Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24206
AGREEMENT INFORMATION AGREEMENT NUMBER 24206 NAME/TYPE OF AGREEMENT LIMOUSINES OF SOUTH FLORIDA, INC. DESCRIPTION AMENDMENT NO. 5 TO PROFESSIONAL SERVICES AGREEMENT/MUNICIPAL TROLLEY OPERATION SERVICES/FILE ID: 12886/R-22-0438/MATTER ID: 22-3284 EFFECTIVE DATE December 25, 2022 ATTESTED BY TODD B. HANNON ATTESTED DATE 12/20/2022 DATE RECEIVED FROM ISSUING DEPT. 12/21/2022 NOTE DOCUSIGN AGREEMENT BY EMAIL DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: DEPT. CONTACT PERSON: Aimee Gandarilla EXT. 1906 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: LIMOUSINES OF SOUTH FLORIDA INC Department of Procurement IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? I TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? r TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) YES NO ES ❑ NO ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY): Amendment No. 5 to the PSA with Limousines of South Florida, Inc. for Trolley Operations Services RFP 256244 COMMISSION APPROVAL DATE: 11/17/22 FILE ID: 12886 ENACTMENT NO.: 22-0438 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR OF PROCUREMENT/CHIEF PROCUREMENT OFFICER PR23034 December 6, 2022 Annie Perez CPPO 115:53:17 EST SIGNATURE: '.,,.., RISK MANAGEMENT December 7, 2022 Ann -Marie Sharpe I 06:44:4 EST—„ SIGNATURE: Froi,,f< Gow,vy CITY ATTORNEY matter 22-3284 December 19, 7 Victoria Mendez 022 1 22:49:.EST SIGNATURE: 7,,1-? mr�Frz ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER Larry Spring, CPA SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS Natasha Colebrook -Williams SIGNATURE: DEPUTY CITY MANAGER December 20, 20N edib@th* aEPh.D., PE ,—oocusn.d e„ SIGNATURE: N»ywibt, Ilu,l:woLa MANAGER December 20, 2022 ACITY 109 01:40 EST gnetl by SIGNATURE: a,,{ NO", C CITY CLERK December 20, 2022 Todd Hannon 1 17:24:12 EST SIGNATURE: '—°°` �sss�„ss PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD IAFI I{SPAT 1 I fp � City of Miami Office of the City Attorney Legal Services Request To: Office of the City Attorney From: Tahlia Gray Contact Person Procurement Analyst Title 12/6/2022 Date: Procurement Requesting Client (305) 416-1912 Telephone Legal Service Requested: matter 22-3284 Amendment No. 5 to the PSA with Limousines of South Florida, Inc. for Trolley Operations Services RFP 256244 Complete form and forward to the Office of the City Attorney or e-mail to Legal Services. Do not assume that the Office of the City Attorney knows the background of the question and/or issue, such as opinions on the same or similar issues, the existence of relevant memos, correspondence, etc. Please attach to this form and/or e-mail all pertinent information relating to the subject. Once your request has been assigned, an e-mail will be sent to you with the Assigned Attorney's name and the issued matter identification number. All attorneys in the Office of the City Attorney shall fully comply with the Rules Regulating the Florida Bar. For Legal Services requesting an opinion from the Office of the City Attorney: nlssue opinion in writing. Publish opinion after issuance. Authorized by: Annie Perez Date response requested by: BELOW PORTION TO BE COMPLETED BY THE OFFICE OF THE CITY ATTORNEY Assigned Attorney: Date: File No. Approved by: Ultimate Client: Comments: D / R Date: Copy returned to Requesting Client Type: Matrix: Category: Copy to Ultimate Client rev. 04/14/2017 DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD CITY OF MIAMI AMENDMENT NO. 5 TO PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI AND LIMOUSINES OF SOUTH FLORIDA, INC. REQUEST FOR PROPOSALS ("RFP") NO. 256244 MUNICIPAL TROLLEY OPERATIONS SERVICES This Amendment No. 5 ("Amendment") to the Professional Services Agreement ("Agreement") dated February 27, 2012 ("Agreement"), between the City of Miami, a municipal Corporation of the State of Florida ("City"), and Limousines of South Florida, Inc., a Florida profit corporation ("LSF" or "Contractor"), is entered into this 25th day of December, 2022 (the "Effective Date"). The Agreement is hereby amended as follows: RECITALS WHEREAS, pursuant to Resolution No. 12-0010, adopted by the City Commission on January 12, 2012, the City and LSF entered into an Agreement to provide trolley operation services for the Depaitnient of Resilience and Public Works ("RPW"), Transportation Division in accordance to RFP 256244, Municipal Trolley Operations Services, and its resultant Agreement subject to the availability of funds for the Term and Scope of Work included in the original Agreement; and WHEREAS, the original agreement had a five (5) year initial term with five (5) additional one (1) year options to renew, providing for a total term of ten (10) years as was solicited in the RFP; and WHEREAS, Amendment No. 1 was approved and executed with LSF, adding an advanced public transportation management system, to the City's existing trolley fleet; and WHEREAS, Amendment No. 2 was approved and executed with LSF, increasing the funding to continue trolley operations and conduct upgrades to the advanced public transportation management system, revised compensation model for the Agreement and updated scope of work for the inclusion of a fare collection policy; and WHEREAS, Amendment No. 3 was approved and executed with LSF, revising the penalties incurred by LSF for failing to meet the Performance Guarantees as stated in the RFP: and WHEREAS, Amendment No. 4 was approved and executed with LSF to apply City Ordinance No. 13648, Living Wage, of the City Code to the Agreement, thereby increasing the hourly service rate from $44.69 to $51.79 as authorized by Resolution 21-0505, adopted December 9, 2021; and WHEREAS, the City has an aging Trolley fleet with high replacement parts costs and labor; and WHEREAS, due to the current economic climate and supply chain issues, the trolley replacement part costs and market labor concerns associated with the issuance of a new RFP may be of a significant increase and financial burden on the City; and DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD WHEREAS, a twenty percent (20%) increase from the current rate of $51.79 per service hour to $62.15 per service hour will offset the aging fleet replacement part costs; and WHEREAS, this contract is in its second extension and expires on December 24, 2022, and it is in the City's best interest to extend this Agreement with LSF for three (3) years with two (2) one (1) year options to renew; NOW THEREFORE, for the considerations hereinafter as set forth, the parties agree to as follows: 1. The recitals set forth above are incorporated by reference as if set forth in full herein. 2. This Amendment hereby implements the twenty percent (20%) increase from $51.79 per service hour to $62.15 per service hour and extends the Agreement with LSF for an additional three (3) year term with two (2) one (1) year options to renew. 3. COUNTERPARTS, ELECTRONIC SIGNATURES: This Amendment 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 Amendment shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Amendment (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 Amendment upon request. All other terms, covenants and conditions of the original Agreement issued thereto shall remain in full force and effect, except to the extent herein expressly amended by this Amendment. DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. ATTEST: By Name: Juanita E. Hernandez Title: Office Manager ATTEST: By: Todd B. Hannon City Clerk N111 otwoUfINstiro,� "(PRYPI/ o c, zs 6�,� :s MYCOMMISS/ptt EXPIRES 12-2-2026 MO. •', A�"'�� 46*. 111 .NNU igne (3ocuSigned by: "Contractor" LLMOUS ►r OF S • FLORIDA, INC., Name: Title: President and CEO "City" CITY OF MIAMI, a Florida municipal corporation By: avfiuu^ Pbncc` Arthur Noriega V City Manager APPROVED AS TO LEGAL FORM AND APPROVED AS TO INSURANCE CORRECTNESS: DS By: Victoria Mendez (Matter 22-3284) City Attorney REQUIREMENTS: By: Frank 6ewvy —ii4ine'Marie Sharpe, Director Risk Management DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD AGENDA ITEM SUMMARY FORM File ID: #12886 Date: 10/26/2022 Commission Meeting Date: 11/17/2022 Requesting Department: Department of Resilience and Public Works Sponsored By: District Impacted: All Type: Resolution Subject: Auth. City Manager - Amendment No. 5 - Municipal Trolley Operation Services Purpose of Item: The nature of this item is to authorize a resolution of the Miami City Commission, with attachments, authorizing Amendment No. 5 for the extension of the contract term to the Professional Services Agreement ("PSA") with Limousines of South Florida, inc. ("LSF"), for the provision of trolley operations services, including an increase of twenty percent (20%) to the hourly service rate from $51.79 per service hour to $62.15 per service hour and to extend the PSA for three (3) years with two (2) one (1) year options to renew, for RFP No. 256244, Municipal Trolley Operations Services, authorized by Resolution No. 12-0010, adopted on January 12, 2012; allocating funds from City of Miami Department of Resilience and Public Works ("RPW'), subject to the availability of funds and budgetary approval at the time of need; authorizing the City Manager to execute Amendment No. 5 in a form acceptable to the City Attorney; further authorizing the City Manager to negotiate and execute all other documents, including any amendments, renewals, and extensions subject to allocations, appropriations and budgetary approval having been previously made, and in compliance with applicable provisions of the Code of the City of Miami, Florida, as amended, ("City Code"), including, the City of Miami's Procurement Ordinance, Anti -deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in compliance with applicable regulations, as may be necessary for said purpose. Background of Item: On February 27, 2012 the City entered into an agreement with LSF for the provision of operational services for the City's trolley program pursuant to RFP 256244 as authorized by Resolution No. 12-0010. The City has an aging trolley fleet with high replacement parts costs as well as labor costs. Due to the current economic climate and global supply chain issues, the trolley replacement part costs and market labor concerns associated with the issuance of a new RFP may be of significant increase and financial burden on the City. The City determined that it was in the best interest to extend the contract and increase the per hour service rate. The estimated fiscal cost for service is $14,252,004.94. Budget Impact Analysis DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: General Account No.: 15600.402000.531000.0000.00000 Department of Resilience and Public Review Completed Office of Management and Budget Office of Management and Budget City Manager's Office Office of Management and Budget Department of Procurement City Manager's Office City Manager's Office City Commission Legislative Division Office of the City Attorney Office of the City Attorney Reviewed B Works 11/02/2022 3:49 PM Asher Jacques Donovan Dawson Larry M. Spring Marie Gouin Annie Perez Nzeribe Ihekwaba Arthur Noriega V Maricarmen Lopez Valentin J Alvarez Pablo Velez Victoria Mendez Juvenal Santana Budget Analyst Review Budget Analyst Review Assistant City Manager Review Budget Review Procurement Review Deputy City Manager Review City Manager Review Meeting Legislative Division Review ACA Review Approved Form and Correctness Department Head Skipped Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed 11/02/2022 4:04 PM 11/04/2022 11:59 AM 11/07/2022 3:37 PM 11/07/2022 6:10 PM 11/07/2022 7:28 PM 11/08/2022 6:08 AM 11/08/2022 10:31 AM 11/17/2022 9:00 AM 11/21/2022 11:09 AM 11/22/2022 11:08 AM 11/22/2022 6:09 PM DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD City of Miami Legislation Resolution Enactment Number: R-22-0438 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 12886 Final Action Date:11/17/2022 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING AMENDMENT NO. 5 ("AMENDMENT") TO THE REQUEST FOR PROPOSALS ("RFP") NO. 256244 PROFESSIONAL SERVICES AGREEMENT ("PSA") WITH LIMOUSINES OF SOUTH FLORIDA, INC., A FLORIDA PROFIT CORPORATION ("LSF"), FOR MUNICIPAL TROLLEY OPERATION SERVICES, FOR THE CITY OF MIAMI ("CITY") DEPARTMENT OF RESILIENCE AND PUBLIC WORKS ("RPW'), PURSUANT TO RESOLUTION NO. 12-0010, ADOPTED JANUARY 12, 2012, AMENDING THE PSA TO PROVIDE FOR A TWENTY PERCENT (20%) INCREASE TO THE HOURLY SERVICE RATE FROM FIFTY ONE DOLLARS AND SEVENTY NINE CENTS ($51.79) PER SERVICE HOUR TO SIXTY TWO DOLLARS AND FIFTEEN CENTS ($62.15) PER SERVICE HOUR AND EXTENDING THE DURATION OF THE PSA BY THREE (3) YEARS WITH TWO (2) ONE (1) YEAR OPTIONS TO RENEW; ALLOCATING FUNDS FROM RPW, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO EXECUTE THE AMENDMENT TO THE PSA, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY'S PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, pursuant to Resolution No. 12-0010, adopted by the City Commission on January 12, 2012, the City of Miami ("City") and Limousines of South Florida, Inc., a Florida profit corporation ("LSF"), entered into the Request for Proposals ("RFP") No. 256244 Professional Services Agreement ("PSA") for municipal trolley operation services, for the City's Department of Resilience and Public Works ("RPW"), specifically the Transportation Division, subject to the availability of funds and budgetary approval at the time of need, per the same terms and conditions included in the PSA; and WHEREAS, the PSA had a five (5) year initial term with five (5) additional one (1) year options to renew, providing for a potential total term of ten (10) years as solicited in the RFP; and WHEREAS, Amendment No. 1 to the PSA was approved and executed with LSF, adding an advanced public transportation management system to the City's existing trolley fleet; and DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD WHEREAS, Amendment No. 2 to the PSA was approved and executed with LSF, thereby increasing the funding necessary to continue the trolley operation services, conducting upgrades to the advanced public transportation management system, revising the compensation model for the PSA, and updating the scope of work for the inclusion of a fare collection policy; and WHEREAS, Amendment No. 3 to the PSA was approved and executed with LSF, revising the penalties incurred by LSF for failure to meet the Performance Guarantees as stated in the RFP; and WHEREAS, Amendment No. 4 to the PSA was approved and executed with LSF, for application of the Living Wage to the PSA in accord with Ordinance No. 13648 of the Code of the City of Miami, Florida, as amended ("City Code"), thereby increasing the hourly service rate from Forty Four Dollars and Sixty Nine Cents ($44.69) per service hour to Fifty One Dollars and Seventy Nine Cents ($51.79) per service hour, pursuant to Resolution No. 21-0505, adopted December 9, 2021; and WHEREAS, the City has an aging trolley fleet with high replacement part costs and labor; and WHEREAS, due to the current economic climate and supply chain issues, the trolley replacement part costs and market labor concerns associated with the issuance of a new RFP may result in significant increases costs and a financial burden on the City; and WHEREAS, an increase of twenty percent (20%) to the hourly service rate from Fifty One Dollars and Seventy Nine Cents ($51.79) per service hour to Sixty Two Dollars and Fifteen Cents ($62.15) per service hour will offset the aging fleet replacement part costs; and WHEREAS, this PSA is in its second extension of time, expiring December 24, 2022, and it is in the City's best interest to extend the duration of this PSA with LSF for three (3) years with two (2) one (1) year options to renew; and WHEREAS, the City seeks authorization for and execution of Amendment No. 5 ("Amendment") to the PSA for said increase to the hourly service rate and extension of the duration of this PSA; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble of this Resolution are adopted by reference and incorporated as if fully set forth in the Section. Section 2. Amendment No. 5 to the RFP No. 256244 PSA with LSF for Municipal Trolley Operation Services, for RPW, pursuant to Resolution No. 12-0010, adopted January 12, 2012, amending the PSA to provide for a twenty percent (20%) increase to the hourly service rate from Fifty One Dollars and Seventy Nine Cents ($51.79) per service hour to Sixty Two Dollars and Fifteen Cents ($62.15) per service hour and extending the duration of the PSA by three (3) years with two (2) one (1) year options to renew, is hereby authorized.' Section 3. Funds shall be allocated from RPW, subject to the availability of funds and budgetary approval at the time of need. DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD Section 4. The City Manager is authorized' to execute the Amendment to the PSA, in a form acceptable to the City Attorney, for said purpose. Section 5. The City Manager is further authorized' to negotiate and execute any and all other documents, including any amendments, renewals, and extensions, subject to all allocations, appropriations, prior budgetary approvals, compliance with all applicable provisions of the City Code, including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in forms acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: ndez, Ci' City iAttor 11/22/2022 Added Clerk note DO NOT CERTIFY: Pending Scrivener's Error Memo , Pursuant to the resolution, this item became effective immediately upon adoption by the Commission. 1 The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to, those prescribed by applicable City Charter and City Code provisions. DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD ACCORD ® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 2/28/2022 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 909 Castle Point Terrace Hoboken NJ 07030 CONTACT NAME: Kevin Johnson (/,PHONEo, Ext): (305) 740-6949 FAX No): Amail.com ADDDRDRESS: onesourcewcins@gmail.com AFFORDING COVERAGE NAIC # INSURER A : Hartford Fire Insurance Company INSURED Limousines of South Florida, Inc; Transportation America 2766 NW 62nd Street Miami FL 33142 INSURER B : Hartford Fire Insurance Company INSURER C : Hartford Fire Insurance Company 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 OMED �°. /�� O O{ ^ , V EACH OCCURRENCE $ CLAIMS -MADE OCCUR UAMAIlt I V KtN I tU PREMISES (Ea occurrence) $ 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 — . /� LIABILITY ANY AUTO OWNED—/ AUTOS ONLY HIRED AUTOS ONLY X �/ /� SCHEDULED AUTOS NON -OWNED AUTOS ONLY � • ' I 1/ �� '� 12CS ^ O� 01/01/2022 01/01/2023 COMBINED SINGLE LIMIT (Ea accident) $ 500,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPER! Y DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB —OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ BANY WORKERS COMPENSATION AND EMPLOYERS' LIABILITY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A 12WNS50301 01/01/2022 01/01/2023 PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Physical Damage 12CSES50305 01/01/2022 01/01/2023 Comprehensive & Co11 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City Of Miami and Miami Dade County are included are Additional Insured(except workers compensation) as respects to the operations of the Named Insured and required by written contract. This insurance is primary & non-contributory over any existing insurance and limited to liability arising out of the named insured and where required by written contract. Physical Damage coverage provided to all vehicles under contract #18483. CERTIFICATE HOLDER CANCELLATION City Of Miami C/O Risk Management 444 SW 2nd Avenue, 9th floor Miami FL 33130 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 ri l c c , ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD / A� o® CERTIFICATE OF LIABILITY INSURANCE /Y DATE (MM/DDYYY) 03/01/2022 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 RSC Insurance Brokerage, Inc. 5000 SW 75th Avenue Suite 202 Miami FL 33155 CONTACT Sonia Toruno NAME: PHONE FAX (A/C, No, Ext): (A/C, No): E-MAIL storuno@risk-strategies.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC # INSURERA: Burlington Insurance Company INSURED Limousines of South Florida, Inc., DBA: Transportation America Inc. 2766 NW 62nd St Miami FL 33147 INSURER B INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: CL2222860247 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE IANSD DDL UBR SWVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y 850BG01634-02 . ( l`�/ O O 3.1/2022 C 03/01/2023 EACH OCCURRENCE 1 ,000,000 $ CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100 000 MED EXP (Any one person) $ 5,000 PERSONAL&ADVINJURY 1,000,000 $ GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRo- JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG INCLUDED $ BI/PD Deductible $� AUTOMOBILE — _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY ` C.4) o�, ®� COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Q 5013E01346-02 03/01/2022 03/01/2023 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED RETENTION $ $ 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 /A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The City of Miami is included as Additional Insured where required by written contract with respect to General Liability. This insurance is primary and non-contributory and limited to liability arising out of operations of the Named Insured. Waiver of subrogation applies as required by written contract. Excess Liability follow form to general liability policy. CERTIFICATE HOLDER CANCELLATION I City of Miami C/O Risk Management 444 SW 2nd Avenue, 9th Floor Miami FL 33130 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 -41'—'—`— ir4-- ✓t ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD From: Gomez Jr., Francisco (Frank) To: Carbonell. Aileen Cc: Quevedo, Terry Subject: RE: PROCUREMENT INSURANCE REVIEW FOR LIMOUSINES OF SOUTH FLORIDA INC COI Date: Tuesday, March 1, 2022 1:00:29 PM Attachments: image001.pnq image002.pnq Thank you. From: Carbonell, Aileen <ACarbonell@miamigov.com> Sent: Tuesday, March 1, 2022 12:57 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> Cc: Quevedo, Terry <TQuevedo@miamigov.com> Subject: RE: PROCUREMENT INSURANCE REVIEW FOR LIM See attached for your review. EP GV n9_ O �V Should you have any questions or con < pleattell not hesitate to contact me at information Cc)/ S OF SOUTH FLORIDA INC COI listed below. Kind regards, Aileen Carbonell, MPA Procurement Assistant Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Office: (305) 416-1922 Facsimile: (305) 416-1925 Email: acarbonelll@miamigov.com Website: https://www.miamigov.com/Government/Departments-Organizations/Procurement "Serving, Enhancing, and Transforming our Community" DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD Mission: The City of Miami Department of Procurement's mission is to ethically procure quality goods and services, design, construction and construction management services at the best value for the City, while providing excellent customer service, process efficiency, transparency, fairness, competition, accountability, and maintaining public trust. Click on or scan the QR Code to register as a new vendor for the City of Miami. `p Please consider the environment before printing this e-mail. CONFIDENTIAL COMMUNICATION The information contained in this transmission may coi trn privileg d and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplic i thi ommunication is strictly prohibited. If you are not the intended recipient, please immediately contaeply e-mail and destroy all copies of the original message. Thank you. *Please Note: O Due to Florida's very broad public ds law, e written communications to or from City of Miami employees regarding City business are publi cords, available to the public and media upon request. Therefore, this e-mail communication may be subject t /Yublic disclosure. From: Carbonell, Aileen Sent: Tuesday, March 1, 2022 12:25 PM To: Gomez Jr., Francisco (Frank) <FGomezC@miamigov.com> Cc: Quevedo, Terry <TQuevedomiamigov.com> Subject: PROCUREMENT INSURANCE REVIEW FOR LIMOUSINES OF SOUTH FLORIDA INC COI Importance: High Good afternoon, Please review the insurance attached at your earliest convenience and advise if adequate according to insurance requirements contained therein. Thank you! Kind regards, DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD Aileen Carbonell, MPA Procurement Assistant Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Office: (305) 416-1922 Facsimile: (305) 416-1925 Email: acarboneWmiamigov.com Remit W9 to: PurchasingSupplierAdminsl@miamigov.com Website: https://beta.miamigov.com/Government/Departments-Organizations/Procurement "Serving, Enhancing, and Tranour Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. DocuSign Envelope ID: 6D4B5681-0E46-4782-B5FF-9C8A53F602CD LSF' SM.....,°17.1m.m".111416UTTLE A TWAArlIMICTATIOOPt AsAIRACA Ccoan.e. CORPORATE RESOLUTION Extracts from the Minutes of the December 16, 2022 Meeting of the Board of Directors of Limousines of South Florida, Inc. (hereinafter referred to as "LSF"). WHEREAS, LSF wishes to enter into Amendment No. 5 of the Trolley Operations Contract with the City of Miami; and, WHEREAS, as Co -Owner and President/CEO of LSF, the undersigned, Ray Gonzalez, is an authorized representative, having power to represent LSF in the execution and performance of the Contract Amendment No. 5. NOW THEREFORE, it has been resolved that LSF's Board of Directors hereby designates the following representative, whose signature shall be duly binding for LSF for the reasons stated above, and specifically, the authority to execute and bind LSF for any contract and agreement, and Amendment(s) related to trolley/community circulator contracts for any dollar amount that a public agency's governing board may impose: Ray Gonzalez, Co -Owner and President/CEO, LSF This resolution shall remain in effect until a written notice of modification from the Board of Directors. CERTIFICATION AND DECLARATION I, the undersigned, Co -Owner and Vice President/Treasurer of LSF, attest and certify that: 1. The foregoing Resolution was adopted by the Board of Directors in compliance with the By-laws of the Corporation; and, 2. The foregoing Resolution is still in effect, and no provision not disclosed in writing to the public age cy(ies) either restricts or limits it. Rene Gonzalez, eel resi NOTARY Sworn and subscribed to before me, a Notary Public, this 16t day of December. 2022, by Gonzalez. Co -Owner Vice President/Treasurer of Limousines of South Florida. pti* &E),hei,,,,,,, ("Affartr) h ( is personally known to me or ( ) produced the following �F gyp •kq ,. b,�•.On"'; 67,71 C Witness EE M/SS/ON (Notary Public Sealy . 01e • •' ry�� „ ERN,`, , Olivera, Rosemary From: Gandarilla, Aimee Sent: Wednesday, December 21, 2022 9:02 AM To: Hannon, Todd Cc: Olivera, Rosemary; Lee, Denise; Cabrera, Paola Subject: Matter 22-3284 Trolley Operations Services RFP 256244 Amendment to the PSA Attachments: Trolley Operations Services RFP 256244 Amendment to the PSA.pdf Good morning Todd, Please find attached the fully executed copy of an agreement from DocuSign that is to be considered an original agreement for your records. Thank you, airnee garcdwriaa Procurement Assistant City of Miami Department of Procurement 444 SW 2' Avenue, 6th floor, Miami, FL 33130 P(305) 416-1906 F(305) 400-5338 Eagandarilla@miamigov.com https://miamigov.com/Government/Departments-Organizations/Procurement 1 ti -},png, Enhancing, and Transforming our Community" 1