..rp. As . median el bit payment. 61aderaropo.r seal provide neeentreetr Information a the 80bamtratl.r Peymed Reprt awe 200 foul wake an be found r M5:wrworm atimie gav0uainaullter /form5ubettmec[rt p.ymatce catty mar Me rems contained in Nis Subconeace.r Supplierlisting ere mere bast of my Anowledgerue and accurate IBob Beers Vp Of Operations non of Bldar9npa.r Print flee. Print T1W 12/2612018 gr. 12/13/2018 1 45 PM p 14 1/23/2019 BidSync p. 31 Miami -Dade County Miami -Dade County RTQ-01100 Solicitation RTQ-01100 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm. its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No. Contract Title: !Bob Beers IRTQ-01100 Printed Name of Affiant Federal Employer Identification Number (FEIN): ITransportation Services 165-1120042 IVp of Operations Printed Title of Affiant Signature of Affiant ITransportation Amenca 112/26/2018 Name of Firm 2766 NW 62nd St Miami Address of Firm FL State /J (Votary Public Information 0 0ibt Notary Public - State of Subscribed and swom�e(or affirmed) before me this by Type of identification produced Sprf1 a of NotaryP lic --/1S(2 County of -7 day of, e-Y1 ik;fitii Date 33147 Zip Code He or she 20 (� personally known to me or has produced identification Print or Stamp of Notary Public Expiration Date & 2$SO2 Serial Number Notary Public Seal JUANITA E. HERNANDEZ .g '= MY COMMISSION # GG 245028 .• =; : Q EXPIRES: December 2, 2022 :FOF F;;°,; Bonded Thru Notary Public Underwriters 12/13/2018 1:45 PM 1/23/2019 BidSync p. 15 p. 32 Miami -Dade County Miami -Dade County RTQ-01100 Solicitation RTQ-01100 Question and Answers for Solicitation #RTQ-01100 - Transportation Services Overall Solicitation Questions There are no questions associated with this Solicitation. 12/13/2018 1:45 PM 1/23/2019 BidSync p. 16 p. 33 Miami -Dade County RTQ-01100 December 27t". 2018 Re: Letter of Reference —Solicitation Number RTQ-01100 Transportation America For: Debra 5. Butler -Miami Dade County Ms. Debra S. Butler, Leon Medical Centers is one the largest Health Care Providers in Miami Dade County with over 42,000 members under our care. Covering the almost 2000 square miles in Miami Dade County is a daunting task however Leon Medical centers has shared an exclusive relationship with Transportation America for over 20 years. Transportation America transports Leon Medical Centers wheel chair and stretcher Patient on a daily basis to a variety hospital, Surgical Centers, outpatient and ambulatory facilities across the County. 1 have personally worked with the Team at Transportation America, MCT and Miami Dade Ambulance for over 17 years and can fully endorse and recommend the Services they provide. As the Director of Transportation I have unique insight into the services provided and I fully understand the important Role Transportation America plays in ensuring our patients get to their medical appointments safely and on time. Should you require any additional information please do not hesitate to contact me. Sincerely, "4- LEONE41CCETR MS Miguel Jimenez Director of Transportation 8600 NW 41st Street, Miami, FL, 33166 Phone: (305) 642-5366 ext. 7491 Ce1l:(305) 970-2328 Email: Miguel.Jimenez@leonmedicalcenters.com 0019000 Wh'ebsite: Leon Med icalCenters.com V o, o o 0 1/23/2019 BidSync p. 34 Miami -Dade County RTQ-01100 TRANSPORTATION AMERICA INC FAIR SUBCONTRACTING PRACTICES Consistent with Section 2-8.8 of the Code of Miami -Dade County, it is the policy of Transportation America Inc to promote diversity in the use of sub -contractors on its projects, and to allow opportunities for subcontracting to as many qualified companies as possible. To this end, Transportation America Inc utilizes the following practices in sub- contracting: 1. Transportation America Inc notifies the broadest number of local subcontractors of opportunities for subcontract, unless, it has already developed a relationship with a local subcontractor that has provided consistent quality services or products. 2. When Transportation America Inc invites subcontractors to submit bids, it clearly references the work, and provides sufficient opportunity for local subcontractors to participate. 3. When Transportation America Inc invites subcontractors to bid, it always provides sufficient information for subcontractors to provide a fully responsive bid. This usually includes opportunities to meet with Transportation America Inc personnel to clarify questions and discuss requirements. 4. Transportation America Inc awards subcontracts based on fair and complete consideration of all proposals and selects either the best value for Transportation America Inc for the lowest bid. 1 1/23/2019 BidSync p. 35 Miami -Dade Count RTQ-01100 ° OCERTIFICATE OF LIABILITY INSURANCE A�RO DATE (MM/DD/YYYY) 8/22/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 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(ies) must have ADDITIONAL INSURED provisions or 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 Global Affinity Managers, Inc. 909 Castle Point Terrace Hoboken NJ 07030 CONTACT NAME: Robert Isacsen Ext): (201) 744-8395 FAX (A/C, NNENo): E-MAIL ADDRESS: bisacsen@optonline.net INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Hartford Fire Insurance Company 19682 INSURED Limousines of South Florida, Inc; Transportation America 2766 NW 62nd Street Miami FL 33142 INSURER B : Hartford Fire Insurance Company 19682 INSURER C : 19682 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 NSURANCE 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. INSR LTR TYPE OF INSURANCE ADDLbUBR INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR UAMAUt I V KtN I tU PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ A AUTOMOBILE — x LIABILITY ANY AUTO AUTOS ONLY HIRED AUTOS ONLY x — x AUTOS NON -OWNED AUTOS ONLY 12 12 CSE S50304 01/01/2018 01/01/2019 COMBINED SINGLE LIMIT (Ea accident) $ 300,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPER! Y DAMAGE (Per accident) S UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE S DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N / A 12 WN S50301 01/01/2018 01/01/2019 X PER PEATUTE H ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 Limit DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder is additional insured as respects to auto liability. Vehicle: 2012 Ford F550 VIN# 1FDGF5GT4CEB81939 CERTIFICATE HOLDER CANCELLATION I Miami Dade County Consumer Services 601 NW 1st Ct, 18th Floor Miami,FL 33136 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 r -t-f. , ACORD 25 (2016/03) 1/23/2019 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BidSync p. 36 Miami -Dade County RTQ-01100 n America Inc SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 M IA M L•QADE COUNTY MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 1/23/2019 BidSync p. 37 Miami -Dade County RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 1/23/2019 BidSync p. 38 Miami -Dade County RTQ-01100 Supplier: Transportation America Inc MIAMIDADE Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): Transportation America Inc* Federal Tax Identification Number: 65-1120042* If Corporation - Date Incorporated/Organized: 06/18/2001 State Incorporated/Organized: Florida Company Operating Address: 2766 NW 62ND ST* City MIAMI* State Florida* Zip Code 33147* Miami -Dade County Address (if applicable): City State Zip Code Company Contact Person: BOB BEERS* Email Address: bbeers@transportationamerica.com* Phone Number (include area code): 3053088110 Company's Internet Web Address: Transportationamerica.com Pursuant an prior 5 to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 ()CAI I Y-HFAf7OUARTFRFf7 RUSINFSS CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. El Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: 2766 NW 62ND ST- LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. • Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMA1 1 RUSINFSS FNTFRPRISF CONTRACT MFASURFS (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 1/23/2019 BidSync p. 39 Miami -Dade County RTQ-01100 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes 0 No CI If yes, please provide Certification Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder is not on the Scrutinized Companies with Activities in Energy Sector List, as those terms are used and defined in sections 287.135 to provide such certification but still seeks to be considered for award of this a duly authorized representative and shall also initial this space: bb In such written explanation of the facts supporting any exception to the requirement The Bidder agrees to cooperate fully with the County in any investigation would be applicable. The County shall have the right to terminate any contract a false certification or to have been placed on the Scrutinized Companies for Iran Petroleum Energy Sector List. By executing this bid through a duly authorized representative, the Bidder Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum and 215.473 of the Florida Statutes. In the event that the Bidder is unable solicitation, the Bidder shall execute the bid response package through event, the Bidder shall furnish together with its bid response a duly executed for certification that it claims under Section 287.135 of the Florida Statutes. undertaken by the County to determine whether the claimed exception resulting from this solicitation for default if the Bidder is found to have submitted Activities in Sudan List or the Scrutinized Companies with Activities in the IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. submitted contains confidential, proprietary or trade secret information, the that the Bid, or any part thereof no matter how indicated, is confidential, information to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims made proprietary or a trade secret and authorizes the County to release such Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: BOB BEERS* Date 12/26/2018* Type or Print Name Bob Beers* Type or Print Title * Vp of Operations THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Bob Beers* Date 12/26/2018* Type or Print Name BOB BEERS* 1 /23/2019 BidSync p. 40 Miami -Dade County RTQ-01100 Type or Print Title * Vp 1 /23/2019 BidSync p. 41 Miami -Dade County RTQ-01100 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. See Attached Transportation America Inc Fair Subcontracting Practice Statement ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT BOB BEERS Signature 12/26/2018 Date 1/23/2019 BidSync p. 42 Miami -Dade County RTQ-01100 MIAM SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer: Transportation America Inc FEIN No. 65-1120042 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form I no subcontractors or suppliers will be used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. the event that the recommended Bidder/Proposer demonstrates to the County odor to award that the race gender and ethnic information is not reasonably available at that time the Bidder/Propose( shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and. in any event. prior to final payment under the contract (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier principal Owner Supplies/ Materials/ Services to be Provided by Supplier pp Principal Owner (Enter the number of male and female owners by race/ethnicity) (Enter the number numbe Employee(s) of male and female employees and the of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Olhi NA NA NA Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Principal Owner (Enter the number of male and female owners by racelethnicity) (Enter the number numbe Employee(s) of male and female employees and the of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan cal Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on -linetotheSmall Business Devdopmm of the Internal Services Department at http://www.miamidade.govlbusinesslbusiness-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/businessAibrary/forms/subcontractors-payment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Bob Beers Bob Beers Vp of Operations Signature of Bidder/Proposer Print Name Print Title 12/26/2018 Date 5113,ma..v 1 /23/2019 BidSync p. 43 Miami -Dade County RTQ-01100 Supplier: Transportation America Inc Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: RTQ-01100 Federal Employer Identification Number (FEIN): 651120042 Contract Title: Transportation Services Bob Beers Printed Name of Affiant Vp of Operations Printed Title of Affiant Bob Beers Signature of Affiant Transportation America Inc 12/26/2018 Name of Firm Date 2766 NW 62nd St FL 33147 Address of Firm State Zip Code 'Votary Public Information Notary Public - State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 1 /23/2019 BidSync p. 44 Miami -Dade County RTQ-01100 Unique Charters Inc. Bid Contact Randy Smith uniquecharters@bellsouth.net Ph 305-652-4961 Fax 305-652-4920 Address 160 NW 176th Street Suite 200-1 Miami Gardens, FL 33169 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs RTQ-01100--01-01 Transportation Supplier Product Services Code: First Offer - 1 /each Supplier Total $0.00 1/23/2019 BidSync p. 45 Miami -Dade County RTQ-01100 Charters Inc. SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 M IA M L•QADE COUNTY MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 1/23/2019 BidSync p. 46 Miami -Dade County RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 1/23/2019 BidSync p. 47 Miami -Dade County RTQ-01100 Supplier: Unique Charters Inc. MIAMIDADE Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): Unique Charters Inc* Federal Tax Identification Number: 651047573* If Corporation - Date Incorporated/Organized: January 2000 State Incorporated/Organized: Florida Company Operating Address: 160 NW 176th Street, Suite 200-1* City Miami Gardens* State FL* Zip Code 33169' Miami -Dade County Address (if applicable): 160 NW 176th Street, Suite 200-1 City Miami Gardens State FL Zip Code 33169 Company Contact Person: Randy Smith* Email Address: uniquecharters©ellsouth.net* Phone Number (include area code): 3056524961 Company's Internet Web Address: www.uniquechartersinc.com Pursuant an prior ■ to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 ()CAI I Y-HFAf7OUARTFRFf7 RUSINFSS CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. El Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: 160 NW 176th Street, Suite 200-1, Miami Gardens, FL 33169 LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. ■ Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMA1 1 RUSINFSS FNTFRPRISF CONTRACT MFASURFS (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 1/23/2019 BidSync p. 48 Miami -Dade County RTQ-01100 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes © No CI If yes, please provide Certification Number: 13135 SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder is not on the Scrutinized Companies with Activities in Energy Sector List, as those terms are used and defined in sections 287.135 to provide such certification but still seeks to be considered for award of this a duly authorized representative and shall also initial this space: In such event, written explanation of the facts supporting any exception to the requirement for The Bidder agrees to cooperate fully with the County in any investigation would be applicable. The County shall have the right to terminate any contract a false certification or to have been placed on the Scrutinized Companies for Iran Petroleum Energy Sector List. By executing this bid through a duly authorized representative, the Bidder Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum and 215.473 of the Florida Statutes. In the event that the Bidder is unable solicitation, the Bidder shall execute the bid response package through the Bidder shall furnish together with its bid response a duly executed certification that it claims under Section 287.135 of the Florida Statutes. undertaken by the County to determine whether the claimed exception resulting from this solicitation for default if the Bidder is found to have submitted Activities in Sudan List or the Scrutinized Companies with Activities in the IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. submitted contains confidential, proprietary or trade secret information, the that the Bid, or any part thereof no matter how indicated, is confidential, information to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims made proprietary or a trade secret and authorizes the County to release such Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Randy Smith* Date 11/19/2019* Type or Print Name Randy Smith* Type or Print Title * Owner THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Kris Smith* Date 11/19/2019* Type or Print Name Kris Smith* 1/23/2019 BidSync p. 49 Miami -Dade County RTQ-01100 Type or Print Title * Operations Manager 1 /23/2019 BidSync p. 50 Miami -Dade County RTQ-01100 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. All subcontractors are required to provide proof of insurance and proof of DMV checks and drug tests on their drivers. ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Randolph Smith Signature 12/19/2019 Date 1 /23/2019 BidSync p. 51 Miami -Dade County RTQ-01100 MIAM SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer: unique Charters Inc FEIN No. 651047573 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form I no subcontractors or suppliers will be used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. the event that the recommended Bidder/Proposer demonstrates to the County odor to award that the race gender and ethnic information is not reasonably available at that time the Bidder/Propose( shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and. in any event. prior to final payment under the contract (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier principal Owner Supplies/ Materials/ Services to be Provided by Sulier pp Principal Owner (Enter the number of male and female owners by race/ethnicity) (Enter the number numbe Employee(s) of male and female employees and the of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Olhi Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Principal Owner (Enter the number of male and female owners by racelethnicity) (Enter the number numbe Employee(s) of male and female employees and the of employees by race/ethnicity) M F White Black Hispanic p Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic p Asian/Pacific Islander Native American/ Native Alaskan Olhi Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on -linetotheSmall Business Devdopmm of the Internal Services Department at http://www.miamidade.govlbusinesslbusiness-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/businessAibrary/forms/subcontractors-payment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Randy Smith Randy Smith Owner Signature of Bidder/Proposer Print Name Print Title 12/19/2019 Date 5113,ma..v 1/23/2019 BidSync p. 52 Miami -Dade County RTQ-01100 Supplier: Unique Charters Inc. Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Federal Employer Contract No.: Identification Number (FEIN): Contract Title: Printed Name of Affiant Printed Title of Affiant Signature of Affiant Name of Firm Date uniquecharters Address of Firm State Zip Code (votary Public Information Notary Public - State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 1/23/2019 BidSync p. 53 Miami -Dade County RTQ-01100 AMERICAN COACH INC Bid Contact Lisset Hernandez americancoach1@yahoo.com Ph 305-554-7272 Address MIAMI, FL 33187 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs RTQ-01100--01-01 Transportation Supplier Product Services Code: First Offer - 1 / each Y Y Supplier Total $0.00 1/23/2019 BidSync p. 54 Miami -Dade County RTQ-01100 AMERICAN COACH INC Item: Transportation Services Attachments American Coach Inc..pdf 1/23/2019 BidSync p. 55 SECTION 4 SUBMITTAL FORM COMPANY NAME AND FEIN: iI"' 'r i ( r \ (f)CkcY\ 3-3-10 ‘08 QUALIFICATION CRITERIA TO BE COMPLETED BY THE VENDOR Refer to Section 2.5 — 2.8 To ensure that Submittal complies with solicitation requirements. Reference Section QUALIFICATION CRITERIA FOR ALL GROUPS (1, 2, and 3) Copy Attached 2 5 (1) Vendor must maintain a minimum fleet of two vehicle(s) or more. To demonstrate this, Vendor mustSlif complete the attached Vehicle Inventory List in Section 4 of this solicitation. () 2 Vendor must be regularly engaged in the business of providing for hire transportation services. Vendor shall provide two (2) current reference letters from customers. The reference letters must be from customers that are currently receiving or have received from the Vendor, the transportation services described in this solicitation within the last two (2) years. The reference letters must be signed on the customer's company letterhead, and indude the name, title, address, and telephone number of the contact person who can verify that the vendor has provided the services required under this solicitation. These reference letters shall ascertain to the County's satisfaction that the �" Al2.5 2.5 (3) Vendor must have and maintain a valid Vehide Operating Permit, issued by the County, in accordance with Miami -Dade County Code. • 2.5 (4) Vendor shall provide the contact information of a designated representative to provide the County with support and information concerning orders placed and to receive future spot market solicitations. Vendor shall provide the representative's name, title, phone number, and email address. • . ISK Name,: SSe-1 2 r aR Ct n L Title: to e n .0 c ck.i nc,J -- Phone: Oc-05k4 - 32IZ Email: ckmerc,z„ uta l a y14%-k, ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 3 ONLY 2.6 (1) Vendor must have a valid Passenger Motor Carrier (PMC) Certificate of Transportation issued by the County, as required for buses and vans with seating capacity between 9 and 28 passengers in accordance with the Miami -Dade County Code. OA' Rcv.072518 SECTION 4 SUBMITTAL FORM ENDORS Vehicle Inventory List Place a Check next to all of the Vehicle Types your company can offer to the County for Transportation Services vehicle identification number (VIN), condition, and passenger capacity. and list the GROUPS CHECK ALL THAT APPLY VEHICLE TYPE VIN CONDITION PASSENGER CAPACITY Group 1 Business or Luxury Sedan 1. 2. . Business or Luxury SUV 3. 4. Limousine 5. 6. Group 2 I/ Coach / Charter Bus 1. yF2C.C(1.0 153c2UvlV11 500 a. 59 2• 3y E LIC 213 012J`i 12S 1 506� 5 1 School Bus 4 5. 6. . Group 3 Minibus 1. 2. Van 3. 4. Handicap Accessible 5. 6. Additional Inventory: 1. 2. 3. 4 5. 6. Rcv.072518 Supplier Response Form Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any oontract that exceeds one million dollars (S1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; intrude a brief description of the circumstances; (3) Provide a fist of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non- compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami -Dade County or not All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator overseeing this soliotation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: Contract Title: Federal Employer (s" WOO Identification Number (FEIN): ‘11-17N n S e s'i-GA` 0 . L�SSE� N�trc1Ln� °— Printed Name of Affiant Name of Firm Address of Firm Notary Public -State of 6Qn w-6.9 t`&c c Printed The of Affiant 33-1013Zog Signature of Affiant State Notary Public Information County of i� Q-l..t - 04e Subscribed and sworn to (or affirmed) before me this day of,L� (� Date 1americancoachl©yah Zp Code (ram 20 C' by He or she is personally known to me Ty of identification produced 'i -S Z O 25.E —0 P, dA Signature of Public '57/\(( Print or Stamp of Notary Public or has producedidenlifca6on r r=23 73 Serial Number Notary Pudic Seal GUSTAVO A HERRERA MY COMMISSION # FF235693 Please enter your password below and click Save to save your response. =4;J,. EXPIRES: Jury 31, 2919Publi Please be aware that typing in your password acts as your electronic signature, which is just as leg a Bonded Thai Notarytste Underwriters (See Electronic Signatures in Global and National Commerce Act for more information.) By completing this form, your hid has not yet been submitted. Please click on the place offer button to finish filling out your bid. Username americancoach1@yahoo.com https://www.bidsync.com/DPXViewedConlractor_Due_Diligence_Affidavit.htm?ac=supresponse8a uc=2033556&docid=5899805&punchout=true 20 Expi ton Date 112° City of Hialeah Gardens 10003 N.W. 87t Avenue Hialeah Gardens, FL 33016 December 19, 2018 To whom it may concern: I am writing to you today to inform you that I have used American Coach for their transportation throughout several occasions and it has been an excellent experience. In the two years of using their transportation services, I have never had an issue with their vehicles. Aside from the company being responsible and attentive to their clients, they sustain strong professionalism Without hesitation, I can recommend American Coach Incorporation for your services as an outstanding transportation company. If I can be of further assistance, feel free to contact me at (305) 819-5320. 7 Since "7-d/ Viviana Freire City of Hialeah Gardens Director of Human Services EST. 1990 G. I-Iolmcs Braddock Marching Band Music Booster Association December 22, 2018 Re: American Coach Inc. To whom it may concern: Here at the Music Booster Association; we've been using American Coach Inc. for the past 2 years. They offer excellent services as well as professional trained staff. The buses are clean and adequate to transport our children. They are and will continue to be our primary choice for all trips and events that we may need them for. If you should have any additional questions, please feel free to contact me at any time. Sincerely, ckueline Arevalo 1197 NW 125 Place, Miami, FL 33182 musicboosterassociation@comcast.net 305-606-9538 Miami -Dade County RTQ-01100 COACH INC SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 M IA M L•QADE COUNTY MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 1 /23/2019 BidSync p. 61 Miami -Dade County RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 1/23/2019 BidSync p. 62 Miami -Dade County RTQ-01100 Supplier: AMERICAN COACH INC MIAMIDADE Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): American Coach Inc* Federal Tax Identification Number: 33-1013208* If Corporation - Date Incorporated/Organized: 05/29/2002 State Incorporated/Organized: Florida Company Operating Address: 17332 Sw 149 ct* City Miami * State FI * Zip Code 33187* Miami -Dade County Address (if applicable): 17332 sw 149 ct City Miami State FI Zip Code 33187 Company Contact Person: Lisset Hernandez* Email Address: americancoachl@yahoo.com* Phone Number (include area code): 305-554-7272 Company's Internet Web Address: americancoach 1.com Pursuant an prior • to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 ()CAI I Y-HFAf7OUARTFRFf7 RUSINFSS CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. El Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: 17332 sw 149 ct Miami Florida 33187_ LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. • Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMA1 1 RUSINFSS FNTFRPRISF CONTRACT MFASURFS (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 1/23/2019 BidSync p. 63 Miami -Dade County RTQ-01100 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes 0 No CI If yes, please provide Certification Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder is not on the Scrutinized Companies with Activities in Energy Sector List, as those terms are used and defined in sections 287.135 to provide such certification but still seeks to be considered for award of this a duly authorized representative and shall also initial this space: In such event, written explanation of the facts supporting any exception to the requirement for The Bidder agrees to cooperate fully with the County in any investigation would be applicable. The County shall have the right to terminate any contract a false certification or to have been placed on the Scrutinized Companies for Iran Petroleum Energy Sector List. By executing this bid through a duly authorized representative, the Bidder Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum and 215.473 of the Florida Statutes. In the event that the Bidder is unable solicitation, the Bidder shall execute the bid response package through the Bidder shall furnish together with its bid response a duly executed certification that it claims under Section 287.135 of the Florida Statutes. undertaken by the County to determine whether the claimed exception resulting from this solicitation for default if the Bidder is found to have submitted Activities in Sudan List or the Scrutinized Companies with Activities in the IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. submitted contains confidential, proprietary or trade secret information, the that the Bid, or any part thereof no matter how indicated, is confidential, information to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims made proprietary or a trade secret and authorizes the County to release such Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Lisset Hernandez* Date 12/18/2018* Type or Print Name Lisset Hernandez* Type or Print Title * General Manager _ THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Lisset Hernandez* Date 12/1812018* Type or Print Name Lisset Hernandez* 1/23/2019 BidSync p. 64 Miami -Dade County RTQ-01100 Type or Print Title * General Manager 1/23/2019 BidSync p. 65 Miami -Dade County RTQ-01100 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. In the event that we would need subcontractors for a job we require that the individual is qualified with their corresponding insurance and drivers license. Our company is responsible to pay the subcontractors for each service completed. ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Lisset Hernandez Signature 12/24/18 Date 1/23/2019 BidSync p. 66 Miami -Dade County RTQ-01100 MIAMF SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer AMERICAN COACH INC FEIN No. 33-1013208 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form ii no subcontractors or suppliers will be used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. fha_avant that the rernmmended Ridden/Prnpnser demonstrates tn the C nonty prinr tn award that the rare gender, and ethnir infnrmatinn is not reasnnahly availahle at that time the Ridder/Prnpnsel shall he obligated to exercise diligent effnrts to nhtain that informatinn and prnvide the same to the Cnunty not later than ten (10) days after it hecnmes availahla and in any event prior to final payment under the contract (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier principal Owner Supplies/ Materials/ Services to be Provided by Suliar pp Principal Owner (Enter the number of male and female owners by race/ethnicity) Employee(s) (Enter the number of male and female employees and the number of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Olhi Miriam Perez De Camino 1 1 1 2 2 2 Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Principal Owner (Enter the number of male and female owner by racelethnicity) Employee(s) (Enter the number of male and female employees and the number of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Othi El Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on-line to the Small Business Development o the Internal Services Department at http:/Iwww.miamidade.gov/business/business-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/businessAibrary/forms/subcontractors-payment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Lisset Hernandez Lisset Hernandez General Manager Signature of Bidder/Proposer Print Name Print Title 12/24/2018 Date ,ma 1 /23/2019 BidSync p. 67 Miami -Dade County RTQ-01100 Supplier: AMERICAN COACH INC Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: RTQ-01100 Federal Employer Identification Number (FEIN): 33-1013208 Contract Title: Transportation Services Lisset Hernandez Printed Name of Affiant Name of Firm Address of Firm General Manager Printed Title of Affiant FL State Nnfary Puhlic Infnrmafinn Notary Public - State of County of Lisset Hernandez Signature of Affiant 12/19/2018 Date Zip Code Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 1 /23/2019 BidSync p. 68 Miami -Dade County RTQ-01100 Academy Bus Bid Contact Tony Ramos aramos@academybus.com Ph 305-688-7700 Address 3595 NW 110th St Miami, FL 33167 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs RTQ-01100--01-01 Transportation Supplier Product Services Code: First Offer - 1 /each Supplier Total $0.00 1/23/2019 BidSync p. 69 Miami -Dade County RTQ-01100 Bus SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 M IA M L•QADE COUNTY MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 1 /23/2019 BidSync p. 70 Miami -Dade County RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 1 /23/2019 BidSync p. 71 Miami -Dade County RTQ-01100 Supplier: Academy Bus MIAMIDADE Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): Academy Bus, LLC * Federal Tax Identification Number: 26-2277038* If Corporation - Date Incorporated/Organized: 03/27/2008 State Incorporated/Organized: FL Company Operating Address: 3595 NW 110th street* City miami* State fl* Zip Code 333167* Miami -Dade County Address (if applicable): City State Zip Code Company Contact Person: Veronica Ruiz * Email Address: vruiz©academybus.com* Phone Number (include area code): 3057696005 Company's Internet Web Address: www.academybus.com Pursuant an prior ■ to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 ()CAI I Y-HFAf7OUARTFRFf7 RUSINFSS CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. El Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. ■ Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMA11 RUSINFSS FNTFRPRISF CONTRACT MFASURFS (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 1/23/2019 BidSync p. 72 Miami -Dade County RTQ-01100 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes 0 No CI If yes, please provide Certification Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder is not on the Scrutinized Companies with Activities in Energy Sector List, as those terms are used and defined in sections 287.135 to provide such certification but still seeks to be considered for award of this a duly authorized representative and shall also initial this space: In such event, written explanation of the facts supporting any exception to the requirement for The Bidder agrees to cooperate fully with the County in any investigation would be applicable. The County shall have the right to terminate any contract a false certification or to have been placed on the Scrutinized Companies for Iran Petroleum Energy Sector List. By executing this bid through a duly authorized representative, the Bidder Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum and 215.473 of the Florida Statutes. In the event that the Bidder is unable solicitation, the Bidder shall execute the bid response package through the Bidder shall furnish together with its bid response a duly executed certification that it claims under Section 287.135 of the Florida Statutes. undertaken by the County to determine whether the claimed exception resulting from this solicitation for default if the Bidder is found to have submitted Activities in Sudan List or the Scrutinized Companies with Activities in the IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. submitted contains confidential, proprietary or trade secret information, the that the Bid, or any part thereof no matter how indicated, is confidential, information to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims made proprietary or a trade secret and authorizes the County to release such Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Veronica Ruiz* Date 12/21/2018* Type or Print Name Veronica Ruiz * Type or Print Title * Sales Manager THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Veronica Ruiz * Date 12/21/2018* Type or Print Name Veronica Ruiz * 1/23/2019 BidSync p. 73 Miami -Dade County RTQ-01100 Type or Print Title * Sales Manager 1/23/2019 BidSync p. 74 Miami -Dade County RTQ-01100 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. 0 NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Veronica Ruiz Signature 12/21/2018 Date 1/23/2019 BidSync p. 75 Miami -Dade County RTQ-01100 MIAM SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer: Academy Bus, LLC FEIN No. 26-2277038 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form I no subcontractors or suppliers will be used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. the event that the recommended Bidder/Proposer demonstrates to the County odor to award that the race gender and ethnic information is not reasonably available at that time the Bidder/Propose( shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and. in any event. prior to final payment under the contract (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier principal Owner Supplies/ Materials/ Services to be Provided by Sulier pp Principal Owner (Enter the number of male and female owners by race/ethnicity) (Enter the number numbe Employee(s) of male and female employees and the of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Olhi Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Principal Owner (Enter the number of male and female owners by racelethnicity) (Enter the number numbe Employee(s) of male and female employees and the of employees by race/ethnicity) M F White Black Hispanic p Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic p Asian/Pacific Islander Native American/ Native Alaskan Olhi El Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on -linetotheSmall Business Devdopmm of the Internal Services Department at http:llwww.miamidade.gov/business/business-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/businessAibrary/forms/subcontractors-payment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Veronica Ruiz Veronica ruiz Sales Manager Signature of Bidder/Proposer Print Name Print Title 12/21/2018 Date 5113,ma..v 1/23/2019 BidSync p. 76 Miami -Dade County RTQ-01100 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: RTQ-01100 Federal Employer Identification Number (FEIN): 26-2277038 Contract Title: Transportation Services Veronica Ruiz Printed Name of Affiant Academy Bus, LLC Name of Firm 3595 NW 110th St, Miami Address of Firm Sales Manager Printed Title of Affiant Veronica RUiz Signature of Affiant 12/21/2018 Date FL 33167 State Zip Code 'Votary Public Information Notary Public - State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 1/23/2019 BidSync p. 77 Miami -Dade County RTQ-01100 Jgt Transportation, Inc. Bid Contact Maria Gonzalez jgttransportation@hotmail.com Ph 786-368-3000 Address 520 South Krome Avenue Homestead, FL 33030 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs RTQ-01100--01-01 Transportation Supplier Product Services Code: First Offer - 1 /each Y Y Supplier Total $0.00 1/23/2019 BidSync p. 78 Miami -Dade County RTQ-01100 Jgt Transportation, Inc. Item: Transportation Services Attachments SUBMITTAL FORM COMPLETED.pdf Port of Miami reference 2018.pdf MCH VACATIONS REFERENCE LETTER.pdf REFERENCES.pdf QUALIFICATION, EXPERIENCE, POLICIES AND PROCEDURES.pdf LOCAL BUSINESS LICENSES 2016-2018.pdf CONTACT INFORMATION.pdf 1/23/2019 BidSync p. 79 Miami -Dade County RTQ-01100 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE This Request to Qualify (RTQ) will establish a Prequalified Pool of Vendors (Pool) that will be used to solicit Transportation Services for Miami -Dade County (County). Placement in the Pool is not a contract between the County and the Vendor, but an acknowledgement that the Vendor meets the qualifications as outlined throughout this RTQ. Additional Vendor Submittals will be accepted throughout the term of the RTQ for placement in the Pool. 2.2 DEFINITIONS Invitation to Quote (ITQ) — Shall refer to the solicitation of quotes from the Pool for a specific good and/or service; and awarded based on lowest price, or other quantifiable criteria. Prequalified Pool of Vendors (Pool) — Shall refer to business entities/individuals determined by the County's Internal Services Department, Strategic Procurement Division, as meeting the minimum standards of business competence, financial capability, and/or product quality for placement in the Pool, and which may submit a quote or proposal, at the time of need. Vendor — Shall refer to a business entity/individual responding to this RTQ. Submittal - Shall refer to all information, attachments and forms submitted in response to this RTQ. 2.3 TERM The Pool shall be established on the first calendar day of the month succeeding approval by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued by the Internal Services Department, Strategic Procurement Division. The Pool shall expire on the last day of the sixtieth (60) month term. 2.4 GROUPS Group 1 — Limousines, Sedans, and SUVs Group 2 — Coach Charter Buses, and School Buses Group 3 — Minibuses and Vans (including handicap accessible) 2.5 QUALIFICATION CRITERIA FOR ALL GROUPS (1, 2, and 3) Vendors must meet the following criteria to be considered for placement in the Pool; and for participation in future competitions: 1. Vendor must maintain a minimum fleet of two vehicle(s) or more. To demonstrate this, Vendor must complete the attached Vehicle Inventory List in Section 4 of this solicitation. 2. Vendor must be regularly engaged in the business of providing for hire transportation services. Vendor shall provide two (2) reference letters from customers. The reference letters must be from customers that are currently receiving or have received from the Vendor, the transportation services described in this solicitation within the last two (2) years. The reference letters must be signed on the customer's company letterhead, and include the name, title, address, and telephone number of the contact person who can verify that the vendor has provided the services required under this solicitation. These reference letters shall ascertain to the County's satisfaction that the Vendor has sufficient experience providing for -hire transportation services. 3. Vendor must have and maintain a valid Vehicle Operating Permit, issued by the County, in accordance with Miami -Dade County Code. 4. Vendor shall provide the contact information of a designated representative to provide the County with support and information concerning orders placed and to receive future spot market solicitations. Vendor shall provide the representative's name, phone number, and email address. Rev.072518 1 /23/2019 BidSync p. 80 Miami -Dade County RTQ-01100 2.6 ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 3 ONLY 1. Vendor must have a valid Passenger Motor Carrier (PMC) Certificate of Transportation issued by the County, as required for buses and vans with seating capacity between 9 and 28 passengers, in accordance with the Miami -Dade County Code. Vendors shall provide all of the specified information, documents and attachments listed above with their Submittal as proof of compliance with the requirements of this RTQ. However, the County may, at its sole discretion and in its best interest, allow Vendors to complete, supplement or supply the required documents throughout the term of the RTQ. It shall be the sole right of the County to determine the number of Vendors which will be included in the Pool. During the term of the RTQ, the County reserves the right to add or delete Vendors as it deems necessary, and in its best interest. 2.7 INSURANCE Insurance is not required in order to be prequalified under this RTQ. Insurance requirements will be detailed in the subsequent ITQ. 2.8 SPOT MARKET COMPETITION Vendors in the Pool will be invited to participate in spot market competition, as needed. The spot market competition will be in the form of an ITQ that will include the specific goods and/or services required, and may include provisions, as applicable, such as: Small Business Measures; Liquidated Damages; Living Wage and Driver Licenses. For federally funded projects/programs, additional provisions may apply at the time of the ITQ in accordance with the funding source. The following provisions from Section 1, General Terms and Conditions shall be exempted from such solicitations, as indicated in the ITQ. • Local Preferences • User Access Program (UAP) Fee • Small Business Enterprises (SBE) Measure • Local Certified Service -Disabled Veteran's Business Enterprise Preference • First Source Hiring Referral Program • SBE Prompt Payment Terms • Office of Inspector General Fee Drivers employed by the Vendor must have and maintain a valid Florida Commercial Driver's License (Class B or Class C), with one of the following endorsements: P (Passengers) or S (School Bus), in accordance with Florida Department of Highway Safety and Motor Vehicles' requirements. Some Drivers employed by the Vendor may also be required to have and maintain a valid For -Hire Chauffer's Registration, issued by the County, in accordance with Miami -Dade County Code. 2.9 COUNTY DEPARTMENTS While this Solicitation is specific to the County Departments listed below, it is hereby agreed and understood that additional County departments or agencies may access the Pool at a later date. DEPARTMENTS PHONE Board of County Commissioners 305-375-5120 Fire Rescue 786-331-4241 Parks, Recreation, and Open Spaces 305-755-7873 Seaport (PortMiami) 305-347-4833 Rev.072518 1 /23/2019 BidSync p. 81 Miami -Dade County RTQ-01100 SECTION 3 SCOPE OF WORK AND TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK AND VEHICLE SPECIFICATIONS It is the intent of this Pool to identify and make available to the County, three groups of prequalified vendors to provide various types of for -hire transportation services to multiple Miami -Dade County Departments, as needed. All vendors, drivers and vehicles utilized must comply with all requirements contained in Chapter 31 of the Miami -Dade County Code, including but not limited to the Department of Transportation and Public Works (DTPW), Passenger Transportation Regulatory Division requirements, and any federal or state codes. Individual detailed transportation service requirements and any vehicle technical specifications will be provided by the issuing County Department, during each ITQ request. All vehicles must be in good working condition (new or like new), clean interiors and exteriors, and comply with all manufacturers' safety and mechanical standards. 3.2 TYPES OF VEHICLES Below is a list of vehicles the County may request for transportation services. The list is for reference and evaluation purposes only. The County may, at its discretion, add additional vehicle types as needed. GROUPS VEHICLE TYPE PASSENGER CAPACITY Group 1 Business or Luxury Sedan Up to 4 passengers Business or Luxury SUV Up to 6 passengers Limousine 6 to 12 passengers Group 2 Coach / Charter Bus Up to 55 passengers School Bus Grades K-6 up to 60 passengers Grades 6-8 up to 54 passengers Grades 9-12 up to 48 passengers Group 3 Minibus or Van -including handicap accessible 9 to 28 passengers Rev.072518 1/23/2019 BidSync p. 82 Miami -Dade County RTQ-01100 SECTION 4 SUBMITTAL FORM COMPANY NAME AND FEIN: JGT TRANSPORTATION. INC. FEIN: 65-0646227 QUALIFICATION CRITERIA TO BE COMPLETED BY THE VENDOR Refer to Section 2.5 — 2.8 To ensure that Submittal complies with solicitation requirements. Reference Section QUALIFICATION CRITERIA FOR ALL GROUPS (1, 2, and 3) Copy Attached 2.5 (1) Vendor must maintain a minimum fleet of two vehicle(s) or more. To demonstrate this, Vendor must complete the attached Vehicle Inventory List in Section 4 of this solicitation. Er 2.5 (2) Vendor must be regularly engaged in the business of providing for hire transportation services. Vendor shall provide two (2) current reference letters from customers. The reference letters must be from customers that are currently receiving or have received from the Vendor, the transportation services described in this solicitation within the last two (2) years. The reference letters must be signed on the customer's company letterhead, and include the name, title, address, and telephone number of the contact person who can verify that the vendor has provided the services required under this solicitation. These reference letters shall ascertain to the County's satisfaction that the Vendor has sufficient experience providing for -hire transportation services. 2.5 (3) Vendor must have and maintain a valid Vehicle Operating Permit, issued by the County, in accordance with Miami -Dade County Code. 2.5 (4) Vendor shall provide the contact information of a designated representative to provide the County with support and information concerning orders placed and to receive future spot market solicitations. Vendor shall provide the representative's name, title, phone number, and email address. Q Name: Maria R. Gonzalez Title: President Phone: 786-236-8335 Email: jgttransportation@hotmail.com ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 3 ONLY 2.6 (1) Vendor must have a valid Passenger Motor Carrier (PMC) Certificate of Transportation issued by the County, as required for buses and vans with seating capacity between 9 and 28 passengers in accordance with the Miami -Dade County Code. * 71/za,../e yt;Teej Rev.072518 1/23/2019 BidSync p. 83 Miami -Dade County RTQ-01100 SECTION 4 SUBMITTAL FORM TO BE COMPLETED BY ALL VENDORS Vehicle Inventory List Place a Check next to all of the Vehicle Types your company can offer to the County for Transportation Services and list the vehicle identification number (VIN), condition, and passenger capacity. GROUPS CHECK ALL THAT APPLY VEHICLE TYPE VIN CONDITION PASSENGER CAPACITY Group 1 Business or Luxury Sedan 1. 2. Business or Luxury SUV 3. 4. Limousine 5. 6. Group 2 Coach / Charter Bus 1. 1 M8PDMPAXWP050253 GOOD 55 2. 1 M8PDMSA5WP050250 GOOD 55 3. School Bus 4. 5. 6. Group 3 Minibus 1. 2. Van 3. 4. Handicap Accessible 5. 6. Additional Inventory: 1. 2. 3. 4. 5. 6. Rev.072518 1/23/2019 BidSync y&vaie.,T p 84 C/ PORT/VI/A/I. December 28, 2018 To Whom It May Concern: Miami -Dade County RTQ-01100 PortMiami 1015 North America Way, 2nd Floor Miami, Florida 33132-2081 T 305-371-7678 F 305-347-4843 www.miam idade. gov/portofm iam i At the request of Mr. Desiderio Gonzalez, owner & operator of JGT Transportation Inc., I am pleased to inform you that he has been a valued vendor providing reliable and professional shuttle service and customer service to PortMiami tenants and passengers for over four years. May this serve as a reference of good character for Mr. Gonzalez and JGT Transportation on the services which they provide for us. Please do not hesitate to contact me if I can be of further assistance. Sincerely, Sergio Camargo Jr. Seaport Cruise Operations Manager PortMiami 305-347-4939 1/23/2019 BidSync p. 85 Miami -Dade County RTQ-01100 December 28, 2018 Dear Sir/Madam: 4'as tOt, t ,, Florida Seller of Travel No. ST 36857 Travel Insurance Agent No. 09-0853 would like to take this opportunity to recommend JGT Transportation, Inc., as a candidate for the RTQ-01100 Transportation Services, Miami Dade County. JGT Transportation, Inc. has been working with us as a Sub -Contractor for the Hawks Cay Resort Contract and the PostCard Inn @ Holiday Isle Contract. JGT has been providing employee transportation services for approximately 4 years and they offer great quality service. JGT is a very reputable and respected company in South Florida and The Florida Keys. They have many years of experience and are always willing to go beyond their call of duty. If you have any questions, please feel free to contact me at your convenience. Thank you. Sincerely, Michelle Antunez Operations Manager MCH Vacations, Inc. ■ 18001 N.W. 79th Court w Miami, Florida 33015 Telephone: (305) 698-5800/ ■ Email: mchvacations(a?yahoo.corn 1/23/2019 BidSync p. 86 Miami -Dade County RTQ-01100 JGT TRANSPORTATION, INC. 520 South Krome Avenue Homestead, Florida 33030 Telephone: (786) 368-3000 Facsimile: (305) 245-1630 Email: igttransportation@hotmail.com Contact Person: Maria R. Gonzalez (786) 236-8335 Desiderio Gonzalez (786) 368-3000 Dated: December 28, 2018 RTQ-01100 — TRANSPORTATION SERVICES 1/23/2019 BidSync p. 87 Miami -Dade County RTQ-01100 REFERENCES Please see below client/business references and their contact information. You may contact any of the references listed below during the evaluation phase. 1. Sergio Camargo, Jr. Seaport Cruise Operations Superintendent I PortMiami 1015 North America Way, 2nd Floor Miami, Florida 33132 Office: (305) 347-4939 Facsimile: (305) 347-4843 Email: camargo@miamidade.gov Description of work in compliance with requirements of the contract no. 9749-0/18 to transporting passengers for the Port Miami and the Parks, Recreation and Open Spaces (PROS) departments within Miami Dade County. Port of Miami utilizes these services to transfer cruise passengers between parking lots and terminals at the port. PROS use transportation services during annual Sony Open Tennis Tournament at the Crandon Park Tennis Center. JGT will provide transportation on basis needs for the requested established route by Miami Dade County. 1. A. Sonny Vasquez, Jr. Ocean Reef Club Director of Safety & Security Elizabeth Palma Telephone: 305-393-5721 14 Anchor Drive Key Largo, Florida 33037 Telephone: (305) 367-2611 Description of work: In compliance with requirements of the contract Q83A-H to transporting passenger for the Card Sound Fixed Route, JGT provides transportation to passenger on the scheduled and established route. JGT TRANSPORTATION, INC. • 520 SOUTH KROME AVENUE • HOMESTEAD, FLORIDA 33030 Email: jgttransportation@hotmail.com • Telephone: (786) 368-3000 • Facsimile: (305) 245-1630 Page 2 1/23/2019 BidSync p. 88 Miami -Dade County RTQ-01100 2. Eddie Sipple, Controller PostCard Inn Beach Resort & Marina 84001 Overseas Highway Islamorada, The Florida Keys 33036 Office: (305) 433-9933 Email: controller@holidayisle.com Description of work in compliance with contract between Contractor and hotel/property to provide daily transportation services to associates/ employees' on the scheduled and established route by the designated hotel/property. 3. Michelle M. Antunez Operations Manager MCH Vacations, Inc. 18001 N.W. 79th Court Miami, Florida 33015 Office: (305) 609-5990 Email: mchvacations@yahoo.com Description of work in compliance with contract between Contractor and hotel/property to provide daily transportation services to associates/ employees' on the scheduled and established route by the designated hotel/property. We provide Hotel Properties, such as Hawks Cay Resort and Holiday Isle IslaMorada, Florida. 4. Jesse Stewart, Jr. Director of Human Resources Hawks Cay Resort Telephone: (305) 289-5158 Facsimile: (305) 921-0718 Email: iesse.stewart@hawkscay.com Description of work in compliance with contract between Contractor and hotel/property to provide daily transportation services to associates/ employees' on the scheduled and established route by the designated hotel/property. We provide Hotel Properties, such as Hawks Cay Resort and Holiday Isle IslaMorada, Florida. JGT TRANSPORTATION, INC. • 520 SOUTH KROME AVENUE • HOMESTEAD, FLORIDA 33030 Email: jgttransportation@hotmail.com • Telephone: (786) 368-3000 • Facsimile: (305) 245-1630 Page 3 1/23/2019 BidSync p. 89 Miami -Dade County RTQ-01100 JGT TRANSPORTATION, INC. 520 South Krome Avenue Homestead, Florida 33030 Telephone: (786) 368-3000 Facsimile: (305) 245-1630 Email: igttransportation@hotmail.com Contact Person: Maria R. Gonzalez (786) 236-8335 Desiderio Gonzalez (786) 368-3000 Dated: December 28, 2018 RTQ-01100 — TRANSPORTATION SERVICES 1 /23/2019 BidSync p. 90 Miami -Dade County RTQ-01100 QUALIFICATIONS AND EXPERIENCE The Contractor, JGT Transportation, Inc., has been in business providing transportation services for over 20 years in South Florida and is committed in providing outstanding public transportation services to the residents of the City of Homestead. JGT has been located in Dade County since its foundation. JGT is very familiar with the South Florida market and the transportation needs of the community. The management team at JGT has over 20 years of motor coach transportation experience. The hiring/staffing program ensures that all drivers are in compliance with the standards contained in FDOT rule chapter 14-90. The level of the drivers employed by JGT must have a minimum of three years commercial driving experience. Furthermore, their staff has an equal amount of years of experience in operations, maintenance, and driver supervision. Our management team's skills include, but are not limited to, job quotations, reservations, developing routes, route supervision, dispatching of service, driver hiring, drivers training, driver's supervision and vehicle maintenance. They are very familiar will all aspect of the business along with Federal, State and County, regulatory requirements. JGT developed operating systems and methods which encompass all areas of a motor coach operator. These systems have allowed them to successfully operate private charter work for all types of groups along with being the contractor for Miami Dade Transit. JGT TRANSPORTATION, INC. • 520 SOUTH KROME AVENUE • HOMESTEAD, FLORIDA 33030 Email: jgttransportation@hotmail.com • Telephone: (786) 368-3000 • Facsimile: (305) 245-1630 Page 2 1 /23/2019 BidSync p. 91 Miami -Dade County RTQ-01100 POLICIES AND PROCEDURES A. Proposer's maintenance program, including personnel training, daily operating practice, preventive maintenance program, etc. 1. The management is responsible for successful implementation and on -going execution of the maintenance program. Supervisors and employees are responsible for meeting and maintaining the standards set forth in this program. Our efforts and the commitment of employees will prevent vehicle accidents and reduce personal injury and property loss claims. This program requires the full cooperation of each driver to operate their vehicle safely and to adhere to the responsibilities outlined in the Motor Vehicle Safety Program. 2. Elements of the maintenance policy program include: assigning responsibilities at all levels of employment, vehicle use and insurance requirements, employee driver's license checks and identification of high risk drivers, accident reporting and investigation, Company Accident Review Board, vehicle selection and maintenance, training standards and safety regulations. Below is our Table of Contents of the Maintenance Policy Program; i. Motor Vehicle Safety Policy ii. Organization and Responsibilities iii. Vehicle Use iv. Driver Selection v. Accident Record keeping, Reporting and Analysis vi. Employee Accident Reporting Procedure vii. Company Accident Review Board viii. Vehicle Selection, Inspection and Maintenance ix. Driver Training x. Driver Safety Regulations JGT TRANSPORTATION, INC. • 520 SOUTH KROME AVENUE • HOMESTEAD, FLORIDA 33030 Email: jgttransportation@hotmail.com • Telephone: (786) 368-3000 • Facsimile: (305) 245-1630 Page 3 1/23/2019 BidSync p. 92 Miami -Dade County RTQ-01100 B. Proposer's Safety Program 1. JGT Transportation Inc. management will review the System Safety Program Plan (SSPP) annually, update the document as necessary, and implement the changes within a timeframe. Necessary updates outside the annual update window will be handled as SSPP addendums which will be incorporated in the body of the SSPP during subsequent annual update. All proposed changes will be documented by the management as proposed SSPP addendums and distributed to all affected parties including employees and contract service operators. All parties must comment within two weeks of the issuance of the proposed changes unless otherwise specified. Following the approval of any modifications to the SSPP by the President, management staff will distribute the SSPP addendum to all affected parties, with a cover memo highlighting the changes. All parties receiving the updates are required to sign for its receipt and acknowledge their responsibility in implementing the changes. Management will document and retain the proof of SSPP receipt by all employees during initial hire and subsequent updates. In accordance with Rule 14-90 (included in Appendix A), the SSPP addresses the following safety elements and requirements: i. Safety policies and responsibilities ii. Vehicle and equipment standards and procurement criteria iii. Operational standards and procedures iv. Bus driver and employee selection v. Driving requirements vi. Bus driver and employee training vii. Vehicle maintenance viii. Investigations of events ix. Hazard identification and resolution x. Equipment for transporting wheelchairs xi. Safety data acquisition and analysis xii. Wireless communication plan and procedure xiii. Safety standards for private contract bus transit system(s) that provide(s) continuous or recurring transportation services for compensation as a result of a contractual agreement with JGT Transportation Inc. JGT TRANSPORTATION, INC. • 520 SOUTH KROME AVENUE • HOMESTEAD, FLORIDA 33030 Email: jgttransportation@hotmail.com • Telephone: (786) 368-3000 • Facsimile: (305) 245-1630 Page 4 1/23/2019 BidSync p. 93 Miami -Dade County RTQ-01100 C. Proposer's Substance Abuse (Drug and Alcohol) Testing Program. a) JGT Transportation Inc. has established a Zero Tolerance Substance Abuse Policy Statement in accordance with 49 C.F.R. Part 32 and a substance abuse management and testing program in accordance with 49 C.F.R. Parts 40 and 655, October 1, 2009. The Substance Abuse Program Manager is responsible for ensuring the implementation of a drug and alcohol testing program for all safety -sensitive employees as identified and described within the subject policy. The intent of the policy is to: i. Assure that employees are not impaired in their ability to perform assigned duties in a safe, productive, and healthy manner; ii. Create a workplace environment free from the adverse effects of drug and alcohol abuse or misuse; iii. Prohibit the unlawful manufacture, distribution, dispensing, possession, or use of controlled substances; and iv. Encourage employees to seek professional assistance when substance abuse adversely affects their ability to perform their assigned duties. v. Violation of this substance abuse policy is subject to disciplinary actions. D. Proposer's Preventive Maintenance (PM) Policy and Program Manual a) A preventative maintenance schedule is implemented to inspect for safety hazards and to maintain vehicles in a manner conforming to safety regulations. JGT Transportation Inc. will perform scheduled preventive maintenance on all vehicles. When a vehicle is due for an inspection, it will be taken out of service until the inspection is completed. This allows a series of repairs to be carried out while minimizing costs and optimizing the number of operational vehicles. Each vehicle will have a written record documenting preventive maintenance, regular maintenance, inspections, lubrication and repairs performed. JGT TRANSPORTATION, INC. • 520 SOUTH KROME AVENUE • HOMESTEAD, FLORIDA 33030 Email: jgttransportation@hotmail.com • Telephone: (786) 368-3000 • Facsimile: (305) 245-1630 Page 5 1/23/2019 BidSync p. 94 3052451630 03 rn 00-0;i N12, (O,1 O 005332 Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6797394 BUSINESS NAME/LOCATION 1 G T TRANSPORTATION INC 520 S KROME AVE HOMESTEAD a 33030 OWNER J G T TRANSPORTATION INC Employee(s) 14 RECEIPT No. RENEWAL 7071053 pN,,, ES SE T EMBER 30, 2016 Must be displayed at place of business Pursuant to County Coda Chapter SA - Art, 9 & 10 SEC. TYPE OF BUSINESS AVMENT REGEIVEO 213 PASSENGER TRANSPORTATION SER BY TAX COLLECTOR $63.00 09/30/2015 FPPIJ03--15-021548 This Local Business Tex Repaint only confirms payment of the local Business Tax. The Receipt is rota license, permit, or a certification of the heldor stivaliitcetwus, le do business, Helia der lutislutist comply with tiny governmental or nongovernmental regulatory laws end requirements which apply The RECEIPT NO. above must be disployott on ell commercial vehicles-149iatnl-Bads Goole Sec as-27d. For mere inlornesiaa, visit wmeanieraidigirkoegulardeoler i(}unoa apea-!weiw RTQ-01100 3052451830 Miami -Dade County Dic 2818, 09:29p 002667 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS 1S NOTA BILL - CO NOT PAY 5138664 BUSINESS NAME/LOCATION 1 G T 'TRANSPORTATION INC 520 5 KRONE AVE HOMESTEAD FL 33030 OW NER G T TRANSPORTATION INC Employee(s) 3 RECEIPT NO. RENEWAL 5368709 SEC. TYPE OF BUSINESS 213 SERVICE BUSINESS 2 EXPIRES SEPTEMBER 30, 2016 Must tia displayed et Wen of business Pursuant to County Code Chapter 8A - Art, 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $45.00 09/17/2015 CI-IECK21-15-131438 Titis Locnl Business Tax Rocoipt only confirms payment of tho Will Business Tim. The ItnceIpt is not o linen!), pormiL or a certification of tho Irnfdar's qualifications, to do business. Voider must comply with any governmental ar nongovarumcntal togulotery tows and requirurrtcnfs which apply ID 1116 €iuninoss, Tho RECEIPT NO. show must Ito displayed on ail comrnerciul vehicles - Miami -Dade Edo Sac IM-279. Farotoroinformation, visit www,lninntik„d4gpuitnut:n.f p.3 RTQ-01100 30 52451630 Miami -Dade County CAP 28 18, 09:28p 095765 Local Business Tax Receipt Miami —Dade County, State of Florida -TI IISIS NOT A GILL -DO NOT PAY ,)138664 BUSINESS NAIIAEILOCATION l G T TRANSPORTATION INC 520 S KROME AVE HOMESTEAD EL 33030 RECEIPT NO. RENEWAL 5368709 OWNER SEC. TYPE OF BUSINESS T TRANSPORTATION INC 213 SERVICE BUSINESS Ernplayee(s) 3 This Local Business Tax Receipt only confirms payment al llw Local Business Tux. Tito Receipt is net a license, penult, or a carificaami al the balder squalilications, to du business, Holder mast comply with ➢ny rdevar➢ nalltul or nangavarrunantal regulatory laws and requirements which apply to tho haulms. The RECEIPT N0. above must b➢ displayed an all commercial vehicles -Miami -Dade Cade Sec tla-276. Fur nlaru informatiusr, visit v w:Inja i a kuovIteskaltactur EXPIRES SEPTEMBER 30, 2017 Must be displayed at puce of business Pursuant to County Code Chapter DA - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $45.00 07/29/2016 CHECK.21-16--106054 RTQ-01100 3052451630 Miami -Dade Count Dic 28 18, 09:26p Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - D0 NOT PAY 6797394 BUSINESS NAME/LOCATION 1 G T TRANSPORTATION INC 520 S KROME AVE HOMESTEAD FL 33030 DtNNEn J G T TRANSPORTATION INC Ernployee(s) 14 RECEIPT NO. RENEWAL 7071053 LBTI EXPIRES SEPTEMBER 30, 2017 Must be displayed at place of business Pursuant to County Code Chapter 9A - Art. 9 & 10 SEC. TYPE of BUSINESS 213 PASSENGER TRANSPORTATION SERVPAIMI NT REcElvEty BY TAX COLLECTOR S63,00 07/29/2076 CHECK21-16-105609 Th iciess funhtrconfirms f lc Local ecpywUygaipermt. or t urtfcoof Iho olo's ioifir,inodolusins. HResolder must aninnvatmnnrror rrortpovurmnantnl ronelotory lotus and requirements which oppty to tiro business. The RECEIPT NO. ohove must he dislrluyod on all commercial vehicles - Mind -Dade Corfu Sac 6o-276. For more iuloomaliom, visit 4 r ado ld evAseullo igr D'lc 28 18, 09:25p office Miami -Dade County 0076e5 3052451630 P • RTQ-01100 Local fAsiinass Tax Receipt Miami —Dade County, State of Florida -This IS NOT A BILL -- DO NOT PAY 6797394 BUSINESS NAIVIEJLOCATION J G T TRANSPORTATION INC 520 S KROME AVE HOMESTEAD FL 33030 RECEIPT NO. RENEWAL 7071053 EXPIRES_ , SEPTEMBER 30, 2018 Must be displayed at place of business Pursuant to County Code Chapter BA — Art. 9 & 10 OWNER SEC. TYPE OF BUSINESS J G T TRANSPORTATION INC 213 PASSENGER TRANSPORTATION SERVPA' MEraT RECEW 0 SY TAX COLLECTOR Employees) 14 $63.00 07/19/2017 FPPU13-17--015044 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is nut a license, permit, or a certification ate ladder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory law end requirements which apply to the business. The RECEIPT NO. above must be displayed an all commercial vehicles— Miami —Dade Code Sac 8a-27G_ For more information, visit vdwW-Miarnidatla—ZadtatecoiLeAlor 065050 Local 3ans F • s Tax licicokA Miami —Dade County, State of Florida —THIS IS NOT A SILL — DO NOT PAY 5138664 BUSINESS NAME/LOCATION 1 G T TRANSPORTATION INC 520 S KROME AVE HOMESTEAD FL 33030 OWNER J G T TRANSPORTATION INC Employee(s) 3 RECEIPT NO, 2ENE1f11AL 5368709 SEC. TYPE OF BUSINESS 213 SERVICE BUS/NESS 1LBT' EXPIRES OEP T EMBER 30, 201E Must be displayed at place of business Pursuant to County Code Chapter BA — Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $45.00 07/19/2017 FPPU 13--17--015045 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is note license, permit, or a certification of the holder's qualifications, to do business. Hooter mast comply with any governmental or nongovernmental regulatory tavas and requirements which apply to the business. The RECEIPT N0. above must he displayed on nit commercial vehiclas— Aliassi—DadoE $ae:Ra.27E - For more information, visit wnrw_mipmP v 6 n 1/23/2019 BidSync p. 99 Miami -Dade County RTQ-01100 JGT TRANSPORTATION, INC. 520 South Krome Avenue Homestead, Florida 33030 Telephone: (786) 368-3000 Facsimile: (305) 245-1630 Email: igttransportation@hotmail.com Contact Person: Maria R. Gonzalez (786) 236-8335 Desiderio Gonzalez (786) 368-3000 Dated: December 28, 2018 RTQ-01100 — TRANSPORTATION SERVICES 1 /23/2019 BidSync p. 100 Miami -Dade County RTQ-01100 CONTACT INFORMATION OF DESIGNATED REPRESENTATIVE Maria R. Gonzalez President JGT Transportation, Inc. 520 South Krome Avenue Homestead, Florida 33030 (786) 236-8335 xcell Email: jgttransportation@hotmail.com Desiderio Gonzalez General Manager JGT Transportation, Inc. 520 South Krome Avenue Homestead, Florida 33030 (786) 236-8335 xcell Email: jgttransportation@hotmail.com JGT TRANSPORTATION, INC. • 520 SOUTH KROME AVENUE • HOMESTEAD, FLORIDA 33030 Email: jgttransportation@hotmail.com • Telephone: (786) 368-3000 • Facsimile: (305) 245-1630 Page 2 1 /23/2019 BidSync p. 101 Miami -Dade County RTQ-01100 ation, Inc. SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 M IA M L•QADE COUNTY MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 1 /23/2019 BidSync p. 102 Miami -Dade County RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 1 /23/2019 BidSync p. 103 Miami -Dade County RTQ-01100 Supplier: Jgt Transportation, Inc. MIAMIDADE Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): JGT TRANSPORTATION, INC.* Federal Tax Identification Number: 65-0646227* If Corporation - Date Incorporated/Organized: 03/06/1996 State Incorporated/Organized: FL Company Operating Address: 520 SOUTH KROME AVENUE* City HOMESTEAD* State FL* Zip Code 33030* Miami -Dade County Address (if applicable): 520 SOUTH KROME AVENUE City HOMESTEAD State FL Zip Code 33030 Company Contact Person: DESIDERIO GONZALEZ* Email Address: jgttransportation©hotmail.com* Phone Number (include area code): 786-368-3000 Company's Internet Web Address: n/a Pursuant an prior • to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 ()CAI I Y-HFAf7OUARTFRFf7 RUSINFSS CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. El Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: 520 South Krome Avenue, Homestead, Florida 33030_ LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. • Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMA1 1 RUSINFSS FNTFRPRISF CONTRACT MFASURFS (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 1/23/2019 BidSync p. 104 Miami -Dade County RTQ-01100 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes © No CI If yes, please provide Certification Number: 4098 SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder is not on the Scrutinized Companies with Activities in Energy Sector List, as those terms are used and defined in sections 287.135 to provide such certification but still seeks to be considered for award of this a duly authorized representative and shall also initial this space: In such event, written explanation of the facts supporting any exception to the requirement for The Bidder agrees to cooperate fully with the County in any investigation would be applicable. The County shall have the right to terminate any contract a false certification or to have been placed on the Scrutinized Companies for Iran Petroleum Energy Sector List. By executing this bid through a duly authorized representative, the Bidder Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum and 215.473 of the Florida Statutes. In the event that the Bidder is unable solicitation, the Bidder shall execute the bid response package through the Bidder shall furnish together with its bid response a duly executed certification that it claims under Section 287.135 of the Florida Statutes. undertaken by the County to determine whether the claimed exception resulting from this solicitation for default if the Bidder is found to have submitted Activities in Sudan List or the Scrutinized Companies with Activities in the IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. submitted contains confidential, proprietary or trade secret information, the made that the Bid, or any part thereof no matter how indicated, is confidential, information to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims proprietary or a trade secret and authorizes the County to release such Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: MARIA R. GONZALEZ* Date 12/27/2018* Type or Print Name MARIA R. GONZALEZ* Type or Print Title * PRESIDENT THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: MARIA R. GONZALEZ* Date 12/27/2018* Type or Print Name MARIA R. GONZALEZ* 1 /23/2019 BidSync p. 105 Miami -Dade County RTQ-01100 Type or Print Title * PRESIDENT 1 /23/2019 BidSync p. 106 Miami -Dade County RTQ-01100 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. These will be the policies and procedures for our company and drivers as well as the policies and procedures for our subcontractors. POLICIES AND PROCEDURES A. Proposer's maintenance program, including personnel training, daily operating practice, preventive maintenance program, etc. 1. The management is responsible for successful implementation and on -going execution of the maintenance program. Supervisors and employees are responsible for meeting and maintaining the standards set forth in this program. Our efforts and the commitment of employees will prevent vehicle accidents and reduce personal injury and property loss claims. This program requires the full cooperation of each driver to operate their vehicle safely and to adhere to the responsibilities outlined in the Motor Vehicle Safety Program. 2. Elements of the maintenance policy program include: assigning responsibilities at all levels of employment, vehicle use and insurance requirements, employee driver's license checks and identification of high risk drivers, accident reporting and investigation, Company Accident Review Board, vehicle selection and maintenance, training standards and safety regulations. Below is our Table of Contents of the Maintenance Policy Program; i. Motor Vehicle Safety Policy ii. Organization and Responsibilities iii. Vehicle Use iv. Driver Selection v. Accident Recordkeeping, Reporting and Analysis vi. Employee Accident Reporting Procedure vii. Company Accident Review Board viii. Vehicle Selection, Inspection and Maintenance ix. Driver Training x. Driver Safety Regulations A AOA A A A B. ProposerA AOA A A A s Safety Program 1. JGT Transportation Inc. management will review the System Safety Program Plan (SSPP) annually, update the document as necessary, and implement the changes within a timeframe. Necessary updates outside the annual update window will be handled as SSPP addendums which will be incorporated in the body of the SSPP during subsequent annual update. All proposed changes will be documented by the management as proposed SSPP addendums and distributed to all affected parties including employees and contract service operators. All parties must comment within two weeks of the issuance of the proposed changes unless otherwise specified. Following the approval of any modifications to the SSPP by the President, management staff will distribute the SSPP addendum to all affected parties, with a cover memo highlighting the changes. All parties receiving the updates are required to sign for its receipt and acknowledge their responsibility in implementing the changes. Management will document and retain the proof of SSPP receipt by all employees during initial hire and subsequent updates. In accordance with Rule 14-90 (included in Appendix A), the SSPP addresses the following safety elements and requirements: i. Safety policies and responsibilities ii. Vehicle and equipment standards and procurement criteria 1 /23/2019 BidSync p. 107 Miami -Dade County RTQ-01100 iii. Operational standards and procedures iv. Bus driver and employee selection v. Driving requirements vi. Bus driver and employee training vii. Vehicle maintenance viii. Investigations of events ix. Hazard identification and resolution x. Equipment for transporting wheelchairs xi. Safety data acquisition and analysis xii. Wireless communication plan and procedure xiii. Safety standards for private contract bus transit system(s) that provide(s) continuous or recurring transportation services for compensation as a result of a contractual agreement with JGT Transportation Inc. C. Proposer's Substance Abuse (Drug and Alcohol) Testing Program. a) JGT Transportation Inc. has established a Zero Tolerance Substance Abuse Policy Statement in accordance with 49 C.F.R. Part 32 and a substance abuse management and testing program in accordance with 49 C.F.R. Parts 40 and 655, October 1, 2009. The Substance Abuse Program Manager is responsible for ensuring the implementation of a drug and alcohol testing program for all safety -sensitive employees as identified and described within the subject policy. The intent of the policy is to: i. Assure that employees are not impaired in their ability to perform assigned duties in a safe, productive, and healthy manner; ii. Create a workplace environment free from the adverse effects of drug and alcohol abuse or misuse; iii. Prohibit the unlawful manufacture, distribution, dispensing, possession, or use of controlled substances; and iv. Encourage employees to seek professional assistance when substance abuse adversely affects their ability to perform their assigned duties. v. Violation of this substance abuse policy is subject to disciplinary actions. D. Proposer's Preventive Maintenance (PM) Policy and Program Manual a) A preventative maintenance schedule is implemented to inspect for safety hazards and to maintain vehicles in a manner conforming to safety regulations. JGT Transportation Inc. will perform scheduled preventive maintenance on all vehicles. When a vehicle is due for an inspection, it will be taken out of service until the inspection is completed. This allows a series of repairs to be carried out while minimizing costs and optimizing the number of operational vehicles. Each vehicle will have a written record documenting preventive maintenance, regular maintenance, inspections, lubrication and repairs performed. ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT MARIA R. GONZALEZ Signature 12/27/2018 Date 1 /23/2019 BidSync p. 108 Miami -Dade County RTQ-01100 MIAM SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer: JOT TRANSPORTATION, INC. FEIN No. 65-0646227 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form I no subcontractors or suppliers will be used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. the event that the recommended Bidder/Proposer demonstrates to the County odor to award that the race gender and ethnic information is not reasonably available at that time the Bidder/Propose( shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and. in any event. prior to final payment under the contract (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier principal Owner Supplies/ Materials/ Services to be Provided by Sulier pp Principal Owner (Enter the number of male and female owners by race/ethnicity) (Enter the number numbe Employee(s) of male and female employees and the of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Olhi Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Principal Owner (Enter the number of male and female owners by racelethnicity) (Enter the number numbe Employee(s) of male and female employees and the of employees by race/ethnicity) M F White Black Hispanic p Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic p Asian/Pacific Islander Native American/ Native Alaskan Olhi Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on-IinetotheSmall Business Devdopmm of the Internal Services Department at http://www.miamidade.govlbusinesslbusiness-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/businessAibrary/forms/subcontractors-payment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. MARIA R. GONZALEZ MARLA R. GONZALEZ PRESIDENT Signature of Bidder/Proposer Print Name Print Title 12/27/2018 Date 5113,ma..v 1/23/2019 BidSync p. 109 Miami -Dade County RTQ-01100 Supplier: Jgt Transportation, Inc. Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: RTQ-01100 Federal Employer Identification Number (FEIN): 65-0646227 Contract Title: TRANSPORTATION SERVICE N/A Printed Name of Affiant Printed Title of Affiant Signature of Affiant Name of Firm Date Address of Firm State Zip Code Nnfary Puhlic Infnrmafinn Notary Public - State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 1/23/2019 BidSync p. 110 Miami -Dade County RTQ-01100 Safeguard America, Inc d/b/a Americas Transportation Bid Contact Steven Masdeu stevenmasdeu@bellsouth.net Ph 305-859-9000 Address P.O. Box 143977 Miami, FL 33114 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs RTQ-01100--01-01 Transportation Supplier Product Services Code: First Offer - 1 /each Y Y Supplier Total $0.00 1 /23/2019 BidSync p. 111 Miami -Dade County RTQ-01100 Safeguard America, Inc d/b/a Americas Transportation Item: Transportation Services Attachments CDL Drivers.xlsx Hack Drivers.xlsx LBT - 2017-2019.pdf Letter of Recomendation - from CCL.pdf Letter of Recomendation - from MDT.pdf Letter of Recomendation - from RCCL.pdf PMC Dade.pdf Vehicle List.xlsx Contractor Due Diligence Affidavit.pdf Section 2 - 4 - Submittal Form.pdf 1 /23/2019 BidSync p. 112 Miami -Dade County RTQ-01100 Employee DL # Alfonso, Jorge A A415-432-59-127-0 Alpizar, Abilio A412-000-52-062-0 Alvarez, Francisco J A416-250-65-413-0 Barrios, Alberto J B624-010-60-446-0 Benjamin Demming, Roberto B525-720-74-135-0 Bernadin, Herold B653-320-59-376-0 Bordon Fundora, Robert D B635-724-63-284-0 Breedlove, Billy Quaime B634-075-75-409-0 Castaneda, Jaime A C235-421-53-012-0 Cherubin, Daniel C615-160-68-042-2 Curtis, Wayne Rodrigues C632-896-71-131-0 Diaz, Jose A D200-421-57-412-1 Fernandez Artiles, Fausto R F655-256-54-455-0 Ferrer, Lorenzo F660-520-63-302-0 Gabriel, Frantz G164-240-68-451-0 Hernandez, Alex H655-000-61-128-0 Hernandez, Pablo H655-660-60-087-0 Innocent, Emmanuel 1525-200-82-363-0 Jimenez, Frank J552-260-54-364-0 Joseph, Edney J210-200-70-363-0 Lima, Ariel A L516-001-72-348.0 Lumpkin, Demetrius B L512-162-70-378-0 Lyttleton, Kevin A L343-501-71-370-0 Machado Aday, Jesus M233-420-72-441-0 Mack 11, Franklin D M200-244-80-007-0 Malagon Lara, Sergio M425-780-60-173-0 Marriaga, Alexander J M620-010-69-024-0 McMorris, Timmy D M256-804-55-062-0 Menendez, Liber M553-520-72-307-0 Millan, Francisco R M450-256-63-050-0 Morejon, Jose M625-420-58-365-0 Moreno, Pedro P M650-675-49-229-0 Padron, Cristo B P365-102-54-245-0 Parrish, Kathy L P620-512-63-866-1 Patiag, Manuel C P-320-543-66-369-0 Perez Bermudez, Osvaldo P621-640-59-382-0 Pierre, Jean Levedson P600-472-81-050-0 Powell, Bradley F P400-066-63-341-0 Ramirez, Carlos A R562-101-58-322-0 Rigby, Christopher A R210-101-47-030-0 Roca, Wilfrido A R200-881-49-122-0 Rodriguez Gaitan, Reinaldo R362-720-57-456-0 Sardinas Padron, Carlos 1 S635-109-56-271-0 Sedeno, German S350-280-60-371-0 Thomas, Ronald T520-720-69-289-0 1/23/2019 BidSync p. 113 Miami -Dade County RTQ-01100 Tiel, Luisa M T400-533-72-956-1 Toscano, Isabel T250-400-61-916-0 Ugalde-Boffill, Ricardo M U243-733-50-338-0 1/23/2019 BidSync p. 114 Miami -Dade County RTQ-01100 Employee DL # Job Title Alvarez, Francisco J A416-250-65-413-0 Driver with HACK Barrios, Alberto J B624-010-60-446-0 Driver with HACK Benjamin Demming, Roberto B525-720-74-135-0 Driver with HACK Castaneda, Jaime A C235-421-53-012-0 Driver with HACK Diaz, Jose A D200-421-57-412-1 Driver with HACK Fernandez Artiles, Fausto R F655-256-54-455-0 Driver with HACK Ferrer, Lorenzo F660-520-63-302-0 Driver with HACK Hernandez, Alex H655-000-61-128-0 Driver with HACK Machado Aday, Jesus M233-420-72-441-0 Driver with HACK Mack II, Franklin D M200-244-80-007-0 Driver with HACK Masdeu, Peter M230-660-53-389-0 Driver with HACK Mendez, Carlos F M-532-106-42-338-0 Driver with HACK Morejon, Jose M625-420-58-365-0 Driver with HACK Moreno, Pedro P M650-675-49-229-0 Driver with HACK Padron, Cristo B P365-102-54-245-0 Driver with HACK Perez Bermudez, Osvaldo P621-640-59-382-0 Driver with HACK Roca, Wilfrido A R200-881-49-122-0 Driver with HACK Rodriguez Gaitan, Reinaldo R362-720-57-456-0 Driver with HACK Russ, Narquise D R200-624-76-225-0 Driver with HACK Sedeno, German S350-280-60-371-0 Driver with HACK Tiel, Luisa M T400-533-72-956-1 Driver with HACK Toscano, Isabel T250-400-61-916-0 Driver with HACK Washington, Chernize V W252-118-79-913-0 Driver with HACK 1/23/2019 BidSync p. 115 Miami -Dade County RTQ-01100 001845 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 4572930 BUSINESS NAME/LOCATION SAFEGUARD AMERICA INC 725 SE 9TH CT 2D1 MIAMI FL 33010 OWNER SAFEGUARD AMERICA INC rmployee(s) 1 RECEIPT NO. RENEWAL. 4774056 SEC. TYPE OF BUSINESS PAYMENT RECEIVED 213 PASSENGER TRANSPORTATION SERV BY TAX COLLECTOR $45.00 09/06/2018 ECHECK-18-208879 ILBTI EXPIRES SEPTEMBER 30, 2019 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 84 10 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 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 -Bade Code Sec 8a-276. For more information, visit www.miamidade.govltg�rcgliactor 1 /23/2019 BidSync p. 116 Miami -Dade County RTQ-01100 001068 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 4572930 BUSINESS NAME/LOCATION SAFEGUARD AMERICA INC 725 SE 9 CT 2D1 MIAMI FL 33010 RECEIPT NO, RENEWAL 4774056 ILBT, EXPIRES SEPTEMBER 30, 2018 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 OWNER SEC. TYPE OF BUSINESS PAYMENT RECEIVED SAFEGUARD AMERICA INC 213 PASSENGER TRANSPORTATION SERV BY TAX COLLECTOR $45.00 09/05/2017 ECHECK-17-191828 Employee(s) 1 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 -Bede Code Sec 6a-276. For more information, visit www.miamidade.gov/taxcollector 1 /23/2019 BidSync p. 117 Miami -Dade County RTQ-01100 003784 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS fS NOT A BILL — DO NOT PAY 3950285 BUSINESS NAME/LOCATION SAFEGUARD AMERICA INC 725 5E 9 CT 2D1 MIAMI FL 33010 OWNER SAFEGUARD AMERICA INC Employee(s) T RECEIPT NO. RENEWAL 4123063 EXPIRES SEPTEMBER 30, 2017 Must be displayed at place of business Pursuant to County Code Chapter 8A — Art. 9 & 70 PAYMENT RECEIVED BY TAX COLLECTOR $45.00 07/11/2016 CREDITCARD-16-038602 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 gay axcoflector SEC. TYPE OF BUSINESS 213 GUARD PATROL AGENCY M B9400246 1/23/2019 BidSync p. 118 Miami -Dade County RTQ-01100 Carnival March 21, 2017 Florida International University Purchasing Services Modesto Maidique Campus CSC - 410 Miami, Florida 33199 Re: Transportation Services — Americas Transportation To whom it may concern: As a valued business partner, Americas Transportation has been providing transportation services to Carnival Cruise Lines for more than ten years. I would gladly recommend Americas Transportation to any organization. Their dedication and timely responses, along with their ability to modify within a moment's notice, make them a valuable vendor to Carnival Cruise Lines. You will find them to be very pleasurable to work with and an asset to any organization. Should you have any questions or require any additional information please do not hesitate to contact me at Sincerely, Yoh ni Ruiz Transportation Manager Carnival Place • 3655 NW 87 Avenue • Miami, FL • 33178-2428 • t 3.05.599 2600 • carnival.com O O MIAMI•DADE Miami -Dade County COUNTY Carlos A. Gimenez, Mayor March 16, 2017 Florida International University Purchasing Services Modesto Maidique Campus CSC — 410 Miami, Florida 33199 Re Bid 9791-1/24 Fixed Bus Routes for Miami Dade Transit Transit 3300 NW 32nd Street Mlaml, Florida 33142-4536 T 305-637-3809 F 305-637-3731 miamldade.gov To Whom It May Concern: Safeguard America, Inc. dba Americas Transportation provides Fixed Bus Routes for Miami -Dade Transit routes 301 and 302. This contract provides patrons transportation services from Florida City to Marathon, Monroe County for route 301. Route 302, Card Sound Express is from Florida City to Ocean Reef Club. In the breakdown, there are 24 pull-outs daily. Details of the routes are as follows: • There are a total of 11 buses in operation • Service is provided 20 hours daily, 365 days per year including all holidays • 34,046 hours billed annually • 350,000 patrons transported annually The contract commenced on August, 2014 and runs through September, 2019. There is an option for an additional 5 year renewal. During this contractual period, Americas Transportation has been cooperative in making adjustments with minimal notice in an effort to assist our customers. They are always available and open to any discussions that are required and willing to improve service. Should you have any questions or regcfi any additional information please do not hesitate to contact me at 305-637-3809. Sincerely, Joel Perez, Gener up rintendent Bus Operations (Del ue t r'ng TE:cerre nce Eve°y (Day Miami -Dade County RTQ-01100 Royal Caribbean Cruises Ltd. 1050 Caribbean Way tel: 305.539.600C Miami, FI 33132.2096 USA www.royalcaribbean.com March 15, 2017 Florida International University Purchasing Services Modesto Maidique Campus Campus Support Complex — CSC 411 Miami, FL 33199 Re: Ground Transportation for Royal Caribbean Cruises Ltd. To whom it may concern; Safeguard America, Inc. dba Americas Transportation.com has been a vendor for Royal Caribbean Cruises Ltd. since 1998. In 2007, we increased their services from crew transportation to providing guest transportation to/from airports to various hotels in South Florida. In 2012, we awarded Americas Transportation with a long-term contract for our guest transportation services in South Florida — Miami and Fort Lauderdale. The contract services are as follows: • Transfers from Airports (MIA &FLL) to/from Seaports (Port Miami & Port Everglades) • Transfers from Airports (MIA & FLL) to/from various hotels in South Florida • Chartered/Special Services as requested • Buses used during peak season: 32 Buses • Annual Service hours: 35,000 Hours • Annual Passengers: 235,000 The Management Team at Americas Transportation is focused on delivering a positive guest experience, pays close attention to detail in the planning and execution of all of our transportation needs and has been very responsive to any irregular requests due to special circumstances. We have maintained a positive and collaborative working relationship over the years. I would highly recommend them as a valued partner/transportation provider. Should you have any questions or need any additional information, please feel free to contact me via e-mail at mlevay@rccl.com or at my office 305-539-4343. Sincerely, evay Director, Guest Port ices Royal Caribbean International Celebrity Cruises Pulltnantur Azatnara Club Cruises CDF Croisieres de France TUI Cruises 1 /23/2019 BidSync p. 121 0 I I I I I I 1 1/7 � r ; �V �tt �►� �/r �t� ��� ���. �r �� ►r � � nfi till rtr � its ti_sly `lam• ��;�, ill • 1 MIAMI-DADE COUNTY, FLORIDA kr"- III PASSENGER MOTOR CARRIER �rrrCERTIFICATE OF TRANSPORTATIONi� "��TRANSFER' � B.C.C. RESOLUTION NO.: R-667-01 CERTIFICATE NO.: 30278 DATE OF ISSUANCE: 06/19/01 Hi. THIS CERTIFICATE, ISSUED IN ACCORDANCE WITH CHAPTER 31, ARTICLE III h� ." OF THE CODE OF MIAMI-DADE COUNTY, FLORIDA AUTHORIZES: P Ili iI;f tr. "■r A )111I TO PROVIDE. Special Operations class transportation service defined as the transportation of persons in a motor vehicle to a common t 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 chartesightseeing, or subscription service, not between fixed terminals or on a regular route The company will transport tourist and resident. groups to and from It'll 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 ill ;�� � 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 l . 'I::"" compartment section of each vehicle iii fifteen days prior to its effective date. Each vehicle and chauffeur must be licensed by the Consumer Services P Department prior to operation. The company is required to adhere to the terms and conditions specified herein and contained in R-841 98 llte �# BY ORDER OF MIAMI-DADE COUNTY BOARD OF COUNTY COMMISSIONERS a' e.r� t1,4 U 0 MIAMI•DADE SAFEGUARD AMERICA SECURITY & INVESTIGATIONS, INC. 102 PONCE DE LEON BOULEVARD, MIAMI, FLORIDA 33135 ins ■:: THIS CERTIFICATE MUST BE ANNUALLY RENEWED BY MARCH 31 OF EACH YEAR (701101) k. ill ir0 ::■i■� ■■■st w:i r"r s� �w rrrrrr - - rr ■rrr MOM rli■ - . _ •ZI Director, Consumer Services Department 0) O Miami -Dade County RTQ-01100 1/23/2019 BidSync p. 123 Miami -Dade County RTQ-01100 1/23/2019 BidSync p. 124 Miami -Dade County RTQ-01100 1/23/2019 BidSync p. 125 Miami -Dade County RTQ-01100 1/23/2019 BidSync p. 126 Miami -Dade County RTQ-01100 1/23/2019 BidSync p. 127 12/28/2018 Miami -Dade CoLrI Form RTQ-01100 Supplier Response Form Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals andlor board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non- compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami -Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No. : Federal Employer RTQ-01100 Identification Number (FEIN): Contract Title: Transportation Services Steven Masdeu Printed Name of Affiant Director Printed The of Affant Safeguard America, Inc. d/b/a Americas Name of Firm 3201 NW 24th Street Road FI Address of Firm State Notary Public — State of ci Notary Public Information V eu5 County of Subscribed and sworn to for affirmed) before me this G. by girt lArtaa WAAS Typ idenfi ced alure of Notary Public Print or Stamp of Notary Public He or she is personally known to me $4.10'N.Notary Public State of FEorida Dionne 8 Jane / My Commission GG 213777 i‘clwExpires 05/02}2022 Expire'on Date Please enter your password below and click Save to save your response. Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.) 65 0840025 Steven Masdeu Signature of Affant Date 33142 Zip Code triA 1*4 of lb Ctttn2a \cf'• or has produced identification Serial Number Notary Public Seal By completing this form. your bid has not yet been submitted. Please click on the place offer button to finish filling out your bid. Username smasdeu0l tl gw.bidsync.com/DPXViewer/Contractor_Due—Diligence_Affirdavit.t supresponse&auc=2033556&docid=5899805 p. 1128 Miami -Dade County RTQ-01100 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE This Request to Qualify (RTQ) will establish a Prequalified Pool of Vendors (Pool) that will be used to solicit Transportation Services for Miami -Dade County (County). Placement in the Pool is not a contract between the County and the Vendor, but an acknowledgement that the Vendor meets the qualifications as outlined throughout this RTQ. Additional Vendor Submittals will be accepted throughout the term of the RTQ for placement in the Pool. 2.2 DEFINITIONS Invitation to Quote (ITQ) — Shall refer to the solicitation of quotes from the Pool for a specific good and/or service; and awarded based on lowest price, or other quantifiable criteria. Prequalified Pool of Vendors (Pool) — Shall refer to business entities/individuals determined by the County's Internal Services Department, Strategic Procurement Division, as meeting the minimum standards of business competence, financial capability, and/or product quality for placement in the Pool, and which may submit a quote or proposal, at the time of need. Vendor — Shall refer to a business entity/individual responding to this RTQ. Submittal - Shall refer to all information, attachments and forms submitted in response to this RTQ. 2.3 TERM The Pool shall be established on the first calendar day of the month succeeding approval by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued by the Internal Services Department, Strategic Procurement Division. The Pool shall expire on the last day of the sixtieth (60) month term. 2.4 GROUPS Group 1 — Limousines, Sedans, and SUVs Group 2 — Coach Charter Buses, and School Buses Group 3 — Minibuses and Vans (including handicap accessible) 2.5 QUALIFICATION CRITERIA FOR ALL GROUPS (1, 2, and 3) Vendors must meet the following criteria to be considered for placement in the Pool; and for participation in future competitions: 1. Vendor must maintain a minimum fleet of two vehicle(s) or more. To demonstrate this, Vendor must complete the attached Vehicle Inventory List in Section 4 of this solicitation. 2. Vendor must be regularly engaged in the business of providing for hire transportation services. Vendor shall provide two (2) reference letters from customers. The reference letters must be from customers that are currently receiving or have received from the Vendor, the transportation services described in this solicitation within the last two (2) years. The reference letters must be signed on the customer's company letterhead, and include the name, title, address, and telephone number of the contact person who can verify that the vendor has provided the services required under this solicitation. These reference letters shall ascertain to the County's satisfaction that the Vendor has sufficient experience providing for -hire transportation services. 3. Vendor must have and maintain a valid Vehicle Operating Permit, issued by the County, in accordance with Miami -Dade County Code. Vendor shall provide the contact information of a designated representative to provide the County with support and information concerning orders placed and to receive future spot market solicitations. Vendor shall provide the representative's name, phone number, and email address. Rev,072514 1/23/2019 BidSync p. 129 Miami -Dade County RTQ-01100 2.6 ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 3 ONLY 1. Vendor must have a valid Passenger Motor Carrier (PMC) Certificate of Transportation issued by the County, as required for buses and vans with seating capacity between 9 and 28 passengers, in accordance with the Miami -Dade County Code. Vendors shall provide ail of the specified information, documents and attachments listed above with their Submittal as proof of compliance with the requirements of this RTQ. However, the County may, at its sole discretion and in its best interest, allow Vendors to complete, supplement or supply the required documents throughout the term of the RTQ. It shall be the sole right of the County to determine the number of Vendors which will be included in the Pool. During the term of the RTQ, the County reserves the right to add or delete Vendors as it deems necessary, and in its best interest. 2.7 INSURANCE Insurance is not required in order to be prequalified under this RTQ. Insurance requirements will be detailed in the subsequent ITO. 2.8 SPOT MARKET COMPETITION Vendors in the Pool will be invited to participate in spot market competition, as needed. The spot market competition will be in the form of an ITQ that will include the specific goods and/or services required, and may include provisions, as applicable, such as: Small Business Measures; Liquidated Damages; Living Wage and Driver Licenses. For federally funded projects/programs, additional provisions may apply at the time of the ITQ in accordance with the funding source. The following provisions from Section 1, General Terms and Conditions shall be exempted from such solicitations, as indicated in the ITQ. • Local Preferences • User Access Program (UAP) Fee • Small Business Enterprises (SBE) Measure • Local Certified Service -Disabled Veteran's Business Enterprise Preference • First Source Hiring Referral Program • SBE Prompt Payment Terms • Office of Inspector General Fee Drivers employed by the Vendor must have and maintain a valid Florida Commercial Driver's License (Class B or Class C), with one of the following endorsements: P (Passengers) or S (School Bus), in accordance with Florida Department of Highway Safety and Motor Vehicles' requirements. Some Drivers employed by the Vendor may also be required to have and maintain a valid For -Hire Chauffer's Registration, issued by the County, in accordance with Miami -Dade County Code. 2.9 COUNTY DEPARTMENTS While this Solicitation is specific to the County Departments listed below, it is hereby agreed and understood that additional County departments or agencies may access the Pool at a later date. DEPARTMENTS PHONE Board of County Commissioners 305-375-5120 Fire Rescue 786-331-4241 Parks, Recreation, and Open Spaces 305-755-7873 Seaport (PortMiami) 305-347-4833 Rev,072518 1 /23/2019 BidSync p. 130 Miami -Dade County RTQ-01100 SECTION 3 SCOPE OF WORK AND TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK AND VEHICLE SPECIFICATIONS It is the intent of this Pool to identify and make available to the County, three groups of prequalified vendors to provide various types of for -hire transportation services to multiple Miami -Dade County Departments, as needed. All vendors, drivers and vehicles utilized must comply with all requirements contained in Chapter 31 of the Miami -Dade County Code, including but not limited to the Department of Transportation and Public Works (DTPW), Passenger Transportation Regulatory Division requirements, and any federal or state codes. Individual detailed transportation service requirements and any vehicle technical specifications will be provided by the issuing County Department, during each ITC) request. All vehicles must be in good working condition (new or like new), clean interiors and exteriors, and comply with all manufacturers' safety and mechanical standards. 3.2 TYPES OF VEHICLES Below is a list of vehicles the County may request for transportation services. The list is for reference and evaluation purposes only. The County may, at its discretion, add additional vehicle types as needed. GROUPS VEHICLE TYPE PASSENGER CAPACITY Group 1 Business or Luxury Sedan Up to 4 passengers Business or Luxury SUV Up to 6 passengers Limousine 6 to 12 passengers Group 2 Coach / Charter Bus Up to 55 passengers School Bus Grades K-6 up to 60 passengers Grades 6-8 up to 54 passengers Grades 9-12 up to 48 passengers Group 3 Minibus or Van -including handicap accessible 9 to 28 passengers Rev .0725I8 1 /23/2019 BidSync p. 131 Miami -Dade County RTQ-01100 SECTION 4 SUBMITTAL FORM COMPANY NAME AND FEIN:& +� (k (�1 C I iCC I I�',� CiI fY a'i 't f 7r t-k QUALIFICATION CRITERIA - ce)'l 6-6-5 TO BE COMPLETED BY THE VENDOR Refer to Section 2.5 — 2.8 To ensure that Submittal complies with solicitation requirements. Reference 'Section QUALIFICATION CRITERIA FOR ALL GROUPS (1, 2, and 3) Copy Attached 2 5 (1} Vendor must maintain a minimum fleet of two vehicle(s) or more. To demonstrate this, Vendor must complete the attached Vehicle Inventory List in Section 4 of this solicitation. El/ 2.5 (2) Vendor must be regularly engaged in the business of providing for hire transportation services. Vendor shall provide two (2) current reference letters from customers. The reference letters must be from customers that are currently receiving or have received from the Vendor, the transportation services described in this solicitation within the last two (2) years. The reference letters must be signed on the customer's company letterhead, and include the name, title, address, and telephone number of the contact person who can verify that the vendor has provided the services required under this solicitation. These reference letters shall ascertain to the County's satisfaction that the Vendor has sufficient experience providing for -hire transportation services. 2.5 (3) Vendor must have and maintain a valid Vehicle Operating Permit, issued by the County, in accordance with Miami -Dade County Code. 2.5 (4) Vendor shall provide the contact information of a designated representative to provide the County with support and information concerning orders placed and to receive future spot market solicitations. Vendor shall provide the representative's name, title, phone number, and email address. 11 Male: Si \J ex Macdre,i,A Title: b' Y ((-or Phone: J ' �� 1 � c Email: 5- )1Pam %YY'OSCIt0,4t) OC ISOAl' ne ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 3 ONLY 2.6 (1) Vendor must have a valid Passenger Motor Carrier (PMC) Certificate of Transportation issued by the County, as required for buses and vans with seating capacity between 9 and 28 passengers in accordance with the Miami -Dade County Code. / ej Rev.072518 1/23/2019 BidSync p. 132 Miami -Dade County RTQ-01100 SECTION 4 SUBMITTAL FORM TO BE COMPLETED BY ALL VENDORS Vehicle Inventory List Place a Check next to all of the Vehicle Types your company can offer to the County for Transportation Services and list the vehicle identification number (VIN), condition, and passenger capacity. GROUPS CHECK ALL THAT APPLY VEHICLE TYPE VIN CONDITION PASSENGER CAPACITY Group 1 Business or Luxury Sedan 1. 2. Business or Luxury SUV 3. 4. Limousine 5. 6. Group 2 Coach / Charter Bus 1. .Lt10PpMP J_P'�0''i5O-1 6000 51- 2. iMfeRDMTflCnVPO"-!°IIe^4 v t--OCR 55 3. 1M�,et DM1 �r KPdti"1Et Veil( `'� Ele5Gd 'J- School Bus 4. 5. 6. Group 3 Minibus 1. LkU,_ A. A /‘ -6GL1 II099 V tni o ci ` IF Of VA F5 AUAI Ig- 1 \i Q, C-1L 1 l d- Van 3. 1F P 55? YY L C',L�A 3 Ve)1 t�,�C�1 (`- � 4- b $? e, 4 v� et 1 LI Handicap Accessible 5. E lifSaAj l `- 6. AM PI) vvphe, C P 595 V ri` on 5 jj ''tl C.1 Additional Inventory: See 4c.71 1. 2. 3. 4. 5, 6. Rev.072518 1/23/2019 BidSync p. 133 Miami -Dade County RTQ-01100 d America, Inc d/b/a Americas Transportation SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 M IA M L•QADE COUNTY MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 1/23/2019 BidSync p. 134 Miami -Dade County RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 1/23/2019 BidSync p. 135 Miami -Dade County RTQ-01100 Supplier: Safeguard America, Inc d/b/a Americas Transportation MIAMIDADE Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): Safeguard America, Inc. d/b/a Americas transportation.com* Federal Tax Identification Number: 65 0840025* If Corporation - Date Incorporated/Organized: 06/1998 State Incorporated/Organized: Florida Company Operating Address: 3201 NW 24th street Road * City Miami* State FI* Zip Code 33142* Miami -Dade County Address (if applicable): 3201 NW 24th street Road City Miami State FI Zip Code 33142 Company Contact Person: Steven Masdeu* Email Address: StevenMasdeu©bellsouth.net* Phone Number (include area code): 3059721692 Company's Internet Web Address: AmericasTransportation.com Pursuant an prior • to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 ()CAI I Y-HFAf7OUARTFRFf7 RUSINFSS CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. El Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: 3201 NW 24th street Road _ LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. • Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMA1 1 RUSINFSS FNTFRPRISF CONTRACT MFASURFS (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 1/23/2019 BidSync p. 136 Miami -Dade County RTQ-01100 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes 0 No ❑ If yes, please provide Certification Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder is not on the Scrutinized Companies with Activities in Energy Sector List, as those terms are used and defined in sections 287.135 to provide such certification but still seeks to be considered for award of this a duly authorized representative and shall also initial this space: In such event, written explanation of the facts supporting any exception to the requirement for The Bidder agrees to cooperate fully with the County in any investigation would be applicable. The County shall have the right to terminate any contract a false certification or to have been placed on the Scrutinized Companies for Iran Petroleum Energy Sector List. By executing this bid through a duly authorized representative, the Bidder Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum and 215.473 of the Florida Statutes. In the event that the Bidder is unable solicitation, the Bidder shall execute the bid response package through the Bidder shall furnish together with its bid response a duly executed certification that it claims under Section 287.135 of the Florida Statutes. undertaken by the County to determine whether the claimed exception resulting from this solicitation for default if the Bidder is found to have submitted Activities in Sudan List or the Scrutinized Companies with Activities in the IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. submitted contains confidential, proprietary or trade secret information, the that the Bid, or any part thereof no matter how indicated, is confidential, information to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims made proprietary or a trade secret and authorizes the County to release such Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Steven Masdeu* Date 12/28/2018* Type or Print Name Steven Masdeu* Type or Print Title * Director THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Steven Masdeu* Date 12/08/2018* Type or Print Name Steven Masdeu* 1/23/2019 BidSync p. 137 Miami -Dade County RTQ-01100 Type or Print Title * Director 1/23/2019 BidSync p. 138 Miami -Dade County RTQ-01100 Transportation FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT 0 NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Steven Masdeu 12/28/2018 Signature Date 1/23/2019 BidSync p. 139 Miami -Dade County RTQ-01100 nsportation SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer: Safeguard America, Inc d/b/a Americas Transportation.com FEIN No. 65-0840025 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. Intheeven (hat the recommended Bidder/Proposer demonstrates to the County prior to award that the race gender and ethnic information is not reasonably available at that time the Bidder/Pr000ser shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes ava fable and in anv event prior to final payment under the contract. (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier Principal Owner Supplies/ Materials/ Services to be Provided by Supplier Principal Owner (Enter the number of male and female owners by race/ethnicity) Employee(s) (Enter the number of male and female employees and the number of employees by race/ethnicity) M F White Black Hispanic AsianlPacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan phi Safeguard America, Inc. d/b/a Americas Transportation.com Steven MasdeuTransportation 1 1 76 22 23 74 1 Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant _ Principal Owner (Enterthe number of male and female owners by racelethnicity) Employee(s) (Enter the number of male and female employees of employees by race/ethnici and the number Y) M F White Black Hispanic sianlPacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan phi N/A ❑ Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on-line to the Small Business Development ofthi Internal Services Department at http://www.miamidade.govlbusinesslbusiness-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.govlbusiness/library/forms/subcontractors-payment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Steven Masdeu Steven Masdeu Director Signature of Bidder/Proposer Print Name Print Title 12/28/2018 Date SUB 1 /23/2019 BidSync p. 140 Miami -Dade County RTQ-01100 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: RTQ-01100 Federal Employer Identification Number (FEIN): 650840025 Contract Title: Transportation Services Steven Masdeu Printed Name of Affiant Director Steven Masdeu Printed Title of Affiant Signature of Affiant Safeguard America, Inc. db/a Americas Transportation.com Name of Firm 3201 NW 24th Street Road Address of Firm Date FI 33142 State Zip Code 'Votary Public Information Notary Public - State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 1 /23/2019 BidSync p. 141 Miami -Dade County RTQ-01100 Key Transportation Service Corp Bid Contact Orlie Jedwab info@key-transportation.com Ph 305-751-5005 Fax 305-751-5005 Address 199 NW 79 St. MIAMI, FL 33150 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs RTQ-01100--01-01 Transportation Supplier Product Services Code: First Offer - 1 / each Y Y Supplier Total $0.00 1/23/2019 BidSync p. 142 Miami -Dade County RTQ-01100 Key Transportation Service Corp Item: Transportation Services Attachments Miami -Dade County RTQ-01100.pdf 1/23/2019 BidSync p. 143 12/21/2018 Miami -Dade County DPX Form RTQ-01100 Supplier Response form SOLICITATION NO.: RTQ•01100 Transportation Services Dec28,2018 MIAMIIDADE COUNTY, FLORIDA REQUEST TO QUALIFY Transportation Services FOR INFQRNIATPQNN CONTACT: Debra S. Butler, 305-3775.55683, ebbra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'SIPROPOSER'S BID/PROPOSAL NON -RESPONSIVE. SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted onlne. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements In the resultant contract. These general terms and conditions are considered non-negotiable. Ail applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade Countys, Strategic Procurement Division's webpage by clicking on the below link: http://www.miarpidade,gu prQcu ement/kbrary/bo' 1 t tgeneral7tqrms-and-conditions-r t8-2.pir NOTICE TO ALL BIDDERS/PROPOSERS; htt sa/www.bidsyno.com/faPXViewer/RTQ-Sollcitation_Overview-General TC_080618_7384030_hj,htm?ac=aupreaponse8�aue=2033556&docid=7387... 112 1 /23 p2019 BidSync p. 144 Miami -Dade County RTQ-01100 12/21i2018 DPX Form Electronic bidslproposals. are to be submitted through a secure mailbox at BidSync d ync.Qom) until the date and time as indicated in this solicitation document. It is the sole responsibility of the BidderlProposer to ensure t eir proposal reaches BidSync before the solicitation closing date and time. There is no cost to the BidderlProposer to submit a bid/proposal in response to a Miami -Dade County sclicitatlon via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate tiles. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www,bidsynccom within the solicitation, Questions of a material nature must be received pnor to the Gut -off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). • Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm') and recorded into BidSync before the closing time or the system will stop the process and the bidlproposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidders/Proposers bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bidlproposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically, Please enter your password below and click Save to update your response. Please be aware that typing in your password acts es your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures (n Global and National Commerce Act for more information.) By completing this form, your bid,has not yet been submitted. Please click on the place offer button to finish filling out your bid. Usemame info@key-transportation,com Password Saves lose * Required fields https:/huww-bidsync.com/DPXViewer/RTQ-Solicitation Qventiew-General TO_080818_7384030_hj.htm7ac=supresponse&evc=2033556&docid=7387... 2/2 1/23/2019 BidSync . p. 145 12121/2018 Miami -Dade County DPX Form Supplier Response Form StibMittAtRiiinr. RTQ-01100 Solicitation No.RT4.01100 Solicitation Title: Tranaportatlon Services Legal Company Name (include dlbla If applicable): 1. jKey Transportation Service : • * Federal Tax Identification Number: S5-0961247 • • • If Corporation - Date Incorporated/Oreanized: i11103h999 ! _.......... _m....._..... -- ` State IncorporatedlOrganized: FL.. _............._.......-._.__.....-.............,....._ t Company Operating Address: 1199 NW 79th Street ': i * City Miami * * State FL IF • zip Cade 33150 i * Miemi-DadeCounty Address (if applicable): 199. NW 79th Street._-._..______..----_._.. --- .._............. .............- - -- .... City Miami ._....---.._....... ..........__...._........ State FL .... ... ..... Zip Coder 33150 ..... . . Company Contact Person: jMerlynde Bissoon 1 * * Email Address: mertynda@key-trensportatlon.comi • * Phone Number ( include area code): 13059842433„ * l Company's internal Web Address: key-transportation.com Pursuant to Miami -Dade County Ordinance 94.34, any Individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this Information prior to entering into a contract with or receiving funding from the County, Place a check mark here only if the Bidder has such ooevictlon to disclose to comply with this requirement. LOCALpgEFERENCE gERTiFICA'[ION; For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a'focal business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt Issued by Mlaml-Dade County at least one year prior to bid submission; has a physical business address located within the limits of Mianri•Dade County from which business is performed and which served as the place of employment for et least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the fecal business location must have served as the place of employment for one full time employee): and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. 4) Place a check mark here only If affirming the Bidder meets the requirements for Local Preference. Failure to oomplete this certification at this lime (by checking the box above) may render the vendor ineligible for Local Preference. LOCALLY -HEADQUARTERED BUSINESS CERTIFICA TION: For the purpose of this certiflcatlon, and pursuant to Section 2.8.5 of the Code of Miaml.Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. Pi Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification of this time (by cheoking the box) may render the vendorineflgible for fhe LHP. The address of the Locals Need uartered office is: .199 NW 79th Avenue, Miami Fl 33150 LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Cade of Miami -Dade County and {b) prier to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295,187 of the Florida Statutes. Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (llLApplicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods andlor services the Bidder provides In accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access Jdip:(www.mlamtdade.govlsmaJlbysinesslcgrtlflcation-prog€ems.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible forthe preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes ( No g 1 JJg:i/iserslmmorrison/0owntoadslBid_Submlttal Forrn_10-02-2017%20(2)•hiin 1/3 p. 146 Miami -Dade County RTQ-01100 SECTION 4 SUBMITTAL FORM COMPANY NAME AND FEIN: Refer to Section 2.5 — 2.8 To ensure that Submittal complies with solicitation requirements, Vendor must maintain a minimum fleet oftwo vehicle(s) or more. To demonstrate this, Vendor must complete the attached Vehicle Inventory List in Section 4 of this solicitation. Vendor must be regularly engaged in the business of providing for hire transportation services. Vendor shall provide two (2) current reference letters from customers, The reference lefters must be from customers that are currently receiving or have received from the Vendor, the transportation services described in this solicitation within the last two (2} years. The reference letters must be signed on the customer's company letterhead, and include the name, title, address, and telephone number of the contact person who can verify that the vendor has provided the services required under this solicitation. These reference letters shall ascertain to the County's satisfaction that the Vendor has sufficient ex.erience •rovidinI for -hire trans sortation services, Vendor must have and maintain a valid Vehicle Operating Permit, issued by the County, in accordance with Miami -Dade County Code. Vendor shall provide the contact information of a designated representative to provide the County with support and information concerning orders placed and to receive future spot market solicitations. Vendor shall provide the representative's name, title, phone number, and email address. Email: merl ynda a key-t ranspo rtation.com Vendor must have a valid Passenger Motor Carrier (PMC) Certificate of Transportation issued by the County, as required for buses and vans with seating capacity between 9 and 28 passengers in accordance with the Miami -Dade County Code. Rev.0725 18 1 /23/2019 BidSync p. 147 Miami -Dade County RTQ-01100 Rev.072518 SECTION 4 • SUBMITTAL FORM TO BE COMPLETED BY ALL VENDORS 1 /23/2019 BidSync p. 148 Fleet # SEDANS 100 Vehicle Registration Owner Enterprise Veh T .e XTS Year 201E Make Cadillac VIN # 2G61M5S3XJ9131265 Florida Tag EVWH22 Tag Expires 06/30/19 Miami -Dade Permit 60343 KEY 104 Key E300 2017 Mercedes WDDZF4JB4HA109750 JVPJ07361KXP 06/30/19 60516 TOUCAN 105 Enterprise XTS 2019 Cadillac : 2G61M5S34K9110736 2G61M5537K9116 854 CTQZ84 06/30/19 60558 ANGUS 106 Enterprise XTS 2019 Cadillac JLAZ55 06/30/19 60344 KEY 108 Enterprise XTS 2019 Cadillac 2G61M5S33K9110601 EVSF62 06/30/19 60453 TOUCAN 111 Enterprise XTS 2019 Cadillac 2G61M5S30K9114802 IQLQ86 06/30/19 60556 ANG 112 Enterprise XTS 2019 Cadillac 2G61M5S33K9114034 AFRL59 06/30/19 60345 KEY 115 Enterprise XTS 2019 Cadillac 2G61M5S34K9110719 GIAK87 06/30/19 60557 ANGUS 116 Enterprise XTS 2019 Cadillac 2G61M5S30K9112576 JKKJ39 06/30/19 60315 KEY 117 Key/Avis Yukon 2019 GMC 1GKS1GKC9KR239183 JKAR90 06/30/19 60029 Orlie 118 Enterprise XTS 2019 Cadillac 2G61M5S39K9103782 AFMN86 06/30/19 60481 Barbru SUV 150 Key Escalade 2017 Cadillac 1GYS3GKJ9HR167182 519WXX 06/30/19 60483 Key 151 Key/Avis Yukon 2019 GMC 1GKS1GKC3KR239583 EVVC51 06/30/19 60314 KEY Suburban 2019 Chevrolet 1GNSCHKCXKR238143 JANM45 06/30/19 60482 babr Key/Avis Yukon 2019 GMC 1GKSIHKJ5KR214608 JKRJ37 06/30/19 60312 KEY 157 KeylAvis Ford 2018 Expedition Navigator IFMJKIHTIJEA06148 5LMJJ2NT8JEL02312 385LYI 06/30/19 60316 Key 158 Key/Avis Lincoln 2018 HKMW71 06/30)19 60317 KEY 160 KeylAvis Yukon 2019 GMC IGKSIGKCIKR238755 AFKT82 06/30/19 60480 Barbrusam 161 ALEX Suburban 2016 Chevrolet 1GNSCGKCXGR345680 HBQF32 07106/19 60313KEY SPRINTERS PMC # Luggage Key Van 2006 Ford 1FBSS31L46HA31599 8BRPE8DD6GE125673 HHFP27 12/31/19 202(11) Key Sprinter(26.4) 2016 Mercedes ETJW96 12/31/18 30209-202 206(10) Key Sprinter(26.4) 2011 Mercedes WDZPE8CC7B5586772 HBLM87 12/31/18 30209-206 208(13) Key (printer(3500)(Exec 2011 Mercedes WD3PF4CC5B5539580 HBLM88 12/31/18 30209-208 210(13) Key sprinter(3500)(Exec 2017 Mercedes WD3PF4CC1 HP540366 GLQFI3 06/30/19 30209-210 212(8) Key Sprinter(Exec) 2012 Mercedes WDZPE7CC005612026 HHFY59 12/31/18 30209-212 • 216(10) Key Sprinter(26.4). 2013 Mercedes WDZPE8CC5D5744528 BGFK24 06/30/19 30209-216 217(11) Key Sprinter(26.4) 2016 Mercedes WDZPE7DD2GP176457 IJNP47 06/30/19 30209-217 222 9 Minibus 400(37 Key Key S.rinter Exec Mln Coach {100 gal) 2014 2014 Mercedes 12f9(13 FreightLiner WDZPE7DC9E5B35716 3ALACWDU5 EDFT0711 HHFY58 12/31T18 12/31/18 30209-222 DOT # USDOT 1219143 ,r' " <C, .rs• ..s 401 (42) Key Mini Couch(100 Gal) 2015. 11/20/15 15347 6835 5WEASSKP2DH416835 '': .. W;;, 12)31/18 USDOT 1219143 402(37) Key Min Coach (100 gal) 2015 10/15114 1 FVACXDT8FHGG8053 ,>"% D ::.. 12/31/18 USDOT 1219143 403(40 Key Mini Coach (55gal) 2018 Freight LlnerlFederal(10. IFVACXFC6JHJM9154 - , r:2rt XUI,8 ". 12/31/17 USDOT 1219143 404(38) Key Min Coach (100 gal) 2016 9/25/16 Freightliner 3ALACXDT3GDGZD814 : . HZSZ; . 12/31/18 USDOT 1219143 405(41) Key Min Coach (100 gal) 2018 val/Legacy(11171 18) 4UZADRFD7JCJX5316 •Ti',y ,/; 74, ; : 12/31118 USDOT 1219143 406(28) Key Mini Coach (55 gal) 2015 11/12/15 Ford Grech 1 FDGFSGYI FEC59321 T: 12/31/18 USDOT 1219143 409(29) Key Mini Coach (55 gal) 2015 G 1558 9f29116 Ford Grech 1 FDGF5GYOFEC42526 ...R., 12/31118 USDOT 1219143 410(36) Key Min Coach (100 gal) 2013 1125113 Freight Liner 1 FVACWDU6DHFA1786 7 2/31 /18 USDOT 1219143 i(}unoa apea-!weiw 00 6 60-D121 Miami -Dade County RTQ-01100 iviiami uaae 5c riviU va Miami -Dade Permit 60343 KEY 60516 TOUCAN 60558 ANGUS 60344 KEY 60453 TOUCAN 60556 ANG 60345 KEY 60557 ANGUS 60315 KEY 60029 Orlie 60481 Barbru 60483 Key 60314 KEY 60482 babr 60312 KEY 60316 Key 60317 KEY 60480 Barbrusam 60313KEY lid Permit numbers PMC # 30209-202 30209-206 30209-208 30209-210 30209-212 30209-216 30209-217 30209-222 DOT # 1219143 1 /23/2019 BidSync p. 150 Miami -Dade County RTQ-01100 .HOTIL oorM uur To Wham It May Concern: ...: It is my pleasure#o recomrnend;Key Transportation;°a's your ry :print source of ground travel and transfer; • During the .peer four years, various members-ofdur sales team had tna.dbportunity to work directly with Carlos Triv%o, Director of Safes, on numerous occasions On:'every level 'he and his team continue to be a strong:: partner and provide not only our'clients, but also Our .hotel executives -and sales' .. embers With exceptional;, service. Their fleet and vehicle optiols are irrtlnaculate, and -their .drive'ts,are personal, professional;• and provide ease of business f omthe very beginning, • The are the most reliable. artner when It comes to g providin services for of r VIP's 'hotel site visits transfers to and frorm,theairport, ancf korganized group transportations. One particular service tlatcontinues to be a huge success and determinlrng° reason our clients chose Key Transportation is their standard arrival notification procedure vwhioh sends an email to the'front desk and meeting planner 10 minutes prior to the • arrival destination Please consider Key Transportation for all of your transportation needs.;'We highly recommend their • services to all of our:clients and they exceed every timel Sincerely, Jona:ttha.n • Jonathan Leonardis .Director.of National Accounts •1 Hotel South Beath - .. 2377 Collis; Avenue i Miami Beach, FL 33139:: i 0-786 28 6623 i M302 j0n�ii�nt$o rialo I co -640 BBBO 1/23/2019 Miami -Dade County RTQ-01100 , . '$0,64',0*tie StteAt f H011ywood, 0.3301`:) South Florida TO': +1, otkaso,o4s4 Fo* 54,284,83.50 WWW:Ellie0PralcOrri' Orlieledwob President / CEO Key Transportation Dear poor Orlire 1 Wanted to send you.a personal hote:•Orld',:i100110)004010,02t.OrXecf:::,tran$fidttatiOn::•SerVidei, •You •Oridt have known each other for well over 15 arid ry.e•••*eNhgdY•991":001000.y.igrOvit: and,:gowovt:t ." .......: thkvooi* You've bena::c011SigOntptes.e.oce in the hieetitig4IndustrY,:::herezand.I/014'Ver patent and: that p:rdestionalin your, effOrtslo.win ,rne:: over as a lOyar411ent YOutrItiletis-eiter01,yeait,.0go,yet,-1)01.4e: y...po..okugolliophs'.:fort#icoht partnershipt-thattiost don't-•thinkweoften.enpugh:saythanks'•for. • : : •_..... • :,• Y-.wehaerris::awgeo, Iiiihen I owned my own 0,;0'...; ypo-04iled..trie'0 ',:''' ; . t g Icp. ci, •_ were not SMri...:.:gi:!00y:iTi...an.:.‘Ottailii0 tni:ioi),:..,40t:r.f.,:::iia:itiFifet_ tou.,, You114', ',i 11 0.:r it,l'-1.91.1s.4" 1".!Yei"'°' m' : answer iri --:' -:... ....., You requests that hiadkthe'diffei!' ' :i6:.oiiv-going•'1•the.•-,CPMP6titon,: :Yo provkle.c10 i,witii::f.tekliile rat!ell:ef'nrri'et7i.- with:::,-asrplie pr(00 :0ther end •„ II 4...0 ,r)ip!:•VnA?Wtn' kneA.if,0efn,dth,:iOve .ttie,y,010$0f.:your.inapt tOtiill:"'rv°-ii..' rec y*.:10. to•iloe:: 2-31:;-'0Yia.0't:•hWe!re a constantand consistentp ' cei -' rare 'c:7:::0(11.)4:gcjY:.::6.:::.0.-'''.:v.:t•."Pi:r-r0iIt-arpi4u"it‘-f::iii:!--'r,:it:-t.,;r;..t.ij;' ,aevtw: eary movement with iWhife:: .i.w '0 llrie•J•and, tat., eti for.: thesery ,,•ice •failt4re and addressed in.:...w..1.te'hY.I'tiiirut:i-e7: 9:1:".•'7.Tf7. bdlra(irni"160 •01.b 00r others didI - issuesyone,vei, and 1,vo:0.0p400::.,:liattlfbr the " professionalism • friendship:en-a' are professio':.nairsSrne:siti;:au,:i•ry•olieu.4::::4.-:„:s1;7t7:1,9'!:r.°!1:11:it::,0,1"1„-r-•t1hidt.er6.oh:....1:i•,iii.S:t:dy,':,:'v:f::,.7p0,.:,:::)'•,ir.,:ir1 g N.: 10::inV mind t._•03, tiR • TEAM v.are nOW-0110:Of',014rttrtir . • -. shOWS.,, Thank yOnfi ' ••••••••••••• ' '. - ..•„,,,,.4.„....„. ., : ,• On another nctpi:yokqng Key Transportation really stepped .up... to t..::.he,:,,....ifattif.:e::,, .ie. ....-e;-,'ear •-.:. 00., I Corn riiitted ..!':along WitkanOther?tra nspo Op tiir:conipany, -to..partheitin!i:Vif Ahliiii .:ili ' ' planner event for 2:0.Q -,g4est.S. As we •catrie!iintO the :fine I ,StretC'h; ':the,::..•Other,ir!allStJOriatiOn'COrtiPPOSin y pulled n00i.::..:no..J!thefr corhrnitipent. You 4noi'yePr team stepped nnr:leth plate:ant*orkedlifteniddilt ::::• -: ••, • :_.. • _ • :::::,•...• ,.:.. With.....::•t,...h,:,.,....e A:.:I liedP..:..R.„..:...,AtearittO iketut.e•flawe::.iS arrivals wh le iiefpti*f't6ttpOttklOrcompany,...pi6,.... :.ti...ed.... Ihkt..AOPOrtvtes:.. Your.,tpmpionioton throughout vita-, arti0zifig.de0.*.r.drii-fey:Ipsilres, dirVerteif,htsi: .. ..,„,.. flig..,::::,....... delayed flights and lost luggage 'I've- yet to. hearone -11001VO:'oriviloot.:fiteri any of the guests,-:: and.::: 1: 0tte-b.ti#4:theli, eiitiitS11::TheY. were thrilled, I was thrilled and ycl4r#:'#;...gook:5tor.,..0oil- Retp:10,:my: eyo.:-,,,:,.,.: .0(1.d. ply.30.0py$ e-yet-"If'iy,00 ever iieet[:a recommendationfdi!,( ei3i:0::i!Ot. 6. or hotel elient•:,.,pleaiLe!1(,r.,.,,:e..;,:i.:::,•!...:,.'::•.:•,..•::!•,!'.-...:,:,-.:•,.:'••:..:.:„.:,._,,:::....,,::'.::.:-. tOAlve:.them::-rof name,: ',I can't f-Sng:Key-TranPprta#nn.p..!.01$00.:,q0,!.#1:1 Thankyou and he well, Rachelle Stone,, Director of 'Sales & moketing Altie,00kAsouth'FiortO0 '• • 1/23/2019 BidSync p. 152 Miami -Dade County RTQ-01100 SEA PLANNERS January 26, 2017 Mauricio, Thank you for the excellent transportation services provided to our staff and the artists performing on Rock Legends Cruise V. Everything went flawlessly. The vehicles were on time and in perfect condition, Niki is truly amazing to work with onsite. Even during the chaos of the cruise port departures, she stayed calm and collected, She would ask what we needed and then tell us where the vehicle would be. A huge thank you to the entire Key Transportation Team. We look forward to partnering with you again. All the best, Dieter Schneider Travel Director for Sea Planners on Rock Legends Cruise V www.seapla n ners.com 1/23/2019 BidSync p. 153 Miami -Dade County RTQ-01100 Supplier Response Fom Miami -Dade County Contractor Due Dffigence Affidavit Per:fiami-Dade County Board of County Commissioners (Board) Resclett l No. R-63-14, County Vendors and Ccritrectors shall disclose the following as a condition of award traycontract that exceeds one million molars ($1,00000) or tot other se most be presented to the Board for appal: (1) Pole a list of all lawsuit's In the itie (5} years luior to bid or proposal submittal ,at ham Iasi E1ed against the fin, directors, leers, prlrclpals andfot board members based on a brawn or contract by the Ira, irrcfutte the case naree, number and df sposalon; to i (2) Provide a fist of any Instances to he Om (5) years prior to bid or proposal submittal where the Om has defaulted; Inds a brief description of the circumstances; vi (3) amide a list of any instances In the live () years odor to lid of -proposal submittal Moe the 6911 has been debaned or received a formal note of riot - compliance or 110P-perfotmertoe, such as a notice to cure or a suspension front pert loabrig or bidding for contracts, whether related to kflami•Cade County ernot - A\ Alf of the above Information shall be attached to the mooted affidavit and submitted to fire Procurement Contracting Chou (PCO)f RE Selection Coontriator overseeing this solicitation. The Vendor#Corttractor attests to Isrovlding all of the above information, if applicable, to the PCO. •Contract No. : Contractible: Federal' Empir pp #RTQ-briI:G0 f y. f..� m_.....,.._.�.�_..W.�.-.. � �Ierrti�satfon f�uref>iar (F Transportation FE-ST OIlieJedwab r ledNormofATd off4t It sigmat ol Affiwt. 1.2/21/2018 --- 1j3463..... —.11 date Zip Code rtcey Transportation Service. lffenrrecifilm 199 N 79th Avenue AcktrelmoMml Norm Public- Stated i 0 gary PrpbiFan:67marinn Czantyof J \ re Srrbsrriberiarrdsworn fa (or Are* before metllis 021 days by ek_ ^ -G c ,, *!� or sire is rcor:aliy f4ovrlbo rrre Type ofadeni csacepodr - A Ptpe On.Z'� Jigr,Erao#Mary Public f?roux Staff a#hkANY Pit Expiret on Date of rduced �n Seriai Number 1/23/2019 BidSync p. 154 O 0 O 0 12/21/2018 DPX Form >• 0 0 Supplier Response Form Name of Bidder/Proposer. SUBCONTRACTOR/SUPPLER IJSTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Key P S .__.._Trans artationervices .._,..---._._.,.._ _ _... ------° FEIN No. 65-096247 In accordance with Sedans 2-8.1, 2-8,8 and 10.34 011ie Miami -Dade County Code, this form must be sulmnitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials cr services, including professional services Aid involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contrails which involve expenditures of $100,000 or more. The Bidder/Proposerwho is awarded this contract shall not change orsubstibrte rustler subcontractors or direct suppliers or the portions of the contract work to beperforrned or materials to be supplied from those identified, except upon =ken approval of the County. The BiddenPrapaser should enter the word "Nt7NE" underthe appropriate 'Fleecing pf this form if no subeontradnrsor suppliers will be used on the contract and sign the form below. ,I in accodance with tJrdinance No. 11-90, an entity contracting with the County shalt report the race, gender and ethnic origin of the owners and employees of al first tier subconiraciorsisuppfiers_ leiheevent that the recommended adder/Proposer demonstrates dIto the County prior to award that the race,gender, and ethnic information is not reasonably available at that !tore, the ter/Proposer shall be obligated to exercise diligent efforts to obtain that iithrmaffon and provide the same to the -County not laterthan ten -CD.) ays alter it becomes available and ikami event prior to final payment under the contract. Business Normand Principal Address of first Tier Direct Owner Supplier Business Q Name and Address of Fast Tier g Subconiractorf Subconsultant Principal Owner Supplest Materials( , Services lobe Provided by Supplier Scope of Work to be Performed by Subcontractor! Subconsultant id {Please dsilicate this form if additional space is needed) Principal Owner (Enter the number of male and ramie White Black Hispanic Ad n,Pacrrc Islander Native American! Native &slum Other At Emplohreojs) {RIONlhenurrberohmic and femateempioemsand the number ofemployees byracofethrrr . F White Asian/Pacific Islander - 2 N 2 1 Principal Owner {ellertrewinter afmaieand female owners byracefethniely) Whale Black Hispanic , Asian/Pacific Islander Native American/ Native Alaskan Other !7 1.2 8 8 Native Ameriran! Native Alaskan Other ... EmtIoyeels} (Enter the number of male and femme employees wmbereterrooyeee by rar.c a hnialy) F While Blatt Igspardc AsianlPacde islander Native Amerind Native Amami OM Mark here if race, gender and elimicity information is not avails and roill be provided al a later date. This data may be submitted to contracting department or oniine to the Small Business Development of the Internal Services Depart' http:liwwnwmiamidade.aovltxrsinessibusiness•develepment•coribads.asa As a condition of final payment, BiddenPropoeer shall . Mrif ww.mtamidade iovliwslnesserarylkrmsisubcontra:mrs payrlternt odt provide . subcontractor uriormatlon on the Subcontractor Payment Report Sub 200 form which can be fo =try that ihe-implaser tionscontainedintiisSubcortration ngfier fistingaFe tattle chesttfa8.4nowledgehueand a Odle Jedwad Ortie Jedwab Signature of EtddedPrepaser Printtlame PentTrtle Date §araox.Ru>+ Please enter -your password below and click Save to update your response. Please be aware that typing in your password acc.as your electronic signature, Which is Just as legal and binding as an original signattim. See Electronic Signatures in Global and National COmmerce1teMormore information. ) By&ornpleiing this form, your bid has not yet been submthed. Please dick an the place of5erbutton to Finish Ming out your bid_ Usemame info(icey-transportation.com file:tl/C./Userslmmorrison/Documents/DPX%20Form.html SZ 0 T 0 12/26/2018 Supplier Response Form Miami -Dade Cb1.PityForm RTQ-01100 Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include dlb/a if applicable): Key Transportation Service * * Federal Tax Identification Number: 65-0961247 * * If Corporation - Date Incorporated/Organized: State Incorporated/Organized: FI 111/03/1999 Company Operating Address: 199 NW 79th Street * * City Miami * * State FL * * Zip Code ' 33150 * * Miami -Dade County Address {if applicable): 199 NW 79th Street City I Miami State FI Zip Code 133150 Company Contact Person: Qrlie jedwab * * Email Address: merlynda@key-transportation.con * * Phone Number (include area code): 3059842433 I * Company's Internet Web Address: key-transportation.com Pursuant to. Miami•Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering info a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a Tax Receipt issued by Miami -Dade County at least one year prior to bid County from which business is performed and which served as the place of prior to bid submittal (by exception, if the business is a certified Small Business for one full time employee); and contributes to the economic development of the the retention and expansion of employment opportunities and the support and Preference. Failure to complete this certification at this time (by checking business located within the limits of Miami -Dade County that has a valid Local Business submission; has a physical business address located within the limits of Miami -Dade employment for at least three full lime employees for the continuous period of one year Enterprise, the local business location must have served as the place of employment community in a verifiable and measurable way, This may include, but not be limited to, increase to the County's tax base. Place a check mark here only if affirming the Bidder meets the requirements for Local the box above) may render the vendor ineligible for Local Preference. LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a is in Miami -Dade County. for the Locally-Headquarfered Preference (LHP). Failure to complete this for the LHP. "locally -headquartered business" is a Local Business whose "principal place of business" D Place a check mark here only if affirming the Bidder meets requirements certification at this time (by checking the box) may render the vendor ineligible The address of the Locally -Headquartered office is: 199 NW 79th Avenue, Miami FI 33150 LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant by the State of Florida Department of Management Services as a veteran Business Enterprise. A copy of the certification must be submitted with to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified business enterprise pursuant to Section 295.187 of the Florida Statutes. Place a check mark here only if affirming the Bidder is a Local Certified Veteran the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable) . hitiR.A v.bidsync.com/DPXViewer/Bid_Submittal_Form_10-02-2017.htm?&449Fesponse&auc=2033556&docid=7009803 p3156 12/26/2018 Miami -Dade CyForm RTQ-01100 A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http:llwww.miamidade.gov/smallbusiness!certification-programs.asp, The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? If yes, please provide Certification Number: Yes No 04 SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH A CTf VITIES IN THE IRANPETROLEUM ENERGY SECTOR LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY {180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Orlie ]edwab ** Date 12/21/2018 ** Type or Print Name Orlie Jedwab ** Type or Print Title * CEO THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE, THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: I Merlynda Bissoon ** Date 12/21/2018 ** Type or Print Name Merlynda Bissson ** Type or Print Title * VP of Business Development * life§Ain v.bidsync:comIDPXViewer/Bid_Submittal_Form_10-02-2017.htm?kUWesponse&auc=2033556&docid=7009803 23 157 12/26/2018 Miami -Dade C@aForm RTQ-01100 Please enter your password below and click Save to update your response. Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.) By completing this form, your bid has not yet been submitted, Please click on the place offer button to finish filling out your bid. Username info@key-transportation.com Password Close * Required fields hitiPA IQu.bidsyne.com/DPXViewer/Bid_Submittal_Form_10-02-2017.htm? %spouse&auc=2033556&docid=7009803 3p3 158 Miami -Dade County RTQ-01100 ation Service Corp SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 M IA M L•QADE COUNTY MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 1/23/2019 BidSync p. 159 Miami -Dade County RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 1 /23/2019 BidSync p. 160 Miami -Dade County RTQ-01100 Supplier: Key Transportation Service Corp MIAMIDADE Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): Key Transportation Service* Federal Tax Identification Number: 65-0961247* If Corporation - Date Incorporated/Organized: 11/03/1999 State Incorporated/Organized: FI Company Operating Address: 199 NW 79th Street* City Miami* State FL* Zip Code 33150* Miami -Dade County Address (if applicable): 199 NW 79th Street City Miami State FI Zip Code 33150 Company Contact Person: Orlie jedwab* Email Address: merlynda@key-transportation.com* Phone Number (include area code): 3059842433 Company's Internet Web Address: key-transportation.com Pursuant an prior • to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 ()CAI I Y-HFAf7OUARTFRFf7 RUSINFSS CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. El Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: 199 NW 79th Avenue, Miami FI 33150. LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. • Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMA1 1 RUSINFSS FNTFRPRISF CONTRACT MFASURFS (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 1/23/2019 BidSync p. 161 Miami -Dade County RTQ-01100 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes © No CI If yes, please provide Certification Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder is not on the Scrutinized Companies with Activities in Energy Sector List, as those terms are used and defined in sections 287.135 to provide such certification but still seeks to be considered for award of this a duly authorized representative and shall also initial this space: In such event, written explanation of the facts supporting any exception to the requirement for The Bidder agrees to cooperate fully with the County in any investigation would be applicable. The County shall have the right to terminate any contract a false certification or to have been placed on the Scrutinized Companies for Iran Petroleum Energy Sector List. By executing this bid through a duly authorized representative, the Bidder Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum and 215.473 of the Florida Statutes. In the event that the Bidder is unable solicitation, the Bidder shall execute the bid response package through the Bidder shall furnish together with its bid response a duly executed certification that it claims under Section 287.135 of the Florida Statutes. undertaken by the County to determine whether the claimed exception resulting from this solicitation for default if the Bidder is found to have submitted Activities in Sudan List or the Scrutinized Companies with Activities in the IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. submitted contains confidential, proprietary or trade secret information, the that the Bid, or any part thereof no matter how indicated, is confidential, information to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims made proprietary or a trade secret and authorizes the County to release such Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Orlie Jedwab* Date 12/28/2012* Type or Print Name Orlie Jedwab* Type or Print Title * CEO THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Merlynda Bissoon* Date 12/21/2018* Type or Print Name Merlynda Bissson* 1/23/2019 BidSync p. 162 Miami -Dade County RTQ-01100 Type or Print Title * VP of Business Development 1/23/2019 BidSync p. 163 Miami -Dade County RTQ-01100 Supplier: Key Transportation Service Corp FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. N/A ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Orlie Jedwab Signature 12/21/18 Date 1/23/2019 BidSync p. 164 Miami -Dade County RTQ-01100 PitAM 0 SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer: Key Transportation Services FEIN No. 65-096247 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form ii no subcontractors or suppliers will be used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. li event that the recommended Bidder/Proposer demonstrates to the County prior to award that the race gender and ethnic information is not reasonably available at that time the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and in any event prior to final payment under the pontract. (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier Principal Owner Supplies/ Materials/ Services to be Provided by Supplier Principal Owner (Enter the number of male and female owners by race/ethnicity) Employee(s) (Enter the number of male and female of employees by employees race/ethnici and the number v) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Olhi Key transportation Service Orlie Jedwab Transportation 2 1 2 1 7 12 2 8 8 Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by(Enter Subcontractor/ Subconsultant Principal Owner the number of male and female owners by racelethnicity) Employee(s) (Enter the number of male and female employees of employees by race/ethnici and the number v) M F White Black Hispanic sian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Othi El Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on-line to the Small Business Development o the Internal Services Department at http://www.miamidade.govlbusiness/business-development-contracts.asp. As a condition of final payment, BidderlProposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/businessAibrarylforms/subcontractors-payment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Orlie Jedwab Orlie Jedwab CEO Signature of Bidder/Proposer Print Name Print Title 12/21/18 Date 5113,ma..v 1/23/2019 BidSync p. 165 Miami -Dade County RTQ-01100 Supplier: Key Transportation Service Corp Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No. : #RTQ-01100 Federal Employer Identification Number (FEIN): 65-0961247 Contract Title: Transportation Orlie jedwab Printed Name of Affiant CEO OrlieJedwab Printed Title of Affiant Signature of Affiant Key Transportation Service 12/21/2018 Name of Firm Date 199 NW 79th Avenue FL 33463 Address of Firm State Zip Code 'Votary Public Information Notary Public - State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 1/23/2019 BidSync p. 166 Miami -Dade County RTQ-01100 AIR B SCHOOL BUS TRANSPORTATION,INC Bid Contact HENRY BELTRAN hbh131317@gmail.com Ph 786-290-5245 Address 6241 SW 16th TER MIAMI, FL 33155 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs RTQ-01100--01-01 Transportation Supplier Product Services Code: First Offer - 1 / each Y Y Supplier Total $0.00 1/23/2019 BidSync p. 167 Miami -Dade County RTQ-01100 AIR B SCHOOL BUS TRANSPORTATION,INC Item: Transportation Services Attachments QUALIFICATION CRITERIA - FORMS ATTACHED.pdf 1/23/2019 BidSync p. 168 Miami -Dade County RTQ-01 100 SECTION 4 SUBMITTAL FORM COMPANY NAME AND FEIN: eo L Yc ^c` (T? QUALIFICATION CRITERIA TO BE COMPLETED BY THE VENDOR Refer to Section 2.5 — 2.8 To ensure that Submittal complies with solicitation requirements. Reference Section QUALIFICATION CRITERIA FOR ALL GROUPS (1, 2, and 3) Copy Attached 2.5 (1) Vendor must maintain a minimum fleet of two vehicle(s) or more. To demonstrate this, Vendor must complete the attached Vehicle Inventory List in Section 4 of this solicitation. 2.5 (2) Vendor must be regularly engaged in the business of providing for hire transportation services. Vendor shall provide two (2) current reference letters from customers. The reference letters must be from customers that are currently receiving or have received from the Vendor, the transportation services described in this solicitation within the last two (2) years. The reference letters must be signed on the customers company letterhead, and include the name, title, address, and telephone number of the contact person who can verify that the vendor has provided the services required under this solicitation. These reference letters shall ascertain to the County's satisfaction that the Vendor has sufficient experience providing for -hire transportation services. 2.5 (3) Vendor must have and maintain a valid Vehicle Operating Permit, issued by the County, in accordance with Miami -Dade County Code. 2.5 (4) Vendor shall provide the contact information of a designated representative to provide the County with support and information concerning orders placed and to receive future spot market solicitations. Vendor shall provide the representative's name, title, phone number, and email address. In/ Name:kA."&9 ,\- \A Title: r e_Q Nis Oz. , e—CS Phone: 30'% ?� �`� N Email: ,ems Cep GAN-4 612,+iS . VICNI\ ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 3 ONLY 2.6 (1) Vendor must have a valid Passenger Motor Carrier (PMC) Certificate of Transportation issued by the County, as required for buses and vans with seating capacity between 9 and 28 passengers in accordance with the Miami -Dade County Code. El Rcv.1)725 18 1 /23/2019 BidSync p. 169 Miami -Dade County RTQ-01100 Date: 12 26 2018 TO: Air B School Bus 6241 SW 16TH TER Miami, FL 33155 FRO M:Public Transportation Specialist 7735 NW 146 Street C-100 Miami Lakes, F1 33016 305-818-9544 FAX: 305-818-9553 Current List 1 of 2 1 2001 Freightliner 2. 2004 Blue Bird 3. 4. 5. 2001 2005 2006 Freightliner ICCO Blue Bird 6. 2000 Freightliner 7. 2002 Thomas 8. 2000 Thomas 9. 1999 International 10. 2006 ICCO 11. 2004 Blue Bird 12. 1999 13. 1996 14. 1997 15. 1999 16. 1998 17. 2002 18. 2002 19. 2001 20. 2001 21. 2002 International International International Freightliner International Thomas Thomas International Freightliner Thomas 22. 2001 American 23. 2009 Blue Bird 24. 2001 Amrt 25. 2003 ICCO 26. 2001 International 27. 1998 International 28. 2009 International 29. 2001 International 30. 2001 Blue Bird 31. 2003 Blue Bird 32. 2005 ICCO 33. 2005 ICCO 34. 2009 Navi 35. 2012 Thomas 36. 1998 Thomas 37. 2008 Blue Bird 38. 2003 International 39. 2004 Blue Bird 40. 2003 International 41. 2003 International 42. 2004 Blue Bird VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: 4UZ6CJAA81CG83479 IHVBBAAN54H615650 4UZ6CJAA21CG83493 4DRBIJAAN35A97 7 94 9 1BAICFCKA36F23660B 4UZ6CJAA4YCG12323 4UZAAX_AK42CJ34128 4UZ6CJAA97CG12320 1HVBBAAN2XH698765 41RBUAAN66A237149 1HVBBAAN84H615643 1HVBBABN7XH227757 1HVBBABN8TH383459 1HVBBAALXVH471979 4UZ6CJAA0XCF45072 1HVBBAANOWH580759 4UZAAXAK62CJ34115 4UZ6CJAA31CG83471 1HVBRAAN61A912698 4UZ6CJAA31CG83499 4UZAAXAK52CJ34106 1HVBRAAN21A912987 1 BAXGCPA3 9F2 57131 1HVBRAANX1A912980 4DRBRAAN73A957721 1HVBRAAN11A933961 1HVBBABNXWH551185 1BAKGCKA99F259747 1HVBRAAN31A912982 1HVBBAAN93H563969 1HVBBAAN43H563975 4DRBUAAN25A977988 4DRBUAAN85A978000 4DRBUAAN39B671625 4UZABRDT6CCBL7470 1HVBBABNOWH549526 1BAKFCPA88F251O18 4DRBRAAN83A957419 1BABNBXA74F218101 4DRBRAAN13A957441 4DRBRAANX3A957437 1HVBBAANO3H59O946 Company No. - -174 --188 - -173 - -180 ----185 - -172 - -171 - -170 --138 --181 - -169 --143 - -101 --144 ---140 - -102 - -179 - -178 --123 - -109 - -175 --112 - -103 --121 - -183 --106 - -147 - -151 - -152 --153 - -122 --156 - -155 - -154 - -159 - -158 - -116 - -161 - -177 - -163 - -162 - -165 44 pax 1 /23/2019 BidSync p. 170 Miami -Dade County RTQ-01100 MEMO D ate: 12/26/2018 TO: Air B School Bus 6241 SW 16TH TER Miami, FL 33155 (786)290-5245/7862670122 FROM: Public Transportation Specialist 7735 NW 146 Street C-100 Miami Lakes, Fl 33016 305-818-9544 FAX: 305--818-9553 Current List continued 2 of 2 43. 44. 45. 46. 47. 48. 49. 50. 51. 52. 53. 54. 55. 56. 57. 58. 59. 60. 61. 62. 63. 64. 65. 66. 67. 68. 69. 70. 71. 72. 73. 74. 75. 76. 77. 78. 79, 80. 81. 82. 2004 Blue Bird 2002 International 2005 ICCO 2001 Freightliner 2005 ICCO 2005 ICCO 2005 ICCO 2005 ICCD 2006 INTERNATIONAL 2007 ICCO 2002 THOMAS 2002 THOMAS 2006 ICCO 2006 ICCO 2005 ICCO 2009 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2009 Blue Bird 2004 ICCO 2002 Thomas 2008 Blue Bird 2004 Thomas 2003 ICCO 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird 2003 Blue Bird VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: VIN: 1RVBBAAN93H590945 1HVBRAAN52A942910 4DRBUAAN85A977946 4UZ6CJAAO1CG83511 4DRBUAAN35A977966 4DRBUAAN05A977973 4DRBUAAN45A977975 4DRBUAAN75A977968 4DRBUAFN06A258331 4DRBUAAP37B355463 4UZAAXAK12CJ34135 4UZAAXAK72CJ34110 4DRBUAAN06A237163 4DRBUAAN06A237146 4DRBUAAN15A977948 1BAKGCPA49F259051 1BABKB0A33F208330 1BABKBOAX3F208356 1BABKB0A73F208377 1BABKBOA83F208341 1BABKB0A73F208363 1BABKBOA73F208251 1BABKBOA83F208310 1BABKBOA93F208333 1BABKBOA23F208299 1BAKFCKAX9F259131 4DRBRAAN74A972401 4UZAAXAKX2C334134 1BAKGCKA68F246596 4OZAAXAK64CM01482 4DPBJAAN53A957157 1BABKBOA63F208371 1BABKB0A53F208278 1BABKB0A73F208279 1BABKB0A73F208301 1BABKBOA33F208277 1BABKB0A93F208302 1BABKBOAX3F208399 IBABKB0A73F208315 1BABKB0A73F208265 Company No. - -154 --167 - -182 - -137 --127 - -120 --146 - -189 - -186 - -187 - -191 - -190 - 108 - -105 - -110 - -117 ----132 - -133 - -113 --126 - -131 - -130 1 /23/2019 BidSync p. 171 Miami -Dade County RTQ-01100 12/28/2018 RTQ-01100 Transportation Services Refer to Section 2.5 (2) To whom it may concern: We have been service the Miami-I]ade County since 2001, providing Routes transportations for Public Schools as well Charter Schools, but the schools of Miami Dade County will be closed during the Winter Breack and will be resuming their services on January 7,2019. Reference letters will be submit after that date due no schools are open in this period, Henry Beltr n f CA/Tl President AIR B SCHOOL BUS TRANSPORTATION INC 1 /23/2019 BidSync •NI MOILV IOdSNVIILL rld II HD Miami -Dade County RTQ-01100 Local Business Tax Receipt Miami -Dade County, State of Paricia THIS IS ,NOT A MU - DO NOT PAY 4765393 t3L1SIr1CS'S NA M E/LOCA TJON AIR 8 SCHOOL BUS TRANSPORTATION INC 6241 SW 16TH TER WEST MIAMI, FL 33155 O V•/ N ER AIR B SCHOOL BUS TRANSPORT INC Employee(s) NIAMICAD r'1ECi rPT NO RENEWAL 4075117 SEC. TYPE or aUSIN€;ss 213 PASSENGER TRANSPQRTATrON SERV This Local Business Tax € ceipt only con'rms o,yre r I _ per rri 1 or a certi "cation o€ 1he hQ'deF'S glral l C i. I �' ;;I r5 nal a l,cense, or nongovernmental regulatory laws and require;7anygavernr nlal The F 13 PT NO above crust be displayed o rrTTercld vehicras - Miami -Dade (ale 5W Forrrorein€orrnoti©n ;isiIwwty &a-276. �rt>f�r'y a3e.cpvltac9l�lo;. x P!R ES SEPTEMBER 30, 2019 Mus! N9 displaz ed I place: or Nosiness ' Pursuant to Cor.rply Code Chapter 8A •- Art 9 & TO PA Y,11 ENT RECEJVEp ay HAX COLLECTOR 45.00 09/25/2018 0205• 1 8.001231 1/23/2019 BidSync p. 173 Miami -Dade County RTQ-01100 SECTION 4 SUBMITTAL FORM TO BE COMPLETED BY ALL VENDORS Vehicle Inventory List Place a Check next to all of the Vehicle Types your company can offer to the County for Transportation Services and list the vehicle identification number (V1N), condition, and passenger capacity. GROUPS CHECK ALL THAT APPLY VEHICLE TYPE VIN CONDITION PASSENGER CAPACITY Group 1 Business or Luxury Sedan 1. 2. Business or Luxury SUV 3. 4. Limousine 5. 6. Group 2 Coach' Charter Bus 1. 2. 3. % School Bus 4. 5. 6. Group 3 Minibus 1. 2. Van 3. 4. Handicap Accessible 5. 6. Additional Inventory: 1. 2. 3. 4. 5. 6. Rev,072518 1/23/2019 BidSync p. 174 Miami -Dade County RTQ-01100 B SCHOOL BUS TRANSPORTATION,INC SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 M IA M L•QADE COUNTY MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 1/23/2019 BidSync p. 175 Miami -Dade County RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 1/23/2019 BidSync p. 176 Miami -Dade County RTQ-01100 Supplier: AIR B SCHOOL BUS TRANSPORTATION,INC MIAMIDADE Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): AIR B SCHOOL BUS TRANSPORTATION INC* Federal Tax Identification Number: 65-1071106* If Corporation - Date Incorporated/Organized: 01/2000 State Incorporated/Organized: FLORIDA Company Operating Address: 7503 NW 6 ST* City MIAMI* State FL* Zip Code 33155* Miami -Dade County Address (if applicable): City State Zip Code Company Contact Person: HENRY BELTRAN* Email Address: INFO@AIRBBUS.COM* Phone Number (include area code): 305-267-1001 Company's Internet Web Address: Pursuant an prior ■ to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 ()CAI I Y-HFAf7OUARTFRFf7 RUSINFSS CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. El Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: 7503 NW 7 ST, MIAMI, FL 33126- LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. ■ Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMA11 RUSINFSS FNTFRPRISF CONTRACT MFASURFS (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 1 /23/2019 BidSync p. 177 Miami -Dade County RTQ-01100 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes © No CI If yes, please provide Certification Number: 6500427 SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: HB In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Date HENRY BELTRAN* 12/28/201865* Type or Print Name HENRY BELTRAN* Type or Print Title * PRESIDENT/CEO THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Date HENRY BELTRAN* 12/28/2018* Type or Print Name HENRY BELTRAN* 1/23/2019 BidSync p. 178 Miami -Dade County RTQ-01100 Type or Print Title * PRESIDENT 1/23/2019 BidSync p. 179 Miami -Dade County RTQ-01100 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. Services 4hrs minimum Invoice need to be sign to confirm transportation Payment must be received in a period of 30 days Invoices not paid in timely manner will be applied a 15% late fee to the Invoice Cancellation less than 48 hrs applied a 75% of the total amount Handicap Bus ( Price TBA )Required Schedule in advance 0 NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT HENRY BELTRAN Signature 12/28/2018 Date 1 /23/2019 BidSync p. 180 Miami -Dade County RTQ-01100 SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer: AIRS SCHOOL BUS TRANSPORTATION INC FEIN No. 65-1071106 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers the recommended Bidder/Pr000ser demonstrates to the County odor to award that the race gender and ethnic information is not reasonably available at that time the Bidder/Pr000ser shall be obligated of supplies expenditures o or materials to b€ suppliers will b€ In theeventthe to exercise dligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and in any event prior to final payment under the contract (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Su lier pp Principal Owner Supplies/ Materials/ Services to be Provided by Supplier Principal Owner (Enter the number of male and female owners by race/ethnicity) Employee(s) (Enter the number of male and female of employees by employees and the number race/ethnicityl M F White Black Hispanic Asian/Pacific Islander Native Americanl Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Bh AIRB SCHOOL BUS TRANSPORTATION INC HENRY BELTRAN SCHOOL BUSES 1 1 1 20 35 55 4 55 4 7503 NW 7 ST, MI ANH, FL 33126 Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Princi al Owner P (Enter the number of male and female owner by racelethnicity) Employee(s) (Enter the number of male and female employees of employees by race/ethnici and the number Yl M F White Black Hispanic Asian/Pacific Islander Native Americanl Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Oth Cl Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on-line to the Small Business Development of the Interne Services Department at http://www.miamidade.govlbusinesslbusiness-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Paymen Report Sub 200 form which can be found at http:l/www.miamidade.gov/business/library/forms/subcontractors-payment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. HENRY BELTRAN HENRY BELTRAN PRESIDENT Signature of Bidder/Proposer Print Name Print Title 12/28/2018 Date SUB Imlie.l 1/23/2019 BidSync p. 181 Miami -Dade County RTQ-01100 Supplier: AIR B SCHOOL BUS TRANSPORTATION,INC Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: RTQ-01100 Federal Employer Identification Number (FEIN): 65-1071106 Contract Title: TRANSPORTATION SERVICES HENRY BELTRAN Printed Name of Affiant PRESIDENT HENRY BELTRAN Printed Title of Affiant Signature of Affiant AIR B SCHOOL BUS TRANSPORTATION INC 12/28/2018 Name of Firm Date 7503 NW 7 ST FL 33126 Address of Firm State Zip Code 'Votary Public Information Notary Public - State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 1/23/2019 BidSync p. 182 Miami -Dade County RTQ-01100 Annett Bus Lines Bid Contact Wade Scheel sales@annettbuslines.com Ph 800-282-3655 Fax 863-655-6207 Address 130 Madrid Drive SEBRING, FL 33876 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs RTQ-01100--01-01 Transportation Supplier Product Services Code: First Offer - 1 / each Y Y Supplier Total $0.00 1/23/2019 BidSync p. 183 Miami -Dade County RTQ-01100 Annett Bus Lines Item: Transportation Services Attachments Annett Bus Lines Responses for RTQ-01100.pdf 1/23/2019 BidSync p. 184 Miami -Dade County Solicitation RTQ-01100 SECTION 4 SUBMITTAL FORM TO BE COMPLETED BY ALL VENDORS Vehicle Inventory List Place a Check next to all of the Vehicle Types your company can offer to the County for Transportation Services and list the vehicle identification number (VIN), condition, and passenger capacity. GROUPS CHECK ALL THAT APPLY VEHICLE TYPE VIN CONDITION PASSENGER CAPACITY Group 1 Business or Luxury Sedan 1. 2. Business or Luxury SUV 3. 4. Limousine 5. 6. Group 2 V Coach / Charter Bus 1 See attached list of our extensive vehicle inventory. 2. 3. School Bus 4. 5. 6. Group 3 Minibus 1. 2. Van 3. 4. Handicap Accessible 5. 6. Additional Inventory: 1. 2. 3. 4. 5. 6. Rev.072518 1P233ffi0QS8 1:45 PM BidSync pp1$5 Miami -Dade County RTQ-01100 ANNETT BUS LINES — 2018 Vehicles Vehicle ID Power Outlets WiFi Seat Belts Wheelchair Year Make Model Mo. # of Seats Vin # 0003 X X X 2004 Prevost H3-45 56 2PCH3349141010003 0206 X X 2005 Prevost H3-45 56 2PCH3349251010206 0379 X X 2006 Prevost H3-45 56 2PCH3349961010379 0412 X X X 2019 Prevost H3-45 56 2PCH3349XKC710412 0431 X X 2006 Prevost H3-45 56 2PCH3349761010431 0432 X X 2006 Prevost H3-45 56 2PCH3349961010432 0669 X X 2007 Prevost H3-45 56 2PCH3349571010669 0673 X X 2007 Prevost H3-45 56 2PCH3349171710673 0687 X X 2007 Prevost H3-45 56 2PCH3349171710687 0708 X X 2007 Prevost H3-45 56 2PCH3349571710708 0821 X X 2007 Prevost H3-45 56 2PCH3349171710821 0823 X X 2007 Prevost H3-45 56 2PCH3349571710823 0825 X X 2007 Prevost H3-45 56 2PCH3349971710825 0827 X X 2007 Prevost H3-45 56 2PCH3349271710827 0829 X X 2007 Prevost H3-45 56 2PCHS3349671710829 0830 X X 2007 Prevost H3-45 56 2PCHS3349671710830 0831 X X 2007 Prevost H3-45 56 2PCHS3349671710831 1119 X X 1994 Prevost H3-41 48 2P9H33402R1001017 1187 X X 1995 Prevost H3-41 48 2P9H33417S1001187 1307 X X 1996 Prevost H3-45 58 2PCH33496T1011307 1308 X X 1996 Prevost H3-45 58 2PCH33498T1011308 1311 X X 1996 Prevost H3-45 58 2PCH33498T1011311 1325 X X 1996 Prevost H3-45 58 2PCH33498T1011325 1330 X X 1996 Prevost H3-45 58 2PCH33491T1011330 1336 X X 1993 Prevost H3-40 48 2P9H33400P1001336 1380 X X 1994 Prevost H3-40 48 2P9H3340XR1001380 1431 X X 1996 Prevost H3-45 56 2PCH33497T1011431 1595 X X 1996 Prevost H3-45 58 2PCH33494T1011595 1930 X X X X 2012 Prevost H3-45 56 2PCH33492CC711930 1949 X X 1997 Prevost H3-45 58 2PCH33499V1011949 1984 X X X 2012 Prevost H3-45 56 2PCH33493CC711984 1990 X X X 2012 Prevost H3-45 56 2PCH33499CC711990 1992 X X X X 2012 Prevost H3-45 56 2PCH33492CC711992 2028 X X 1997 Prevost H3-45 58 2PCH33493V1012028 2135 X X 1998 Prevost H3-45 56 2PCH33492W1012135 2269 X X 1998 Prevost H3-45 58 2PCH33491W1012269 2272 X X 1998 Prevost H3-45 58 2PCH33491W1012272 2485 X X 1998 Prevost H3-45 56 2PCH33497W1012485 2578 X X 1998 Prevost H3-45 58 2PCH33R93W1012578 2708 X X 1999 Prevost H3-45 58 2PCH3349XX1012708 2874 X X 1999 Prevost H3-45 56 2PCH33495X1012874 2892 X X 1999 Prevost H3-45 58 2PCH33497X1012892 3118 X X X 2016 Prevost H3-45 58 2PCH33494GC713118 3142 X X X X 2016 Prevost H3-45 56 2PCH33491GC713142 3286 X X 1999 Prevost H3-45 56 2PCH33494X1013286 3511 X X 2000 Prevost H3-45 56 2PCH33495Y1013511 3580 X X X 2017 Prevost H3-45 56 2PCH33491HC713580 3581 X X X X 2017 Prevost H3-45 56 2PCH33491HC713581 4450 X X 2003 Prevost H3-45 56 2PCH3349431014450 4483 X X X 2003 Prevost H3-45 56 2PCH33449831014483 4502 X X 2003 Prevost H3-45 56 2PCH3349831014502 4999 X X X 2004 Prevost H3-45 56 2PCH3349841014999 7315 X X X X 2017 Prevost X3-45 48 4RKG33494H9737315 9506 X X X X 2018 VanHool CX2045 56 YE2XC81B8J3049506 All vehicles are owned by Annett Bus Lines and are equipped with Air Conditioning, Two-way communication, PA System, DVD Player, Restroom 1/23/2019 Safety Equipment - Each coach has a fire extinguisher, an emergency roof hatch, 4 emergency windows, biohazard spill kit and emergency triangles. BiaSync p. 186 12/27/2018 RTQ-01100 Miami -Dade County The Bolles school Transportation Department 25 July 2018 To Whom It May Concern, THE _ lil TOLLS SCHOOL Bali TriiNGS POSSIRLL Irm Debra Franks, The Bolles School Transportation Travel Manager. I've come to find out that you are looking for a charter bus company for your Transportation needs. We have used Annett Charters for the past 5 years and would highly recommend their services. Mr & Mrs Annett are an intrical part of daily operations and are very accessible. The buses are always on time and the drivers are extremely polite and professional. We never had a problem with a bus breaking down or a complaint of a driver. Our trips at The Bolles School are mostly long trips to Miami, Pensacola, Atlanta, Washington DC and North & South Carolina. All the buses are comfortable, clean and well equipped with power to charge a phone, laptop and WiFi. Again I highly recommend Annett Charters for you travel needs. If you would like to speak to me you can call at the number listed. Regards, Ms Debra Franks The Bolles School Transportation Travel Manager E-mail: l ranksd. a bo l les. o rb'. Ph: (904) 256-5151 7400 San Jose Boulevard Jacksonville, Florida 32217 phone 904.733.9292 fax 904.733.0606 www.Bolles.org RTQ-01100 Miami -Dade County Cen ter For Travel 50 SE KINDRED ST #109 STUART FL 34994 PHONE (772) 220-4888 FAX (772) 220-0607 Date: July 24, 2018 To Whom It May Concern, As owner and President of Center For Travel Inc., I am pleased to endorse Annett Bus Lines charter motor coach services. I have continually utilized their motor coaches for single and multiday trips for the past 30 plus years. Their coaches, drivers and office personnel always meet my high expectations. Best regards, Judy A. VanCuren CTC Owner & President. Miami -Dade County RTQ-01100 VIN# Department of Transportation and Public Works Passenger Transportation Regulatory Division VEHICLE OPERATING PERMIT APPLICATION Eachapplication must attach a Certificate of Insurance or a certified copy of insurance policy which complies with the applicable requirements set forth in Chapter 4 or Chapter 31 of the Miami -Dade County Code. Also, the undersigned certifies that all information provided in this document is true and accurate. IDENTIFICATION OF LICENSE /CERTIFICATE HOLDER Name of License/Certificate Holder Florida Trails, Tnc Certificate/For-Hire License # Doing Business As Mailing Address Annett Bus Tines Daytime Phone Number 800-282-3655 130 Madrid Drive, Sebring, FL Zip Code 33876 1. IDENTIFICATION OF VEHICLE TO BE PLACED INTO SERVICE (also complete Section 4 below) State License Tag # VIN # Company Unit # Year/Make/Model See attached vehicle listing. Gross Seating Capacity Body Style /Type 2. IDENTIFICATION OF VEHICLE TO BE REMOVED FROM SERVICE State License Tag # VIN # Company Unit # Year/Make/Model Certificate/For-Hire License# The vehicle has been disposed of in the following manner Print Name of Person Signing This Form Signature of License /Certificate Holder or Authorized Legal Representative Date 3. COMPLETE ONLY IF FOR -HIRE TAXICAB (IN SECTION 1 ABOVE) HAS CHANGED COMPANIES Taxi Medallion Holder Name: State License Tag # Year/Make/Model Print Medallion Holder Name or authorized Representative Signature Date 4, APPLICATION FOR ISSUANCE OF VEHICLE OPERATING PERMIT The undersigned hereby makes application for the issuance of a Vehicle Operating Permit for the vehicle described in Section 2 above. The undersigned further understands that if a penit is issued, I or she is bound by the provisions in Chapter 4 and/or Chapter 31 of the Code of Miami -Dade County. David Annett Print Name of Person Signing This Form 12/27/2018 Signatnrl? of Li nse/Certificate Holder or Authorized Representative Date FOR OFFICIAL USE ONLY Amount Received $ Check/CC/MO # Date Received Old OP Received OP serial number New OP Issued OP serial number Old Inspection decal received Inspection decal serial number VIN # Check Remarks Name Initial Inspector number 1/23/2019 BidSync p. 189 Miami -Dade County RTQ-01100 ANNETT BUS LINES — 2018 Vehicles Vehicle ID Power Outlets WiFi Seat Belts Wheelchair Year Make Model Mo. # of Seats Vin # 0003 X X X 2004 Prevost H3-45 56 2PCH3349141010003 0206 X X 2005 Prevost H3-45 56 2PCH3349251010206 0379 X X 2006 Prevost H3-45 56 2PCH3349961010379 0412 X X X 2019 Prevost H3-45 56 2PCH3349XKC710412 0431 X X 2006 Prevost H3-45 56 2PCH3349761010431 0432 X X 2006 Prevost H3-45 56 2PCH3349961010432 0669 X X 2007 Prevost H3-45 56 2PCH3349571010669 0673 X X 2007 Prevost H3-45 56 2PCH3349171710673 0687 X X 2007 Prevost H3-45 56 2PCH3349171710687 0708 X X 2007 Prevost H3-45 56 2PCH3349571710708 0821 X X 2007 Prevost H3-45 56 2PCH3349171710821 0823 X X 2007 Prevost H3-45 56 2PCH3349571710823 0825 X X 2007 Prevost H3-45 56 2PCH3349971710825 0827 X X 2007 Prevost H3-45 56 2PCH3349271710827 0829 X X 2007 Prevost H3-45 56 2PCHS3349671710829 0830 X X 2007 Prevost H3-45 56 2PCHS3349671710830 0831 X X 2007 Prevost H3-45 56 2PCHS3349671710831 1119 X X 1994 Prevost H3-41 48 2P9H33402R1001017 1187 X X 1995 Prevost H3-41 48 2P9H33417S1001187 1307 X X 1996 Prevost H3-45 58 2PCH33496T1011307 1308 X X 1996 Prevost H3-45 58 2PCH33498T1011308 1311 X X 1996 Prevost H3-45 58 2PCH33498T1011311 1325 X X 1996 Prevost H3-45 58 2PCH33498T1011325 1330 X X 1996 Prevost H3-45 58 2PCH33491T1011330 1336 X X 1993 Prevost H3-40 48 2P9H33400P1001336 1380 X X 1994 Prevost H3-40 48 2P9H3340XR1001380 1431 X X 1996 Prevost H3-45 56 2PCH33497T1011431 1595 X X 1996 Prevost H3-45 58 2PCH33494T1011595 1930 X X X X 2012 Prevost H3-45 56 2PCH33492CC711930 1949 X X 1997 Prevost H3-45 58 2PCH33499V1011949 1984 X X X 2012 Prevost H3-45 56 2PCH33493CC711984 1990 X X X 2012 Prevost H3-45 56 2PCH33499CC711990 1992 X X X X 2012 Prevost H3-45 56 2PCH33492CC711992 2028 X X 1997 Prevost H3-45 58 2PCH33493V1012028 2135 X X 1998 Prevost H3-45 56 2PCH33492W1012135 2269 X X 1998 Prevost H3-45 58 2PCH33491W1012269 2272 X X 1998 Prevost H3-45 58 2PCH33491W1012272 2485 X X 1998 Prevost H3-45 56 2PCH33497W1012485 2578 X X 1998 Prevost H3-45 58 2PCH33R93W1012578 2708 X X 1999 Prevost H3-45 58 2PCH3349XX1012708 2874 X X 1999 Prevost H3-45 56 2PCH33495X1012874 2892 X X 1999 Prevost H3-45 58 2PCH33497X1012892 3118 X X X 2016 Prevost H3-45 58 2PCH33494GC713118 3142 X X X X 2016 Prevost H3-45 56 2PCH33491GC713142 3286 X X 1999 Prevost H3-45 56 2PCH33494X1013286 3511 X X 2000 Prevost H3-45 56 2PCH33495Y1013511 3580 X X X 2017 Prevost H3-45 56 2PCH33491HC713580 3581 X X X X 2017 Prevost H3-45 56 2PCH33491HC713581 4450 X X 2003 Prevost H3-45 56 2PCH3349431014450 4483 X X X 2003 Prevost H3-45 56 2PCH33449831014483 4502 X X 2003 Prevost H3-45 56 2PCH3349831014502 4999 X X X 2004 Prevost H3-45 56 2PCH3349841014999 7315 X X X X 2017 Prevost X3-45 48 4RKG33494H9737315 9506 X X X X 2018 VanHool CX2045 56 YE2XC81B8J3049506 All vehicles are owned by Annett Bus Lines and are equipped with Air Conditioning, Two-way communication, PA System, DVD Player, Restroom 1 /23/2019 Safety Equipment - Each coach has a fire extinguisher, an emergency roof hatch, 4 emergency windows, biohazard spill kit and emergency triangles. BiaSync p. 190 12/27/2018 DPX Form Miami -Dade County Page 1 of 1 RTQ-01100 Supplier Response Form MIAMI•DADE COUNTY FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. NONE. 0 NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Wade Scheel Signature 12/27/2018 Date Please enter your password below and click Save to update your response. Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.) By completing this form, your bid has not yet been submitted. Please click on the place offer button to finish filling out your bid. Username sales@annettbuslines.com Password Save Close * Required fields 1 /23/2019 BidSync p. 191 https://www.bidsync.com/DPXViewer/Affidavit-FairSubcontracting Practices.htm?a... 12/27/2018 DPX Form Page 1 of 2 Supplier Response Form filAPI SNEED Name of Bidder/Proposer: SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Florida Trails, Inc dba Annett Bus Line * FEIN No. 59-2145011 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, induding professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE' under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. In the event that the recommended Bidder/Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract. (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier Principal Owner Supplies/ Materials/ Services to be Provided by Supplier Principal Owner (Enter the number of male and female owners by racelethnicity) Employee(s) (Enter the number of male and female employees and the number of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other NONE Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Principal Owner (Enter the number of male and female owners by racelethnicity) Employees Enter the number of male and female employees and the number of employees (by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other NONE ❑ Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on-line to the Small Business Development of the Internal Services Departs http://www.miamidade.gov/business/business-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be fo http:llwww.miamidade.gov/business/l i brarv/forms/subcontractors-pavment. pdf. 1 certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Wade Scheel Signature of Bidder/Proposer Wade Scheel Print Name Sales Executive Print Title 12/27/18 Date i(}unoa apea-!weiw 00 6 60-D121 https://www.bidsync.com/DPXViewer/Affidavit-Subcontractor Listing_8-27-2014.htm?ac=supresponse&auc=2033556&do... 12/27/2018 DPX Form Page 2 of 2 W 0 O_ Please enter your password below and click Save to update your response. Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.) By completing this form, your bid has not yet been submitted. Please click on the place offer button to finish filling out your bid. Username sales@annettbuslines.com Password Save Close * Required fields i(}unoa apea-!weiw 00 6 60-D121 https://www.bidsync.com/DPXViewer/Affidavit-Subcontractor Listing _8-27-2014.htm?ac=supresponse&auc=2033556&do. .. 12/27/2018 DPX Form Miami -Dade County Page 1 of 3 RTQ-01100 Supplier Response Form M IAMI-DARE COUNTY Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): Federal Tax Identification Number: Florida Trails Inc, dba Annet ** 59-2145011 ** If Corporation - Date Incorporated/Organized: State Incorporated/Organized: 1/1/1982 Florida Company Operating Address: City State Zip Code 130 Madrid Drive Sebring FL 33876 ** ** ** ** Miami -Dade County Address (if applicable): City State Zip Code Company Contact Person: Email Address: Wade Scheel ** wade@annettbuslines.com ** Phone Number (include area code): Company's Internet Web Address: 800-282-3655 * annettbuslines.com Pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, director, or executive who has been convicted of a felony during the contract with or receiving funding from the County. partnership, joint venture or other legal entity having an officer, past ten (10) years shall disclose this information prior to entering into a to comply with this requirement. • Place a check mark here only if the Bidder has such conviction to disclose LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a that has a valid Local Business Tax Receipt issued by Miami -Dade County at within the limits of Miami -Dade County from which business is performed employees for the continuous period of one year prior to bid submittal (by business location must have served as the place of employment for one full in a verifiable and measurable way. This may include, but not be limited and increase to the County's tax base. for Local Preference. Failure to complete this certification at this for Local Preference. "local business" is a business located within the limits of Miami -Dade County least one year prior to bid submission; has a physical business address located and which served as the place of employment for at least three full time exception, if the business is a certified Small Business Enterprise, the local time employee); and contributes to the economic development of the community to, the retention and expansion of employment opportunities and the support • Place a check mark here only if affirming the Bidder meets the requirements time (by checking the box above) may render the vendor ineligible of this certification, and pursuant to Section 2-8.5 of the Code of Miami - "principal place of business" is in Miami -Dade County. for the Locally -Headquartered Preference (LHP). Failure to render the vendor ineligible for the LHP. LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose Dade County, a "locally -headquartered business" is a Local Business whose • Place a check mark here only if affirming the Bidder meets requirements complete this certification at this time (by checking the box) may The address of the Locally -Headquartered office is: LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local State of Florida Department of business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. 1/23/2019 BidSync p. 194 https://www.bidsync.com/DPXViewer/Bid Submittal _Form _10-02-2017.htm?ac=supres... 12/27/2018 DPX Form Miami -Dade County Page 2 of 3 RTQ-01100 • Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes • No 0 If yes, please provide Certification Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN UST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary or confidential. In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Date Wade Scheel * * 12/27/18 * * Type or Print Name Wade Scheel ** Type or Print Title * Sales Executive * THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON- RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. 1/23/2019 BidSync p. 195 https://www.bidsync.com/DPXViewer/Bid Submittal _Form _10-02-2017.htm?ac=supres... 12/27/2018 DPX Form Miami -Dade County Page 3 of 3 RTQ-01100 Bidder's Authorized Representative's Signature: Wade Scheel ** Date 12/27/18 ** Type or Print Name Wade Scheel ** Type or Print Title Sales Executive Please enter your password below and click Save to update your response. Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.) By completing this form, your bid has not yet been submitted. Please click on the place offer button to finish filling out your bid. Username sales@annettbuslines.com Password * Save [ Close * Required fields 1/23/2019 BidSync p. 196 https://www.bidsync.com/DPXViewer/Bid Submittal _Form _10-02-2017.htm?ac=supres... 12/27/2018 DPX Form Page 1 of 2 Miami -Dade County RTQ-01100 Supplier Response Form Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non- compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami -Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No. : Contract Title: RTQ-01100 Federal Employer Identification Number (FEIN): Transportation Services Wade Scheel Printed Name of Affiant Florida Trails Inc dba Annett Bus Name of Firm 130 Madrid Drive Notary Public— State of Address of Firm Sales Executive Printed Title of Affiant FL State Notary Public Information County of Subscribed and sworn to (or affirmed) before me this by Type of identification produced day of, He or she is personally known to me 59-2145011 Wade Scheel Signature of Affiant 12/27/2018 Date 33876 Zip Code 20 or has produced identification Signature of Notary Public Print or Stamp of Notary Public Serial Number Expiration Date Notary Public Seal Please enter your password below and click Save to update your response. Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.) By completing this form, your bid has not yet been submitted. Please click on the place offer button to finish filling out your bid. Username sales@annettbuslines.com 1/23/2019 BidSync p. 197 https://www.bidsync.com/DPXViewer/Contractor Due Diligence Affidavit.htm?ac=sup... 12/27/2018 DPX Form Page 2 of 2 Miami -Dade County RTQ-01100 Password Save I Close I * Required fields 1/23/2019 BidSync p. 198 https ://www.bidsync.com/DPXViewer/Contractor Due Diligence Affidavit.htm?ac=sup... 12/27/2018 Miami -Dade County RTQ-01100 SECTION 4 SUBMITTAL FORM COMPANY NAME AND FEIN: QUALIFICATION CRITERIA TO BE COMPLETED BY THE VENDOR Refer to Section 2.5 — 2.8 To ensure that Submittal complies with solicitation requirements. Reference Section QUALIFICATION CRITERIA FOR ALL GROUPS (1, 2, and 3) Copy Attached 2.5 (1) Vendor must maintain a minimum fleet of two vehicle(s) or more. To demonstrate this, Vendor must complete the attached Vehicle Inventory List in Section 4 of this solicitation. 2.5 (2) Vendor must be regularly engaged in the business of providing for hire transportation services. Vendor shall provide two (2) current reference letters from customers. The reference letters must be from customers that are currently receiving or have received from the Vendor, the transportation services described in this solicitation within the last two (2) years. The reference letters must be signed on the customer's company letterhead, and include the name, title, address, and telephone number of the contact person who can verify that the vendor has provided the services required under this solicitation. These reference letters shall ascertain to the County's satisfaction that the Vendor has sufficient experience providing for -hire transportation services. 2.5 (3) Vendor must have and maintain a valid Vehicle Operating Permit, issued by the County, in accordance with Miami -Dade County Code. * We have applied for the Vehicle Operating Permit — see attached. 2.5 (4) Vendor shall provide the contact information of a designated representative to provide the County with support and information concerning orders placed and to receive future spot market solicitations. Vendor shall provide the representative's name, title, phone number, and email address. Name: Wade Scheel Title: Sales Executive Phone: 800-282-3655 Email: wade@annettbuslines.com ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 3 ONLY 2.6 (1) Vendor must have a valid Passenger Motor Carrier (PMC) Certificate of Transportation issued by the County, as required for buses and vans with seating capacity between 9 and 28 passengers in ■ accordance with the Miami -Dade County Code. N/A. All vehicles are 48 and 56 passenger. Rev.072518 1/23/2019 BidSync p. 199 Miami -Dade County RTQ-01100 Lines SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 M IA M L•QADE COUNTY MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 1 /23/2019 BidSync p. 200 Miami -Dade County RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 1 /23/2019 BidSync p. 201 Miami -Dade County RTQ-01100 Supplier: Annett Bus Lines MIAMIDADE Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): Florida Trails Inc, dba Annett Bus Lines* Federal Tax Identification Number: 59-2145011 * If Corporation - Date Incorporated/Organized: 1/1/1982 State Incorporated/Organized: Florida Company Operating Address: 130 Madrid Drive* City Sebring* State FL* Zip Code 33876* Miami -Dade County Address (if applicable): City State Zip Code Company Contact Person: Wade Scheel* Email Address: wade@annettbuslines.com* Phone Number (include area code): 800-282-3655 Company's Internet Web Address: annettbuslines.com Pursuant an prior ■ to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 ()CAI I Y-HFAf7OUARTFRFf7 RUSINFSS CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. El Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. ■ Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMA11 RUSINFSS FNTFRPRISF CONTRACT MFASURFS (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 1/23/2019 BidSync p. 202 Miami -Dade County RTQ-01100 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes 0 No CI If yes, please provide Certification Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder is not on the Scrutinized Companies with Activities in Energy Sector List, as those terms are used and defined in sections 287.135 to provide such certification but still seeks to be considered for award of this a duly authorized representative and shall also initial this space: In such event, written explanation of the facts supporting any exception to the requirement for The Bidder agrees to cooperate fully with the County in any investigation would be applicable. The County shall have the right to terminate any contract a false certification or to have been placed on the Scrutinized Companies for Iran Petroleum Energy Sector List. By executing this bid through a duly authorized representative, the Bidder Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum and 215.473 of the Florida Statutes. In the event that the Bidder is unable solicitation, the Bidder shall execute the bid response package through the Bidder shall furnish together with its bid response a duly executed certification that it claims under Section 287.135 of the Florida Statutes. undertaken by the County to determine whether the claimed exception resulting from this solicitation for default if the Bidder is found to have submitted Activities in Sudan List or the Scrutinized Companies with Activities in the IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. submitted contains confidential, proprietary or trade secret information, the that the Bid, or any part thereof no matter how indicated, is confidential, information to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims made proprietary or a trade secret and authorizes the County to release such Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Wade Scheel* Date 12/27/18* Type or Print Name Wade Scheel* Type or Print Title * Sales Executive THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Wade Scheel* Date 12/27/18* Type or Print Name Wade Scheel* 1 /23/2019 BidSync p. 203 Miami -Dade County RTQ-01100 Type or Print Title * Sales Executive 1 /23/2019 BidSync p. 204 Miami -Dade County RTQ-01100 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. NONE. 0 NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Wade Scheel Signature 12/27/2018 Date 1 /23/2019 BidSync p. 205 Miami -Dade County RTQ-01100 MIAM SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer: Florida Trails, Inc dba Annett Bus Lines FEIN No. 59-2145011 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form I no subcontractors or suppliers will be used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. the event that the recommended Bidder/Proposer demonstrates to the County odor to award that the race gender and ethnic information is not reasonably available at that time the Bidder/Propose( shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and. in any event. prior to final payment under the contract (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier principal Owner Supplies/ Materials/ Services to be Provided by Supplier pp Principal Owner (Enter the number of male and female owners by race/ethnicity) (Enter the number numbe Employee(s) of male and female employees and the of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Ithi NONE Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant _ Principal Owner (Enter the number of male and female owners by racelethnicity) (Enter the number numbe Employee(s) of male and female employees and the of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan cal NONE LI Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on -linetotheSmall Business Devdopmm of the Internal Services Department at http://www.miamidade.govlbusinesslbusiness-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/businessAibrary/forms/subcontractors-payment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Wade Scheel Wade Scheel Sales Executive Signature of Bidder/Proposer Print Name Print Title 12/27/18 Date 5113,ma..v 1 /23/2019 BidSync p. 206 Miami -Dade County RTQ-01100 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: RTQ-01100 Federal Employer Identification Number (FEIN): 59-2145011 Contract Title: Transportation Services Wade Scheel Printed Name of Affiant Sales Executive Printed Title of Affiant Wade Scheel Signature of Affiant Florida Trails Inc dba Annett Bus Lines 12/27/2018 Name of Firm Date 130 Madrid Drive FL 33876 Address of Firm State Zip Code 'Votary Public Information Notary Public - State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 1 /23/2019 BidSync p. 207 Miami -Dade County RTQ-01100 PHOENIX BUS INC Bid Contact Wagner Triska contact@phoenixbusorlando.com Ph 407-574-7662 Fax 407-517-4788 Address 5387 LB Mcleod Rd Orlando, FL 32811 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs RTQ-01100--01-01 Transportation Supplier Product Services Code: First Offer - 1 /each Y Y Supplier Total $0.00 1 /23/2019 BidSync p. 208 Miami -Dade County RTQ-01100 PHOENIX BUS INC in Item: Transportation Services Attachments 1 /23/2019 BidSync p. 209 Miami -Dade County RTQ-01100 US INC SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 M IA M L•QADE COUNTY MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 1 /23/2019 BidSync p. 210 Miami -Dade County RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 1 /23/2019 BidSync p. 211 Miami -Dade County RTQ-01100 Supplier: PHOENIX BUS INC MIAMIDADE Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): PHOENIX BUS INC* Federal Tax Identification Number: 262568765* If Corporation - Date Incorporated/Organized: 05/06/2008 State Incorporated/Organized: United States Company Operating Address: 5387 LB Mcleod Rd* City Orlando* State FL* Zip Code 32811* Miami -Dade County Address (if applicable): City ORLANDO State Florida Zip Code Florida Company Contact Person: Wagner Triska Jr* Email Address: contact@phoenixbusorlando.com* Phone Number (include area code): 8887555398 Company's Internet Web Address: www.phoenixbusorlando.com Pursuant an prior • to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 ()CAI I Y-HFAf7OUARTFRFf7 RUSINFSS CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. El Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: 5387 LB Mcleod Rd. LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. • Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMA11 RUSINFSS FNTFRPRISF CONTRACT MFASURFS (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 1/23/2019 BidSync p. 212 Miami -Dade County RTQ-01100 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes 0 No CI If yes, please provide Certification Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder is not on the Scrutinized Companies with Activities in Energy Sector List, as those terms are used and defined in sections 287.135 to provide such certification but still seeks to be considered for award of this a duly authorized representative and shall also initial this space: wtj In such written explanation of the facts supporting any exception to the requirement The Bidder agrees to cooperate fully with the County in any investigation would be applicable. The County shall have the right to terminate any contract a false certification or to have been placed on the Scrutinized Companies for Iran Petroleum Energy Sector List. By executing this bid through a duly authorized representative, the Bidder Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum and 215.473 of the Florida Statutes. In the event that the Bidder is unable solicitation, the Bidder shall execute the bid response package through event, the Bidder shall furnish together with its bid response a duly executed for certification that it claims under Section 287.135 of the Florida Statutes. undertaken by the County to determine whether the claimed exception resulting from this solicitation for default if the Bidder is found to have submitted Activities in Sudan List or the Scrutinized Companies with Activities in the IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. submitted contains confidential, proprietary or trade secret information, the that the Bid, or any part thereof no matter how indicated, is confidential, information to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims made proprietary or a trade secret and authorizes the County to release such Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Wagner Triska Jr* Date 12/19/2018* Type or Print Name Wagner Triska Jr* Type or Print Title * VP THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Wagner Triska Jr* Date 12/19/2018* Type or Print Name VP* 1 /23/2019 BidSync p. 213 Miami -Dade County RTQ-01100 Type or Print Title * contacteDhoenixbusorlando.com 1 /23/2019 BidSync p. 214 Miami -Dade County RTQ-01100 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Wagner Triska Jr Signature contact@phoenixbusorlando.com Date 1 /23/2019 BidSync p. 215 Miami -Dade County RTQ-01100 mow SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer: PHOENIX BUS INC FEIN Na 262568765 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. Entheeven that the rernmmarutpd RiddesIPrnpnses demmetratee tn the County prinr tn award that the race gander and ethnir information ie not reaannahly availahle at that time the Riddes/Prnposes ¢hall he nhligated In exercise diligent efforts to obtain that information and provide the same to the County not later than ten (101 days after it becomes available and in anv event orior to final payment under the contract. (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier Principal Owner Supplies/ Materials/ Services to be Provided by Su lien pp Principal Owner (Enter the number of male and female owners by race/ethnicity) Employee(s) (Enter the number of male and female employees and the number of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic etsian/Pacific Islander Native American/ Native Alaskan phi WAGNER TRISKA 50 A BUS TRANSPORTATION X 22 4 13 6 WAGNER TRISKA JR 50 BUS TRANSPORTATION X Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Principal Owner (Enter the number of male and female owners by racelethnicity) Employee(s) (Enter the number o male and female employees and the number of employees b race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic sian/Pacific Islander Native American/ Native Alaskan Qhi ❑ Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on-line to the Small Business Development ofthi Internal Services Department at http://www.miamidade.gov/business/business-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/business/library/forms/subcontractors-payment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Wagner Triska Jr Wagner Triska Jr V.P. Signature of Bidder/Proposer Print Name Print Title contact/ phoenixbusorlando.com Date 1/23/2019 BidSync p. 216 Miami -Dade County RTQ-01100 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No. : RTQ-01100 Federal Employer Identification Number (FEIN): 262568765 Contract Title: TRANSPORTATION SERVICES Wagner Triska Jr Printed Name of Affiant V.P. Printed Title of Affiant Wagner Triska Jr Signature of Affiant PHOENIX BUS INC 12.20.18 Name of Firm Date 5387 LB Mcleod Rd FL Address of Firm State 'Votary Public Information Notary Public - State of County of contact@phoenixbusorl ando.com Zip Code Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 1 /23/2019 BidSync p. 217 Miami -Dade County RTQ-01100 Elite Transport Bid Contact Fritzner Charles elitetransport@elitetransportnet.com Ph 305-896-4763 Address 707 NE 125th street NORTH MIAMI, FL 33161 Item # Line Item Notes Unit Price Qty/Unit Attch. Docs RTQ-01100--01-01 Transportation Supplier Product Services Code: First Offer - 1 / each Y Y Supplier Total $0.00 1 /23/2019 BidSync p. 218 Miami -Dade County RTQ-01100 Elite Transport Item: Transportation Services Packet_for_Solicitation_RTQ-011001.pdf Neighborhood Med Transportation Reference Letter2.pdf MARY CORTES.pdf Contractor Requirements.pdf 1 /23/2019 BidSync p. 219 Miami -Dade County Solicitation RTQ-01100 SECTION 4 SUBMITTAL FORM COMPANY NAME AND FEIN: QUALIFICATION CRITERIA TO BE COMPLETED BY THE VENDOR Refer to Section 2.5 — 2.8 To ensure that Submittal complies with solicitation requirements. Reference Section QUALIFICATION CRITERIA FOR ALL GROUPS (1, 2, and 3) Copy Attached 2.5 (1) Vendor must maintain a minimum fleet of two vehicle(s) or more. To demonstrate this, Vendor must complete the attached Vehicle Inventory List in Section 4 of this solicitation. �/ 2.5 (2) Vendor must be regularly engaged in the business of providing for hire transportation services. Vendor shall provide two (2) current reference letters from customers. The reference letters must be from customers that are currently receiving or have received from the Vendor, the transportation services described in this solicitation within the last two (2) years. The reference letters must be signed on the customer's company letterhead, and include the name, title, address, and telephone number of the contact person who can verify that the vendor has provided the services required under this solicitation. These reference letters shall ascertain to the County's satisfaction that the Vendor has sufficient experience providing for -hire transportation services. �/ 2.5 (3) Vendor must have and maintain a valid Vehicle Operating Permit, issued by the County, in accordance with Miami -Dade County Code. 2.5 (4) Vendor shall provide the contact information of a designated representative to provide the County with support and information concerning orders placed and to receive future spot market solicitations. Vendor shall provide the representative's name, title, phone number, and email address. Name: Daniel Atelus Title: Owner Phone: 305.902.9848 Email: Elitetransport@elitetransportnet.com ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 3 ONLY 2.6 (1) Vendor must have a valid Passenger Motor Carrier (PMC) Certificate of Transportation issued by the County, as required for buses and vans with seating capacity between 9 and 28 passengers in accordance with the Miami -Dade County Code. ■ Rev.072518 1 P28/20QS8 10:58 AM BidSync p. 1229 Miami -Dade County Solicitation RTQ-01100 SECTION 4 SUBMITTAL FORM TO BE COMPLETED BY ALL VENDORS Vehicle Inventory List Place a Check next to all of the Vehicle Types your company can offer to the County for Transportation Services and list the vehicle identification number (VIN), condition, and passenger capacity. GROUPS CHECK ALL THAT APPLY VEHICLE TYPE VIN CONDITION PASSENGER CAPACITY Group 1 V Business or Luxury Sedan 1. 1G1ZB5ST8KF105139 New 4 2 1G1ZB5ST9KF104419 New 4 Business or Luxury SUV 3. 1G1ZB5ST9KF105215 New 6 4. 1G1ZB5STXKF117440 New 6 Limousine 5. 6. Group 2 Coach / Charter Bus 1. 2. 3. School Bus 4. 5. 6. Group 3 Minibus 1. 1 FMZK1 YM3GKA37584 Great 10 2. 1 FD4E45P58DB00997 Great 15 V Van 3. 2A8HR54P18R701119 Great 6 4. Handicap Accessible 5. 1 FBZX2CMXGKA45768 Great 6 6. 1 FDZK1 CM3JKA81048 New 6 Handicap Accessible and Luxury SUV Additional Inventory: 1. 3N1AB7APXDL778238 Great 6 2. 1FADP3F23EL458036 Great 6 3. 1 FTNS24WX9DA72467 Great 6 4. 1 FTNS24W89DA72466 Great 6 5. 1 FTNS24W06HB33748 Great 6 6. 1 FTNE14W38DA01286 Great 6 Rev.072518 1 P28/2200S8 10:58 AM BidSync pp220 Miami -Dade County RTQ-01100 Dear EMS Office: We have been providing trips to Elite Transport for over 1 years now. We are very happy with their service. In this line of business things happen on the fly and you have to be very quick on your feet so commutation is a big key, when there are any issues or changes I can call them at any time of the day. I'm looking forward to working with elite transport for many years to come. Sincerely, Daniel Perez Router Ride2MD 2724 Nw 61st St. 1 Miami, FL 33142 T: 305.260.0313 1/23/2019 BidSync p. 222 Miami -Dade County RTQ-01100 12/17/2018 Elite Transport has been providing transportation service to me since October of 2018. This Company is always pick me up on a timely manner. I have not experienced any problems since I switch to them in October. Their Mangers has excellent communication skills. In addition, they are extremely organized, reliable. If you have any further questions please do not hesitate to call me at # 305-985-9938 Sincerely, MARY CORTES 656 NW 102ND ST Miami, FL 33150 1/23/2019 BidSync p. 223 UibO1Xda/xdp/woO'OUASpq'MMM//:sc q Z/1. O N woo•;aupodsue.;a;Ile@podsueu;a;lla awewasf Q 0 'plq unoic Tno 2ul1113 yslul3 oT uoTTnq uaj}o meld ayT uo A0110 aseald 'paTTlwgns uaaq TaA Tou set.' plq unoA'wuo4 slgT 2u!Taldwo0 �e Miami -Dade County (uogeuuo;ul avow uo;Toy aouewwo0 leuol}eN pue !ewe ul saunTeu6lg oluagoal3 ees) 'aun4eu6ls leul6uo ue se 6ulpulq pue le6al se;snl sl yolynn `aun}eu6ls oluou}Dale unoA se s;oe puomssed unoi( ul aueme eq aseald •esuodsal.inoi( a;epdn o; ones lollo pue nnolaq pionnssed Jnoi as;ua aseald IeaS ollgnd tieiON .agwnN leues 4 610Z '9Z AVW :S3HIdX3 986£EZ11# N0ISSIWW00 AIN 0N0'' 103 IOHVO a•Sl)a0' \ s)k 11yq uogeoyguap! paanpojc seq J0 5 A QJ aw of wow' Alleun iad sl ays JO aH OZ ';o Aep oggnd tieloN;o dwell Jo luud uogeogguapl;o adAj Aq spew mpg (pewj a Jo) oa (moms pue pequosgns uopeuuo;uj aggnd tieioN p'XJ 1,3 Jo ale1S — oggnd AwloN woo d!Z 91e1S wild 40 ssaJPPV TBTEE 1d 60Z# '133211S HIOST 3N 099T elea ui!d to aweN 8T0Z/ET/ZT gp)ouI'dnoJg Tuawa6eueW 6ulploH 94!13 lueg;y;o aJnleu6ls snlaTy la!Uea 17St698ZLb 1UeI}b'lo ella Peluud lueyly;o aweN paluud 1S snlaTy laluea TJodsueul al!13 (egp)oui'dnoJ9 4uawa6eueW 6ulploH e4!13 :(NI3J)JagwnN uoge3yl}uepl Jal(oldw3 leuapad :al}ll peJ;uo0 : •oN pe4uo0 'OOd ay; o; 'epgeogdde;l 'uogeuuo;ul anoge ayT;o pe 6u!p!Aoud o; s;saTTe uo;OeJTuOOpopueA ayl .uoi}e}lollos s!qT 6ulaasJeAo Jo;BwPJoo3 Uogoalas 3y /(OOd) Jeoy}0 6ugoeu}uo3 }uawamooJd ay; of pa}}iwgns pue ainepy}e pa}noaxe ay} o} payoe}}e eq goys uogewio}w anoge ay} jo fly '10U JO kuno3 ape4-!wen oT maw aay;aynn 's1Oequ00 Jo; 6wpplq uo 6uged!oped wag uoisuedsns e Jo amo o; aogou e se lions 'eouewioj ed-uou Jo aouegdwoo -uou jo aogou leuio; e panlaoeu Jo paiiegep uaaq seq uug ay; 9J8 M leowgns lesodoud io plc! 0; uoud sJeait (g) any ay; w seoue;su! Aue;o isll e epinad 'saoue;swnoJi0 ayT;o uogdposap;auq e epnpw 'pa1Ine;ep seq wig ay; aleym leTTiwgns iesodoud Jo plq o; ioud sJeait (g) any ay; uw swam! /ue;o is!! a °pinoud :uoglsodslp pue lagwnu 'aweu aseo at; apnpul 'wig aq4 Aq Toeu;uoo;o goeauq e uo paseq suagwaw pteoq uoipue siedpuud 'SJeuped 'saopanp sT! 'uiy an Tsule6e pap ueeq aneq TeyT lelTlwgns lesodoid uo pp o; uoud sueai (g) any ay; ui s;fnsMel Ile;o Tsll a ap!Aoud (0 :jenoidde uo; paeoe ay; oT pa;uasaud eq;snw esiMiaylo ley; JO (000'000' l.$) saellop uogfiw auo spaaOxa;ey; To8JTuoO,ue ua4 puke uOg!puo0 e se 6u!M0po; ay1 esopsrp Heys sa0laeu;UOO pue SJflpueA Alunoo '171,-£g-d 'oN uoijnlose8 (lime) suauo!sslwwoJ iunoO;O pueoe /}uno3 epee-lweiW Jed (c) �inepi}}d e3ue6iJia ana iopenuo3 ifpno3 ape4-:we►W (Z) 0 T D uu0� asuodseu Jeliddns wJo3 Xda 81.0Z/81•/Z l• Miami -Dade County RTQ-01100 rt SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 M IA M L•QADE COUNTY MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 1/23/2019 BidSync p. 225 Miami -Dade County RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 1/23/2019 BidSync p. 226 Miami -Dade County RTQ-01100 Supplier: Elite Transport MIAMIDADE Submittal Form Solicitation No.RTQ-01100 Solicitation Title: Transportation Services Legal Company Name (include d/b/a if applicable): Elite Holding Management Group,Inc(dba) Elite Transport* Federal Tax Identification Number: 472869454* If Corporation - Date Incorporated/Organized: 01/01/2001 State Incorporated/Organized: FL Company Operating Address: 1660 NE 150TH STREET, #209* City NORTH MIAMI* State FL* Zip Code 33181* Miami -Dade County Address (if applicable): City State Zip Code Company Contact Person: DANIEL Atelus* Email Address: elitetransport@elitetransportnet.com* Phone Number (include area code): 3059029848 Company's Internet Web Address: https://elite-transport-south-Ilc.business.site Pursuant an prior ■ to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information to entering into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. D Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 ()CAI I Y-HFAf7OUARTFRFf7 RUSINFSS CFRTIFICATION• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. El Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: 1660 NE 150TH STREET, #209. North Miami, FL 33181_ LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. ■ Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMA1 1 RUSINFSS FNTFRPRISF CONTRACT MFASURFS (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 1/23/2019 BidSync p. 227 Miami -Dade County RTQ-01100 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes © No CI If yes, please provide Certification Number: 16500 SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder is not on the Scrutinized Companies with Activities in Energy Sector List, as those terms are used and defined in sections 287.135 to provide such certification but still seeks to be considered for award of this a duly authorized representative and shall also initial this space: In such event, written explanation of the facts supporting any exception to the requirement for The Bidder agrees to cooperate fully with the County in any investigation would be applicable. The County shall have the right to terminate any contract a false certification or to have been placed on the Scrutinized Companies for Iran Petroleum Energy Sector List. By executing this bid through a duly authorized representative, the Bidder Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum and 215.473 of the Florida Statutes. In the event that the Bidder is unable solicitation, the Bidder shall execute the bid response package through the Bidder shall furnish together with its bid response a duly executed certification that it claims under Section 287.135 of the Florida Statutes. undertaken by the County to determine whether the claimed exception resulting from this solicitation for default if the Bidder is found to have submitted Activities in Sudan List or the Scrutinized Companies with Activities in the IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. submitted contains confidential, proprietary or trade secret information, the that the Bid, or any part thereof no matter how indicated, is confidential, information to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims made proprietary or a trade secret and authorizes the County to release such Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Daniel Atelus* Date 12/13/2018* Type or Print Name Daniel Atelus* Type or Print Title * ST THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Daniel Atelus* Date 12/13/2018* Type or Print Name DANIEL ATELUS* 1/23/2019 BidSync p. 228 Miami -Dade County RTQ-01100 Type or Print Title * ST 1/23/2019 BidSync p. 229 Miami -Dade County RTQ-01100 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. Subcontracting will be done in house to our Sister Company Elite Transport South, LLC which is own by one of the owners. ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Daniel Atelus Signature elitetransport@elitetransportnet.com Date 1/23/2019 BidSync p. 230 Miami -Dade County RTQ-01100 MIAMr� Name of Bidder/Proposer SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Elite Holding Management Group,Inc(dba) Elite Transport FEIN No. 472869454 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form ii no subcontractors or suppliers will be used on the contract and sign the form below. I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. fha_event that the rernmmended Ridden/Prnpnser demnnstrates tn the (:nunty prinr tn award that the rare gender, and ethnir infnrmatinn is not reasnnahly availahle at that time the Ridder/Prnpnsel shall he obligated to exercise diligent effnrts to nhtain that informatinn and prnvide the same to the County not later than ten (10) days after it hecnmes available and in any event prior to final payment under the contract (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier Principal Owner Supplies/ Materials/ Services to be Provided by Sulier pp Principal Owner (Enter the number of male and female owners by race/ethnicity) Employee(s) (Enter the number of male and female employees and the number of employees by race/ethnicity) M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic Asian/Pacific Islander Native American/ Native Alaskan Othi Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Principal Owner (Enter the number of male and female owner by racelethnicity) Employee(s) (Enter the number o male and female employees and the number of employees by race/ethnicity) M F White Black Hispanic p Asian/Pacific Islander Native American/ Native Alaskan Other M F White Black Hispanic p Asian/Pacific Islander Native American/ Native Alaskan Othi Elite Transport South, LLC Geroges Coicou, Daniel Atelus, Johnny Louis Transportation services 3 3 7 3 10 El Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on-line to the Small Business Development o the Internal Services Department at http:llwww.miamidade.gov/businesslbusiness-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.govlbusinessAibrary/forms/subcontractors-payment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Daniel Atelus Daniel Atelus ST Signature of Bidder/Proposer Print Name Print Title 12/13/2018 Date 5113,ma..v 1 /23/2019 BidSync p. 231 Miami -Dade County RTQ-01100 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No. : Federal Employer Identification Number (FEIN): 472869454 Contract Title: Elite Holding Management Group,Inc(dba) Elite Transport Daniel Atelus Printed Name of Affiant ST Daniel Atelus Printed Title of Affiant Signature of Affiant Elite Holding Management Group,Inc(dba) Elite Transport Name of Firm 1660 NE 150TH STREET, #209 Address of Firm 12/13/2018 Date FL 33181 State Zip Code 'Votary Public Information Notary Public - State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 1/23/2019 BidSync p. 232 Miami -Dade County RTQ-01100 No Bids Comet Delivery Services We are a delivery service moving freight of all kinds. Infinity Transportation, Inc. We do not provide uniforms. 1/23/2019 BidSync p. 233 Miami -Dade County Solicitation RTQ-01100 Solicitation RTQ-01100 Transportation Services Solicitation Designation: Public M IAM I -DARE COUNT. Miami -Dade County 12/13/2018 1:45 PM p. 1 Miami -Dade County Solicitation RTQ-01100 Solicitation RTQ-01100 Transportation Services Solicitation Number RTQ-01100 Solicitation Title Transportation Services Solicitation Start Date Dec 13, 2018 12:57:19 PM EST Solicitation End Date Dec 28, 2018 6:00:00 PM EST Question & Answer End Date Dec 21, 2018 2:00:00 PM EST Solicitation Contact Debra S. Butler Procurement Contracting Officer 1 ISD - Procurement Management Services 305-375-5663 Debra.Butler@miamidade.gov Solicitation Contact Solicitation Contact Contract Duration Contract Renewal Prices Good for Basia M. Pruna Assistant Division Director ISD 305-375-5018 bpruna@miamidade.gov Beth Goldsmith PM Manager Procurement 305-375-5683 bgoldsm@miamidade.gov See Bid Documents See Bid Documents See Bid Documents Solicitation Comments See bid documents. Item Response Form Item RTQ-01100--01-01 - Transportation Services Quantity 1 each Prices are not requested for this item. Delivery Location Miami -Dade County No Location Specified Qty 1 Description 12/13/2018 1:45 PM p. 2 See bid documents Miami -Dade County Solicitation RTQ-01100 12/13/2018 1:45 PM p. 3 Miami -Dade County Solicitation RTQ-01100 SOLICITATION NO.: RTQ-01100 Transportation Services Dec 28, 2018 II hq I AM I-[�4DE MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Transportation Services FOR INFORMATION CONTACT: Debra S. Butler, 305-375-5663, Debra.Butler@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER'S/PROPOSER'S BID/PROPOSAL NON -RESPONSIVE. 12/13/2018 1:45 PM p. 4 Miami -Dade County Solicitation RTQ-01100 M IAME COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County's, Strategic Procurement Division's webpage by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms - and- conditions -r18 -2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids/proposals are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a bid/proposal in response to a Miami -Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of work/technical specifications, please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all bid/proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into BidSync before the closing time or the system will stop the process and the bid/proposal will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder's/Proposer's bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically. 12/13/2018 1:45 PM p. 5 Miami -Dade County Solicitation RTQ-01100 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE This Request to Qualify (RTQ) will establish a Prequalified Pool of Vendors (Pool) that will be used to solicit Transportation Services for Miami -Dade County (County). Placement in the Pool is not a contract between the County and the Vendor, but an acknowledgement that the Vendor meets the qualifications as outlined throughout this RTQ. Additional Vendor Submittals will be accepted throughout the term of the RTQ for placement in the Pool. 2.2 DEFINITIONS Invitation to Quote (ITQ) — Shall refer to the solicitation of quotes from the Pool for a specific good and/or service; and awarded based on lowest price, or other quantifiable criteria. Prequalified Pool of Vendors (Pool) — Shall refer to business entities/individuals determined by the County's Internal Services Department, Strategic Procurement Division, as meeting the minimum standards of business competence, financial capability, and/or product quality for placement in the Pool, and which may submit a quote or proposal, at the time of need. Vendor — Shall refer to a business entity/individual responding to this RTQ. Submittal - Shall refer to all information, attachments and forms submitted in response to this RTQ. 2.3 TERM The Pool shall be established on the first calendar day of the month succeeding approval by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued by the Internal Services Department, Strategic Procurement Division. The Pool shall expire on the last day of the sixtieth (60) month term. 2.4 GROUPS Group 1 — Limousines, Sedans, and SUVs Group 2 — Coach Charter Buses, and School Buses Group 3 — Minibuses and Vans (including handicap accessible) 2.5 QUALIFICATION CRITERIA FOR ALL GROUPS (1, 2, and 3) Vendors must meet the following criteria to be considered for placement in the Pool; and for participation in future competitions: 1. Vendor must maintain a minimum fleet of two vehicle(s) or more. To demonstrate this, Vendor must complete the attached Vehicle Inventory List in Section 4 of this solicitation. 2. Vendor must be regularly engaged in the business of providing for hire transportation services. Vendor shall provide two (2) reference letters from customers. The reference letters must be from customers that are currently receiving or have received from the Vendor, the transportation services described in this solicitation within the last two (2) years. The reference letters must be signed on the customer's company letterhead, and include the name, title, address, and telephone number of the contact person who can verify that the vendor has provided the services required under this solicitation. These reference letters shall ascertain to the County's satisfaction that the Vendor has sufficient experience providing for -hire transportation services. 3. Vendor must have and maintain a valid Vehicle Operating Permit, issued by the County, in accordance with Miami -Dade County Code. 4. Vendor shall provide the contact information of a designated representative to provide the County with support and information concerning orders placed and to receive future spot market solicitations. Vendor shall provide the representative's name, phone number, and email address. Rev.072518 12/13/2018 1:45 PM p. 6 Miami -Dade County Solicitation RTQ-01100 2.6 ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 3 ONLY 1. Vendor must have a valid Passenger Motor Carrier (PMC) Certificate of Transportation issued by the County, as required for buses and vans with seating capacity between 9 and 28 passengers, in accordance with the Miami -Dade County Code. Vendors shall provide all of the specified information, documents and attachments listed above with their Submittal as proof of compliance with the requirements of this RTQ. However, the County may, at its sole discretion and in its best interest, allow Vendors to complete, supplement or supply the required documents throughout the term of the RTQ. It shall be the sole right of the County to determine the number of Vendors which will be included in the Pool. During the term of the RTQ, the County reserves the right to add or delete Vendors as it deems necessary, and in its best interest. 2.7 INSURANCE Insurance is not required in order to be prequalified under this RTQ. Insurance requirements will be detailed in the subsequent ITQ. 2.8 SPOT MARKET COMPETITION Vendors in the Pool will be invited to participate in spot market competition, as needed. The spot market competition will be in the form of an ITQ that will include the specific goods and/or services required, and may include provisions, as applicable, such as: Small Business Measures; Liquidated Damages; Living Wage and Driver Licenses. For federally funded projects/programs, additional provisions may apply at the time of the ITQ in accordance with the funding source. The following provisions from Section 1, General Terms and Conditions shall be exempted from such solicitations, as indicated in the ITQ. • Local Preferences • User Access Program (UAP) Fee • Small Business Enterprises (SBE) Measure • Local Certified Service -Disabled Veteran's Business Enterprise Preference • First Source Hiring Referral Program • SBE Prompt Payment Terms • Office of Inspector General Fee Drivers employed by the Vendor must have and maintain a valid Florida Commercial Driver's License (Class B or Class C), with one of the following endorsements: P (Passengers) or S (School Bus), in accordance with Florida Department of Highway Safety and Motor Vehicles' requirements. Some Drivers employed by the Vendor may also be required to have and maintain a valid For -Hire Chauffer's Registration, issued by the County, in accordance with Miami -Dade County Code. 2.9 COUNTY DEPARTMENTS While this Solicitation is specific to the County Departments listed below, it is hereby agreed and understood that additional County departments or agencies may access the Pool at a later date. DEPARTMENTS PHONE Board of County Commissioners 305-375-5120 Fire Rescue 786-331-4241 Parks, Recreation, and Open Spaces 305-755-7873 Seaport (PortMiami) 305-347-4833 Rev.072518 12/13/2018 1:45 PM p. 7 Miami -Dade County Solicitation RTQ-01100 SECTION 3 SCOPE OF WORK AND TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK AND VEHICLE SPECIFICATIONS It is the intent of this Pool to identify and make available to the County, three groups of prequalified vendors to provide various types of for -hire transportation services to multiple Miami -Dade County Departments, as needed. All vendors, drivers and vehicles utilized must comply with all requirements contained in Chapter 31 of the Miami -Dade County Code, including but not limited to the Department of Transportation and Public Works (DTPW), Passenger Transportation Regulatory Division requirements, and any federal or state codes. Individual detailed transportation service requirements and any vehicle technical specifications will be provided by the issuing County Department, during each ITQ request. All vehicles must be in good working condition (new or like new), clean interiors and exteriors, and comply with all manufacturers' safety and mechanical standards. 3.2 TYPES OF VEHICLES Below is a list of vehicles the County may request for transportation services. The list is for reference and evaluation purposes only. The County may, at its discretion, add additional vehicle types as needed. GROUPS VEHICLE TYPE PASSENGER CAPACITY Group 1 Business or Luxury Sedan Up to 4 passengers Business or Luxury SUV Up to 6 passengers Limousine 6 to 12 passengers Group 2 Coach / Charter Bus Up to 55 passengers School Bus Grades K-6 up to 60 passengers Grades 6-8 up to 54 passengers Grades 9-12 up to 48 passengers Group 3 Minibus or Van -including handicap accessible 9 to 28 passengers Rev.072518 12/13/2018 1:45 PM p. 8 Miami -Dade County Solicitation RTQ-01100 SECTION 4 SUBMITTAL FORM COMPANY NAME AND FEIN: QUALIFICATION CRITERIA TO BE COMPLETED BY THE VENDOR Refer to Section 2.5 — 2.8 To ensure that Submittal complies with solicitation requirements. Reference Section QUALIFICATION CRITERIA FOR ALL GROUPS (1, 2, and 3) Copy Attached 2.5 (1) Vendor must maintain a minimum fleet of two vehicle(s) or more. To demonstrate this, Vendor must complete the attached Vehicle Inventory List in Section 4 of this solicitation. • 2.5 (2) Vendor must be regularly engaged in the business of providing for hire transportation services. Vendor shall provide two (2) current reference letters from customers. The reference letters must be from customers that are currently receiving or have received from the Vendor, the transportation services described in this solicitation within the last two (2) years. The reference letters must be signed on the customer's company letterhead, and include the name, title, address, and telephone number of the contact person who can verify that the vendor has provided the services required under this solicitation. These reference letters shall ascertain to the County's satisfaction that the Vendor has sufficient experience providing for -hire transportation services. • 2.5 (3) Vendor must have and maintain a valid Vehicle Operating Permit, issued by the County, in accordance with Miami -Dade County Code. • 2.5 (4) Vendor shall provide the contact information of a designated representative to provide the County with support and information concerning orders placed and to receive future spot market solicitations. Vendor shall provide the representative's name, title, phone number, and email address. ■ Name: Title: Phone: Email: ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 3 ONLY 2.6 (1) Vendor must have a valid Passenger Motor Carrier (PMC) Certificate of Transportation issued by the County, as required for buses and vans with seating capacity between 9 and 28 passengers in accordance with the Miami -Dade County Code. ■ Rev.072518 12/13/2018 1:45 PM p. 9 Miami -Dade County Solicitation RTQ-01100 SECTION 4 SUBMITTAL FORM TO BE COMPLETED BY ALL VENDORS Vehicle Inventory List Place a Check next to all of the Vehicle Types your company can offer to the County for Transportation Services and list the vehicle identification number (VIN), condition, and passenger capacity. GROUPS CHECK ALL THAT APPLY VEHICLE TYPE VIN CONDITION PASSENGER CAPACITY Group 1 Business or Luxury Sedan 1. 2. Business or Luxury SUV 3. 4. Limousine 5. 6. Group 2 Coach / Charter Bus 1. 2. 3. School Bus 4. 5. 6. Group 3 Minibus 1. 2. Van 3. 4. Handicap Accessible 5. 6. Additional Inventory: 1. 2. 3. 4. 5. 6. Rev.072518 12/13/2018 1:45 PM p. 10 Miami -Dade County Solicitation RTQ-01100 M IAMI-GA[]E COUNTY Submittal Form Solicitation No.RTQ-01100 Solicitation Title:TransportationServices Legal Company Name (include dlbla if applicable): Federal Tax Identification Number: If Corporation - Date Incorporated/Organized: Statelncorporated/Organized: l Company Operating Address: City State Zip Code J * l 1 Miami -Dade County Address (if applicable): City State 1 Zip Code 1 r 1 Company Contact Person: Email Address: Phone Number (include area code): Company's Internet Web Address: Pursuant officer, entering • to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. 1 nr.AI PREFERENCE CERTIFI(.ATICN• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. El Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 ()CA! I Y-I-IFAr)OIJARTFRFr) RIISINFSS CFRTIFICATIr)N' For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. ❑ Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: I LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. • Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. 1 2/1 3/2018 1:45 PM p. 11 Miami -Dade County Solicitation RTQ-01100 Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes 0 No 0 If yes, please provide Certification Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Horde Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation. Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Ridder considers to be a trade secret proprietary or confidential In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Date l 1 Type or Print Name Type or Print Title * 1 THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Authorized Representative's Signature: Date II (Bidder's IL Type or Print Name Type or Print Title * 12/13/2018 1:45 PM p. 12 Miami -Dade County Solicitation RTQ-01100 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT I Signature Date 12/13/2018 1:45 PM p. 13 Miami -Dade County Solicitation RTQ-01100 SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer: I FEIN No. I- n accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Cade, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, ncluding professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identifed, except upon written approval of the county. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below. In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first fer subcontractors/suppliers. In the event that the recommended 3idder/Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, odor to final payment under the contract (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier Principal °wriSu Supplies/ Materials/ Services to be Provided Provided by PP lien Principal Owner (Enter the number of male end female owners y race/ethnicity) Employee(s) (Enter the number of male end female employees end the number of employees by racdahnicity) M F White Black Hispanic AsianPacific Islander Native American/ Native Alaskan Other M F White Bla:k Hispanic 4sieaPBcific Islander Native American/ Native Alaskan qhi III I I I I I I I I I 1 I I I I- I I I I I I I I I I I I Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Owner (E ter the number of male and female owners by racerethnidty) Employee(s)Principal (Ent r the number of male end female employees end the number of employees by racdahnicity) M F White Black Hispanic AsiamPacific Islander Native American/ Native Alaskan Other M F White Bla:k Hispanic 5sieaPacific Islander Native American/ Native Alaskan qhi Ll Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on- line to the Smell Business Development of the Interne! Services Department et hop:llwww.rdemdede.Aomtwinashwin development-comracts.esp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 203 form which can be found et http:IM u a.miemidadcgov/businessllibrarylformslsubcontrectors-payment.pdf. 1 certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Signature of Bidder/Proposer Print Name Print Title Date 12/13/2018 1:45 PM p. 14 Miami -Dade County Solicitation RTQ-01100 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: Contract Title: Printed Name of Affiant Federal Employer Identification Number (FEIN): Printed Title of Affiant Signature of Affiant Name of Firm Date Address of Firm Notary Public - State of State 'Votary Public Information County of Zip Code Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 12/13/2018 1:45 PM p. 15 Miami -Dade County Solicitation RTQ-01100 Question and Answers for Solicitation #RTQ-01100 - Transportation Services Overall Solicitation Questions There are no questions associated with this Solicitation. 12/13/2018 1:45 PM p. 16 MIAMi Memorandum COUNTY Date: April 9, 2019 To: Honorable Chairwoman Audre M Edmonson and Members, Board of C•;/'ommissi From: Carlos A. Gimenez Mayor Subject: Recommendation for Approval to Eblish a Pregualification Pool for Transportation Services Agenda Item No. 8(F) (4) Recommendation It is recommended that the Board of County Commissioners (Board) approve the establishment of a pregualification pool, RTQ-0.1100, Transportation Services, for multiple County Departments. The current pool 9749-0/18, Transportation Services — Prequel was established by the Board through Resolution No. R-979-13 for a five-year term, The pool is used by multiple departments including Parks, Recreation and Open Spaces and PortMiami, which are the primary users with the highest expenditures. The current pool provides transportation services for County citizens and staff to and from various County sponsored events. This pool will provide the County with various types of for -hire transportation in three groups: Group 1; Limousines, Sedans, and SUVs; Group 2: Coach Charter Buses and School Buses; an:d Group 3: Minibuses and Vans (including handicap accessible vehicles). Eight vendors are being recommended for inclusion in the pool, and all are local. Staff is actively working with two additional local vendors to complete the prequalification process. The pool will remain open during the five-year term, allowing additional vendors to be added at any time, subject to ratification by the Board. Scope The scope of this item is countywide in nature. Fiscal Impact/Funding Source The fiscal impact for the five-year term is $3,165,000. The current pool, 9749-0118, is valued at $4,401,000 for a five-year, three-month term and expires on May 31, 2019. The allocation for the replacement pool is lower on an annualized basis, and is based on estimated usage of the pool by departments. Department Allocation Funding Source Contract Manager Board of County Commissioners $114,000 General Fund Ede. Green Fire Rescue $150,000 Fire District/Federal Funds Marianela Betancourt Juvenile Services $55,000 General Fund Cindy Akerman. Parks, Recreation and Open Spaces $1,075,000 General Fund Bernie Rodriguez PortMiami $1,671,000 Proprietary Funds Gyselle Pino Public Housing and Community Development $100,000 Federal Funds Indira Rajkumar-Futch Total: $3,165,000 Track. Record/Monitor Beth Goldsmith of the Internal Services Department is the Chief Negotiator. Honorable Chairwoman Audrey M. Edmonson and Members, Board of County Commissioners Page 2 Delegated Authority Upon approval of this item, a pool of prequalified vendors will be established to participate in future spot market competitions. The County Mayor or the County Mayor's designee will have the authority to solicit pricing and award contracts up to an aggregate amount of the allocation authorized by the Board. The County Mayor or the County Mayor's designee will also have the authority to (a) exercise all provisions of the solicitation documents and any resulting contracts pursuant to Section 2-8.1 of the County Code and Implementing Order 3-38 and (b) add vendors to the pool at any time, subject to ratification by the Board on a bi-annual basis. Vendors Preaualified for Pool A Request to Qualify was advertised under full and open competition. Fourteen vendors responded, of which eight vendors are being recommended for inclusion in the pool, all of which are local and one vendor is a certified Small Business Enterprise firm. This pool will provide the County with various types of for -hire transportation in three groups: Group 1: Limousines, Sedans, and SUVs; Group 2: Coach Charter Buses and School .Buses; and Group 3: Minibuses and Vans (including handicap accessible vehicles). Vendor Principal Address Local Address Principal Group(s) Academy Bus, LLC 124 Via Florenza Palm Beach Gardens, FL 3595 NW 110 Street Miami, FL Francis Tedesco 2 and 3 Air B School Bus Transportation, Inc. 7503 NW 7 Street Miami, FL Same Henry Beltran 2 American Coach, Inc. 17332 SW 149 Court Miami, FL Same Miriam Perez de Camino 2 J.G.T. Transportation, Inc. 520 South Krome Avenue Homestead, FL game Maria Gonzalez 2 Key Transportation Service Corp. 199 NW 79 Street Miami, FL Same Orlie Jedwab 1 and 3 Safeguard America, Inc. dba Americas Transportation 725 SE 9 Court Suite 2D1 Hialeah, FL Same Steven Masdeu 2 and 3 Transportation America, Inc. 2766 NW 62 Street Miami, FL Same Raymond Gonzalez 1 and 3 Unique Charters, Inc. (SBE) 160 NW 176 Street Suite 200-1 Miami Gardens, FL Same Randy Smith 2 Vendors Not Prequalified for Pool Vendor Local Address Reason for Not Recommending Florida Trails, Inc. dba Annett Bus Lines No Vendors pending completion of vendor registration process. Once completed, vendor(s) may be added to the pool. Phoenix Bus, Inc. No Elite Holding Mgt. Group dba Elite Trans oft p Yes Vendors did not submit the required documents to satisfy the prequalification criteria. Upon submission of the required documents, vendor(s) may be added to the pool. Proud T Shirts Company Yes 2- Honorable Chairwoman Audrey M. Edmonson and Members, Board of County Commissioners Page 3 Vendor Local Address Reason for Not Recommending Comet Delivery Services Yes No Bid* Infinity Transportation, Inc, Yes *A "No Bid" means the vendor responded indicating that it will not be providing an offer. Due Diligence Pursuant to Resolution No. R-187-12, due diligence was conducted in accordance with the Internal Services Departments Procurement Guidelines to determine vendor responsibility, including verifying corporate status and that there are no performance and compliance, The lists referenced included, convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal excluded parties. There were no adverse findings relating to vendor responsibility. Pursuant to Resolution No, R-140-15, prior to re -procurement, a full review of the scope of services was conducted to ensure the replacement pool reflects the County's current needs. The review included conducting market research, posting a draft solicitation for industry comment, holding meetings and drafting sessions with the client departments. This resulted in an expanded scope of services, to include additional types of vehicles; limousines, sedans, sport utility vehicles, and handicap accessible. Applicable Ordinances and Contract Measures • The two percent User Access Program provision applies where permitted by the funding source. • The Small Business Enterprise (SBE) Bid Preference and Local Preference will be applied at the time of spot market competition where permitted by the funding source. An SBE set -aside applies for spot market competition up to $100,000 where permitted by the funding source when there are three or more SBE-certified firms available. • Living Wages will apply to future spot market competition when the value of the resultant contract exceeds $100,000 per year. Jack Osterholt Deputy Mayor Lb MEMORANDUM (Revised) TO: Honorable Chairwoman Audrey M. Edmonson DATE: April 9, 2019 a j. Members, Bod of County Commissioners FROM: ice - Count ttorney SUBJECT: Agenda Item No. 8(F) (4) Please note any items checked. "3-Day Rule" for committees applicable if raised 6 weeks required between first reading and public hearing 4 weeks notification to municipal officials required prior to public hearing Decreases revenues or increases expenditures without balancing budget Budget required Statement of fiscal impact required Statement of social equity required Ordinance creating a new board requires detailed County Mayor's report for public hearing No committee review Applicable Iegislation requires more than a majority vote (i.e., 2/3's , 3/5's , unanimous , CDMP 7 vote requirement per 2-116.1(3)(h) or (4)(c) , CDMP 2/3 vote requirement per 2-116.1(3)(h) or (4)(c) , or CDMP 9 vote requirement per 2-1161(4)(c)(2) ) to approve Current information regarding funding source, index code and available balance, and available capacity (if debt is contemplated) required Approved Mayor Agenda Item No. 8 (F) (4 ) 4-9-19 Veto Override RESOLUTION NO. RESOLUTION AUTHORIZING ESTABLISHMENT OF PREQUALIFICATION POOL RTQ-01100 IN A TOTAL AMOUNT UP TO $3,165,000.00 FOR THE PURCHASE OF TRANSPORTATION SERVICES FOR VARIOUS DEPARTMENTS FOR A FIVE-YEAR TERM; AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE TO SOLICIT PRICING, AWARD CONTRACTS, EXERCISE ALL PROVISIONS OF THE SOLICITATION DOCUMENTS AND ANY RESULTING CONTRACTS PURSUANT TO SECTION 2-8.1 OF THE CODE OF MIAMI-DADE COUNTY, FLORIDA AND IMPLEMENTING ORDER 3-38, AND ADD VENDORS TO THE POOL AT ANY TIME, SUBJECT TO RATIFICATION BY THE BOARD ON A BI-ANNUAL BASIS WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board authorizes the establishment of prequalification pool RTQ-01100 for the purchase of transportation services for various departments in a total amount up to $3,165,000.00 for a five-year term; and authorizes the County Mayor or County Mayor's designee to (a) solicit pricing and award contracts up to an aggregate amount of the allocation authorized by the Board, (b) exercise all provisions of the solicitation documents and any resulting contracts pursuant to Section 2-8.1 of the Code of Miami - Dade County, Florida and Implementing Order 3-38, and (c) add vendors to the pool at any time, subject to ratification by the Board on a bi-annual basis. A copy of the solicitation document and resulting contracts are on file and available upon request from the Internal Services Department, Strategic Procurement Division. Agenda Item No. 8(F) (4) Page No. 2 The foregoing resolution was offered by Commissioner who moved its adoption. The motion was seconded by Commissioner and upon being put to a vote, the vote was as follows: Audrey M. Edmonson, Chairwoman Rebeca Sosa, Vice Chairwoman Esteban L. Bova, Jr. Jose "Pepe" Diaz Eileen Higgins Joe A. Martinez Dennis C. Moss Xavier L. Suarez Daniella Levine Cava Sally A. Heyman Barbara J. Jordan Jean Monestime Sen. Javier D. Souto The Chairperson thereupon declared this resolution duly passed and adopted this 9fh day of April, 2019. This resolution shall become effective upon the earlier of (1) 10 days after the date of its adoption unless vetoed by the County Mayor, and if vetoed, shall become effective only upon an override by this Board, or (2) approval by the County Mayor of this resolution and the filing of this approval with the Clerk of the Board. MIAMI-DADE COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS IIARVEY RUVIN, CLERK By: Deputy Clerk Approved by County Attorney as to form and legal sufficiency. Miguel A. Gonzalez OFFICIAL FILE COPY CLERK OF THE BOARD OF COUNTY COMMISSIONERS MIAMI-DARE COUNTY, FLORTA Date: May 3, 2022 To: From: Subject: M IAM I DADS Memorandum COUNTY Honorable Chairman Jose "Pepe" Diaz and Members, Board of County Commissioners Daniella Levine Cava ,i Mayor Request for Additional Expenditure Authority to Prequalification Pool No. RTQ-01100, Agenda Item No. 8(F)(9) Transportation Services Resolution No. R-414-22 Recommendation It is recommended that the Board of County Commissioners (Board) authorize additional expenditure authority to Prequalification Pool No. RTQ-01100, Transportation Services, for multiple County departments. The departments are requesting $1,492,000 in additional expenditure authority to ensure there is sufficient funding to continue purchasing transportation services throughout the term of the pool The Board established this pool for a five-year term through Resolution No. R-360-19 on April 9, 2019 with an allocation of $3,165,000. At the inception of the pool, there were eight vendors, all of which were local and one was a certified Small Business Enterprise (SBE) firm. The pool currently has 11 vendors of which nine are local and two are certified SBE's. This pool has been modified twice for additional expenditure under delegated authority in an amount totaling $218,600. These modifications were necessary to allow the Community Action and Human Services Department and the Department of Transportation and Public Works access to this pool. The pool includes three groups: Group 1 — Limousines, Sedans and SUVs; Group 2 — Coach Charter Buses and School Buses; and Group 3 — Minibuses and Vans (including handicap accessible vehicles). Background County departments use this pool to solicit quotes from prequalified vendors for the purchase of various types of for -hire transportation services, as needed. This request for additional expenditure authority of $1,492,000 will address departmental needs as follows: • The Community Action and Human Services Department is requesting additional allocation of $700,000 to provide Transportation Services as required by the programs the department supports. The Transportation Division currently utilizes this pool to provide trips for Head Start participants from schools to required therapy sessions. Transportation to field trips and seasonal recreational activities are also provided through this pool. Field Trips and trips to recreational activities were paused due to the COVID-19 pandemic but are anticipated to resume over the next 12-24 months. Current spend is approximately $23,000 per month and will increase to $30,000 per month when field trips and trips to seasonal recreational activities resume. Currently, approximately 95 trips are completed per month. An additional 24 trips per month will be added to the current schedule once field trips and trips to seasonal recreational activities resume. The current transportation cost is $245 per trip. • PortMiami is requesting additional allocation of $292,000 for transportation services port -wide. This amount takes into account an increase in "off season" sailings, as well as new terminals and construction projects. Due to unforeseen circumstances, PortMiami's usage has substantially increased from original projections. Garage C is currently out of service because the elevators cannot be used. Thus, shuttling needs have substantially increased. PortMiami anticipates Garage C should be accessible to passengers in the upcoming four to six months. 1 Honorable Chairman Jose "Pepe" Diaz and Members, Board of County Commissioners Page 2 • Department of Transportation and Public Works is requesting additional allocation of $500,000 to continue obtaining transportation for citizens and employees using the Martin Luther King, Jr. parking garage, as it continues to undergo repairs for the 40-year recertification process prior to continued use. Out of an abundance of caution to ensure employee and visitor safety, parking at this location has been suspended. Transportation and Public Works does not have an anticipated date when the need for shuttle services will be terminated, as it is not foreseeable when the building will be recertified. Of the amount requested, $250,000 will be used to repay PortMiami for a previous loan. Scope The scope of this item is countywide in nature. Fiscal Impact/Funding Source The pool term will expire on May 31, 2024 and has an existing cumulative allocation of $3,459,000. If this request is approved, the pool will have a modified cumulative allocation of $4,951,000. The requested increase in expenditure authority is based on departments' anticipated use during the term of the pool, based upon the rate of current expenditure. The additional expenditure for this year was approved by the Board as part of the fiscal year 2021-22 County budget. Department Existing Cumulative Allocation Additional Allocation Requested Modified Cumulative Allocation Funding Source Contract Manager Aviation $75,000 $0 $75,000 General Fund Neivy Garcia Board of County Commissioners $114,000 $0 $114,000 General Fund Miriam Rivero Community Action and Human Services $125,000 $700,000 $825,000 Federal Funds Brad Skinner Fire Rescue $150,000 $0 $150,000 Fire District / Federal Funds Marianela Betancourt Juvenile Services $55,000 $0 $55,000 General Fund Cathy Burgos Parks, Recreation, and Open Spaces $1,075,000 $0 $1,075,000 General Fund Fernando L. Robreno PortMiami* $1,421,000 $292,000 $1,713,000 Proprietary Funds Gyselle Pino Public Housing and Community Development $100,000 $0 $100,000 Federal Funds Indira Rajkumar- Futch Transportation and Public Works* $344,000 $500,000 $844,000 DTPW Operating Angela Mathews - Tranumn Total: $3,459,000 $1,492,000 $4,951,000 *A transfer of funds as noted above will be initiated following approval of this item; therefore, departmental allocation as presented in this table will be revised accordingly. Track Record/Monitor Vanessa Stroman of the Internal Services Department is the Procurement Contracting Manager. Delegated Authority If this item is approved, the County Mayor or County Mayor's designee will have the authority to exercise all provisions of the contract, including any cancellation or extension provisions, pursuant to Section 2- 8.1 of the County Code and Implementing Order 3-38. 2 Honorable Chairman Jose "Pepe" Diaz and Members, Board of County Commissioners Page 3 Prequalified Vendors Vendor Principal Address Local Address Principal Academy Bus, LLC (Groups 2 and 3) 124 Via Florenza Palm Beach Gardens, FL 3595 NW 110 Street, Miami, FL Frances Tedesco Air B School Bus Transportation, Inc. (Group 2) 7503 NW 7 Street Miami, FL Same Henry Beltran American Coach, Inc. (SBE)(LDB) (Group 2) 20651 SW 125 Avenue Miami, FL Same Lazaro Perez De Camino Florida Trails, Inc. dba Annett Bus Lines (Group 2) 130 Madrid Drive Sebring, FL None Brian A. Annett Franmar Corp (Group 2) 20000 E Country Club Drive PH11 Aventura, FL Same Linda Ramirez JGT Transportation, Inc. (Group 2) 520 South Krome Avenue Homestead, FL Same Manuel Macas Minga Key Transportation Service Corp. (Groups 1 and 3) 199 NW 79 Street Miami, FL Same Orlie Jedwab Phoenix Bus, Inc. (Group 2) 5387 LB McLeod Road Orlando, FL None Wagner Triska, Jr. Safeguard America, Inc. dba Americas Transportation (Groups 2 and 3) 3201 NW 24 Street Road Miami, FL Same Steven Masdeu Transportation America, Inc. (Groups 1 and 3) 2766 NW 62 Street Miami, FL Same Raymond Gonzalez Unique Charters, Inc. (SBE)(DBE) (Group 2) 160 NW 176 Street Suite 200-1 Miami Gardens, FL Same Kristopher D. Smith Due Diligence Pursuant to Resolution No. R-187-12, due diligence was conducted in accordance with the Internal Services Department's Procurement Guidelines to determine vendor responsibility, including verifying corporate status and that there are no performance and compliance issues. The lists that were referenced included convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal excluded parties. There were no adverse findings relating to vendor responsibility. Applicable Ordinances and Contract Measures • The two percent User Access Program provision applies where permitted by the funding source. • The Small Business Enterprise (SBE) measures and Local Preference will be applied at the time of spot market competition where permitted by the funding source. • The Living Wage will apply to spot market quotes, as the services to be procured are covered services under the Ordinance. Morris Copeland Chief Community Services Officer 3 MEMORANDUM (Revised) TO: FROM: Honorable Chairman Jose "Pepe" Diaz and Members, Board of County Commissioners onzon-Keenan County Attorney DATE: May 3, 2022 SUBJECT: Agenda Item No. 8(F)(9) Please note any items checked. "3-Day Rule" for committees applicable if raised 6 weeks required between first reading and public hearing 4 weeks notification to municipal officials required prior to public hearing Decreases revenues or increases expenditures without balancing budget Budget required Statement of fiscal impact required Statement of social equity required Ordinance creating a new board requires detailed County Mayor's report for public hearing No committee review Applicable legislation requires more than a majority vote (i.e., 2/3's present , 2/3 membership , 3/5's , unanimous , CDMP 7 vote requirement per 2-116.1(3)(h) or (4)(c) , CDMP 2/3 vote requirement per 2-116.1(3)(h) or (4)(c) , or CDMP 9 vote requirement per 2-116.1(4)(c)(2) ) to approve Current information regarding funding source, index code and available balance, and available capacity (if debt is contemplated) required 4 Approved Veto Override RESOLUTION NO. Mayor Agenda Item No. 8(F)(9) 5-3-22 R-414-22 RESOLUTION APPROVING ADDITIONAL EXPENDITURE AUTHORITY UP TO $1,492,000.00 FOR A TOTAL MODIFIED PREQUALIFICATION POOL AMOUNT OF $4,951,000.00 FOR PREQUALIFICATION POOL NO. RTQ-01100 FOR PURCHASE OF TRANSPORTATION SERVICES FOR VARIOUS COUNTY DEPARTMENTS WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board authorizes additional expenditure authority up to $1,492,000.00 for a total modified prequalification pool amount of $4,951,000.00 for Prequalification Pool No. RTQ-01100 for the purchase of transportation services for various County departments. A copy of the solicitation document and the contracts are on file with and available upon request from the Internal Services Department, Strategic Procurement Division. The foregoing resolution was offered by Commissioner Rebeca Sosa who moved its adoption. The motion was seconded by Commissioner and upon being put to a vote, the vote was as follows: Jose "Pepe" Diaz, Chairman Oliver G. Gilbert, III, Vice -Chairman Sen. Rene Garcia Sally A. Heyman Eileen Higgins Kionne L. McGhee Raquel A. Regalado Sen. Javier D. Souto aye aye aye aye aye aye aye aye Keon Hardemon Danielle Cohen Higgins Joe A. Martinez Jean Monestime Rebeca Sosa Raquel A. Regalado aye aye aye aye aye 5 Agenda Item No. 8(F)(9) Page No. 2 The Chairperson thereupon declared this resolution duly passed and adopted this 3rd day of May, 2022. This resolution shall become effective upon the earlier of (1) 10 days after the date of its adoption unless vetoed by the County Mayor, and if vetoed, shall become effective only upon an override by this Board, or (2) approval by the County Mayor of this resolution and the filing of this approval with the Clerk of the Board. Approved by County Attorney as to form and legal sufficiency. Oren Rosenthal MIAMI-DADE COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS HARVEY RUVIN, CLERK Basia Pruna By: Deputy Clerk 6 Periscope Source: Notification Detail Page 1 of 5 0 Periscope Source Home Search Source Tools Welcome e321782 I ogout Need assistance? Contact us or tell 800-990-9139 Go to Information Generate PDF Generate Excel Suppliers that have Viewed Bid #RTQ-01100 - Transportation Services Responded Supplier ✓ ✓ J ALL FLORIDA LAND CLFANING INC AJv1ERICAN COAL-1 INC Main Contact Email City Academy Bus 1 aramos@academybus.com Miami watsonadvancedstarlight@outlook.com Seattle Advanced Starlight international AIR BSCHOOI RIIS hbh131317@gmail.com MIAMI TRANSPORTATION INC AJ Schools Lau alc@alcschools.com AFLCINC@AOL.COM americancoach1@ya hoo.com Annett Bus Lines sales@annettbuslines.com Armstrong Relocation jerry@foryourofficemove.com AtexTrading Inc, D/B/A Deluxe Delivery Atkins North America lns. Baxter &Woodman. marketing@baxterwoodman.com lns. michelle@godeliver.com Jane.Burtt@atkinsglobal.com Begjs online Ilc keylacorp@az-emarketing.com plaices Towing g4 Transoort Inc, rschuster@blakestowing.com J3ronner Groun I I C mkatzin1@bronnergroup.com J3rush Industries / OCard Business Suooly Source S&P Towing and transport CAI TRAN Fngjneerin' Groun Inc, Calvin, Giordano & Associates Inc, Shen Moore Circuit Transit Inc. Slairsol Inc SoCoMoConstruction Comet Delivery Services Comnlete Contract Sonsi ilti nP ConstructConnect ConstructConnect Corporate Services International (CSII CustomerLink LLP Data Source J.omalley@brush-qcard.com kgooden@bsupplysource.com carsandpartsauto@gmail.com Jcalderon@caltrangroup.com procurement@cgasolutions.com vlocigno@chenmoore.com a lex@ridecircuit.com webmaster@clairsol.com robb@cocomoconstruction.com steven@cometdelivery.com State Qualifications Date First Viewed Date Most Recently Viewed Download FL WA FL San Clemente CA MEDLEY FL MIAMI FL SEBRING FL Swannanoa NC North Miami Beach Miami FL Crystal Lake IL miami FL FL Boynton Beach FL Chicago IL SUNBURY PA FORT LAUDERDALE POMPANO BEACH Miami FL Fort Lauderdale FORT LAUDERDALE West Palm Beach, FL South Plainfield Clearwater FL Miami FL FL FL FL FL FL NJ sbarnes@completecontractconsulting.com Riviera Beach FL muma.raseini@spirosys.com content@constructconnect.com info@csidmc.com a ndyjones1985@gma il.com daviddande007@gmail.com Cincinnati OH Cincinnati OH Houston TX Newark DE Anchorage AK A$&E DFSIGN BUILD Dec 13, 2018 1:21:42 PM EST Dec 14, 2018 3:15:21 PM EST Dec 14, 2018 9:19:56AM EST Dec 14, 2018 1:30:01 PM EST Dec 14, 2018 8:24:46AM EST Dec 13, 2018 9:23:49 PM EST Dec 14, 2018 9:46:07AM EST Dec 14, 2018 11:49:26AM EST Dec 14, 2018 9:17:09 AM EST Dec 14, 2018 12:50:32 PM EST Dec 26, 2018 10:25:44AM EST Dec 13, 2018 3:39:36 PM EST Dec 14, 2018 11:10:31 AM EST Dec 17, 2018 11:29:37AM EST Dec 14, 2018 8:31:03 AM EST Dec 17, 2018 12:40:44 PM EST Dec 27, 2018 10:48:32 AM EST Dec 26, 2018 12:08:10 PM EST Dec 14, 2018 8:39:03 AM EST Dec 26, 2018 3:11:28 PM EST Dec 17, 2018 9:11:17AM EST Dec 14, 2018 2:32:10AM EST Dec 19, 2018 9:07:45 AM EST Dec 19, 2018 5:14:03 PM EST Dec 17, 2018 12:12:06 PM EST Dec 19, 2018 5:23:18 AM EST Dec 13, 2018 11:28:56 PM EST Dec 17, 2018 9:55:19 AM EST Dec 14, 2018 9:04:49 AM EST Dec 21, 2018 1:53:15 PM EST Yes Dec 28, 2018 1:50:46 PM EST No Dec 28, 2018 12:26:20 PM EST Yes Dec 14, 2018 1:30:01 PM EST No Dec 21, 2018 2:37:58 PM EST Yes Dec 27, 2018 2:45:10 PM EST No Dec 28, 2018 8:51:07 AM EST Yes Dec 14, 2018 11:49:26 AM EST No Dec 14, 2018 9:17:09 AM EST No Dec 14, 2018 12:50:32 PM EST No Dec 26, 2018 10:25:44 AM EST No Dec13, 2018 3:39:36 PM EST No Dec 14, 2018 11:11:47 AM EST Yes Dec 17, 2018 11:30:45 AM EST No Dec 14, 2018 8:31:03 AM EST No Dec 17, 2018 12:40:44 PM EST No Dec 27, 2018 10:48:32 AM EST No Dec 26, 2018 12:08:10 PM EST No Dec 14, 2018 8:39:03 AM EST No Dec 26, 2018 3:11 :28 PM EST No Dec 17, 2018 9:1 1:17 AM EST No Dec 21, 2018 3:07:00 AM EST No Dec 19, 2018 9:07:45 AM EST Yes Dec 26, 2018 9:43:36 AM EST Yes Dec 17, 2018 12:12:06 PM EST Yes Dec 19, 2018 5:23:18 AM EST No Dec 27, 2018 4:25:35 AM EST No Dec 17, 2018 1:09:13 PM EST Yes Dec 14, 2018 9:08:40 AM EST Yes Dec 14, 2018 12:05:24 AM EST No https://www.bidsync. com/DPXReports?ac=notifdetail&auc=2033 5 56&rndid=2146676&ac... 3/14/2022 Periscope Source: Notification Detail Page 2 of 5 Delia Coolridge Inc. dcoolridge@yahoo.com Westfield NJ Dodge Data & jayalakshmil@construction.com NEWYORK NY Analytics DoubleMap Inc. mary@doublemap.com Indianapolis IN DoubleMap. Inc. rfpnotices@doublemap.com Indianapolis IN DRMP Inc, clbaker@drmp.com BOCA RATON FL Flite Transnort South ./ LLL elitetransport@elitetransportnet.com Miami FL Fnternrise Holdings dana.r.sutton@ehi.com Coconut Creek FL ERAC brandi.thomas@ehi.com SAINT LOUIS MO Erdman Anthony valovagevs@erdmananthony.com Mechanicsburg PA F.sauire Fxoress Inc, steve@esquireexpress.com Hialeah FL Ferreira Construction lbaez@ferreiraconstruction.com Medley FL Co.. Inc. First Class MOVInA FORT boconnell@movewithclass.com FL Systems LAUDERDALE First Transit Inc, FirstTransit.Bids1@flrstgroup.com Cincinnati OH Florida Rid Renortine kila@floridabid.com Tallahassee FL FloridaTours.com crane@floridatours.com Davie FL Ford Smart Mobility citysols@ford.com DEARBORN MI LLL Freehee jason@ridefreebee.com MIAMI FL FuturePlanConsiilting, rob.schiffer@futureplan.us Tallahassee FL A$iE LLC Gannett Fleming Inc, ksnapp@gfnet.com Tampa FL ACE DFSIGN BUILD Gerald lones Forci bwinters@geraldjonesford.com AUGUSTA GA incolrl GIR Consulting I I C al.maloof@gjb-law.com Miami FL Global Courier tmoscatel@myglobalcourier.com hialeah FL Services GreMark Consultancy wayne.fergusson.egc@gmail.com Willimantic CT }c&H Lint iid Sit idge Inc p.wilkins@hhlsd.com BRANFORD FL }cagile mha@hagile.com MIAMI FL Flandi-Hut Inc, staff@handi-hut.com CLIFTON NJ }canning&Kahl LP hendricksd@hukus-hanning.com BRIDGEPORT PA 1dD.B brian.waterman@hdrinc.com Tallahassee FL Health Care esikma@hcrmoves.com Canonsburg PA Relocations JCx Transoortation askthehat@icxtg.com San Francisco CA Group Imt transport karenkkay23@gmail.com ORLANDO FL Infinity Transportation Fort shawn@infinity-transportation.com FL Lauderdale International Limo of info@mysouthfloridalimo.com Hollywood FL South Florida Iteris. Inc. bids@iteris.com Santa Ana CA iTransport Services amatheus@itransportservices.com MIAMI FL ITSoI. LLC mcsb2012@yahoo.com Orlando FL Dec 14, 2018 12:05:24AM EST Dec 24, 2018 6:16:09 AM EST Dec 13, 2018 10:03:47 PM EST Dec 14, 2018 7:38:09 PM EST Dec 16, 2018 7:35:20AM EST Dec 14, 2018 12:11:45 PM EST Dec 13, 2018 2:52:53 PM EST Dec 16, 2018 5:01:46AM EST Dec 15, 2018 1 1:01:18 AM EST Dec 14, 2018 8:12:14AM EST Dec 14, 2018 8:22:17AM EST Dec 14, 2018 7:57:09 AM EST Dec 14, 2018 9:40:48 AM EST Dec 18, 2018 5:12:11 PM EST Dec 17, 2018 9:21:58 AM EST Dec 14, 2018 7:03:20AM EST Dec 14, 2018 1 1:28:25 AM EST Dec 14, 2018 8:58:16AM EST Dec 14, 2018 9:39:17AM EST Dec 14, 2018 8:21:30AM EST Dec 17, 2018 2:10:45 PM EST Dec 14, 2018 11:24:14AM EST Dec 14, 2018 9:12:30AM EST Dec 14, 2018 1:10:44AM EST Dec 21, 2018 12:12:21 PM EST Dec 17, 2018 11:24:02 AM EST Dec 14, 2018 9:50:53 AM EST Dec 14, 2018 9:12:12 AM EST Dec 27, 2018 3:27:07 PM EST Dec 14, 2018 10:46:49 AM EST Dec 26, 2018 2:21:42 PM EST Dec 14, 2018 8:39:25AM EST Dec 14, 2018 12:08:39 PM EST Dec 15, 2018 11:37:47AM EST Dec 14, 2018 4:23:27 PM EST Dec 27, 2018 1:45:34 PM EST Dec 26, 2018 2:14:45 AM EST Yes Dec 28, 2018 8:40:13 AM EST No Dec 14, 2018 7:38:09 PM EST No Dec 16, 2018 7:35:20 AM EST No Dec 14, 2018 12:11:45 PM EST No Dec 24, 2018 9:14:41 AM EST Yes Dec 16, 2018 5:06:30 AM EST No Dec 15, 2018 11:01:18 AM EST No Dec 14, 2018 8:12:14AM EST No Dec 14, 2018 8:22:17AM EST Yes Dec 14, 2018 7:57:09 AM EST No Dec 15, 2018 1:32:27 PM EST No Dec 18, 2018 5.12:11 PM EST Yes Dec 17, 2018 9:21:58 AM EST No Dec 28, 2018 9:47:33 AM EST No Dec 20, 2018 6:04:51 PM EST No Dec 27, 2018 10:58:19 AM EST Yes Dec 14, 2018 9:39:17AM EST Yes Dec 14, 2018 8:21:30 AM EST No Dec 17, 2018 2:10:45 PM EST Yes Dec 14, 2018 11:25:16 AM EST Yes Dec 26, 2018 9:35:36 AM EST No Dec 14, 2018 1:10:44AM EST No Dec 21, 2018 12:12:21 PM EST No Dec 17, 2018 11:26:42 AM EST No Dec 21, 2018 9:51:42 AM EST No Dec 14, 2018 9:12:12 AM EST Yes Dec 28, 2018 12:04:24 PM EST No Dec 14, 2018 10:46:49 AM EST No Dec 26, 2018 2:21:42 PM EST No Dec 21, 2018 10:51 :12 AM EST Yes Dec 28, 2018 12:37:16 PM EST Yes Dec 21, 2018 1:31:41 PM EST No Dec 14, 2018 4:23:27 PM EST No Dec 27, 2018 1:45:34 PM EST No Dec 13, 2018 10:39:56 PM EST No https://www.bidsync. com/DPXReports?ac=notifdetail&auc=2033 5 56&rndid=2146676&ac... 3/14/2022 Periscope Source: Notification Detail Page 3 of 5 J&I I ogistics solution smcbride@jandjlogisticssolutions.com DUMFRIES VA Sonst ilti nP Jgt Transportation ✓ jgttransportation@hotmail.com Homestead FL Inc. Joyful Cruizin LLC Joyfulcruizinllc@yahoo.com Plantation FL Kemp Group international or Corpation kempgroupintl@gmail.com Miami FL Neolis Transit America busdev@Keolisna.com Los Angeles CA J Key Transportation kim@key-transportation.com MIAMI FL Service Corp Kimley-Horn and West Palm florida.marketing@kimley-horn.com FL Associates Inc, Beach }(jttelson&Associates slindstrom@kittelson.com Orlando FL inc. - Florida vivian@li.me MIAMI FL Limousines of South bob@mctflorida.com MIAMI FL Florida Inc LOGISTICARE andrew.martin@logisticare.com ATLANTA GA SOLUTIONS I C J SN Partners ehendrix1@LSNPartners.com Miami Beach FL M.0 & M MIAMI CONSTRUCTION-18- mcwdccassc@gmail.com FL GARDENS CORP MarirtiFleet R eduardo.carrion@marutitransit.com Orlando FL Management.] I MatheitsCons' aim, aran@matheusconsulting.com Miami FL Groan I I Mc Mahon Assodates ccrum@mcmahonassociates.com West a Palm FL Miamidade1 tiftay@miamidade.gov Miami FL Millennium Relocation yeardosmil@aol.com Medley FL Services Inc MiovsioR Iwilhelm@miovision.com Kitchener ON Technologies Inc, MPS-TSG mattliveringhouse@gmail.com NAPLES FL MV Transportation business_development@mvtransit.com Vacaville CA Inc. North America sourcemanagement@napc.me Grand Junction CO Procurement Council Nova Consiiltin' marketing@nova-consulting.com MIAMI FL O-cart7 clamb@ocartz.com ORLANDO FL Omega Health Services info@omegahealthservices.org Tamarac FL Onen Minds rfphotline@openminds.com Gettysburg PA periscope Holdings ckennedy@goperiscope.com Austin TX Jncornorated pHOFNIX RI IS INC contact@phoenixbusorlando.com Orlando FL precis ion Contra in' Ifix@pcsfiber.com Jupiter FL Services, Inc. ProPark America david.horn@propark.com JACKSONVILLE FL PROUD TSHIRTS info@proudtshirts.com Miami FL CORP R&BI imrntsine ontimeluxurysuv@yahoo.com Tamiami FL Services Inc. Radise International insidesales@radise.net West Palm FL Beach RD Warden Ventures dwarden@prisonertransport.net ODESSA FL LLC peaXiurn mriquezes@t4ss.com Boca Raton FL Dec 13, 2018 10:39:56 PM EST Dec 15,2018 1:45:32 PM EST Dec 14, 2018 7:54:25 AM EST Dec 21,2018 8:51:35 AM EST Dec 14, 2018 9:20:07 AM EST Dec 14, 2018 10:12:32 AM EST Dec 17, 2018 3:43:33 PM EST Dec 14, 2018 7:48:14 AM EST Dec 14, 2018 9:05:22 AM EST Dec 14, 2018 8:57:46 AM EST Dec 27,2018 10:14:40 AM EST Dec 14, 2018 7:40:55 AM EST Dec 14, 2018 3:05:39 PM EST Dec 20,2018 7:59:37 AM EST Dec 14, 2018 10:25:16 AM EST Dec 27,2018 11:22:19 AM EST Dec 14, 2018 8:02:34 AM EST Dec 13, 2018 1:55:56 PM EST Dec 14, 2018 7:17:58 PM EST Dec 14, 2018 9:26:18 AM EST Dec 28, 2018 3:31:29 PM EST Dec 14, 2018 8:50:21 AM EST Dec 28, 2018 6:04:25 AM EST Dec 14, 2018 8:50:43 AM EST Dec 14, 2018 9:01:33 AM EST Dec 14, 2018 7:08:23 AM EST Dec 14, 2018 8:44:49 AM EST Dec 4, 2018 12:48:38 PM EST Dec 19, 2018 1:10:07 PM EST Dec 17, 2018 1:26:09 PM EST Dec 14, 2018 6:17:59 AM EST Dec 21,2018 3:54:25 PM EST Dec 14, 2018 10:38:41 AM EST Dec 21,2018 2:36:04 AM EST Dec 14, 2018 9:55:14 AM EST Dec 14, 2018 9:27:22 AM EST Dec 15, 2018 1:45:32 PM EST Yes Dec 28, 2018 5:50:07 PM EST Yes Dec 21, 2018 8:51:35 AM EST No Dec 19, 2018 12:27:22 PM EST No Dec 19, 2018 9:58:35 AM EST No Dec 26, 2018 1:07:27 PM EST Yes Dec 14, 2018 7:48:14 AM EST Yes Dec 14, 2018 9:05:22 AM EST No Dec 14, 2018 8:58:29 AM EST No Dec 27, 2018 1 1:10:03 AM EST Yes Dec 19, 2018 7:55:30 AM EST No Dec 14, 2018 3:05:39 PM EST Yes Dec 27, 2018 3:05:52 PM EST Yes Dec 14, 2018 10:25:16 AM EST No Dec 27, 2018 1 1:42:10 AM EST Yes Dec 14, 2018 8:02:34 AM EST No Dec 17, 2018 11:15:17 AM EST Yes Dec 14, 2018 7:17:58 PM EST No Dec 14, 2018 9:26:18 AM EST No Dec 28, 2018 3:31:29 PM EST No Dec 14, 2018 8:50:21 AM EST No Dec 28, 2018 6:04:25 AM EST No Dec 14, 2018 8:50:43 AM EST No Dec 26, 2018 7:38:24 AM EST No Dec 14, 2018 7:08:23 AM EST No Dec 14, 2018 8:44:49 AM EST Yes Dec 26, 2018 2:01:12 PM EST No Dec 20, 2018 12:44:56 PM EST Yes Dec 17, 2018 1:26:09 PM EST No Dec 14, 2018 6:17:59 AM EST Yes Dec 28, 2018 1:41:26 PM EST No Dec 14, 2018 10:42:46 AM EST No Dec 21, 2018 2:36:04 AM EST No Dec 14, 2018 9:55:14 AM EST No Dec 14, 2018 9:27:22 AM EST No https://www.bidsync. com/DPXReports?ac=notifdetail&auc=2033 5 56&rndid=2146676&ac... 3/14/2022 Periscope Source: Notification Detail Page 4 of 5 Refrigerated I ogistics twoodlee@texasicehouse.com Inc RFX ANALYST INC Round The Town RoundTrip Saamloein Safeguard America ✓ Inc d/b/a Americas Transoortation Salo Michelson Architects Samsare Secure Transoortation SIGNFT Flectronic Systems, Inc. Spring Mobile Steer Davies Gleave Streetline Inc The Blue Book The Corradino Groun The Free Ride Tindale Oliver Toole Design Grouo 1-LC TOTAL CONNECTION INC TriEnergy Sol t rtions„ 1-LC TriMerge Consultin' Group, PA Unique Charters Inc. Urhanl ogiq via olanning Inc visual Westat Whitehouse Groun Wood Fnvironment P infrastructure Solutions Inc 7yscovich Architects rfp@rfxanalyst.com bra ndon@roundthetownrides.com mswitaj@rideroundtrip.com qua lite@infotrade2000.com stevenmasdeu@bellsouth.net ncastro@saltzmichelson.com debloisderek@gmail.com larryalge@me.com pa ul.a ustin@signetgroup.net jeff.warren@springbusiness.com bids@sdgworld.net stephanie@streetline.com dcavuoto@mail.thebluebook.com Ijohnson@corradino.com jason@santamonicafreeride.com sboda@tindaleoliver.com marketing@tooledesign.com totalconnection06@yahoo.com winston@trienergysolutions.net info@TriMergeConsulting.com uniquecharters@bellsouth.net info@urbanlogiq.com info@viaplanning.com visualinfomedia@gmail.com marketing@westat.com wwhite@whitehousegroup.com FloridaMarketing@woodplc.com marketing@zyscovich.com Qualification Totals: A&E(5) DESIGN BUILD(3) Dallas TX Dana Point CA BOCA RATON FL PHILADELPHIA PA BOONEVILLE IA Miami Fort Lauderdale FL FL San Francisco CA Vero Beach FL Norwell MA Ft Pierce FL Los Angeles CA San Mateo CA Jefferson Valley NY Miami FL FORT FL LAUDERDALE Tampa Silver Spring MD MIAMI FL Coconut Creek FL Miami FL Miami Gardens FL Vancouver BC Fort Lauderdale miami Rockville Fort Lauderdale Lakeland Miami FL FL MD FL FL FL FL A&E Dec 20,2018 3:44:07 PM EST Dec 24,2018 8:24:01 PM EST Dec 21,2018 7:17:52 AM EST Dec 14, 2018 10:29:31 AM EST Dec 14, 2018 5:50:17 AM EST Dec 18, 2018 12:01:47 PM EST Dec 14, 2018 12:59:43 PM EST Dec 14, 2018 9:55:53 AM EST Dec 14, 2018 7:23:16 AM EST Dec 14, 2018 8:26:19 AM EST Dec 14, 2018 9:22:44 AM EST Dec 14, 2018 2:26:49 PM EST Dec 14, 2018 3:57:00 PM EST Dec 14, 2018 1:58:16 AM EST Dec 14, 2018 7:59:20 AM EST Dec 14, 2018 9:27:20 AM EST Dec 14, 2018 2:22:34 PM EST Dec 14, 2018 7:53:15 AM EST Dec 18, 2018 9:44:55 AM EST Dec 14, 2018 1:16:51 PM EST Dec 14, 2018 9:53:06 PM EST Dec 17, 2018 2:47:09 PM EST Dec 14, 2018 2:27:34 PM EST Dec 26,2018 10:43:03 AM EST Dec 14, 2018 3:03:29 AM EST Dec 14, 2018 9:33:35 AM EST Dec 14, 2018 5:07:44 AM EST Dec 14, 2018 10:13:31 AM EST AJLE DFSIGN Dec 14, 2018 J3UI2 10:01:01 AM EST Dec 20, 2018 3:44:07 PM EST No Dec 24, 2018 8:24:01 PM EST No Dec 21, 2018 7:17:52 AM EST No Dec 14, 2018 10:33:03 AM EST Yes Dec 28, 2018 2:34:44 PM EST No Dec 28, 2018 3:18:31 PM EST Yes Dec 14, 201812:59:43 PM EST Yes Dec 19, 2018 1:55:23 PM EST Yes Dec 14, 2018 7:47:10 AM EST No Dec 14, 2018 8:26:19 AM EST No Dec 14, 2018 9:22:44 AM EST No Dec 14, 2018 2:26:49 PM EST Yes Dec 14, 2018 3:57:00 PM EST Yes Dec 21, 2018 12:58:22 AM EST No Dec 14, 2018 7:59:20 AM EST No Dec 14, 2018 9:27:20 AM EST Yes Dec 14, 2018 2:22:34 PM EST Yes Dec 14, 2018 7:53:15 AM EST No Dec 18, 2018 9:50:12 AM EST No Dec 14, 2018 1:20:15 PM EST Yes Dec 14, 2018 9:53:06 PM EST No Dec 26, 2018 1:00:14 PM EST No Dec 14, 2018 2:27:34 PM EST No Dec 26, 2018 10:43:03 AM EST No Dec 14, 2018 3:03:29 AM EST Yes Dec 14, 2018 9:33:35 AM EST Yes Dec 14, 2018 5:07:44 AM EST No Dec 14, 2018 10:13:31 AM EST No Dec 14, 2018 10:01:01 AM EST No Questions? Contact a Periscope Source representative: 800-990-9339 or email: source-support@periscopeholdings.com Home I Bid Search I Bids I Orders I Tools I Support I Privacy I Logout https://www.bidsync. com/DPXReports?ac=notifdetail&auc=2033 5 56&rndid=2146676&ac... 3/14/2022 Periscope Source: Notification Detail Page 5 of 5 Copyright © 2020 - Periscope Holdings, Inc. - All rights reserved. https://www.bidsync. com/DPXReports?ac=notifdetail&auc=2033 5 56&rndid=2146676&ac... 3/14/2022 MIAMI-DADE COUNTY RTQ-01100 Transportation Services ROADMAP OVERVIEW: This request to qualify shall make available to the County, a group of prequalified vendors who will provide various types of for -hire transportation services. County departments will include their requirements and technical specifications during each ITQ request. The County may, at its discretion, add additional services and/or vendors as needed. All pre -qualified vendors in a specific group and category, must be included in the ITQ for that specific group and category. Contract Term: 0610112019 through 0513112024 Procurement Contracting Officer: Debra Butler, debra.butler©miamidade.gov PREQUALIFIED VENDOR(S) INFORMATION Vendor Name, FEIN, City and State Group Category Contact Name, Phone and Email Academy Bus LLC 262277038-02 2 Coach Charter Buses Veronica Ruiz Miami, FL 3 Minibuses / Sprinters 305-688-7700 ext. 2005 or 305-769-6005 vruiz@academybus.com Air B School Bus Transportation Inc. Naday Beltran 651071106-01 Miami, FL 2 School Buses 305-267-1001 info@airbbus.com American Coach Inc. Lissett Hernandez 331013208-01 Miami, FL 2 Coach Charter Buses 305-554-7272 americancoachl@vahoo.com Florida Trails Inc. dba Annett Bus Lines 592145011-01 Wade Scheel Sebring, FL 2 Coach Charter Buses 800-282-3655 wade@annettbuslines.com Franmar Corp 591716761-02 Fran Martinelli Miami, FL 2 School Buses 305-878-4912 or 305-253-5086 franmarbus@aol.com JGT Transportation Inc. 650646227-01 Maria Gonzalez Homestead, FL 2 Coach Charter Buses 786-236-8335 or 786-368-3000 jqttransportation©hotmail.com Key Transportation Service Corp. 1 Sedans, SUVs Merlynda Bissoon 650961247-01 305-984-2433 Miami, FL 3 Minibuses / Sprinters merlynda@kev-transportation.com Phoenix Bus Inc. Wagner Triska Jr. 262568765-01 Orlando, FL 2 Coach Charter Buses 407-409-2276 ops@phoenixbusorlando.com Safeguard America Inc. dba Americas Transportation 2 Coach Charter Buses Steven Masdeu 650840025-03 305-972-1692 Hialeah, FL 3 Minibuses / Sprinters stevenmasdeu@bellsouth.net Transportation America Inc. 1 SUVs Bob Beers 651120042-01 305-537-4150 or 305-308-8110 Miami, FL 3 Sprinters bbeers@transportationamerica.com Unique Charters Inc. (SBE) Randy Smith 651047573-01 Miami Gardens, FL 2 Coach Charter Buses 305-652-4961 uniquecharters@bellsouth.net Page 1 of 3 EVENT LOG: NO. DATE EVENT AGENT 3 10/08/2019 CAHSD added to BPO ending 0429; $125,000 per MOD 14081 Phoenix Bus added to pool per MOD 14306 Debra Butler 2 05/31/2019 Franmar Corp and Florida Trails, dba Annett Bus Lines were added to the prequalification pool, per (MOD # 13501) Debra Butler 1 05/31/2019 BPO's created — contract effective date is 6/1/2019 — 5/31/2024 Debra Butler QUOTE PROCEDURES: County departments will solicit spot market quotations from pre -qualified bidders, on an as -needed basis. Specific departmental needs and/or technical specifications will be outlined and requested during the ITQ process and/or each WOPR request. All pre -qualified vendors in a specific group and category, must be included in the ITQ for that specific group and category. FEDERAL FUNDING (if applicable): For federally funded programs, additional provisions may apply in accordance with the funding source. The following provisions from Section 1, General Terms and Conditions shall be exempted from such solicitations, as indicated in the ITQ or WOPR. • Local Preferences, User Access Program (UAP) Fee and Small Business Enterprises (SBE) Measures • Local Certified Service -Disabled Veteran's Business Enterprise Preference • Prompt Payment Terms and Office of Inspector General Fee • First Source Hiring Referral Program INDEMNIFICATION AND INSURANCE: Refer to Section 1.21 and 1.22 of the General Terms and Conditions. http://www.miamidade.qov/procurement/library/boilerplate/general-terms-and-conditions-r18-2.pdf The following clauses will replace Section 1, Paragraph 1.22.A.2 and 1.22.A.3 of the General Terms and Conditions: 1.22. A.2 1.22. A.3 Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence. Miami -Dade County must be shown as an additional insured with respect to this coverage. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. SBE MEASURES: 1. SBE Set -Aside shall be applied where there are three (3) or more certified firms available in the established prequalification pool. 2. Bid Preference shall be applied when there are less than three (3) certified firms available in the established prequalification pool. 3. A No -Measure will apply when the funding source is FEDERAL. 4. The Living Wage will apply to spot market quotes. 5. Commodity codes: 918-96, 952-94, 961-82 and 975-14 All quotations issued must be registered with SBD at the following link: https://intra3.miamidade.qov/ISD/SBD/Login.aspx This link officially places your project on the Cone of Silence Report. Additionally the Office of the Commission Auditor (OCA) shall be copied at oca@miamidade.gov when quote is issued. HOW TO APPLY BID AND LOCAL PREFERENCE TO QUOTES (if applicable): 1. Bid preferences shall be given to bidders that are identified as certified SBE/Micro, if applicable. The bid preference shall be calculated and subtracted from the total quote price or item for evaluation purposes only. The bid preference is used only to calculate an amount to be used in evaluating the quote and does not affect the final awarded price. Page 2 of 3 2. Whenever a quote contains both, Bid Preference (SBE/Micro) and Local Preference, departments must apply the bid preference first. Follow the Administrative Guidelines stated in the solicitation/contract document with regard to the applicable measure. The preference should be applied as listed in the table below based on the estimated value of the project and whether or not a set -aside or preference measure is applicable: SBE-MICRO Tier 1 SBE-MICRO Tier 2 SBE-MICRO Tier 3 Set -Asides Up to $100K (All SBE Goods and Services firms are eligible for Set -asides) Bid Preference 10% Bid Preference 5% Bid Preference 0% Set -Asides Over $100K $100K-$750K $750K to $2 Million $2M to $5 Million Bid Preference up to $100K (when not a set -aside) o Bid Preference 10 /o 0 Bid Preference 10 /o 0 Bid Preference 5 /o Bid Preference over $100K to $1 Million All Tiers 10% Bid Preference Over $1 Million All Tiers 5% 3. Whenever a quote contains both Local and Locally Headquartered Firms: If the apparent low bidder is a non -local firm and the locally headquartered firm prices are within 15% of the low bidder, department must proceed to apply the locally headquartered preference and proceed with following the "Best and Final" (BAFO) process. Similarly, if a Local firm is the lowest bidder and a locally headquartered firm is within 5% of the local firm lowest price, department must proceed to apply locally headquartered preference and obtain the BAFO in accordance with Section 2-8.5 of the Miami -Dade County Code. ORDINANCES FOR QUOTATIONS (if applicable): Local Certified Service — Disabled Veteran should be applied in accordance with Section 2-8.5.1 of the Miami -Dade County Code, a Local Certified Service Disabled Veteran Business Enterprise (VBE) shall receive a bid preference of 5% of the price bid (for the purpose of evaluation ONLY). A VBE who is also an SBE shall not receive the veteran's preference and shall be limited to any applicable SBE preferences. At the time of bid submission, the vendor must affirm in writing its compliance with the certification requirements of Section 295.187 of the Florida Status and submit this affirmation and a copy of the actual certification along with the bid. Local Preference: https://Iibrary.municode.com/fl/miami - dade county/codes/code of ordinances?nodeld=PTIIICOOR CH2AD ARTIINGE S2- 8.5PRPRPRLOBUCOCO Cone of Silence: https://library.municode.com/fl/miami-dade county/codes/codeofordinances?nodeld=PTI I ICOORCH2ADARTIINGE S2- 11.1COINCOETOR UAP, Inspector General Fees: https://librarv.municode.com/fl/miami - dade county/codes/code of ordinances?nodeld=PTIIICOOR CH2AD ARTIINGE S2- 8.10USACPRCOPU https://Iibrary.municode.com/fl/miami - dade county/codes/codeofordinances?nodeld=PTI I ICOORCH2ADARTLXXVI I ICOETPUTRS2-10760F1 NGE Page 3 of 3 8/10/22, 3:58 PM Detail by Entity Name DIVISION OF CORPORATIONS Dive iofr fit OILP OILAT1!`'A ufiria13twe of "Willa wei ity Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation AIR B SCHOOL BUS TRANSPORTATION, INC. Filing Information Document Number P01000009590 FEI/EIN Number 65-1071106 Date Filed 01/25/2001 State FL Status ACTIVE Principal Address 7503 nw 7th st MIAMI, FL 33126 Changed: 03/14/2017 Mailing Address 6241 SW 16TH TERRACE WEST MIAMI, FL 33155 Registered Agent Name & Address AIR B SCHOOL BUS TRANSPORTATION,INC 7503 nw 7th st miami, FL 33126 Name Changed: 04/26/2018 Address Changed: 03/14/2017 Officer/Director Detail Name & Address Title President, VP, Treasurer HENRY, BELTRAN 7503 nw 7th st MIAMI, FL 33155 Annual Reports Report Year Filed Date 2020 03/20/2020 https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=AIRBSCH... 1 /2 8/10/22, 3:58 PM 2021 02/04/2021 2022 02/14/2022 Detail by Entity Name Document Images 02/14/2022 -- ANNUAL REPORT 02/04/2021 -- ANNUAL REPORT 03/20/2020 -- ANNUAL REPORT 10/24/2019 -- AMENDED ANNUAL REPORT 09/18/2019 -- AMENDED ANNUAL REPORT 09/13/2019 -- AMENDED ANNUAL REPORT 04/08/2019 -- ANNUAL REPORT 04/26/2018 -- ANNUAL REPORT 03/14/2017 -- ANNUAL REPORT 09/01/2016 -- AMENDED ANNUAL REPORT 01/22/2016 -- ANNUAL REPORT 03/28/2015 -- ANNUAL REPORT 01/31/2014 -- ANNUAL REPORT 02/12/2013 -- ANNUAL REPORT 01/17/2012 -- ANNUAL REPORT 04/27/2011 -- ANNUAL REPORT 08/27/2010 -- ANNUAL REPORT 04/22/2010 -- ANNUAL REPORT 04/30/2009 -- ANNUAL REPORT 07/07/2008 -- ANNUAL REPORT 05/01/2007 -- ANNUAL REPORT 05/01/2006 -- ANNUAL REPORT 05/02/2005 -- ANNUAL REPORT 04/30/2004 -- ANNUAL REPORT 05/05/2003 -- ANNUAL REPORT 05/12/2002 -- ANNUAL REPORT 01/25/2001 -- 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 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 Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=AIRBSCH... 2/2 8/10/22, 4:02 PM Detail by Entity Name DIVISION OF CORPORATIONS lr //1119li ,_ f bbrg ,c D rL O r R A f it ro i,l 2 ufria13tr te of Policia wei ity Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation FRANMAR CORPORATION Filing Information Document Number 523936 FEI/EIN Number 59-1716761 Date Filed 01/17/1977 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 01/20/2012 Event Effective Date NONE Principal Address 19301 S.W. 108TH AVE. MIAMI, FL 33157 Changed: 07/12/2010 Mailing Address P.O. BOX 970783 MIAMI, FL 33197 Changed: 02/28/1992 Registered Agent Name & Address MARTINELLI, FRAN 19301 SW 108TH AVE MIAMI, FL 33157 Name Changed: 03/01/2017 Address Changed: 03/01/2017 Officer/Director Detail Name & Address Title DPTS BERMONT, PETER L https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=FRANMA... 1 /3 8/10/22, 4:02 PM Detail by Entity Name 3427 N. Moorings Way Miami, FL 33133 Title D MARTINELLI, FRAN 8420 NW S.R. 45 HIGH SPRINGS, FL 32643 Title Director Wise, Tracy B 3191 Argonne Drive, NW Atlanta, GA 30305 Annual Reports Report Year Filed Date 2020 01/23/2020 2021 01/20/2021 2022 01/22/2022 Document Images 01/22/2022 -- ANNUAL REPORT 01/20/2021 -- ANNUAL REPORT 01/23/2020 -- ANNUAL REPORT 02/07/2019 -- ANNUAL REPORT 01/12/2018 -- ANNUAL REPORT 03/01 /2017 -- Reg. Agent Change 01/16/2017 -- ANNUAL REPORT 01/04/2016 -- ANNUAL REPORT 04/16/2015 -- ANNUAL REPORT 01/13/2014 -- ANNUAL REPORT 01/22/2013 -- ANNUAL REPORT 03/28/2012 -- ANNUAL REPORT 01/20/2012 -- Amendment 01/28/2011 -- ANNUAL REPORT 07/12/2010 -- ADDRESS CHANGE 01/25/2010 -- ANNUAL REPORT 03/13/2009 -- ANNUAL REPORT 02/04/2008 -- ANNUAL REPORT 04/16/2007 -- ANNUAL REPORT 01/23/2006 -- ANNUAL REPORT 02/12/2005 -- ANNUAL REPORT 03/12/2004 -- ANNUAL REPORT 06/27/2003 -- ANNUAL REPORT 01/21/2003 -- ANNUAL REPORT 10/16/2002 -- ANNUAL REPORT 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 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 https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=F RANMA... 2/3 8/10/22, 4:02 PM 01/22/2002 -- ANNUAL REPORT 08/27/2001 -- ANNUAL REPORT 01/11/2001 -- ANNUAL REPORT 04/23/2000 -- ANNUAL REPORT 02/22/1999 -- ANNUAL REPORT 02/25/1998 -- ANNUAL REPORT 04/29/1997 -- ANNUAL REPORT 04/02/1996 -- ANNUAL REPORT 02/20/1995 -- ANNUAL REPORT 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 Detail by Entity Name Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=F RANMA... 3/3 OFFICIAL FILE COPY CLERK OF THE BOARD OF COUNTY COMMISSIONERS MIAMI-DADE COUNTY, FLORIDA Date: May 21, 2024 Memorandum M�a�l��IAMI•DADE To: Honorable Chairman Oliver G. Gilbert, III and Members, Board of County Commissioners From: Daniella Levine Cava ` - Mayor Clot. Subject: Agenda Item No. 8(P)(2) Resolution No. R-450-24 Request for Additional Time and Expenditure Authority to Prequalification Pool for Transportation Services Summary The primary goal of this pool is to provide various types of for -hire transportation services for multiple County departments to transport constituents, employees, and visiting dignitaries. Departments utilize the pool to transport kids, elderly, and disability participants attending various County programs, cruise passengers between terminals and garages (via busses and shuttles), staff while facilities are under construction, and other transportation needs such as during national emergency deployments of Fire Rescue's urban search and rescue teams, and County sponsored events and meetings. This is an open pool and there are no changes to the requirements. It is anticipated that if the pool was resolicited the same vendors would prequalify; hence a five-year extension is being requested. This extension will allow existing prequalified vendors to remain in the pool provided they continue to meet the requirements, while new vendors will be able to access the pool for additional participation, resulting in greater efficiency for both existing vendors and the County due to reduction in administrative work. Continuing with the current pool will allow existing vendors to focus on accessing bid opportunities, as opposed to repeating prequalification documentation under a resolicited pool. Thus, the pool will continue to streamline processes and reduce time to procure these goods and services, saving the County time and money and reducing administrative barriers for our vendors. Recommendation It is recommended that the Board of County Commissioners (Board) approve extending Prequalification Pool No. RTQ-01100, Transportation Services, for five years with $7,585,000 in additional expenditure authority for multiple County departments. The extension of this pool is essential to County operations due to the wide range of for -hire transportation services needed countywide. The pool allows for spot market competitions of projects with varying scope, scale, and technical requirements. Background The Board approved this pool on April 9, 2019, through Resolution No. R-360-19, for a five-year term in the amount of $3,165,000. There are three groups within the pool: Group 1: Limousines, Sedans, and SUVs, Group 2: Coach Charter and School Buses, and Group 3: Minibuses and Vans (including handicap accessible vehicles). The pool was subsequently modified for additional expenditure authority under delegated authority and by the Board through Resolution No. R-414-22. Currently, there are 12 prequalified vendors, of which 10 are local, including one certified Small Business Enterprise (SBE) firm. Prior to the decision to seek extension of the pool, outreach was conducted to identify potential local vendors via INFORMS and DemandStar. Five additional vendors were identified and have been notified and advised to complete the County's vendor registration process. The vendors will be invited to submit their qualifications for inclusion in the pool. The pool will remain open to allow additional vendors that meet the prequalification criteria to be added. Scope The impact of this item is countywide in nature. M DC001 Honorable Chairman Oliver G. Gilbert, III and Members, Board of County Commissioners Page 2 Delegated Authority There is no additional delegation of authority sought in this item as the authority to solicit pricing and award contracts up to an aggregate amount of the allocation authorized by the Board, exercise all provisions of the solicitation documents and any resulting contracts pursuant to Section 2-8.1 of the County Code and Implementing Order 3-38, and add vendors to the pool at any time, subject to ratification by the Board on a bi-annual basis, was granted when the pool was established. Any contract award under the prequalification pool exceeding $5,000,000 is subject to ratification by the Board. Fiscal Impact/Funding Source The pool term expires on August 31, 2024, and has a current cumulative allocation of $5,142,980 for five years and three months. If this request is approved, the pool will have a modified cumulative allocation of $12,727,980 and will expire on August 31, 2029. The requested increase is based on the departments' anticipated usage throughout the five-year extension period. Department Existing Cumulative Allocation Additional Allocation Requested Modified Cumulative Allocation Funding Source Contract Manager Aviation $55,000 $0 $55,000 General Fund Sylvia Novela County Commissioners $114,000 $0 $114,000 General Fund Elda Green Community Action and Human Services $825,000 $700,000 $1,525,000 General Fund / Federal Funds Brad Skinner Cultural Affairs $10,200 $60,000 $70,200 Proprietary Funds Regla Lee Corrections and Rehabilitation $0 $65,000 $65,000 General Fund Alessandra Linares Fire Rescue $130,000 $100,000 $230,000 Federal Funds / Fire District Marianela Betancourt Internal Services $50,000 $0 $50,000 General Fund Danny Borges Juvenile Services $55,000 $55,000 $110,000 General Fund Cristina Molina Parks, Recreation, and Open Spaces $1,108,550 $1,000,000 $2,108,550 General Fund Fernando L. Robreno Police* $0 $5,000 $5,000 General Fund Nicholas Santos PortMiami $2,046,550 $2,500,000 $4,546,550 Proprietary Funds Frank Ramirez Public Housing and Community Development $100,000 $100,000 $200,000 Federal Funds Indira Rajkumar- Futch Transportation and Public Works $648,680 $3,000,000 $3,648,680 DTPW Operating Alonzo Joseph Total $5,142,980 $7,585,000 $12,727,980 *The resultant contracts will contain termination for convenience provisions, which can be exercised if the commodities and, or services in this item are affected by the establishment of the constitutional offices. Track Record/Monitor Vanessa Stroman of the Strategic Procurement Department (SPD) is the Procurement Contracting Manager. M DC002 Honorable Chairman Oliver G. Gilbert, III and Members, Board of County Commissioners Page 3 Prequalified Vendors Vendor Principal Address Local Address Principal Group(s) Prequalified Academy Bus, LLC 124 Via Florenza Palm Beach Gardens, FL 3595 NW 110 Street Miami, FL Francis Tedesco 2 and 3 Air B School Bus Transportation, Inc. 7503 NW 7 Street Miami, FL Same Henry Beltran 2 American Coach, Inc. 17332 SW 149 Court Miami, FL Same Miriam Perez de Camino 2 Florida Trails, Inc. dba Annet Bus Lines 130 Madrid Drive Sebring, FL None Brian Annett 2 Franmar Corporation 19301 SW 108 Avenue Miami, FL Same Fran Martinelli 2 J.G.T. Transportation, Inc. 520 South Krome Avenue Homestead, FL Same Maria Gonzalez 2 Key Transportation Service Corp 199 NW 79 Street Miami, FL Same Orlie Jedwab 1 and 3 Phoenix Bus, Inc. 5387 LB McLeod Road Orlando, FL None Triska Wagner, Jr. 2 Safeguard America, Inc. dba Americas Transportation 725 SE 9 Court Suite 2D1 Hialeah, FL Same Steven Masdeu 2 and 3 Transportation America, Inc. 2766 NW 62 Street Miami, FL Same Raymond Gonzalez 1 and 3 Unique Charters, Inc. (SBE) 160 NW 176 Street Suite 200-1 Miami Gardens, FL Same Randy Smith 2 USA Caribbean Tours Corp. 657 W 33 Street Hialeah, FL Same Rolando Lazo Zuniga 2 Due Diligence Pursuant to Resolution No. R-187-12, due diligence was conducted in accordance with SPD's Procurement Guidelines to determine contractor responsibility, including verifying corporate status and review of performance and compliance issues through various vendor responsibility lists and a keyword internet search. The lists referenced include convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal excluded parties. There were no adverse findings relating to contractor responsibility. Applicability of Ordinances and Contract Measures • The two percent User Access Program applies where permitted by funding source. • Small Business Enterprise measures will be determined prior to advertising each spot market competition where permitted by funding source. Local Preference will be applied at the time of spot market competition where permitted by funding source. • The Living Wage Ordinance will apply to future spot market competitions when the value of the resultant contract exceeds $100,000 per year where permitted by funding source. Jihimy'Morales Chief Operations Officer M DC003 MEMORANDUM (Revised) TO: FROM: Honorable Chairman Oliver G. Gilbert, III and Members, Board of County Commissioners onzon-Keenan County Attorney DATE: May 21, 2024 SUBJECT: Agenda Item No. 8(P)(2) Please note any items checked. "3-Day Rule" for committees applicable if raised 6 weeks required between first reading and public hearing 4 weeks notification to municipal officials required prior to public hearing Decreases revenues or increases expenditures without balancing budget Budget required Statement of fiscal impact required Statement of social equity required Ordinance creating a new board requires detailed County Mayor's report for public hearing No committee review Applicable legislation requires more than a majority vote (i.e., 2/3's present , 2/3 membership , 3/5's , unanimous , CDMP 7 vote requirement per 2-116.1(3)(h) or (4)(c) , CDMP 2/3 vote requirement per 2-116.1(3)(h) or (4)(c) , or CDMP 9 vote requirement per 2-116.1(4)(c)(2) ) to approve Current information regarding funding source, index code and available balance, and available capacity (if debt is contemplated) required M DC004 Approved Mayor Agenda Item No. 8(P)(2) Veto 5-21-24 Override RESOLUTION NO. R-450-24 RESOLUTION APPROVING ADDITIONAL TIME OF FIVE YEARS AND EXPENDITURE AUTHORITY UP TO $7,585,000.00 FOR A TOTAL MODIFIED POOL AMOUNT OF $12,727,980.00 FOR PREQUALIFICATION POOL NO. RTQ- 01100 FOR TRANSPORTATION SERVICES FOR MULTIPLE COUNTY DEPARTMENTS; PROVIDED THAT ANY CONTRACT AWARD UNDER THE POOL EXCEEDING $5,000,000.00 IS RATIFIED BY THE BOARD WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board authorizes additional time of five years and expenditure authority up to $7,585,000.00 for a total modified pool amount of $12,727,980.00 for Prequalification Pool No. RTQ-01100 for Transportation Services for multiple County departments. Any contract award under the pool exceeding $5,000,000.00 shall be subject to ratification by the Board. A copy of the pool documents is on file with and available upon request from the Strategic Procurement Department. The foregoing resolution was offered by Commissioner who moved its adoption. The motion was seconded by Commissioner and upon being put to a vote, the vote was as follows: Eileen Higgins Raquel A. Regalado M DC005 Agenda Item No. 8(P)(2) Page No. 2 Oliver G. Gilbert, III, Chairman Anthony Rodriguez, Vice Chairman Marleine Bastien Kevin Marino Cabrera Roberto J. Gonzalez Danielle Cohen Higgins Kionne L. McGhee Micky Steinberg aye absent aye absent absent aye aye aye Juan Carlos Bermudez Sen. Rene Garcia Keon Hardemon Eileen Higgins Raquel A. Regalado aye aye aye aye aye The Chairperson thereupon declared this resolution duly passed and adopted this 21' day of May, 2024. This resolution shall become effective upon the earlier of (1) 10 days after the date of its adoption unless vetoed by the County Mayor, and if vetoed, shall become effective only upon an override by this Board, or (2) approval by the County Mayor of this resolution and the filing of this approval with the Clerk of the Board. Approved by County Attorney as to form and legal sufficiency. Melanie J. Spencer MIAMI-DADE COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS JUAN FERNANDEZ-BARQUIN, CLERK By: Basia Pruna Deputy Clerk M DC006