Agenda 08-12-251.Call to Order
2.Invocation
3.Pledge of Allegiance
4.Roll Call
5.Agenda Approval
6.Legal
A.Continued Policy Consideration on Public Comments
7.Informational Items and Disclosures by Board Members and CRA Staff:
8.Information Only
A.Circuit Transit Inc. 5th Quarterly Report for Service Dated April 1, 2025 - June 30,
2025
B.Heart of Boynton Shops Project Update
C.CRA Economic & Business Development Grant Program Update
D.Neighborhood Officer Program 3rd Quarter Report for FY 2024-2025 (April 2025 -
June 2025)
E.Social Media & Print Marketing Update
Community Redevelopment Agency Board Meeting
Tuesday, August 12, 2025 - 6:00 PM
City Hall Chambers, 100 E. Ocean Avenue and Online Meeting
561-737-3256
AGENDA
REVISED 08/08/2025
A. Additions, Deletions, Corrections to the Agenda
B. Adoption of Agenda
A. Disclosure of Conflicts, Contacts, and Relationships for Items Presented to the CRA
Board on Agenda
1
F.Boynton Beach Night Market Recap
9.Announcements and Awards
A.Rock the Plaza at Ocean Plaza on August 16, 2025 from 2:00 PM - 6:00 PM
10.Public Comments
11.Consent Agenda
A.CRA Financial Report Period Ending July 31, 2025
B.Approval of the CRA Board Meeting Minutes for June 10, 2025
C.Approval of the CRA Board Meeting Minutes for July 8, 2025
D.Approval of the Second Waiver of Neighborhood Officer Program Office Construction
Deadline located in the Heart of Boynton Shops at 137 NE 10th Avenue, Unit 108
E.Approval of Temporary Parking Use Agreement with The Journey Community
Church, Inc. for the CRA owned property located at 1111 S. Federal Highway
F.Approval of the Commercial Property Improvement Grant Program in the Amount of
$56,500 to SFEB LLC d/b/a SoFresh located in Sunshine Square at 522 E.
Woolbright Road
G.Approval of the Commercial Rent Reimbursement Grant Program in the Amount of
$24,000 to SFEB LLC d/b/a SoFresh located in Sunshine Square at 522 E.
Woolbright Road
12.Pulled Consent Agenda Items
13.CRA Advisory Board
A.Pending Assignments - Assignments from the CRA Board Assigned at the February
13, 2024 and the January 14, 2025 CRA Monthly Board Meetings
B.Reports on Pending Assignments
14.Old Business
A.Continued Discussion and Consideration of Budget Funding Towards the
Neighborhood Officer Program ("NOP"), Code Enforcement, and/or Beautification
Efforts in the CRA
B.Continued Discussion and Consideration of Fiscal Year 2025-2026 Project Fund
The public comment section of the meeting is for public comment on items on the consent
agenda or items that are not on the agenda. For items on the agenda, the public will be
given an opportunity to comment at the time each item is considered. Each speaker will
be given a total of three (3) minutes to comment; however the Board retains the right to
reduce the number of minutes prior to the start of public comment. Persons making public
comment may not assign or donate their public comment time to another individual to
allow that other individual additional time to comment; however, any persons requiring
assistance will be accommodated as required by the Americans with Disabilities Act. Prior
to addressing the Board, please go to the podium or unmute your device when prompted,
and state your name and address for the record.
2
Budget - REVISED 08/08/2025
C.Termination of the Commercial Rent Reimbursement Grant Balance to Dalo
Restaurant LLC located at 1017 N. Federal Highway
D.Discussion and Consideration of the Economic Development Grant Program
Guidelines and Applications for Fiscal Year 2025-2026
E.Continued Discussion and Consideration of the Purchase of the Inn at Boynton
located at 480 W. Boynton Beach Boulevard - REVISED 08/08/2025
F.Presentation Regarding the CRA Owned Property Located at 211 E. Ocean Avenue
- TABLED 07/08/2025
G.Update on Recruitment of Executive Director Candidates by S. Renee Narloch &
Associates
15.New Business
A.Discussion and Consideration of the Request for Proposals for CRA Executive
Director Services
B.Discussion and Consideration of Marina Lease Agreements for Fiscal Years 2025-
2027
C.Discussion and Consideration of the Purchase of 670 Oak Street - REVISED
08/08/2025
D.Discussion and Consideration of the Future Use of 419 N. Seacrest Boulevard
E.Discussion and Consideration of Planning for 2026 Legislative Session
F.Consideration of Registration and Travel Expenses to Attend the Florida
Redevelopment Association 2025 Annual Conference on October 14-17, 2025 in
West Palm Beach, FL
16.Future Agenda Items
A.Continued Discussion and Consideration of the Purchase of the 13 Parcel
Assemblage located at 444 W. Boynton Beach Boulevard
B.Discussion and Consideration of Redevelopment at 217 N. Seacrest Boulevard
(USPS Site)
C.Discussion and Consideration of Approval of Infill Housing RFP
D.Discussion and Consideration of Amending the 2016 Community Redevelopment
Plan
E.Discussion and Consideration of the Andrews House Located at 306 SE 1st Avenue
F.Discussion and Consideration of the Adoption of "Exhibit A" to the Interlocal
Agreement between the Boynton Beach CRA and the City of Boynton Beach for
Funding Construction and Professional Services
17.Adjournment
NOTICE
IF A PERSON DECIDES TO APPEAL ANY DECISION MADE BY THE CRA BOARD WITH RESPECT TO ANY MATTER
3
CONSIDERED AT THIS MEETING, HE/SHE WILL NEED A RECORD OF THE PROCEEDINGS AND, FOR SUCH
PURPOSE, HE/SHE MAY NEED TO ENSURE THAT A VERBATIM RECORD OF THE PROCEEDING IS MADE, WHICH
RECORD INCLUDES THE TESTIMONY AND EVIDENCE UPON WHICH THE APPEAL IS TO BE BASED. (F.S. 286.0105)
THE CRA SHALL FURNISH APPROPRIATE AUXILIARY AIDS AND SERVICES WHERE NECESSARY TO AFFORD AN
INDIVIDUAL WITH A DISABILITY AN EQUAL OPPORTUNITY TO PARTICIPATE IN AND ENJOY THE BENEFITS OF A
SERVICE, PROGRAM, OR ACTIVITY CONDUCTED BY THE CRA. PLEASE CONTACT THE CRA, (561) 737-3256, AT
LEAST 48 HOURS PRIOR TO THE PROGRAM OR ACTIVITY IN ORDER FOR THE CRA TO REASONABLY
ACCOMMODATE YOUR REQUEST.
ADDITIONAL AGENDA ITEMS MAY BE ADDED SUBSEQUENT TO THE PUBLICATION OF THE AGENDA ON THE CRA'S
WEB SITE. INFORMATION REGARDING ITEMS ADDED TO THE AGENDA AFTER IT IS PUBLISHED ON THE CRA'S
WEB SITE CAN BE OBTAINED FROM THE CRA OFFICE.
4
•Attachment I - Memorandum Regarding Public Comment
•Attachment II - Public Comment Policy - Additional Three Minutes for New Business
Items
COMMUNITY REDEVELOPMENT AGENCY BOARD MEETING OF: August 12,
2025
LEGAL
AGENDA ITEM 6.A
SUBJECT:
Continued Policy Consideration on Public Comments
SUMMARY:
Legal has been asked to provide an overview of public comment requirements under Florida
Law. A memorandum from legal can be found at Attachment I.
In summary, Section 286.0114 of the Florida Statutes requires the BBCRA Board to provide
members of the public a reasonable opportunity to comment before the Board takes official
action on any proposition before it, subject to express exceptions. This opportunity need not
occur at the same meeting at which the Board takes the official action, provided it occurs
during the decision-making process and within a reasonable timeframe prior to the official
action. The opportunity for public comment is to be liberally construed.
The Board may adopt rules or policies governing the manner and timing of public comment,
including guidelines on the amount of time allotted to each individual, procedures for group
representatives, and designated times for public comment. Such policies are considered
consistent with Florida Statutes.
At the July 8, 2025 Board Meeting, the Board requested to bring back two (2) options of the
public comment policy in accordance with the discussion at the meeting (see Attachments II
and III).
FISCAL IMPACT:
No Financial Impact
CRA PLAN/PROJECT/PROGRAM:
2016 Boynton Beach CRA Community Redevelopment Plan
CRA BOARD OPTIONS:
To be determined based on Board direction.
ATTACHMENTS:
Description
5
•Attachment III - Public Comment Policy - Three Minutes Total
6
Attorneys at Law
llw-law.com
JACKSONVILLE
245 Riverside Ave.
Suite 510
Jacksonville, Florida 32202
T: 904.353.6410
F: 904.353.7619
ST. PETERSBURG
100 Second Ave., South
Suite 501-S
St. Petersburg, Florida 33701
T: 727.245.0820
F: 727.290.4057
TALLAHASSEE
106 East College Avenue
Suite 1500
Tallahassee, Florida 32301
T: 850.222.5702
F: 850.224.9242
TAMPA
301 West Platt St.
Suite A364
Tampa, Florida 33606
T: 813.775.2331
WEST PALM BEACH
360 South Rosemary Ave.
Suite 1100
West Palm Beach, FL 33401
T: 561.640.0820
F: 561.640.8202
See Things Differently®
Reply To:
West Palm Beach
MEMORANDUM
TO: Boynton Beach Community Redevelopment Agency Board Members
FROM: Kathryn Rossmell, Zoe Weiser-Dalton
DATE: July 9, 2025
SUBJECT: Public Comment
This memorandum outlines Florida’s legal requirements concerning public comment opportunities at
Boynton Beach Community Redevelopment Agency (the “CRA”) Board meetings.
Summary:
The CRA Board (the “Board”) must provide members of the public with a reasonable opportunity to be
heard on during the decision-making process on propositions before the Board, before taking final
action.1 However, the Board may adopt appropriate rules and procedures to regulate the manner in
which public comment is received and is not required to take public comment on ministerial acts or in
certain other specified circumstances.
I. Opportunity for Public Comment
Under Section 286.0114 of the Florida Statutes, the Board is required provide members of the public a
reasonable opportunity to comment before the Board takes “official action” on any “proposition.” The
terms “official action” and “proposition” are not def ined by statute, but at least one court has opined
that in this context, the term “proposition” generally refers to a proposal that the Board take certain
1 Fla. Stat. § 286.0114(2).
7
July 9, 2025
Page 2
4933-5891-1047, v. 1
action, usually involving voting on a motion.2 The following are examples propositions that commonly
appear before the Board for which the Board would generally be required to provide an opportunity for
public comment:
(1) Entering into a contract or agreement;
(2) Adopting of a memorandum of understanding;
(3) Funding a project, program, or third -party;
(4) Engaging in budgetary decisions; or
(5) Adopting policies or procedures.
The Board must offer the opportunity for public comment in all settings where official action is taken,
regardless of formality.3 Such opportunity should be provided during the decision-making process, prior
to final action, and within a timeframe reasonably close to the final action.4 However, “the opportunity
to be heard need not occur at the same meeting at which the board or commission takes official action
on the proposition if the opportunity occurs at a meeting that is during the decisionmaking process and
is within reasonable proximity in time before the meeting at which the board or commission takes the
official action.”5
The statute requiring public comment is to be “liberally construed,” and when in doubt as to whether
public comment is required, it is advisable to “err on the side of allowing the public to do so.”6 However,
the statute does set forth some exceptions to the general requirements concerning public comment. For
example, the Board is not required to provide an opportunity for public comment when acting in
response to time-sensitive emergencies when allowing public comment would cause unreasonable
delay, when performing ministerial actions, or in meetings that are exempt from the Sunshine Law.7
Examples of Board actions which do not require public comment include:
(1) Adopting or amending meeting minutes;
(2) Making ceremonial proclamations;
(3) Responding on an emergency basis to hurricane-related concerns.8
2 See Jenner v. The School Bd. of Lee Cnty., Fla., 2023 WL 11983958, at *2 (Fla. 20th Cir. Ct. July 14, 2023) (Trial Order)
(stating that according to Robert's Rules of Order, a proposition is another word for motion , which was defined as “formal
proposals by members, that the assembly take a certain action”); Informal Op. Att’y Gen. Fla. (April 29, 2014).
3 The opportunity for public comment must be available in all settings, from informal workshops to regularly scheduled
public meetings. See Informal Op. Att’y Gen. Fla. (April 29, 2014).
4 Fla. Stat. § 286.0114(2).
5 Fla. Stat. § 286.0114 (2).
6 Informal Op. Att’y Gen. Fla. (April 29, 2014).
7 Fla. Stat. § 286.0114(3).
8 Fla. Stat. § 286.0114(3); Jenner v. The School Bd. of Lee Cnty., Fla., 2023 WL 11983958, at *2 (Fla. 20th Cir. Ct. July 14,
2023) (Trial Order).
8
July 9, 2025
Page 3
4933-5891-1047, v. 1
II. Orderly Conduct and Decorum During Public Comment
The Board is permitted to maintain orderly conduct and proper decorum during public meetings, even
during times the Board is providing an opportunity for public comment.9 As such, the Board may adopt
rules or policies to govern the manner and timing of public comment.10 If the Board does so and complies
with those rules or policies, it will be deemed to be acting in compliance with the law .11
These rules or policies may:
(1) Limit the amount of time an individual may speak;
(2) Designate specific portions of a meeting for public comment;
(3) Establish procedures for allowing representatives of groups or factions on a proposition to
address the board, rather than all members of such groups or factions, at meetings in which a
large number of individuals wish to be heard; and
(4) Establish procedures or forms for an individual to use in order to inform the Board of their desire
to be heard, their position on the proposition, or the designation of a representative to speak on
their behalf.12
Conclusion
The public’s right to comment is a critical part of transparent governance. To comply with Section
286.0114 of the Florida Statutes, the Board must ensure that the public is given meaningful and timely
opportunities to participate in the decision-making process, consistent with the parameters set forth
above.
9 Fla. Stat. § 286.0114(2).
10Fla. Stat. § 286.0114(4).
11 Fla. Stat. § 286.0114(5); See also Larson v. Palm Beach County, No. 502016CA001706 (Fla. 15th Cir. Ct. September 26,
2019), per curiam affirmed, 311 So. 3d 853 (Fla. 4th DCA 2021).
12 Fla. Stat. § 286.0114(4).
9
Boynton Beach Community Redevelopment Agency
Public Comment Policy
4914-5703-6375, v. 2
For any items that the CRA is required to hear public comment, it shall be the policy of
the Boynton Beach CRA that:
1) All public comments for all items on the agenda, except items listed under “New
Business” on the agenda, shall be heard at the beginning of the meeting under
an agenda item titled “Public Comments.”
2) Under the agenda item titled “Public Comments,” each speaker will be given a
total of three (3) minutes to comment on all items not listed under “New
Business.”
3) The Board may vote, at any meeting, to allow public comment for any specified
agenda item to occur at the time the item is presented to the Board.
4) All public comments for items listed under “New Business” on the agenda shall
be heard at the time each item is presented to the Board.
5) When an item listed under “New Business” on the agenda is presented to the
Board, each speaker will be given a total of three (3) minutes to comment on that
specified item.
6) The Board retains the right to increase or reduce the number of minutes
assigned to each speaker prior to the start of public comment, regardless of
when in the meeting such public comment is to occur.
7) Each public speaker shall be given the same number of minutes unless it
becomes necessary to terminate a speaker’s comments in order to maintain
orderly conduct and proper decorum in the public meeting.
8) Persons making public comment may not assign or donate their public comment
time to another individual to allow that other individual additional time to
comment; however, any persons requiring assistance will be accommodated as
required by the Americans with Disabilities Act.
9) Prior to addressing the Board, speakers present at the meeting will go to the
podium to make their comments and speakers participating virtually will unmute
their device at the time requested.
10) Speakers may be asked to state their name address for the record.
11) Any person may provide written comment(s) to the Board prior to the Board
meeting.
12) Nothing in this policy will interfere with the Board’s right to maintain orderly
conduct and proper decorum in the public meeting, nor shall it confer a right to
10
Boynton Beach Community Redevelopment Agency
Public Comment Policy
4914-5703-6375, v. 2
public comment on any items that are not otherwise required under the law to be
the subject of public comment.
Adopted this ____ day of ____________, 2025.
11
Boynton Beach Community Redevelopment Agency
Public Comment Policy
4928-6678-1271, v. 2
For any items that the CRA is required to hear public comment, it shall be the policy of
the Boynton Beach CRA that:
1) All public comments for all items shall be heard at the beginning of the meeting
under an agenda item titled “Public Comments.”
2) The Board may vote, at any meeting, to allow public comment for any specified
agenda item to occur at the time the item is presented to the Board.
3) Each speaker will be given a total of three (3) minutes to comment on all items
on the agenda; however, the Board retains the right to increase or decrease the
three-minute limit prior to the start of public comment.
4) Each public speaker shall be given the same number of minutes unless it
becomes necessary to terminate a speaker’s comments in order to maintain
orderly conduct and proper decorum in the public meeting.
5) Persons making public comment may not assign or donate their public comment
time to another individual to allow that other individual additional time to
comment; however, any persons requiring assistance will be accommodated as
required by the Americans with Disabilities Act.
6) Prior to addressing the Board, speakers present at the meeting will go to the
podium to make their comments and speakers participating virtually will unmute
their device at the time requested.
7) Speakers may be asked to state their name address for the record.
8) Any person may provide written comment(s) to the Board prior to the Board
meeting.
9) Nothing in this policy will interfere with the Board’s right to maintain orderly
conduct and proper decorum in the public meeting, nor shall it confer a right to
public comment on any items that are not otherwise required under the law to be
the subject of public comment.
Adopted this ____ day of ____________, 2025.
12
•Attachment I - CRA/Circuit Executed Contract
•Attachment II - Exhibit A: Scope of Work
•Attachment III - Amendment No. 1
•Attachment IV - Quarter 5 Report
COMMUNITY REDEVELOPMENT AGENCY BOARD MEETING OF: August 12,
2025
INFORMATION ONLY
AGENDA ITEM 8.A
SUBJECT:
Circuit Transit Inc. 5th Quarterly Report for Service Dated April 1, 2025 - June 30, 2025
SUMMARY:
On February 11, 2025, the CRA Board approved Amendment No. 1 with Circuit Transit Inc. for
the CRA ride share program which provides all-electric on-demand transportation servic es
(see Attachments I - III). The Scope of Work of the Agreement with Circuit Inc. is summarized
below:
on-demand ride share service with the exception of fixed routes for special events
include the use of two GEM cars and two EV sedans
provide service from 10 AM - 8 PM (Sunday-Thursday) and 10 AM - 10 PM (Friday and
Saturday)
report back to the Board quarterly once the contract begins
Per the contract, Circuit is required to report back to the Board quarterly. This presentation will
review the fourth quarter data for service between April 1, 2025 - June 30, 2025. A Circuit
representative will be in an attendance to present the report (see Attachment IV).
FISCAL IMPACT:
FY 2024-2025 Budget, Project Fund, Line Item 02-58500-470, $400,000 for Circuit Contract
CRA BOARD OPTIONS:
No a ction is required at this time unless otherwise determined by the CRA Board.
ATTACHMENTS:
Description
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
4853-3349-4940, v. 6
EXHIBIT A: SCOPE OF WORK
Section 1: Summary of Services
Circuit shall develop, implement and manage a Micro-Transit “On Demand” service (the "Service”) within
a geo-fenced coverage area described in Exhibit A-1. The Service will have the ability to be on demand
and may include supplementary service for special events as specified in this Scope of Work. The Service
will serve visitors, residents, and workers by providing a convenient, efficient mobility option to circulate
primarily throughout the Boynton Beach CRA boundaries and provide transportation to Ocean Front Beach
Park. The Service to the Beach shall be subject to CRA’s execution of an interlocal agreement with the City
of Boynton Beach for the provision of services to Ocean Front Beach Park.
The Service shall:
A. Operate a 6-month on-demand pilot test in two zones (Zone 1 and Zone 2) covering approximately
1.6 square miles of coverage area as illustrated in Exhibit C (“Service Area”). Zone 1 is located
within the boundaries of the CRA. Zone 2 provides service to Ocean Front Beach Park, which is
located outside the boundaries of the CRA.
B. Supplement any part of the service with a fixed route for special events and if deemed necessary
through data and public needs.
C. Demonstrate the ability to scale up and down the fleet of vehicles and deploy them to various
locations based on monthly, weekly, daily, and hourly fluctuations in demand in order to achieve a
desired level of service.
D. Operate vehicles that meet the Federal Motor Vehicle Safety Standards and Regulations.
E. Provide a safe and pleasing passenger experience with capable, qualified and courteous drivers.
F. Feature a mobile application downloadable from both the Apple Store and Google Play Store which
will have the ability to charge a fee for service via a secured credit card payment system.
G. Provide a dedicated phone line so that users can call and request assistance.
H. Service will be operational within 30 days of the effective date of this Agreement or upon the
CRA’s execution of an interlocal agreement with the City of Boynton Beach for services,
whichever is later. The date of operation may be extended by mutual agreement of the parties if
necessary to accommodate installation of infrastructure as required by Section 4 this agreement.
I. Service shall be periodically adjusted based upon needs identified during the term of the Agreement
and the availability of funds.
Section 2: Mobile Application
Circuit shall provide a mobile application which provides for the following:
A. Allows riders to request pick up and drop off locations within the Service Area.
B. Allows the user to connect from Zone 1 and Zone 2.
C. At no cost to the CRA, Circuit shall maintain updates to the application, which shall be compatible
with smart phones and other mobile devices.
D. Provides for the ability to charge a fee per rider and issue discounts via promo-codes.
E. Provides users with approximate time until pick up.
F. Allows users to rate drivers and provide feedback.
G. Features a Google Maps based map (or equivalent) that identifies the boundaries of the Service
Area.
H. After a ride request has been accepted by a driver, depicts the real-time location of vehicles on a
map of the Service Area.
I. Ability to track party and usage data.
33
4853-3349-4940, v. 6
Section 3: Marketing and Branding
A. In coordination with the CRA, Circuit shall develop and implement a branding strategy, which shall
incorporate the logo and name of the CRA and the City of Boynton Beach. Circuit shall not
implement any branding strategy without prior written approval from the CRA. Any changes to the
branding strategy must be approved in writing by the CRA prior to implementation.
B. Circuit shall develop and implement a marketing program to promote awareness of the program.
The CRA shall have the right to request changes to the marketing program.
C. The CRA retains the right to review marketing materials prior to use and to request changes or
withdrawal of any marketing materials.
Section 4: Vehicles and Infrastructure
Circuit shall procure, license, operate and maintain vehicles and related infrastructure including charging
stations used in the service in accordance with applicable laws and regulations with the following
requirements.
A. Fleet Size. Unless the parties agree otherwise, Circuit will acquire and operate at its own expense
no fewer than two (2) GEM vehicles (inclusive of one (1) ADA accessible GEM vehicle) and two
(2) EV Sedans as part of this Service. The parties agree that the hourly rate for the EV Sedans will
be the same as the GEM vehicles for the Initial Term and Renewal Term of the Agreement. Circuit
shall maintain and operate vehicles to satisfy the minimum levels of service and ADA accessibility
requirements.
B. Specifications. All vehicles will:
i. Comply with all applicable laws and regulations.
ii. Be fully electric.
iii. Meet all safety standards established by applicable law or regulation.
iv. Feature luggage carrying capacity.
C. Branding. The branding strategy will be applied to all vehicles as follows:
i. At all times during operation of any vehicles pursuant to this Agreement, Circuit may apply,
but is not limited to, branding to all wheels, hoods, front panels, coping, roof and rear
fenders, unless otherwise prohibited by the CRA.
ii. Circuit shall develop a default vehicle wrap to be used when no paying advertiser has been
identified for any vehicle or vehicles for a period of 7 days or longer unless otherwise approved
by the CRA.
iii. Exterior and interior advertising will not interfere with the placement or visibility of any
branding required by this Agreement, unless otherwise approved by the CRA.
D. Licensing. Circuit shall obtain and maintain proper licensing and registration of all vehicles at all
times.
E. Parking and charging stations. The CRA shall provide four (4) parking spaces that will be
reserved exclusively for Circuit’s use, which Circuit may use for charging, parking, and storing
the vehicles during times of non-operation. The location of the spaces will be as stated in the
Interlocal agreement between the CRA and the City. Circuit shall be permitted to install Level 2
EV charging stations and signage at the three (3) of the reserved parking spaces. Circuit shall be
solely responsible for the cost of signage, charging equipment, and electrical services required for
charging vehicles. The CRA shall ensure that electrical service is available at the reserved spaces.
Upon termination of the Agreement, Circuit shall restore the reserved parking spaces to their
original condition.
F. Maintenance and replacement.
34
4853-3349-4940, v. 6
i. At Circuit’s sole cost, Circuit shall maintain the interior and exterior of all vehicles in good
working order, in accordance with all applicable laws and regulations.
ii. Circuit shall ensure that all vehicles will be free of graffiti, vandalism, defacement and other
damage to the satisfaction of the CRA.
iii. Circuit shall replace any vehicle at its sole cost when the vehicle cannot be maintained in
good working order, in accordance with applicable laws and regulations, or it is no longer
able to be maintained in accordance with the requirements of this Agreement.
iv. Circuit shall use its best efforts to restore or replace non -operational vehicles to operation
within three (3) calendar days from the date of any incident requiring the vehicle to be
removed from operation. Circuit shall provide verbal and written notice to the CRA of any
delay in restoring or replacing a non-operational vehicle that extends beyond three (3)
calendar days from the date of malfunction. If the CRA determines that any such delay is
due to Circuit’s lack of diligence, the CRA will have the right to pursue any remedy provided
for in this Agreement, or at law or equity.
Section 5: Staffing
A. General. Circuit shall provide sufficient staffing to maintain levels of service required by this
Agreement. All persons providing services pursuant to this Agreement will be employees,
contractors or consultants hired by the Circuit. Circuit is solely responsible for all staffing decisions
made pursuant to this Contract.
B. Drivers. Circuit shall obtain complete background checks on all drivers, including driving records,
criminal checks and employment references, conduct initial drug testing, and provide a training
program for newly hired drivers. Circuit shall not hire any convicted felon or any person who has
been convicted or pled guilty to driving under the influence of drugs or alcohol as a misdemeanor
in any state. Circuit shall not hire a driver with more than three (3) infractions relating to driving a
motorized vehicle within the previous 24 months. Circuit to review each driver’s driving and
criminal records at least annually.
C. Circuit shall provide its employees with a living wage and tips.
Section 6: Attaining and Maintaining Levels of Service (LOS)
A. General. Circuit shall provide an LOS that meets customer demands at all times of Service
operations.
B. Service Level review. Circuit and the CRA shall meet at least quarterly to review LOS and
determine if any adjustments are necessary. Any agreed upon adjustments will be made in writing.
C. The CRA designates Timothy Tack as the Project Manager and will provide written notification to
Circuit of any changes to the Project Manager. The Project Manager shall be Circuit’s principal
point of contact regarding any matters relating to this Agreement. The Project Manager shall
provide all general direction to Circuit regarding performance and provide guidance regarding the
CRA’ s goals and policies. The Project Manager is authorized to waive or modify any material
changes to this Scope of Work changes so long as the changes do not increase Compensation paid
to Circuit. Except as provided herein, any modifications to the Scope of Services that increase the
Compensation paid to Circuit must be agreed by the parties by written amendment to the
Agreement.
D. Circuit designates Jason Bagley as Circuit’s Representative for this Agreement. Circuit will
provide written notice to the CRA should there be a subsequent Representative change. Circuit’s
Representative has full right, power and authority to act for Circuit on all matters arising under or
relating to this Agreement.
E. Special events. CRA may request additional vehicles for special events. Such request shall be
made at least thirty (30) days prior to the special event and may include a request the establishment
35
4853-3349-4940, v. 6
of a fixed route for existing vehicles and/or a request additional vehicles, subject to availability.
For additional vehicles provided for special events, CRA agrees to pay the regular service hourly
rate per vehicle of $34.97 plus the actual cost to transport the vehicle(s) to the requested location ,
which will be agreed to by the parties in writing, prior to transportation.
Section 7. Trip Sharing
A. Drivers shall be permitted to transport more than one (1) party but no more than five (5) parties in
GEM vehicles and four (4) parties in the E-Sedan under the following conditions:
i. The vehicle must be equipped with individual seatbelts for the driver and each rider.
ii. All passengers must use seatbelts at all times.
iii. The total number of passengers, including the driver does not exceed the vehicle’s
legal capacity.
Section 8: Operational Requirements
A. Circuit and all its employees, officers, managers, staff, subcontractors and subconsultants shall
comply with all applicable local, state and federal laws and regulations while performing work
pursuant to this Agreement including but not limited to all laws and regulations regarding the safe
operation of vehicles.
B. Circuit shall prohibit drivers from texting or using smartphones, or other mobile device, eating,
drinking, wearing headphones, and engaging in any activity that may cause the driver to become
distracted while driving the vehicle. Parties acknowledge and agree that (i) drivers will only be
permitted to wear Bluetooth enabled device or similar technology to provide service provided by
this Contract in accordance with all laws governing such devices; and (ii) drivers may use smart
phones mounted to the dashboard or windshield of the vehicles only in accordance with all laws
governing such devices.
C. Circuit must obtain all permits and approvals required in the ordinary course of business for the
safe and legal operation of the Service, including without limitation, permits or approvals from the
Florida Department of Highway Safety and Motor Vehicles, . Circuit is responsible for obtaining
any permits and approvals required by the State of Florida for operation of the Service.
D. Circuit to require all persons using the Service to comply with applicable local, state and federal
laws and regulations relating to the use of seatbelts and alcohol consumption in vehicles.
E. Circuit and its drivers are permitted to refuse service when, in the driver’s opinion, a passenger
poses a threat to himself or herself, other passengers, the driver, the vehicle or other vehicles or
persons.
F. Circuit is permitted to establish reasonable restrictions on the provision of services to non-service
animals.
G. All Circuit drivers shall wear proper identification and a uniform.
H. The CRA reserves the right to request immediate dismissal of any Circuit employees who fail to
comply with the requirements of this Agreement. Relief personnel should be readily available
during the term of this Agreement.
Section 9: Operating Hours
Each vehicle shall be available for an anticipated sixty (60) hours each week (“Vehicle Hours”) . The cost
per vehicle shall be based on the rates described in the Pricing Schedule attached as Exhibit B. The Vehicle
Hours shall occur within the following schedule:
36
4853-3349-4940, v. 6
Day Start time End time
Mon 10:00 am 8:00 pm
Tues 10:00 am 8:00 pm
Weds 10:00 am 8:00 pm
Thurs 10:00 am 8:00 pm
Fri 10:00 am 10:00 pm
Sat 10:00 am 10:00 pm
Sun 10:00 am 8:00 pm
CRA Project Manager shall have the discretion to reduce or increase the number of Vehicle Hours and/or
determine the hours of operation based on level of demand as determined by monthly data collection and
consideration of holidays or other special events so long as the total Vehicle Hours for each month does not
exceed the CRA’s annual budget for the Service.
Section 10: Levels of Service Reporting
A. Circuit shall provide the CRA with monthly reports describing the level of service for each zone.
Upon request, Circuit will provide the CRA with weekly level of service reports for each zone.
B. Monthly data reports shall include:
i. Number of parties on a daily, weekly and monthly basis
ii. Number of paying customers
iii. Gross/Net revenue collected for fare revenue credits which distinguishes between fare
revenue collected for Zone 1 trips and fare revenue collected for Zone 2 trips.
iv. Number of vehicles not in operation on a daily, weekly and monthly basis
v. Average wait time from request through the mobile app until arrival by assigned driver on
a daily, weekly and monthly basis.
vi. Average trip duration on a daily, weekly and monthly basis.
vii. Pick-up and drop off location for each trip.
viii. Average number of passengers per party per trip.
ix. Average number of parties per trip.
x. Number of passenger complaints received and resolution of the complaints on a daily,
weekly and monthly basis.
C. Circuit shall present a report to the CRA Board on a quarterly basis summarizing the data provided
in the monthly reports, the collected fare revenue, and the advertising revenue generated.
D. In the event Circuit does not provide a required report(s), the CRA reserves the right to withhold
payment until the required report is received. To the extent that the CRA requires additional
information related to the above reporting requirement, Circuit shall provide the information to the
CRA.
Section 11: Advertisement Sales
Circuit shall sell space on the exterior or interior of the vehicles for the display of commercial advertising.
Net Advertising Revenue, defined below, that is generated by Circuit in connection with the sales of
commercial advertising shall be divided equally between Circuit and the CRA. Net Advertising Revenue
means the gross advertising revenue received less all costs and expenses, including, but not limited to
37
4853-3349-4940, v. 6
advertisement design, production costs, installation and removal costs and customary commissions paid to
media sales representatives, incurred by Circuit in connection with providing the advertisement sales.
Circuit shall provide an accounting of all advertising revenue with its Level of Service monthly report as
required in Section 9, which shall include the gross revenue, costs and expenses Circuit shall provide to
CRA a breakdown of the Net Advertising Revenue each month, which shall include the gross revenue plus
costs and expenses incurred in connection with providing advertising sales
Section 12. Advertising Guidelines
A. In its agreements with its advertising contractors, Circuit shall reserve the right to reject any
advertisement, commercial or noncommercial.
B. Circuit shall determine the methods, details, and means for performing the Advertising Sales
Services, subject to the CRA's consent which shall not be unreasonably withheld.
C. All advertising and promotional materials, including, without limitation, any vehicle “wraps”
(collectively “Advertising”) must conform to the following criteria:
i. Defamatory Advertising. No Advertising will be permitted that falsely disparages any
person, product, or company, or that is likely to damage the reputation of any person,
product, or company.
ii. Advertising Condoning Criminal Conduct. No Advertising will be permitted that is likely
to incite or produce imminent unlawful activity.
iii. Obscene Advertising. No Advertising shall display any statement, word, character, or
illustration of an indecent or obscene nature, as defined by F.S. Chapter 847, as may be
amended from time to time.
iv. False Advertising. No Advertising shall displace false or misleading information, intended
to mislead the public as to anything sold, any services to be performed or information
disseminated.
v. Tobacco, Firearms, and Cannabis. No Advertising shall display any statement that
promotes the sale of tobacco or tobacco products, electronic cigarettes, firearms, or
medical marijuana treatment centers or delivery devices in accordance with Florida law.
vi. Existing Laws. All Advertising must conform to all applicable federal, state, and local
statutes, laws, ordinances, rules and regulations.
D. The CRA shall request removal of any advertising, commercial or noncommercial, that does not
conform to this policy. Such demand will be in writing and will state reasonable grounds for the
request. Circuit will consider and act promptly upon the request in accordance with this policy.
Section 13: Ridership Fares
A. Circuit shall collect ridership fares for the services, as follows:
38
4853-3349-4940, v. 6
i. For rides that begin and terminate within Zone 1: $1.00 for each rider.
ii. For rides that begin or terminate in Zone 2: $2:00 for each rider. If the rider is part of
a group, $2.00 for the initial rider and $1.00 for each additional rider within the group.
B. Circuit shall credit the CRA’s monthly invoice for each Zone with 100% of the Net Fare Revenue,
defined below, that is generated and collected from ridership fares.
C. Net Fare Revenue means all gross ridership revenue that is collected from the passengers for the
services less revenue collection costs and expenses, including but not limited to sales taxes or other
taxes imposed by law, credit card processing fees and other billing related charging by third parties
imposing similar processing charges. Circuit will be responsible for documenting all costs and
expenses and related charges associated with the Net Fare Revenue calculations.
39
40
41
ATTACHMENT 1
AGREEMENT FOR ON-DEMAND TRANSPORTATION SERVICE by and between the
BOYNTON BEACH COMMUNITY REDEVELOPMENT AGENCY
and CIRCUIT TRANSIT, INC.
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
City-Wide Micro-Transit Services
1 of 18
PROFESSIONAL SERVICES CONTRACT
FOR OPERATION OF CITYWIDE MICRO-TRANSIT SERVICES
THIS CONTRACT is being entered into this 1st day of July, 2023 (the “Effective Date”) by and between the City Of
Hollywood (hereinafter the “City”), a municipal corporation of the State of Florida and Circuit Transit Inc. (hereinafter
the “Company”), a corporation organized and existing under the laws of the State of Florida, having its principal office at 501
East Las Olas, Suite 300, Fort Lauderdale, Florida
SECTION A – Contract Overview
A-1 Summary of Contract
(a)The subject matter of this Contract is to provide the vehicles, operate and manage a micro-transit service in the Service
Area as defined in and Exhibits “A” (Scope of Work) and Exhibit “B” - RFP-045-23-SK- CITYWIDE MICRO-TRANSIT
SERVICES, Exhibit “D” (Service Areas”), and Exhibit E, which sets forth the terms and conditions for the performance
of services described herein, and the execution hereof by the parties hereto forms a legally binding contract. In the
event of a conflict, the City’s RFP Documents shall prevail unless otherwise stated in this Contract.
(b)The Contract type is: This is a Non-Exclusive Contract.
(c)The following documents are hereby incorporated into this Contract:
(i)Exhibit “A” – Statement of Work
(ii)Exhibit “B” - RFP-045-23-SK - Citywide Micro-Transit Services
(iii)Exhibit “C” - Company’s Proposal
(iv)Exhibit “D” - Service Areas
(v)Exhibit "E" - Pricing
A-2 Contract Amount
The Contract Amount shall not exceed $1,128,942.00 USD for the performance period.
A-3 Performance Period
(a)The performance period commences from Effective Date and continues for a period of 12 months. This Agreement may
be renewed by the parties for three one-year periods upon mutual agreement of the parties and said renewal shall be
in writing in accordance with Section D-13 of this Contract.
SECTION B – Statement of Work
B-1 Statement of Work
(a)Services will be provided in accordance with the Statement of Work set forth in Exhibits “A” “B”, “C”, ”D” and “E”,
SECTION C – Special Conditions
C-1 Project Manager/Company Representative
(a)The City designates Mark L. Johnson as the Project Manager for this Contract, who may be contacted at:
mjohnson@hollywoodfl.org or (954) 921-3991 The City will provide written notice to the Company should there be a
subsequent Project Manager change. The Project Manager will be the Company’s principal point of contact at the City
regarding any matters relating to this Contract, will provide all general direction to the Company regarding Contract
performance, and will provide guidance regarding the City’s goals and policies. The Project Manager is not authorized
to waive or modify any material scope of work changes or terms of the Contract.
(b)The Company designates Jason Bagley as the Company Representative for this Contract, who may be contacted at
jason@ridecircuit.com The Company will provide written notice to the City should there be a subsequent Company
EXHIBIT C: Piggybacked Agreement
62
City-Wide Micro-Transit Services
2 of 18
Representative change. The City has the right to assume that the Company Representative has full authority to act for
the Company on all matters arising under or relating to this Contract.
C-2 Pricing and Payment
(a) Payment. Payment to the Company will be made only for the actual Services performed and accepted by the City, upon
receipt of an invoice submitted in accordance with Section C-4, “Invoices”.
(b) The City will pay the Company in accordance with the pricing set forth in Exhibit “E” – Pricing to this Contract.
(a) Reimbursable Travel Expenses. There are no reimbursable travel expenses payable under this Contract.
C-3 Pricing Revisions Costing adjustments shall be governed by Exhibit “B”, Section 1.70 and as set forth below:
(a) For the term of this Contract, pricing may be revised for the reason(s) set forth below:
● Change in minimum wage
● Approved decision to add additional cars
● Approved decision to adjust the number of service hours
● Approved decision to add, adjust or modify additional services that increases costs for the Company
(b) Each pricing revision permitted herein must be approved in writing by the Project Manager and, if approved, shall
become effective thirty (30) days after notice of the change has been received by the City, or on such earlier or later
date as may be agreed upon by the parties. However, any pricing changes will be governed by the City’s Purchasing
Ordinance and dependent upon the revisions, City Commission approval may be required.
(c) Any pricing revision permitted pursuant to this section may be delayed or denied if the Company fails to submit a timely
request or fails to provide adequate documentation in support thereof.
(d) Any approved pricing revision is not retroactive, and any invoice pending on the date of approval of the pricing revision
shall be paid on the basis of the pricing in effect on the date services were provided.
C-4 Invoices
(a) The Company will submit a monthly detailed invoice to the City, in a format to be defined by the Project Manager as
negotiated with Company. Each invoice shall contain the following information:
(i) the date of the invoice and invoice number;
(ii) the purchase order number;
(iii) the Contract Item(s) according to Exhibit E – Pricing against which charges are made; and,
(iv) performance dates covered by the invoice.
(v) service credits offered from advertising dollars received by Company
(vi) Net revenue credits received by the Company
Upon reconciliation of all errors, corrections, credits, and disputes, payment to the Company will be made in full within
30 calendar days. Invoices received without a valid purchase order number will be returned unpaid. The Company
shall submit the original invoice to: accountspayable@hollywoodfl.org
or mail them to:
City of Hollywood
Accounts Payable, Room 119
P.O. Box 2229045
Hollywood, FL 33022-9045
(b) The Company shall forward a copy of the invoice to the Project Manager, with the following items:
63
City-Wide Micro-Transit Services
3 of 18
(i) receipts for any Reimbursable Travel Expenses, if applicable, associated with the invoice; and
(ii) copy of the applicable Deliverable associated with the invoice
C-5 Insurance
(a) The Company shall procure and maintain, at its own expense, during the entire term of the Contract, the insurance
coverages as identified in Exhibit “B”, Section 3.17:
(b) The insurance policy shall not contain any exceptions that would exclude coverage for risks that can be directly or
reasonably related to the scope of goods or services in this contract. A violation of this requirement at any time during
the term, or any extension thereof shall be grounds for the immediate termination of any contract entered in to pursuant
to this contract. The City must be provided a signed statement from insurance agency of record that the full policy
contains no such exception.
Submit certificates of insurance to:
City of Hollywood
Department of Development Services
P.O. Box 2229045
Hollywood, FL 33022-9045
A certified, true and exact copy of each of the project specific insurance policies (including renewal policies) required under
this Section C-5 shall be provided to the City if so requested.
(c) The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer
and licensed by the State of Florida and the company or companies must maintain a minimum rating of A-VII, as
assigned by the A.M. Best Company.
(d) If the Company fails to carry the required insurance, the City may (i) order the Company to stop further performance
hereunder, declare the Company in breach, pursuant to Section C-6, terminate the Contract if the breach is not remedied
and, if permitted, assess liquidated damages, or (ii) purchase replacement insurance and withhold the costs or premium
payments made from the payments due to the Company or charge the replacement insurance costs back to the
Company.
(e) Any subcontractor or sub consultant approved by the City shall be required to procure, maintain and submit proof of
insurance to the City of the same insurance requirements as specified above, and as required in this paragraph.
(f) The Company is encouraged to purchase any additional insurance it deems necessary.
(g) The Company is required to make its best efforts to remedy all injuries to persons and damage or loss to any property
of the City caused in whole or in part by the Company, its subcontractors or anyone employed, directed or supervised
by the Company.
C-6 Warranty – Services
The Company warrants that the services shall be performed in full conformity with this Contract and Exhibits “A” and “B”,
with the professional skill and care that would be exercised by those who perform similar services in the commercial
marketplace, and in accordance with accepted industry practice. In the event of a breach of this warranty, or in the event
of non-performance or failure of the Company to perform the services in accordance with this Contract, the Company shall,
at no cost to the City, re-perform or perform the services so that the services conform to the warranty. However, if Company
fails to perform, City may terminate this Agreement with or without cause consistent with Exhibit “A”.
64
City-Wide Micro-Transit Services
4 of 18
SECTION D – General Conditions
D-1 Legal Notice
(a) All legal notices required pursuant to the terms and conditions of this Contract shall be in writing unless an emergency
situation dictates otherwise. Any notice required to be given under the terms of this Contract shall be deemed to have
been given when (i) received by the party to whom it is directed by hand delivery or personal service, (ii) transmitted by
facsimile with confirmation of transmission, (iii) transmitted by email with confirmation of receipt by addressee, or (iv)
sent by U.S. mail via certified mail-return receipt requested at the following addresses:
FOR THE CITY: Project Manager
City of Hollywood
2600 Hollywood Blvd., Rm. 308
Hollywood, FL 33020
WITH A COPY TO: City Attorney
City of Hollywood
2600 Hollywood Blvd., Rm. 407
Hollywood, FL 33020
FOR THE COMPANY: James Mirras
Circuit Transit Inc.
501 East Las Olas
Suite 300
Fort Lauderdale, FL 33301
(b) The parties shall provide written notification of any change in the information stated above.
(c) An original signed copy, via U. S. Mail, shall follow facsimile transmissions.
(d) For purposes of this Contract, legal notice shall be required for all matters involving potential termination actions,
litigation, indemnification, and unresolved disputes. This does not preclude legal notice for any other actions having a
material impact on the Contract.
(e) Routine correspondence should be directed to the Project Manager or the Company Representative, as appropriate.
D-2 Notice of Delay
(a) If timely performance by the Company is jeopardized by the non-availability of City provided personnel, data, or
equipment, the Company shall notify the City immediately in writing of the facts and circumstances causing such delay.
Upon receipt of this notification, the City will advise the Company in writing of the action which will be taken to remedy
the situation.
(b) The Company shall advise the City in writing of an impending failure to meet established milestones or delivery dates
based on the Company’s failure to perform. Notice shall be provided as soon as the Company is aware of the situation;
however, such notice shall not relieve the Company from any existing obligations regarding performance or delivery.
D-3 Termination for Convenience
The City shall have the right at any time to terminate further performance of this Contract, in whole or in part, for any reason
whatsoever (including no reason) within 120-days notice and as more specifically set forth in Exhibit “B”. Such termination
shall be effected by written notice from the City to the Company specifying the extent and effective date of the termination.
On the effective date of the termination, the Company shall terminate all work and take all reasonable actions to mitigate
expenses. The Company shall submit a written request for incurred costs for services performed through the date of
termination and shall provide any substantiating documentation requested by the City. In the event of such termination, the
65
City-Wide Micro-Transit Services
5 of 18
City agrees to pay the Company within thirty (30) days after receipt of a correct, adequately documented written request.
The City’s sole liability under this Section is for payment of costs for services requested by the City and actually performed
by the Company.
D-4 Event of Default
(a) If, during the term of this Contract, the Company (i) fails to deliver services that comply with the specifications, (ii) fails
to deliver the services within the time specified in in this Contract including Exhibit “A” (iii) fails to make progress so as
to endanger the performance of this Contract, (iv) becomes insolvent, bankrupt or makes an assignment for the benefit
of creditors, or if a receiver or trustee in bankruptcy is appointed for the Company, or if any proceeding in bankruptcy,
receivership, or liquidation is instituted against the Company and is not dismissed within 30 days following
commencement thereof, or (v) fails to perform any of the other obligation or requirement of this Contract, then any of
the aforementioned failures shall constitute an “Event of Default” under this Contract. Events of Default shall also include
those items set forth in Exhibit “B” specifically Section 1.63.
(b) If there occurs an Event of Default, the Company shall be entitled to 10 calendar days from written notice thereof to
remedy the Event of Default, provided, however, such is capable of being remedied within that period. If the Event of
Default can be remedied, but the remedy cannot be completed within the ten-day period, the Company may be allowed
such additional time as may be reasonably necessary to remedy the Event of Default, provided, however, the remedy
is commenced within the 10 day period and is diligently pursued to completion. If the Event of Default is incapable of
remediation, or is not remedied as required herein, the City may, in addition to any other remedies available in law or
equity, invoke any of the remedies provided for under Section D-5, “Termination for Default”, below and as set forth in
Exhibit “B” Section 1.64.
D-5 Termination for Default
(a) If the Event of Default is not remedied as required pursuant to Section D-4, “Event of Default”, the City may, by written
notice to the Company pursuant to Section D-1, “Legal Notice”, terminate this Contract in whole or in part.
(b) If this Contract is terminated in whole or in part because the Company has failed to provide services in compliance with
the specifications by the deadline of remediation period, the City may acquire, under reasonable terms and in a manner
it considers appropriate, replacement goods that are comparable to the services that the Company failed to deliver to
the City, and the Company shall be liable to the City for any excess costs related thereto. If the City terminates this
Contract only in part, the Company shall continue to perform the un-terminated obligations or portions of this Contract.
(c) Force Majeure. This Contract shall be governed by the Force Majeure provision in Exhibit “B”, Section 7.34.
(d) The City retains the right to terminate for default immediately if the Company fails to maintain the required levels of
insurance, fails to comply with applicable local, state, and Federal statutes governing performance of these services, or
fails to comply with statutes involving health or safety.
D-6 Limitation of Funding
Company acknowledges that the obligation of City to pay Company is limited to the availability of funds appropriated in a
current fiscal year period, and continuation of Contract into a subsequent fiscal year is subject to the appropriation of funds,
unless otherwise authorized by law. The City reserves the right to reduce estimated or actual quantities, in whatever amount
necessary, without prejudice or liability to the City, if funding is not available or if legal restrictions are placed upon the
expenditure of monies for the services required under this Contract. In the event of a decrease or limitation in funding the
Company reserves the right to reduce service levels or suspend service as needed.
D-7 Changes – Fixed-Price Goods or Services
(a) The City may at any time, , and without notice to the sureties, if any, request changes within the general scope of this
Contract in any one or more of the following:
(i) Description of services to be performed or goods to be provided including types of vehicles and number of
vehicles.
(ii) Time of performance (i.e., hours of the day, days of the week, etc.).
(iii) Place of performance of the services.
66
City-Wide Micro-Transit Services
6 of 18
(iv) Time or place of delivery of goods
(b) Upon written mutual agreement, Company and the City will determine the appropriate adjustment(s) to the services.
(c) Any change to the cost of services will be based upon the schedule in Exhibit E: Pricing as determined by types of
vehicles, number of vehicles and operating hours.
(d) The Company must assert its right to an adjustment under this clause within 30 days from the date of receipt of the
written order; however, if the City decides that the facts justify, the City may receive and act upon a proposal submitted
before final payment of the Contract.
(e) If the mutually agreed adjustment includes the cost of property made obsolete or excess by the change, the City shall
have the right to prescribe the manner of the disposition of the property.
(f) The Company shall provide current, complete, and accurate documentation to the City in support of any request for
equitable adjustment. Failure to provide adequate documentation, within a reasonable time after a request from the
City, will be deemed a waiver of the Company’s right to dispute the equitable adjustment proposed by the City, where
such equitable adjustment has a reasonable basis at the time it is determined by the City.
D-8 Entire Contract, Section and Paragraph Headings
(a) This Contract, including all Exhibits, represents the entire and integrated agreement between the City and the Company.
It supersedes all prior and contemporaneous communications, representations, and agreements, whether oral or
written, relating to the subject matter of this Contract.
(b) The section and paragraph headings appearing in this Contract are inserted for the purpose of convenience and ready
reference. They do not purport to define, limit or extend the scope or intent of the language of the sections and
paragraphs to which they pertain.
D-9 Severability
The invalidity, illegality, or unenforceability of any provision of this Contract or the occurrence of any event rendering any
portion or provision of this Contract void shall in no way affect the validity or enforceability of any other portion or provision
of this Contract. Any void provision shall be deemed severed from this Contract, and the balance of this Contract shall be
construed and enforced as if this Contract did not contain the particular portion or provision held to be void. The parties
further agree to amend this Contract to replace any stricken provision with a valid provision that comes as close as possible
to the intent of the stricken provision. The provisions of this clause shall not prevent this entire Contract from being void
should a provision which is of the essence of this Contract be determined void.
D-10 Waiver
Waiver of any of the terms of this Contract shall not be valid unless it is in writing signed by each party. The failure of the
City to enforce any of the provisions of this Contract, or to require performance of any of the provisions herein, shall not in
any way be construed as a waiver of such provisions or to affect the validity of any part of this Contract, or to affect the right
of the City to thereafter enforce each and every provision of this Contract. Waiver of any breach of this Contract shall not
be held to be a waiver of any other or subsequent breach of this Contract.
D-11 Modification/Amendment
This Contract shall not be modified or amended except by the express written agreement of the parties, signed by a duly
authorized representative for each party. Any other attempt to modify or amend this Contract shall be null and void and
may not be relied upon by either party.
D-12 Assignment
Neither party may assign their rights nor delegate their duties under this Contract without the written consent of the other
party. Such consent shall not be withheld unreasonably. Any assignment or delegation shall not relieve any party of its
obligations under this Contract.
D-13 Indemnification
In addition to the insurance requirements set forth in Section C-5, “Insurance”, the Company shall protect, indemnify and
hold harmless the City, its officers, employees, agents, and consultants (collectively herein the “City”) from any and all
67
City-Wide Micro-Transit Services
7 of 18
claims, liabilities, damages, losses, suits, actions, decrees, and judgments including, attorney's fees, court costs or other
expenses of any and every kind or character (collectively herein the “Liabilities”) which may be recovered from or sought
against the City, as a result of, by reason of, or as a consequence of, any intentional, wrongful or negligent act or omission,
on the part of the Company, its officers, employees, or agents in the performance of the terms, conditions and covenants
of the Contract, regardless of whether the Liabilities were caused in part by the City. This provision includes the indemnity
requirements set forth in Exhibit “A”, Section 1.46. The provisions and obligations under this section shall survive the
expiration or earlier termination of this Agreement. Nothing in this Contract shall be construed to affect in any way the City’s
rights, privileges, and immunities under the doctrine of “sovereign immunity” and as set forth in Section 768.28, Florida
Statutes.
It is expressly agreed that the Company shall defend the City against the Liabilities and in the event that the Company fails
to do so, the City shall have the right, but not the obligation, to defend the same and to charge all direct and incidental costs,
including attorney’s fees and court costs, to the Company.
D-14 Patent Indemnity
The Company hereby indemnifies and shall defend and hold harmless the City and its representatives respectively from
and against all claims, losses, costs, damages, and expenses, including attorney’s fees, incurred by City and its
representatives, respectively, as a result of or in connection with any claims or actions based upon infringement or alleged
infringement of any patent and arising out of the use of the equipment or materials furnished under the contract by the
Company, or out of the processes or actions employed by, or on behalf of the Company in connection with the performance
of the Contract. The Company shall, at its sole expense, promptly defend against any such claim or action unless directed
otherwise by the City or its representative; provided that the City or its representatives shall have notified the Company
upon becoming aware of such claims or actions and provided further that the Company’s aforementioned obligations shall
not apply to equipment, materials, or processes furnished or specified by the City or its representatives. Said Patent
Indemnity includes the provisions set forth in Exhibit “B”, Section 7.47, Patent and Copyright Indemnification.
D-15 Audit of Records
(a) In addition to the Audit requirements set forth below, the parties shall be governed by the Audit requirements set forth
in Exhibit “B”, Section 7.28, Audit Rights.
(b) The Company agrees to maintain the financial books and records (including supporting documentation) pertaining to
the performance of this Contract according to standard accounting principles and procedures. The books and records
shall be maintained for a period of three years after completion of this Contract, except that books and records which
are the subject of an audit finding shall be retained for three years after such finding has been resolved. If the Company
goes out of business, the Company shall forward the books and records to the City to be retained by the City for the
period of time required herein.
(c) The City or its designated representative(s) shall have the right to inspect and audit (including the right to copy and/or
transcribe) the books and records of the Company pertaining to the performance of this Contract during normal business
hours. The City will provide prior written notice to the Company of the audit and inspection. If the books and records are
not located within Broward County, the Company agrees to deliver them to the City, or to an address designated by the
City within Broward County. In lieu of such delivery, the Company may elect to reimburse the City for the cost of travel
(including transportation, lodging, meals and other related expenses) to inspect and audit the books and records at the
Company’s office. If the books and records provided to the City are incomplete, the Company agrees to remedy the
deficiency after written notice thereof from the City, and to reimburse the City for any additional costs
associated therewith including, without limitation, having to revisit the Company's office. The Company's failure to
remedy the deficiency shall constitute a material breach of this Contract. The City shall be entitled to its costs and
reasonable attorney fees in enforcing the provisions of this Section.
(d) If at any time during the term of this Contract, or at any time after the expiration or termination of the Contract, the City
or the City’s designated representative(s) find the dollar liability is less than payments made by the City to the Company,
the Company agrees that the difference shall be either: (i) repaid immediately by the Company to the City or (ii) at the
City’s option, credited against any future billings due the Company.
D-16 Confidentiality – City Information
(a) The parties acknowledge that this Contract is subject to Chapter 119, Florida Statutes, entitled the “Public Records Act”.
68
City-Wide Micro-Transit Services
8 of 18
(b) All information, including but not limited to, oral statements, computer files, databases, and other material or data
supplied to the Company is confidential and privileged. The Company shall not disclose this information, nor allow to it
be disclosed to any person or entity without the express prior written consent of the City. The Company shall have the
right to use any such confidential information only for the purpose of providing the services under this Contract, unless
the express prior, written consent of the City is obtained. Upon request by the City, the Company shall promptly return
to the City all confidential information supplied by the City, together with all copies and extracts.
(c) The confidentiality requirements shall not apply where (i) the information is, at the time of disclosure by the City, then
in the public domain; (ii) the information is known to the Company prior to obtaining the same from the City; (iii) the
information is obtained by the Company from a third party who did not receive the same directly or indirectly from the
City; or (iv) the information is subpoenaed by court order or other legal process, but in such event, the Company shall
notify the City. In such event the City, in its sole discretion, may seek to quash such demand.
(d) The obligations of confidentiality shall survive the termination of this Contract.
D-17 Marketing Restrictions
The Company may not publish or sell any information from or about this Contract without the prior written consent of the
City. This restriction does not apply to the use of the City’s name in a general list of customers, so long as the list does not
represent an express or implied endorsement of the Company or its services. This restriction does not apply to general
marketing of the services to promote and inform the public about the services.
D-18 Taxes/Compliance with Laws
(a) The Company, in the performance of the obligations of this Contract, shall comply with all applicable laws, rules and
regulations of all governmental authorities having jurisdiction over the performance of this Contract including, but not
limited to, the Federal Occupational Safety and Health Act.
D-19 Licenses/Registrations
During the entire performance period of this Contract, the Company shall maintain all federal, state, and local licenses,
certifications and registrations applicable to the work performed under this Contract, including maintaining an active City of
Hollywood business license if required.
D-20 Non-Discrimination and Fair Employment Practices
(a) Discrimination: The City of Hollywood is committed to promoting full and equal business opportunity for all persons
doing business in Hollywood. The Company acknowledges that the City has an obligation to ensure that public funds
are not used to subsidize private discrimination. Company recognizes that if the Company or their subcontractors or
subconsultants are found guilty by an appropriate authority of refusing to hire or do business with an individual or
company due to reasons of race, color, religion, sex, sexual orientation, gender identity or expression, age, disability,
national origin, or any other legally protected status; City may declare the Company in breach of contract and terminate
Contract.
(b) Fair Employment Practices: In connection with the performance of work under this Contract, the Company agrees not
to discriminate against any employee or applicant for employment because of race, color, religion, national origin, sex,
sexual orientation, gender identity or expression, age, disability, national origin, or any other legally protected status.
Such agreement shall include, but not be limited to, the following: employment; upgrading; demotion or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection
for training, including apprenticeship.
(c) The Company further agrees to insert this provision in all subcontracts hereunder. Any violation of such provision by a
Company shall constitute a material breach of this Contract.
D-21 Employment of Unauthorized Aliens
In accordance with the Immigration Reform and Control Act of 1986, the Company agrees that it will not employ unauthorized
aliens in the performance of this Contract.
D-22 Conforming Services
69
City-Wide Micro-Transit Services
9 of 18
The services performed under this Contract shall conform in all respects with the requirements set forth in this Contract.
The Company shall furnish the City with sufficient data and information needed to determine if the services performed
conform to all the requirements of this Contract.
D-23 Independent Contractor
In the performance of services under this Contract, the Company and any other person employed by it shall be deemed to
be an independent contractor and not an agent or employee of the City. The Company shall be liable for the actions of any
person, organization or corporation with which it subcontracts to fulfill this Contract. The City shall hold the Company as
the sole responsible party for the performance of this Contract. The Company shall maintain complete control over its
employees and all of its subcontractors. Nothing contained in this contract or any subcontract awarded by the Company
shall create a partnership, joint venture or agency with the City. Neither party shall have the right to obligate or bind the
other party in any manner to any third party.
D-24 Official, Agent and Employees of the City Not Personally Liable
It is agreed by and between the parties of this Contract, that in no event shall any official, officer, employee, or agent of the
City in any way be personally liable or responsible for any covenant or agreement therein contained whether expressed or
implied, nor for any statement, representation or warranty made herein or in any connection with this Contract.
D-25 Public Records
The City is a public agency as defined by state law and is governed by Chapter 119, Florida Statutes, “Public Records Act”.
The City’s Records are public records, which are subject to inspection and copying by any person (unless declared by law
to be confidential).
The following provisions are required by Section 119.0701, Florida Statutes, and may not be amended. Company shall
comply with the public records law. Company shall keep and maintain public records required by the City in the performance
of services under this Contract. Upon request from City’s custodian of records, Company shall provide City with a copy of
any requested public records or to allow the requested public 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 by law. Company
shall 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’s term and following completion of the Contract if
Company does not transfer the public records to City. Upon completion of the Contract, Company shall transfer, at no cost,
to City, all public records in its possession or keep and maintain public records required by City to perform the services
required under this Contract. If Company transfers all of the public records to City upon completion of the Contract, Company
shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure
requirements. If Company keeps and maintains public records upon completion of the Contract, Company 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.
IF A PARTY TO THIS CONTRACT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO ITS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT PATRICIA
A. CERNY, CITY CLERK CUSTODIAN OF PUBLIC RECORDS AT (954) 921-3211, PCERNY@HOLLYWOODFL.ORG,
2600 HOLLYWOOD BLVD., HOLLYWOOD, FLORIDA 33020 AND STEVE STUART DIRECTOR OF PROCUREMENT
AT (954) 921-3628 SSTEWART@HOLLYWOODFL.ORG.
D-26 Use By Other Government Entities
A governing body or its authorized representative and the State of Florida may join or use the contracts of local governments
located within or outside this State with the authorization of the contracting vendor. It is understood and agreed by Company
and the City that any governmental entity may purchase the services specified herein in accordance with the prices, terms,
and conditions of this Agreement. It is also understood and agreed that each local entity will establish its own contract with
Company, be invoiced therefrom and make its own payments to Company in accordance with the terms of the contract
established between the new governmental entity and Company. In the event the Company allows another governmental
entity to join the Contract, it is expressly understood that the City shall in no way be liable for the obligations of the joining
governmental entity.
70
City-Wide Micro-Transit Services
10 of 18
D-27 Governing Law
This Contract, including appendices and Exhibits, and all matters relating to this Contract (whether in contract, statute, tort
(such as negligence or otherwise), shall be governed by, and construed in accordance with, the laws of the State of Florida.
This shall apply notwithstanding such factors which include, but are not limited to, the place where the contract is entered
into, the place where the accident occurs and notwithstanding application of conflicts of law principles. The parties waive
the privilege of venue and agree that all litigation between them in the state courts shall take place Broward County, Florida
and that all litigation between them in the federal courts shall take place in the Southern District of Florida.
D-28 Counterpart Signatures
This Contract may be executed in counterparts. All such counterparts will constitute the same contract and the signature of
any party to any counterpart will be deemed a signature to, and may be appended to, any other counterpart. Executed
copies hereof may be delivered by facsimile or e-mail and upon receipt will be deemed originals and binding upon the
parties hereto, regardless of whether originals are delivered thereafter.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their duly authorized
representatives.
CITY OF HOLLYWOOD
COMPANY
Name, Title Name, Title Date
ATTEST:
Date
APPROVED AS TO FORM:
Name, Title
Date
71
City-Wide Micro-Transit Services
11 of 18
EXHIBIT A – STATEMENT OF WORK
Company to develop, implement and manage a Micro-Transit “On Demand” service (the "Service”) in the areas identified
in Exhibit D The Service will have the ability to be on demand and include smart stops as specified in this Statement of
Work The Service will serve visitors, residents, and workers by providing a convenient, efficient mobility option to circulate
throughout downtown Hollywood, the Beach, and portions of West Hollywood.
The Service shall:
● Operate in two micro-transit zones (MTZ-1/MTZ-2), covering approximate 4.6 square miles of coverage area,
and provide on-demand service as illustrated in Exhibit D.
● Operate a 6-month on-demand pilot test (MTZ-3), covering approximately 1.97 square miles of coverage area
as illustrated in Exhibit D.
● Operate a Pilot Fixed Route service between designated pick-up locations within Hollywood West and
designated Beach/Downtown locations using a E-van from MTZ-1 as illustrated in Exhibit D
● Ability to supplement any part of the service with a fixed route if deemed necessary through data and public
needs.
● Hours of operation and headways are to be initially proposed by Company until the level of demand is identified
after a few months of operation and data collection.
● Demonstrate the ability to scale up and down the fleet of vehicles and deploy them to various locations based
on monthly, weekly, daily, and hourly fluctuations in demand in order to achieve a desired level of service.
● Operate vehicles that meet the Federal Motor Vehicle Safety Standards and Regulations.
● Provide a safe and pleasing passenger experience with capable, qualified and courteous drivers.
● Feature a mobile application downloadable from both the Apple Store and Google Play Store with which will
have the ability to charge a fee for service via a secured credit card payment system.
● Feature a mobile application where the user will be able to locate his or her position and contact the next
approaching vehicle with approximate wait times.
● Provide a dedicated phone line so that users can call and request assistance.
● System will be operational within 45 days from Notice to Proceed to include vehicle procurement, financial
operating plan, sufficient liability coverage and mobile application.
Service will be adjusted based upon needs identified from six months of data and the availability of funds. Once six months
of data is received and analyzed per Data Reporting requirements in Section 1.9, b. the City and Company shall meet and
negotiate terms for the year two renewal period. Ridership, service levels, service area, number of vehicles, ad revenue,
fare revenue and overall contract performance will be determining factors in determining if service will remain the same or
expand based on ridership demand.
1.1 Mobile Application
a. Company to provide a mobile application which allows riders to request pick up and drop off locations.
b. Ability to allow the user to connect from one mirco-transit zone to another (MTZ-2 and MTZ-3 will be
combined into a single zone for the purpose of the pilot test)
c. At no cost to the City, maintain updates to the application and be compatible to smart phones and other
mobile devices.
d. Provide ability to charge a fee per rider and issue discounts via promo-codes.
e. Provide users with approximate time until pick up.
f. Allow users to rate drivers and provide feedback.
g. Feature a Google Maps based map (or equivalent) that identifies the boundaries of each Service Area.
h. After a ride request has been accepted by a driver, depict the real-time location of vehicles on a map of the
appropriate Service Area.
i. Ability to track party and usage data.
1.2 Marketing and Branding
a. In coordination with the City of Hollywood, the Company will develop and implement a branding strategy.
Company will not implement any branding strategy without prior written approval from the City. Any changes
to the branding strategy must be approved in writing by the City prior to implementation.
b. Company to develop and implement a marketing program to promote awareness of the program. The City
will have the right to request changes to the marketing program.
72
City-Wide Micro-Transit Services
12 of 18
c. The City retains the right to review marketing materials prior to use and request changes or withdrawal of
any marketing materials.
1.3 Vehicles and Infrastructure
a. Company to procure, store, license, operate and maintain vehicles and related infrastructure including
charging stations used in the service in accordance with applicable laws and regulations with the following
requirements.
i. Fleet Size. Unless the parties agree otherwise, Company will acquire and operate at its
own expense no fewer than 8 GEM vehicles (includes one ADA accessible GEM on
standby), 2 EV Vans (1 ADA Accessible), and 1 EV Sedan as part of this Service. Company
to maintain and operate vehicles to satisfy the minimum levels of service and ADA
accessibility requirements.
b. Specifications. All vehicles will:
i. Comply with all applicable laws and regulations.
ii. Be fully electric.
iii. Meet all safety standards established by applicable law or regulation.
iv. Feature luggage carrying capacity.
c. Branding. The branding strategy will be applied to all vehicles as follows:
i. At all times during operation of any vehicles pursuant to this Contract, Company may
include but is not limited to branding to all wheels, hoods, front panels, coping, roof and
rear fenders unless otherwise approved by the City.
ii. Company to develop a default vehicle wrap to be used when no paying advertiser has been
identified for any vehicle or vehicles for a period of 7 days or longer unless otherwise
approved by the City.
iii. Exterior and interior advertising will not interfere with the placement or visibility of any
branding required by this Contract, unless otherwise approved by the City.
d. Licensing. Company to obtain and maintain proper licensing and registration of all vehicles at all times.
e. Charging. The City will make available to the Company, City owned charging stations for vehicles
although the City cannot ensure the availability of charging stations to service all vehicles in the fleet to
satisfy the levels of service required by this Contract. Company to ensure charging stations are available
to adequately service all vehicles in the fleet to satisfy the levels of service required by this Contract.
f. Storing. The City will provide parking and operation space in a City-owned parking facility. Company will
be responsible for storing and securing vehicles during times of non-operation.
g. Maintenance and replacement. At Company’s sole cost, Company to maintain the interior and exterior
of all vehicles in good working order, in accordance with all applicable laws and regulations. Vehicles to
be free of graffiti, vandalism, defacement and other damage to the satisfaction of the City. Company will
replace any vehicle at its sole cost when the vehicle cannot be maintained in good working order, in
accordance with applicable laws and regulations or it is no longer able to be maintained in accordance
with the requirements of this Contract. Company to use its best efforts to restore non-operational vehicles
to operation within 10 business days from the date of any incident requiring the vehicle to be removed
from operation. Company to provide verbal and written notice of the City of any delay in restoring a non-
operational vehicle that extends beyond ten (10) business days from the date of malfunction. If the city
determines that any such delay is due to Company’s lack of diligence the City will have the right to pursue
any remedy provided for in this Contract or at law or equity.
1.4 Staffing
a. General. Company to provide sufficient staffing to maintain levels of service required by this Contract. All
persons provide services pursuant to this Contract will be employees, contractors or consultants hired by the
Company. Company is solely responsible for all staffing decisions made pursuant to this Contract.
b. Drivers. Company to obtain complete background checks on all drivers, including driving records, criminal
checks and employment references, conduct initial drug testing, and provide a training program for newly hired
drivers. Company will not hire any convicted felon or any person who has been convicted or pled guilty to
driving under the influence of drugs or alcohol as a misdemeanor in any state. Company will not hire a driver
with more than three (3) infractions relating to driving a motorized vehicle within the previous 24 months.
Company to review each driver’s driving and criminal records at least annually.
c. Company to provide Living Wage and tips.
1.5 Attaining and Maintaining Levels of Service (LOS)
a. General. Company to provide an LOS that meets customer demands at all times of Service operations.
73
City-Wide Micro-Transit Services
13 of 18
b. Service Level review. Company and City to meet at least annually to review LOS and determine if any
adjustments are necessary. Any agreed upon adjustments will be made in writing.
1.6 Trip Sharing
a. The Services may permit drivers to transport more than one (1) party but no more than Five (5) parties in GEM
vehicles, Three (3) parties in an E-Sedan, and Twelve (12) parties in the E-van, and Eight (8) parties in the
ADA E-van simultaneously under the following conditions:
i. Each passenger has a separate seatbelt.
ii. The total number of passengers, including the driver does not exceed the vehicle’s legal
capacity.
1.7 Operational Requirements
a. Company and all its employees, officers, managers, staff, subcontractors and subconsultants will comply with
all applicable local, state and federal laws and regulations while performing work pursuant to this Contract
including but not limited to all laws and regulations regarding the safe operation of vehicles. Company to prohibit
drivers from texting or using smartphones, or other mobile device, eating, drinking, wearing headphones, and
engaging in any activity that may cause the driver to become distracted while driving the vehicle. Parties
acknowledge and agree that (i) drivers will only be permitted to wear Bluetooth enabled device or similar
technology to provide service provided by this Contract in accordance with all laws governing such devices;
and (ii) drivers may use smart phones mounted to the dashboard or windshield of the vehicles only in
accordance with all laws governing such devices.
b. Company must obtain all permits and approvals required in the ordinary course of business for the safe and
legal operation of the Service, including without limitation, permits or approvals from the Florida Transportation
Authority. Company is responsible for obtaining any permits and approvals required by the State of Florida for
operation of the Service.
c. Company to require all persons using the Service to comply with applicable local, state and federal laws and
regulations relating to the use of seatbelts and alcohol consumption in vehicles.
d. Company and its drivers are permitted to refuse service when, in the driver’s opinion, a passenger poses a
threat to himself or herself, other passengers, the driver, the vehicle or other vehicles or persons.
e. Company is permitted to establish reasonable restrictions on the provision of services to non-service animals.
1.8 Operating Hours
a. Company to provide the Service for 11 hours per day, seven days (7) days per week for MTZ Zone 1
b. Company to provide the Service for 8 hours per day, seven (7) days per week for MTZ Zone 2
c. Company to provide the Service for 8 hours per day, seven (7) days per week, for 6 months for MTZ Pilot
Zone 3
d. Company to remove 1 EV-van from service in MTZ-1 to provide Fixed Route Service 2 days per week for a
period of 6 months between established pick-up/drop off locations within MTZ 2 & 3 and the Hollywood
Historic Downtown and the Beach area.
e. After the Data Review, hours of operation may be adjusted as mutually agreed upon in writing by the parties.
1.9 Levels of Service Reporting
a. Company to provide the city with monthly, quarterly and annual level of service and operations/financial reports
for each micro-transit zone. Upon request, Company will provide the City with weekly level of service reports
for each micro-transit zone.
b. Data Reports to include:
i. Number of parties on a daily, weekly and monthly basis
ii. Number of paying customers
iii. Gross/Net revenue collected for fare revenue credits
iv. Number of vehicles not in operation on a daily, weekly and monthly basis
v. Average wait time from request through the mobile app until arrival by assigned driver on a daily, weekly
and monthly basis.
vi. Average trip duration on a daily, weekly and monthly basis.
vii. Pick-up and drop off location for each trip.
viii. Average number of passengers per party per trip.
ix. Average number of parties per trip.
x. Number of passenger complaints received on a daily, weekly and monthly basis.
c. Quarterly Reports
d. Annual Reports
74
City-Wide Micro-Transit Services
14 of 18
1.10 Operational/Financial Report within thirty (30) days after each month, quarter and year, as applicable Company to
submit to City Operational/Financial Reports containing the following information:
a. Annual budget
b. Annual and monthly financial information include revenue generated (including advertisement sales
and miscellaneous revenue), expenses and capital resources.
1.11 Advertisement Sales
a. Company shall sell space on the exterior or interior of the vehicles for the display of commercial advertising.
Advertising Revenue in the amount of $115,100.00 shall be guaranteed annually (Annual Guaranteed
Amount). All Advertising Revenue collected by the Company above the Annual Guaranteed Amount will
belong to the Company. Company shall credit the City’s monthly invoices for each MTZ with a prorated
portion of the Annual Guaranteed Amount as shown in Exhibit E (Pricing).
1.12 Ridership Fares
a. Company shall collect ridership fares for the services.
b. Company shall credit the City’s monthly invoice for each micro-transit zone with 100% of the Net Fare
Revenue, defined below, that is generated and collected from ridership fares.
c. Net Fare Revenue means all gross ridership revenue that is collected from the passengers for the
services less all costs and expenses, including but not limited to sales taxes or other taxes imposed by
law, Company administrative expenses, credit card processing fees and other billing related charging by
third parties imposing similar processing charges. Company will be responsible for documenting all costs
and expenses and related charges associated with the Net Fare Revenue calculations.
75
City-Wide Micro-Transit Services
15 of 18
EXHIBIT B – RFP-045-23-SK - Citywide Micro-Transit Services
76
REQUEST FOR PROPOSAL
RFP-045-23-SK
CITYWIDE MICRO-TRANSIT SERVICES
FOR THE
CITY OF HOLLYWOOD, FLORIDA (CITY)
RFP Issue Date: February 1, 2023
Questions Due Date: February 22, 2023
Submittal Due Date: March 9, 2023, 3:00 pm
77
City of Hollywood
RFP-045-23-SK
CITYWIDE MICRO-TRANSIT SERVICES
TABLE OF CONTENTS
I. SUMMARY ............................................................................................................
II. INTRODUCTION ...................................................................................................
III. SPECIAL TERMS AND CONDITIONS ..................................................................
IV. SCOPE OF SERVICE ...........................................................................................
V. EVALUATION CRITERIA ......................................................................................
VI. EVALUATION COMMITTEE .................................................................................
VII. GENERAL TERMS AND CONDITIONS ................................................................
VIII. PROPOSAL SUBMISSIONS .................................................................................
Attachments:
A - EXHIBIT A - CSP_Routes_and_Schedules
B - Exhibit B-MTZ_Zones
C - Exhibit C-Pricing
78
3
1. SUMMARY
1.1. Summary
The City is seeking shared public sector transit services that offer dynamically allocated routes
and schedules in response to individual or aggregate consumer demand, using smaller vehicles
and capitalizing on mobile GPS and internet connectivity. The City has successfully funded the
operation of a micro-transit service in the downtown and A1A corridor for the last 4 years. The
micro transit services have been well accepted with increasing ridership. The Current contract is
set to expire and would like the opportunity to solicit new proposals that would complement a new
community shuttle service as well as expansion of the service to other areas of the City, especially
west of I-95.
The goal of the micro-transit service will be to transition paratransit customers by transporting
them in a less expensive manner to a fixed route transfer point and/or address areas in the City
with high concentrations of older and low-income residents who need access to transit.
Any rider fees will be determined by the City and 100% of all net proceeds from fees generated
by riders will be returned to the City in the form of a credit to each monthly invoice. The City has
the right to audit the Contractor’s collection of fees.
The successful Vendor/Contractor will have demonstrated demand response experience
particularly in areas with no existing service. The Contractor will own or have access to a fleet of
environmentally friendly and sustainable vehicles that include fully accessible minibuses with
capacity between 12 and 28 passengers. Vehicles should be small enough for energy efficiency,
but large enough to handle occasional larger demands (schools, employment centers, transfer
stations). Smaller low speed electric vehicles may be used on smaller streets and more
acceptable neighborhoods.
The strategic objective of this initiative is to identify and implement a sustainable micro -transit
system that moves people to and from their destination. Another strategic objective is that over
time this program will transition to being fully supported by the business community in Hollywood,
Hollywood Beach, and the surrounding area.
1.2. Background
Currently the City plans to operate a Community Shuttle System with three fixed routes
(Northwest Loop - City Hall to N. Beach Park, A1A Loop - N. Beach Park to E Hallandale Blvd.
and a Southeast Loop - City Hall to Pembroke Rd.) The fixed route system is expected to be
operational by mid-2023 and will provide public transportation service to improve mobility, and
ease parking demand and traffic congestion. This service is funded by Broward County Transit.
In addition, there are Broward County buses, routes #1, 4, 7, 9 and US1 Breeze, providing
services on a daily basis.
1.3. Contact Information
Simone Knight
Senior Purchasing Agent
Email: sknight@hollywoodfl.org
Phone: (954) 921-3200
79
4
Department:
Development Services (Engineering, Building, Code Compliance, Community Development and
Planning)
1.4. Timeline
Release Project Date February 1, 2023
Pre-Proposal Meeting (Non-
Mandatory)
February 9, 2023, 10:00am
Join from the meeting link
https://cohfl.webex.com/cohfl/j.phpMTID=m6cb
a791171165ad4ecd518f286c6c012
OR
Join by meeting number
Meeting number (access code): 2633 159 9680
Meeting password: 9PEjbnnYC32
OR
Join from a mobile device (attendees only)
+1-408-418-9388
Meeting number (access code) 2633 159 9680
Question Submission Deadline February 22, 2023, 5:00pm
Proposal Submission Deadline March 9, 2023, 3:00pm
80
5
2. INTRODUCTION
2.1. Purpose
The City of Hollywood, Florida (City) is seeking responses from qualified and experienced firms,
hereinafter referred to as the Contractor or Proposer, to provide Micro -transit rider services for
the City, in accordance with the terms, conditions, and specifications contained in this solicitation.
Responses to this solicitation are due by Thursday, March 9, 2023 at 3:00 pm, and will be opened
in a virtual public setting on March 1, 2023 at 4:00PM (EST) at
https://cohfl.webex.com/cohfl/j.php?MTID=m2fa08f6728891bc5bc2d389b3a3e4290 .
Submittals shall be received electronically through OpenGov Procurement. Hard copy submittals
will not be accepted.
Submittals shall be considered an offer on the part of the bidder/proposer, which offer shall be
deemed accepted upon approval of the City, and in case of default, the City reserves the right to
accept or reject any or all bids/proposals, to waive irregularities and technicalities, and request
new bids/proposals. The City also reserves the right to award any resulting agreement as it deems
will best serve the interests of the city.
2.2. Pre-Proposal Conference and/or Site Visit (Non-Mandatory)
There will be a non-mandatory pre-proposal conference and/or site visit scheduled for this
solicitation. Attendance is required if the event is mandatory, and in the event that it is non-
mandatory, it is strongly suggested that all Contractors attend the pre-proposal conference and/or
site visit to receive information that may be critical to their understanding of this solicitation.
Please keep in mind that site visits at other times might not be available. It is the sole responsibility
of the Contractor to become familiar with the scope of the City’s requirements prior to submitting
a proposal. No variation in price or conditions shall be permitted based upon a claim of ignorance.
Submission of a proposal will be considered evidence that the Proposer has familiarized
themselves with the nature and extent of the work, equipment, materials, and labor required.
2.3. OpenGov
The City of Hollywood uses Opengov, the e-Procurement Portal (“Portal”)
(https://procurement.opengov.com/portal/hollywoodfl/projects/36720) to administer the
competitive solicitation process, including but not limited to soliciting proposals, issuing addenda,
posting results and issuing notification of an intended decision.
The City shall not be responsible for a Proposer’s inability to submit a proposal by the proposal
end date and time for any reason, including issues arising from the use of OpenGov.
2.4. Point of Contact
For information concerning procedures for responding to this solicitation, contact the Point of
Contact within the Office of Procurement Services, Simone Knight, Senior Purchasing Agent at
sknight@hollywoodfl.org or by phone at (954) 921-3200, or Steve Stewart, Chief Procurement
Officer (CPO), at sstewart@hollywoodfl.org or by phone at (954) 921-3232. Such contact is to be
for clarification purposes only. All questions must be submitted in writing via the Portal by
Wednesday, February 22, 2023, by 5:00 pm, in order to receive a timely response.
81
6
Project Manager: Solange Baquero, Administrative Specialist II, at dbaquero-
meza@hollywoodfl.org or by phones at (954) 921-3900 Ext: 6641.
For information concerning technical specifications, please utilize the question and answer feature
provided by the Portal at https://procurement.opengov.com/portal/hollywoodfl. Questions of a
material nature must be received prior to the cut-off date specified in the solicitation schedule.
Material changes, if any, to the scope of services or bidding procedures will only be transmitted
by written addendum. (See addendum section of the the Project Page).
Proposers please note: No part of your proposal can be submitted via FAX. No variation in price
or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will
be considered evidence that the Proposer has familiarized themselves with the nature and extent
of the work, and the equipment, materials, and labor required. The entire proposal response must
be submitted in accordance with all specifications contained in this solicitation. The questions and
answers submitted in the Portal shall become part of any contract that is c reated from this
solicitation.
It is the sole responsibility of the Proposer to ensure that their proposal is submitted electronically
through the Portal.
2.5. Cone of Silence
The City of Hollywood City Commission adopted Ordinance No. O-2007-05, which created
Section 30.15(F) imposing a Cone of Silence for certain City purchases of goods and Services.
The Cone of Silence refers to limits on communications held between vendors and vendor’s
representatives and City elected officials, management and staff during the period in which a
Formal Solicitation is open.
The Ordinance does allow potential vendors or vendor’s representatives to communicate with
designated employees for the limited purpose of seeking clarification or additional information.
The names and contact information of those employees that may be contacted for clarification or
additional information are included in the solicitation.
The Cone of Silence does not prohibit a vendor or vendor’s representative from communicating
verbally, or in writing with the City Manager, the City Manager’s designee, the City Attorney or the
City Attorney’s designee on those procurement items to be considered by the City Commission.
The Cone of Silence does not prohibit a vendor or vendor’s representative from making public
presentations at a duly noticed pre-proposal conference or duly noticed evaluation committee
meeting or from communicating with the City Commission during a duly noticed public meeting.
The Cone of Silence shall be imposed when a formal competitive solicitation has been issued and
shall remain in effect until an award is made, a contract is approved, or the City Commission takes
any other action which ends the solicitation.
To view the Cone of Silence, go to the City of Hollywood Code of Ordinance online, and view
Section 30.15F.
All communications regarding this solicitation should be sent in writing to the Procurement
Services Division as identified in this solicitation.
82
7
3. SPECIAL TERMS AND CONDITIONS
3.1. Addenda, Changes, and Interpretations
It is the sole responsibility of each firm to notify the Point of Contact utilizing the question and
answer feature provided by the Portal and request modification or clarification of any ambiguity,
conflict, discrepancy, omission or other error discovered in this competitive solicitation. Requests
for clarification, modification, interpretation, or changes must be received prior to the Question
and Answer (Q & A) Deadline. Requests received after this date may not be addressed. Questions
and requests for information that would not materially affect the scope of services to be performed
or the solicitation process will be answered within the question and answer feature provided by
the Portal and shall be for clarification purposes only. Material changes, if any, to the scope of
services or the solicitation process will only be transmitted by an official written addendum issued
by the City and uploaded to the Portal as a separate addendum to the solicitation. Under no
circumstances shall an oral explanation given by any City official, officer, staff, or agent be binding
upon the City and should be disregarded. All addenda are a part of the competitive solicitation
documents and each firm will be bound by such addenda. It is the responsibility of each to read
and comprehend all addenda issued.
3.2. Changes and Alterations
Proposer may change or withdraw a proposal at any time prior to proposal submission deadline;
however, no oral modifications will be allowed. Modifications shall not be allowed following the
proposal deadline.
3.3. Proposer’s Costs
The City shall not be liable for any costs incurred by Proposers in responding to this solicitation.
3.4. Pricing/Delivery
All pricing must include delivery and installation and be quoted FOB: Destination, unless specified
otherwise in #SCOPE OF SERVICE section .
3.5. Price Validity
Prices provided in this solicitation shall be valid for at least One-Hundred and Twenty (120) days
from time of solicitation opening unless otherwise extended and agreed upon by the City and
Proposer.
3.6. No Exclusive Contract
Proposer agrees and understands that the contract shall not be construed as an exclusive
arrangement and further agrees that the City may, at any time, secure similar or identical services
from another vendor at the City’s sole option.
3.7. Responsive
In order to be considered responsive to the solicitation, the firm’s proposal shall fully conform in
all material respects to the solicitation and all of its requirements, including all form and substance.
83
8
3.8. Responsible
In order to be considered as a responsible firm, firm shall be fully capable to meet all of the
requirements of the solicitation and subsequent contract, must possess the full capability,
including financial and technical, to perform as contractually required, and must be able to fully
document the ability to provide good faith performance.
3.9. Minimum Qualifications
To be eligible for award of a contract in response to this solicitation, the Proposer must
demonstrate that they have successfully completed services, as specified in the #SCOPE OF
SERVICE section of this solicitation, are normally and routinely engaged in performing such
services, and are properly and legally licensed (if required) to perform such work. In addition, the
Proposer must have no conflict of interest with regard to any other work performed by the
Proposer for the City.
3.10. Award of Contract
Award may be in the aggregate, or by line Item, or by group, whichever is determined to be in the
best interest of the City. Award will be made to the responsive and responsible Proposer, quoting
the lowest price, for that product/service that will best serve the needs of the City.
The City also reserves the right to accept or reject any or all proposals, part of proposals, and to
waive minor irregularities or variations to specifications contained in proposals, and minor
irregularities in the bidding process. The City also reserves the right to award the contract on a
split order basis, lump sum basis, individual item basis, or such combination as shall best serve
the interest of the City.
3.11. Manufacturer/Brand/Model Specific Request
This is a manufacturer/brand/model specification. No substitutions will be allowed unless specified
in the #SCOPE OF SERVICE section.
3.12. Contract Period
The initial contract term shall commence upon date of award by the City for a one (1) year term.
The City reserves the right to renew the contract for three additional one-year terms, providing
all terms, conditions and specifications remain the same, both parties agree to the extension, and
such extension is approved by the City.
In the event services are scheduled to end because of the expiration of this contract, the
Contractor shall continue the service upon the request of the City as authorized by the awarding
authority. The extension period shall not extend for more than 120 days beyond the expiration
date of the existing contract. The Contractor shall be compensated for the service at the rate in
effect when this extension clause is invoked by the City.
3.13. Warranties of Usage
Any estimated quantities listed are for information and tabulation purposes only. No warranty or
guarantee of quantities needed is given or implied. It is understood that the Contractor will furnish
the City's needs as they arise.
84
9
3.14. Rules and Submittals of Proposals
The signer of the proposal must declare that the only person(s), company or parties interested in
the proposal as principals are named therein; that the proposal is made without collusion with any
other person(s), company or parties submitting a proposal; that it is in all respects fair and in good
faith, without collusion or fraud; and that the signer of the proposal has full authority to bind the
principal proposer.
3.15. Conflict of Interests Prohibited
Any respondent submitting a response to this solicitation is responsible for being aware of, and
complying with Section 34.02 of the City Code of Ordinances. If you have questions concerning
whether you may or may not need to comply with the ordinance, please contact the City of
Hollywood, City Clerk’s Office at 954-921-3211.
3.16. Protest Procedure
Any respondent who is not recommended for award of a contract and who alleges a failure by the
City to follow the City’s Procurement Code or any applicable law may protest to the CPO, by
delivering a letter of protest to the CPO in accordance with Section 38.52 of the City’s
Procurement Code within five days after a notice of intent to award is posted on the City’s web
site, BIDSYNC, City Clerk’s Office, Open Government, and/or City’s Sunshine Board
(https://www.hollywoodfl.org/Archive.aspx?AMID=140).
3.17. Insurance Requirements
Contractor shall maintain, at its sole expense, during the term of this agreement the following
insurances:
A. Commercial General Liability Insurance naming the City as an additional insured with not
less than the following limits:
General Aggregate $1,000,000
Products-Comp/Op Aggregate $1,000,000
Personal and Advertising Injury $1,000,000
Each Occurrence $1,000,000
Coverage shall include contractual liability assumed under this agreement, products and
completed operations, personal injury, broad form property damage, and premises-
operations.
B. Commercial Automobile Liability Insurance naming the City as an additional insured with
not less than the following limits:
Combined Single Limit $1,000,000
Coverage shall include contractual liability assumed under this agreement, owned, hired
and non-owned vehicles.
Worker’s Compensation:
85
10
C. Worker’s Compensation Insurance Prior to the commencement of work governed by this
contract, the contractor shall obtain Workers' Compensation Insurance with limits
sufficient to respond to the applicable State statues.
Limits of Liability: Statutory-State of Florida
Covering the contractor and the contractor’s employees with not less than the following limits:
Employers Liability:
$100,000, bodily injury by accident
$500,000 bodily injury by Employee
$500,000 bodily injury by Policy Limit
The City of Hollywood needs to be the certificate holder as per the following format:
City of Hollywood (nothing else on this line)
Name of Department
Department Address
Department Address
Coverage shall be provided by a company or companies authorized to transact business
in the state of Florida and the company or companies must maintain a minimum rating of
A-VII, as assigned by the A.M. Best Company.
Please Note: The Certificate shall contain a provision that coverage afforded under the policy will
not be cancelled until at least thirty (30) days prior written notice has been given to the City.
Certificates of insurance, reflecting evidence of the required insurance, shall be provided to the
City. In the event the Certificate of Insurance provided indicates that the insurance shall terminate
and lapse during the period of this Agreement, the vendor shall furnish, at least thirty (30) days
prior to the expiration of the date of such insurance, a renewed Certificate of Insurance as proof
that equal and like coverage for the balance of the period of the Agreement or extension
thereunder is in effect.
The insurance policy shall not contain any exceptions that would exclude coverage for risks that
can be directly or reasonably related to the scope of goods or services in this bid/proposal. A
violation of this requirement at any time during the term, or any extension thereof shall be
grounds for the immediate termination of any contract entered in to pursuant to this
bid/proposal. In order to show that this requirement has been met, along with an insurance
declaration sheet demonstrating the existence of a valid policy of insurance meeting the
requirements of this bid/proposal, the successful proposer must submit a signed
statement from insurance agency of record that the full policy contains no such exception.
The City reserves the right to require additional insurance in order to meet the full value of
the contract.
The City reserves the right to require any other insurance coverage it deems necessary
depending upon the exposures.
86
11
3.18. Uncontrollable Circumstances (Force Majeure)
The City and Contractor will be excused from the performance of their respective obligations
under this agreement when and to the extent that their performance is delayed or prevented by
any circumstances beyond their control including, fire, flood, explosion, strikes or other labor
disputes, acts of God or public emergency, war, riot, civil commotion, malicious damage, act or
omission of any governmental authority, delay or failure or shortage of any type of transportation,
equipment, or service from a public utility needed for their performance, provided that:
A. The non performing party gives the other party prompt written notice describing the
particulars of the Force Majeure including, but not limited to, the nature of the
occurrence and its expected duration, and continues to furnish timely reports with
respect thereto during the period of the Force Majeure;
B. The excuse of performance is of no greater scope and of no longer duration than is
required by the Force Majeure; and
C. No obligations of either party that arose before the Force Majeure causing the excuse of
performance are excused as a result of the Force Majeure; and
D. The non-performing party uses its best efforts to remedy its inability to perform.
Notwithstanding the above, performance shall not be excused under this Section for a
period in excess of two (2) months, provided that in extenuating circumstances, the City
may excuse performance for a longer term. Economic hardship of the Contractor will not
constitute Force Majeure. The term of the agreement shall be extended by a period
equal to that during which either party's performance is suspended under this Section.
3.19. Supplier Portal (Oracle) Payment Method
The City has implemented software that contains a supplier portal allowing suppliers to submit
and update their information via the supplier portal. New suppliers will be required to register; and
current suppliers will need to confirm and update their information.
Firms are responsible for ensuring that all contact, payment, and general information is updated
at all times, and will not hold the City liable for any inaccurate information.
3.20. Debarred or Suspended Bidders or Proposers
Firm(s) certifies, by submission of a response to this solicitation, that neither it nor its principals
and subcontractors are presently debarred or suspended by any federal, state, county or
municipal department or agency.
3.21. Public Records/Trade Secrets/Copyright
All responses will become the property of the City. The Consultant’s response to the
solicitation is a public record pursuant to Florida law and is subject to disclosure by the
City pursuant to Chapter 119.07, Florida Statutes (“Public Records law”). The City shall
permit public access to all documents, papers, letters or other material submitted in
connection with this solicitation and the Contract to be executed for this solicitation,
subject to the provisions of Chapter 119, Florida Statutes.
87
12
Any language contained in the Consultant’s response to the solicitation purporting to require
confidentiality of any portion of the Consultant’s response to the solicitation, except to the extent
that certain information is in the City’s opinion a Trade Secret pursuant to Florida law, shall be
void. If a Consultant submits any documents or other information to the City that the Consultant
claims is Trade Secret information and exempt from Florida Statutes Chapter 119.07 (“Public
Records Laws”), the Consultant shall clearly designate that it is a Trade Secret and that it is
asserting that the document or information is exempt. The Consultant must specifically identify
the exemption being claimed under Florida Statutes 119.07. The City shall be the final arbiter of
whether any information contained in the Consultant’s response to the solicitation constitutes a
Trade Secret. The City’s determination of whether an exemption applies shall be final, and the
Consultant agrees to defend, indemnify, and hold harmless the City and the City’s officers,
employees, and agent, against any loss or damages incurred by any person or entity as a result
of the City’s treatment of records as public records. In the event of Contract award, all
documentation produced as part of the Contract shall become the exclusive property of the City.
Proposals purporting to be subject to copyright protection in full or in part will be rejected.
EXCEPT FOR CLEARLY MARKED PORTIONS THAT ARE BONA FIDE TRADE SECRETS
PURSUANT TO FLORIDA LAW, DO NOT MARK YOUR RESPONSE TO THE SOLICITATION
AS PROPRIETARY OR CONFIDENTIAL. DO NOT MARK YOUR RESPONSE TO THE
SOLICITATION OR ANY PART THEREOF AS COPYRIGHTED.
3.22. PUBLIC RECORDS GENERAL
Consultant shall:
A. Keep and maintain public records that ordinarily and necessarily would be required by
the City in order to perform the service.
B. 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.
C. 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 this contract if the Consultant
does not transfer the records to the City.
D. Upon completion of the Contract, transfer, at no cost, to the City all public records in
possession of the Consultant or keep and maintain public records required by the City to
perform the service. If the Consultant transfers all public records to the City upon
completion of this Contract, the Consultant shall destroy any duplicate public records
that are exempt or confidential and exempt from public records disclosure requirements.
If the Consultant keeps and maintains public records upon completion of this Contract,
88
13
the Consultant 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. It is solely and exclusively the Contractor’s responsibility
to familiarize itself with Chapter 119, Florida Statutes, and to ensure compliance with its
requirements.
3.23. Tie Breaker
In cases where there is a tie for the bid award, the award shall be made by giving preference to
the low bidder(s) with the following items (in this order):
• (1) maintenance of a drug-free workplace in accordance with the requirements of Florida
Statutes Section 287.087,
• (2) local Hollywood vendor preference,
• (3) closest proximity/location to project site or City Hall, and/or
• (4) minority-owned or disadvantaged business status.
If a tie still exists after the aforementioned tiebreakers are utilized, the Chief Procurement Officer
will make a recommendation for award among the tied bidders.
89
14
4. SCOPE OF SERVICE
4.1. Project Description
The successful Vendor/Contractor will provide a year-round micro-transit program that provides
connectivity to the Community Shuttle Program (CSP), this includes areas along the US 1/Federal
Highway Corridor, Historic Downtown, and Hollywood Beach areas. In addition, the service will
provide connectivity to various points of interest and Transportation hubs in areas west of the City
designated as micro-transit zones. The service must be reliable, predictable and easy to access.
Program may include supplementary service during special events requiring vehicles, personnel
and resources. Circulator services may also expand to other areas of the City to support mobility
options and reduction of traffic congestion as determined by the City and City Redevelopment
Agency (CRA).
The applicant should provide as part of their proposal a tentative schedule of service based on
their experience in similar markets and assessment of demand in the area. This schedule is
subject to change and be modified depending on the needs and conditions determined by the
City/CRA.
4.2. Technical Specifications
The use of environmentally friendly vehicles is preferred and must meet required ADA
accessibility standards. The Contractor will provide the necessary vehicles, staff, and resources
to service the estimated schedule in Exhibit A - CSP Routes and Schedules throughout the term
of the contract. There is no need to have vehicles equipped with GPS units although it is preferred.
The Contractor shall provide professional, experienced, well-groomed hospitality-oriented
personnel and resources to communicate engagingly with riders while answering their questions.
Personnel must hold the required, up-to-date applicable licenses, if required, have a clean driving
record and be comfortable speaking knowledgably about the City/CRA as a visitor destination.
The ability to converse in English is required. Bilingual drivers and other languages (French and
Spanish) is desirable, but not required. All drivers must participate in a Florida Department of
Transportation (FDOT) approved drug testing program. The City/CRA reserves the right to require
the immediate dismissal of any personnel who fail to meet the standard outlined above. Relief
personnel shall be readily available and provided by the Vendor throughout the term of the
contract.
The Contractor will ensure that all personnel assigned to this program wear professional,
standardized, uniforms that are clean and well-pressed at all times.
The Contractor will be responsible for appropriate storage, maintenance, and operational safety
of all vehicles provided for this effort.
The Contractor will be responsible for replacing vehicles that break down or have mechanic
problems at no extra cost to the City/ CRA. The replacement should be addressed during shift
when possible but no longer than 12-24 hours from the time of the event. In the event a vehicle
needs to be replaced, such replacement vehicle shall match wrapping and conditions of the
vehicle that needs repairs.
90
15
Applicants are encouraged to provide risk mitigation plans below for different time frames for
vehicles to be out of service (i.e., one day, one week, one month)
The Contractor will a provide a secure website and cell phone application that allows users to
quickly locate and secure a ride. The application should be downloadable from the Apple Store
or Play Store. The website and cell phone application should also have the ability to charge a fee
for service via secure encrypted credit card payments.
4.3. Contractor Qualifications
The Contractor shall submit a listing of work experience for projects similar in scope and nature
to the work described in the Scope of Work. A minimum of five (5) years' experience and at least
two (2) projects (preferably with a government entity) shall be submitted and include a description
of the work, project value, value of the work performed by the Contractor, and work duration.
The Contractor shall provide the requirements/certifications/training requirements for their drivers.
NOTE: The minimum requirement by the City is that all drivers must be enrol led in an approved
FDOT drug testing program and have passed a drug screening test, have the required FL driver
license, and a favorable background investigation.
4.4. Deliverables and Objectives
The following deliverables are required:
A. Auditing tools to track vehicle usage and gross/net revenues from passenger fees and
advertising. Generation of monthly reports that provide ridership totals, service heat maps with
micro-transit zone usage, demand and capability analytics. In addition, reports shall contain driver
performance metrics such as riders per hour, wait times, and the number of missed pick-ups.
B. Reliable Transit Program. Documented daily vehicle safety inspections prior to start of day,
and a documented preventive maintenance program. Reporting frequency will be determined
between the City/CRA and the Contractor's ridership totals.
C. Risk Mitigation Plan. A written plan that addresses risks associated with the operation of the
micro transit program and mitigation strategies that will be used by the Contractor to minimize
risk.
D. Maintenance/Recovery Plan. The Contractor shall provide their maintenance plan and
recovery plan to keep the vehicles in circulation at all times with no interruptions.
4.5. Project Area
There are three (3) Micro-Transit Zones (MTZ). Each MTZ will be finalized following award and
may be modified based on ridership and need. Each MTZ is described in the attached Exhibit B -
MTZ Zones.
4.6. Schedule of Performance
The applicant will provide a tentative schedule of service based on their experience in similar
markets. This schedule is subject to change and be modified depending on the needs and
conditions determined by the City/CRA and provider. Offerors are encouraged to provide service
connecting downtown and the beach and must provide adequate description on how the service
will do this and overcome challenges.
91
16
4.7. Advertising and Revenue Sharing
ADVERTISEMENT SALES SERVICES.
(a) The Contractor will sell space upon its vehicles for the display of commercial advertising. The
purpose is to raise revenues to partially finance the operation of the micro-transit services.
(b) The Contractor will pay to the City 50% of the Net Advertising Revenue received by the
Contractor in connection with all (i) exterior advertising sales; (ii) interior video advertising sales;
(iii) event marketing campaign sales; and (iv) marketing efforts for advertising sales (collectively,
the “Advertisement Sales Services” and the advertisements so sold, the “Advertisements”). Net
Advertising Revenue means the gross advertising revenue received less all-other costs and
expenses, including but not limited to advertisement design and production costs, incurred by the
Company in connection with providing the Advertisement Sales Services.
(c) The Contractor shall determine the methods, details, and means for performing the
Advertisement Sales Services. The Contractor will not accept advertising content that includes or
is related to the below (1-7) without the prior written approval from the City.
1. Discriminates against a person or section of the community on account of race, sex, age, sexual
preference, religion, disability, sexual orientation or political belief.
2. Contains strong or obscene language.
3. Promotes or opposes tobacco or alcohol products and controlled substances.
4. Contains sexual or reproductive material,
5. Promotes or opposes “adult entertainment” strip clubs and/or the sale of pornographic
materials.
6. Promotes the sale or distribution of firearms.
7. Contravenes any applicable law.
(d) The Contractor shall invoice each such advertiser for amounts owed for Advertisement Sales
Services. The Contractor shall provide a service credit in the amount of 50% of the Net Advertising
Revenue to the City on the following month’s submitted invoice after receipt by the Contractor of
the amounts due from each advertiser. The Contractor must submit proof of invoices for amounts
owed to Contractor for Advertisement Sales Services, during each advertisement period, whether
or not invoiced funds are actually received by the Contractor.
Example:
For illustration purposes, the Contractor submits an invoice to a Media Buyer in the amount due
of $25,000.00 for Advertisement Sales Service on January 2023 and the funds were r eceived
from that Media Buyer during the month of March 2023. The Contractor will provide a service
credit to the City in the amount of $12,500.00 on the April 2023 invoice.
92
17
5. EVALUATION CRITERIA
A Selection Committee will review and evaluate submittals to determine if they meet all of the
requirements in this solicitation to be deemed responsive and responsible.
The following evaluation criteria will be used to evaluate and score each submittal:
No. Evaluation Criteria Scoring Method Weight (Points)
1. Approach and Methodology
The Contractor shall explain in detail how
their company can meet the requirements of
the work outlined in the SOW, provide a
timeline/plan-of-action detailing each phase
for this effort, provide an organization chart
detailing the labor for this effort, provide the
recruiting effort for maintaining qualified
drivers, and detail the numbers and types of
vehicles provided and how they will include
additional vehicles if the City expands the
routes.
Points Based 15
(14.3% of Total)
2. Environmental Benefits
The Contractor shall provide details and
quantify any environmental benefits or
sustainability initiatives that they will use for
this effort.
Points Based 10
(9.5% of Total)
3. Contractor Capabilities
The Contractor shall provide overall
organizational and financial capabilities and
other key components to include
organizational reporting structure, quality
control, quality assurance, research and
development, technical training and parts
support, response time, product capabilities,
and the ability to furnish multiple vehicle
configurations. The Contractor shall provide
a general description of the company,
including annual revenue, facilities location,
number of permanent and part-time
employees, and current and project
workload. This description is intended to
provide information to the City of Hollywood
to evaluate the capability and capacity of the
Contractor to perform the work. The City of
Hollywood may conduct a site-visit of the
Contractor's facility during the evaluation
process.
Points Based 10
(9.5% of Total)
93
18
4. Driver's Qualifications
The Contractor shall provide the
requirements/certifications/training
requirements for their drivers. NOTE:
minimum requirement by the City is that all
drivers must be enrolled in an FDOT
approved drug testing program, pass a drug
screening test, have the appropriate FL
driver's license, and have a favorable
background investigation.
Points Based 10
(9.5% of Total)
5. Firm's Qualifications and Experience
The Contractor shall submit a listing of work
experience for projects similar in scope and
nature to the work described in the Scope of
Work. A minimum of five years (5)
experience and two (2) projects (preferably
with a government entity) shall be submitted
and include a description of the work, project
value, value of the work performed by the
Contractor, and work duration and dates.
The Contractor must submit at least three (3)
references for projects of similar size, scope,
and complexity. The references will be
reviewed and scored as to whether services
performed were satisfactory and meet the
aforementioned criteria.
Points Based 10
(9.5% of Total)
6. ADA Compliance
The Contractor shall provide details on how
their proposed vehicles meet ADA
accessibility requirements.
Points Based 5
(4.8% of Total)
7. Maintenance/Recovery Plan
The Contractor shall provide their
maintenance plan and recovery plan to keep
the vehicles in circulation at all times with no
interruptions.
The Contractor must also provide a
response to this scenario: A vehicle breaks
down in the middle of the afternoon
(weekday) and the current outside
temperature is 95 degrees Fahrenheit. The
vehicle has a mixture of passengers: elderly,
middle aged, children, and infants. Explain
the Contractor's course of action that would
be taken.
Points Based 10
(9.5% of Total)
94
19
8. Risk Mitigation Plan
The contractor must provide a risk mitigation
plan on potential risks that may occur with
this service and the steps they will take to
mitigate/reduce the risk level.
Points Based 10
(9.5% of Total)
9. Local Vendor Preference
If applicable, the local Hollywood
Vendor/Contractor shall have the burden of
demonstrating that it maintains a permanent
place of business with full-time employees
within the City limits and has done so for a
minimum of one year prior to the date of
issuance of a bid or proposal solicitation
within Hollywood, Florida. All supporting
documentation (e.g., City valid local
business tax receipt) for local preference
eligibility must be received with the bid
package prior to the bid opening date and
time.
Points Based 5
(4.8% of Total)
10. Pricing
The Contractor must provide a Fixed Pricing
Rate for this Service to include all direct and
indirect costs in fixed monthly rates for this
effort. The price for each offeror will be
compared against the values assigned the
various elements of the technical proposal.
The objective of this process is to obtain the
best available combination of technical
capability and price.
Points Based 20
(19% of Total)
95
20
6. EVALUATION COMMITTEE
Each Selection Committee member will convert their maximum available point score (cardinal
number) for each Submitter into an ordinal number designating the ranking (as first, second, or
third. For example:
The ordinal scores from each Selection Committee member for each Submitter shall be added
together to calculate a total ordinal score. The Submitter with the lowest ordinal score will be
ranked highest for award preference. The Submitter with the second lowest total ordinal score will
be ranked second highest for award preference, and so on, until all Submitters are ranked.
During the evaluation process, the Selection Committee may, at its discretion, request oral
presentations from banks to clarify information or answer questions on submittals.
A public Selection Committee meeting to complete this evaluation is anticipated to take place in
March 2023 followed by City Commission approval of an award tentatively scheduled for May
2023. Selection Committee meeting notices shall be posted on the City’s Sunshine Board
(https://www.hollywoodfl.org/Archive.aspx?AMID=140).
96
21
7. GENERAL TERMS AND CONDITIONS
7.1. INTENT
It is the policy of the City to encourage full and open competition among all available qualified
vendors. All vendors regularly engaged in the type of Work specified in the Solicitation are
encouraged to submit proposals. To receive notification and to be eligible to bid vendor should be
registered with OpenGov. Vendors may register with the OpenGov (registration is free) to be
included on a mailing list for selected categories of goods and Services. In order to be processed
for payment, any awarded vendor must register with the City by completing and returning a
Vendor Application and all supporting documents. For information and to apply as a vendor,
please visit our website at hollywoodfl.org to download an application and submit it to
Procurement Services Division.
It is the intent of the City of Hollywood, FL (“the City”), through this solicitation and the contract
conditions contained herein, to establish to the greatest possible extent complete clarity regarding
the requirements of both parties to the agreement resulting from this solicitation.
Before submitting a bid/proposal, the Vendor shall be thoroughly familiarized with all contract
conditions referred to in this document and any addenda issued before the bid/proposal
submission date. Such addenda shall form a part of the SOLICITATION and shall be made a part
of the contract. It shall be the Vendor's responsibility to ascertain that the bid/proposal includes
all addenda issued prior to the bid/proposal submission date. Addenda will be posted on the City's
Procurement Portal along with the SOLICITATION.
The terms of the SOLICITATION and the selected Vendor’s bid/proposal and any additional
documentation (e.g. questions and answers) provided by the Vendor during the solicitation
process will be integrated into the final contract for services entered into between the City and the
selected Vendor. The Vendor shall determine, by personal examination and by such other means
as may be preferred, the conditions and requirements under which the agreement must be
performed.
7.2. PROPOSER’S RESPONSIBILITIES
Proposers are required to submit their bids/proposals upon the following express conditions:
A. Proposers shall thoroughly examine the drawings, specifications, schedules, instructions
and all other contract documents.
B. Proposers shall make all investigations necessary to thoroughly inform themselves
regarding delivery of material, equipment or services as required by the SOLICITATION
conditions. No plea of ignorance, by the proposer, of conditions that exist or that may
hereafter exist as a result of failure or omission on the part of the proposer to make the
necessary examinations and investigations, or failure to fulfill in every detail the
requirements of the contract documents, will be accepted as a basis for varying the
requirements of the City or the compensation due the proposer.
97
22
C. Proposers are advised that all City contracts are subject to all legal requirements
provided for in the City of Hollywood Charter, Code of Ordinances and applicable County
Ordinances, State Statutes and Federal Statutes.
7.3. PREPARATION OF BIDS/PROPOSALS
Bids/proposals will be prepared in accordance with the following:
A. The City’s enclosed bid/proposal Forms, in their entirety, are to be used in submitting
your bid/proposal. NO OTHER FORM WILL BE ACCEPTED.
B. All information required by the bid/proposal form shall be furnished. The proposer shall
sign each continuation sheet (where indicated) on which an entry is made.
C. Prices shall be shown and where there is an error in the extension of prices, the unit
price shall govern.
The City of Hollywood is exempt from payment to its vendors of State of Florida sales tax and,
therefore, such taxes should not be figured into the SOLICITATION. However, this exemption
does not apply to suppliers to the City in their (supplier) purchases of goods or services, used in
work or goods supplied to the City. Proposers are responsible for any taxes, sales or otherwise,
levied on their purchases, subcontracts, employment, etc. An exemption certificate will be signed
where applicable, upon request. The City will pay no sales tax.
7.4. DESCRIPTION OF SUPPLIES
Any manufacturer's names, trade names, brand names, or catalog numbers used in these
applications are for the purpose of describing and establishing minimum requirements or level of
quality, standards of performance, and design required, and are in no way intended to prohibit
the bidding of other manufacturers' items of equal material, unless specifications state "NO
SUBSTITUTIONS."
Proposers must indicate any variances to the specifications, terms, and conditions, no matter how
slight. If variations are not stated in the bid/proposal, it shall be construed that the bid/proposal
fully complies with the Specifications, Terms and Conditions.
Proposers are required to state exactly what they intend to furnish; otherwise they sh all be
required to furnish the items as specified.
Proposers will submit, with their bid/proposal, necessary data (factory information sheets,
specifications, brochures, etc.) to evaluate and determine the quality of the item(s) they are
proposing.
The City shall be the sole judge of equality and its decision shall be final.
7.5. ADDENDA
The Procurement Services Division may issue an addendum in response to any inquiry received,
prior to bid/proposal opening, which changes, adds to or clarifies the terms, provisions or
requirements of the solicitation. The Proposer should not rely on any representation, statement
or explanation, whether written or verbal, other than those made in this solicitation document or
in any addenda issued. Where there appears to be a conflict between this solicitation and any
98
23
addendum, the last addendum issued shall prevail. It is the proposer’s responsibility to ensure
receipt of all addenda and any accompanying documents. Proposer(s) shall acknowledge receipt
of any formal Addenda by signing the addendum and including it with their bid/proposal. Failure
to include signed formal addenda in its bid/proposal shall cause the City to deem the bid/proposal
non-responsive provided, however, that the City may waive this requirement in its best interest.
7.6. REJECTION OF BIDS/PROPOSALS
The City may reject a bid/proposal if:
A. The Proposer fails to acknowledge receipt of an addendum, or if
B. The Proposer misstates or conceals any material fact in the bid/proposal, or if
C. The bid/proposal does not strictly conform to the law or requirements of the
SOLICITATION, or if
D. The City is under a pre-lawsuit claim or current litigation with the proposer.
The City may reject all bids/proposals whenever it is deemed in the best interest of the City to do
so, and may reject any part of a bid/proposal unless the bid/proposal has been qualified as
provided in herein.
7.7. WITHDRAWAL OF BIDS/PROPOSALS
A. May not be withdrawn and shall be deemed enforceable for a period of 180 days after
the time set for the SOLICITATION opening.
B. Bids/proposals may be withdrawn prior to the time set for the SOLICITATION opening
via the Portal.
C. The City will permanently retain as liquidated damages the bid deposit furnished by any
proposer who requests to withdraw a bid/proposal after the SOLICITATION opening.
7.8. BIDS/PROPOSALS TO REMAIN OPEN
All bids/proposals shall remain open for 180 calendar days after the day of the bid/proposal
opening, but the City may, at its sole discretion, release any bid/proposal and return the
bid/proposal Security prior to that date.
Extensions of time when bids/proposals shall remain open beyond the 180 day period may be
made only by mutual written agreement between the City, the successful Proposer and the surety,
if any, for the successful Proposer.
7.9. LATE BIDS/PROPOSALS OR MODIFICATIONS
Only bids/proposals received as of the opening date and time will be considered timely.
Bids/proposals and modifications received after the time set for the opening will be returned un-
opened to the sender and rejected as late.
7.10. CONFLICTS WITHIN THE SOLICITATION
Where there appears to be a conflict between the General Terms and Conditions, Special
Conditions, the Technical Specifications, the SOLICITATION Submittal Section, or any
99
24
addendum issued, the order of precedence shall be the last addendum issued, the
SOLICITATION Submittal Section, the Technical Specifications, the Special Conditions, and then
the General Terms and Conditions.
7.11. CLARIFICATION OR OBJECTION TO BID/PROPOSAL
SPECIFICATIONS
If any person contemplating submitting a bid/proposal for this contract is in doubt as to the true
meaning of the specifications or other SOLICITATION documents or any part thereof, they may
submit requests for clarification to the Procurement Services Division on or before the date
specified for a request for clarification. All such requests for clarification shall be made in writing
and the person submitting the request will be responsible for its prompt delivery. Any interpretation
of the SOLICITATION, if made, will be made only by Addendum duly issued. A copy of such
Addendum will be made available to each person receiving a Solicitation. The City will not be
responsible for any other explanation or interpretation of the SOLICITATION given prior to the
award of the contract. Any objection to the specifications and requirements as set forth in this
SOLICITATION must be filed in writing with the Chief Procurement Officer on or before the date
specified for a request for clarification.
7.12. COMPETENCY OF PROPOSERS
Pre-award inspection of the Proposer’s facility may be made prior to the award of a contract.
Bids/proposals will be considered only from firms which are regularly engaged in the business of
providing the goods and/or services as described in this SOLICITATION(s); have a record of
performance for a reasonable period of time; and have sufficient financial support, equipment and
organization to ensure that they can satisfactorily deliver the material and/or services if awarded
a Contract under the terms and conditions herein stated. The terms "equipment and organization"
as used herein shall be construed to mean a fully equipped and well established company in line
with the best business practices in the industry and as determined by the proper authorities of the
City.
The City may consider any evidence available to it of the financial, technical and other
qualifications and abilities of a proposer, including past performance (experience) in making the
award in the best interest of the City. In all cases the City of Hollywood shall have no liability to
any proposer for any costs or expense incurred in connection with this SOLICITATION or
otherwise.
7.13. QUALIFICATIONS OF PROPOSERS
No Bid/proposal will be accepted from, nor will any contract be awarded to any person who is in
arrears to the City upon any debt or contract, or who is a defaulter, as surety or otherwise, upon
any obligation to City, or who is deemed responsible or unreliable by the City.
As part of the bid/proposal evaluation process, City may conduct a background investigation
including a record check by the Hollywood Police Department. Proposer’s submission of a
bid/proposal constitutes acknowledgment of the process and consent to such investigation. City
shall be the sole judge in determining a Proposer’s qualifications.
100
25
7.14. CONSIDERATION OF BIDS/PROPOSALS
In cases where an item requested is identified by a manufacturer's name, trade name, catalog
number, or reference, it is understood that the Vendor proposes to furnish the item so identified
and does not propose to furnish an "equal" unless the proposed "equal" is pre-approved by the
City.
References to any of the above are intended to be descriptive but not restrictive and only indicate
articles that will be satisfactory. A bid/proposal of an "equal" will be considered, provided that the
Vendor states in his bid/proposal exactly what he proposes to furnish, including sample,
illustration, or other descriptive matter which will clearly indicate the character of the article
covered by such bid/proposal. The designated City representative hereby reserves the right to
approve as an “equal”, or to reject as not being an “equal”, any article proposed which contains
major or minor variations from specifications requirements.
7.15. AWARD OF CONTRACT
If the Contract is to be awarded, it will be awarded, after evaluation by the City, to the responsible
and responsive Proposer whom the City determines will be in the best interests of the City and
not necessarily to the lowest cost Proposer. Proposers may be invited to an oral interview before
the committee. A short list of finalists will be determined and presented to either the City Manager
or his/her designee or to the City Commission, in accordance with the applicable City of Hollywood
Code of Ordinances, and will make the final ranking for the purposes of negotiating a contract
with the top ranked firm. The successful Proposer shall be required to sign a negotiated contract;
the refusal or failure of a successful Proposer to execute a contract which contains the mandatory
material terms and conditions contained in the SOLICITATION, shall be grounds for deeming the
Proposer and/or the Proposer’s bid/proposal non-responsive.
If applicable, the Proposer to whom award is made shall execute a written contract prior to award
by the City Commission. If the Proposer to whom the first award is made fails to enter into a
contract as herein provided, the Contract may be let to the next highest ranked Proposer who is
responsible and responsive in the opinion of the City.
7.16. BASIS FOR AWARD, EVALUATION CRITERIA AND QUESTIONS
The qualification of bid/proposal responders on this project will be considered in making the
award. The City is not obligated to accept any bid/proposal if deemed not in the best interest of
the City to do so. The City shall make award to a qualified proposer based on fees submitted and
responses to this SOLICITATION.
Failure to include in the bid/proposal all information outlined herein may be cause for rejection of
the bid/proposal.
The City reserves the right to accept or reject any and all bids/proposals, in whole or in part, as
determined to be in the best interest of the City in its sole discretion.
The City reserves the right to waive any informalities or irregularities in bids/proposals.
The City reserves the right to negotiate separately the terms and conditions or all or any part of
the bids/proposals as deemed to be in the City’s best interest in its sole discretion.
101
26
Information and/or factors gathered during interviews, negotiations and any reference checks,
and any other information or factors deemed relevant by the City, shall be utilized in the final
award. The final award of a contract is subject to approval by the City Commission.
7.17. AGREEMENT
An agreement shall be sent to the awarded proposer to be signed, witnessed, and returned to the
City for execution. The City will provide a copy of the fully executed agreement to the awarded
proposer.
7.18. NOTICE TO PROCEED
A signed purchase order, blanket purchase order or fully executed agreement will be the
Proposer's authorization to proceed and may substitute for a "Notice to Proceed" form.
7.19. BID PROTESTS
The City shall provide notice of its intent to award or reject to all proposers by posting such notice
on the City’s website.
After a notice of intent to award a contract is posted, any actual or prospective proposer who is
aggrieved in connection with the pending award of the contract or any element of the process
leading to the award of the contract may protest to the Director of Procurement Services. A protest
must be filed within five business days after posting or any right to protest is forfeited. The protest
must be in writing, must identify the name and address of the protester, and must include a factual
summary of, and the basis for, the protest. Filing shall be considered complete when the protest,
including a deposit, is received by the Procurement Services Division. Failure to file a protest
within the time-frame specified herein shall constitute a full waiver of all rights to protest the City’s
decision regarding the award.
The written protest shall state in detail the specific facts and law or ordinance upon which the
protest of the proposed award is based, and shall include all pertinent documents.
A written protest may not challenge the relative weight of evaluation criteria or a formula for
assigning points.
Upon receipt of a formal written protest, the City shall stop award proceedings until resolution of
the protest; unless it has been determined that the award of the contract without delay is
necessary to protect substantial interests of the City.
Any and all costs incurred by a protesting party in connection with a bid protest shall be the sole
responsibility of the protesting party.
Upon receipt of a protest of the pending award of a contract, a copy of the protest shall promptly
be forwarded to the City Attorney. The City Attorney shall thereupon review the charge to
determine its sufficiency, including whether the protest was timely filed. If upon review the City
Attorney determines that the charge is insufficient, the City Attorney may issue a summary
dismissal of the protest. If upon review the City Attorney determines that the charge is sufficient,
a hearing of the protest committee shall be scheduled.
102
27
A protest committee shall have the authority to review, settle and resolve the protest. The
committee shall consist of three members appointed by the City Manager. The committee’s review
shall be informal.
If the protest committee determines that the pending award of a contract or any element of the
process leading to the award involved a significant violation of law or applicable rule or regulation,
all steps necessary and proper to correct the violation shall be taken. If the committee determines
that the protest is without merit,
The Director shall promptly issue a decision in writing stating the reason for the decision and
furnish a copy to the protester and any other interested party, and the process leading to the
award shall proceed.
7.20. PREPARATION OF BIDS/PROPOSALS
Bids/proposals shall be prepared in accordance with the bid/proposal response format.
Bids/proposals not complying with this format may be considered non-responsive and may be
removed from consideration on this basis.
Requirements for Signing Bid/Proposal:
A. Each proposer, by making a bid/proposal, represents that this document has been read
and is fully understood.
B. The bid/proposal must be signed in ink by an individual authorized to legally bind the
person, partnership, company, or corporation submitting the bid/proposal.
C. All manual signatures must have the name typed directly under the line of the signature.
D. The above requirements apply to all SOLICITATION addenda.
7.21. EXAMINATION OF BID/PROPOSAL DOCUMENTS
Before submitting a bid/proposal, each Proposer must: examine the bid/proposal Documents
thoroughly; consider federal, state and local laws, ordinances, rules and regulations that may in
any manner affect cost, progress, performance, or provision of the commodities and/or services;
study and carefully correlate Proposer’s observations with the bid/proposal Documents, and notify
the City’s agent of all conflicts, errors and discrepancies in the bid/proposal Documents.
The submission of a bid/proposal will constitute an incontrovertible representation by the
Proposer, that the Proposer has complied with every requirement of this SOLICITATION, that
without exception, the bid/proposal is premised upon performing the services and/or furnishing
the commodities and materials in accordance with such means, methods, techniques, sequences
or procedures as may be indicated in or required by the bid/proposal Documents, and that the
bid/proposal Documents are sufficient in scope and detail to indicate and convey understanding
of all terms and conditions of performance and furnishing of the goods and/or services.
7.22. PUBLIC RECORDS LAW
If applicable, for each public agency contract for services, the Proposer is required to comply with
F.S. 119.0701, which includes the following:
103
28
A. Keep and maintain public records that ordinarily and necessarily would be required by
the public agency in order to perform the service.
B. Provide the public with access to public records on the same terms and conditions that
the public agency would provide the records and at a cost that does not exceed the cost
provided in F.S. Chapter 119 or as otherwise provided by law.
C. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law.
D. Meet all requirements for retaining public records and transfer, at no cost, to the public
agency, all public records in possession of the proposer upon termination of the contract
and destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. All records stored electronically must be
provided to the public agency in a format that is compatible with the information
technology systems of the public agency.
Public records may be inspected and examined by anyone desiring to do so, at a reasonable
time, under reasonable conditions, and under supervision by the custodian of the public record.
Sealed Bids/proposals become subject to the public records disclosure requirements of F.S.
Chapter 119, notwithstanding a proposers' request to the contrary, at the time the City provides
notice of a decision or intended decision, or 30 days after the bid/proposal opening, whichever is
earlier.
Financial statements submitted in response to a request by the City may be confidential and
exempt from disclosure.
Data processing software obtained under a licensing agreement which prohibits its disclosure
may also exempt.
Proposers are hereby notified and agree that all information submitted as part of, or in support of
SOLICITATION submittals will be available for public inspection after opening of SOLICITATION
in compliance with Chapter 119 of the Florida Statutes. The proposer shall not, unless required
as part of this SOLICITATION, submit any information in response to this invitation which the
proposer considers to be a trade secret, proprietary or confidential. The submission, not required
as part of this this SOLICITATION, of any information to the City in connection with this invitation
shall be deemed conclusively to be a waiver of any trade secret or other protection, which would
otherwise be available to the proposer.
7.23. INFORMATION
For information concerning procedure for responding to this Solicitation (SOLICITATION), contact
the Point of Contact in the #INTRODUCTION section. Such contact shall be for clarification
purposes only. It is preferred that all other questions be submitted in writing via the Portal
at least 10 calendar days prior to the bid/proposal due/opening date.
104
29
7.24. BIDS/PROPOSALS
The bid/proposal must be signed by one duly authorized to do so and in cases where the
bid/proposal is signed by a deputy or subordinate, the principal’s proper written grant of authority
to such deputy or subordinate must accompany the bid/proposal.
Bids/proposals by corporations must be executed in the corporate name by the President or other
corporate officers accompanied by evidence of authority to sign. The corporate address and state
of incorporation must be shown below the signature.
Bids/proposals by partnerships must be executed in the partnership name and signed by a
general partner whose title must appear under the signature and the official address of the
partnership must be shown below the signature.
7.25. MODIFICATION AND WITHDRAWAL OF BIDS/PROPOSALS
Bids/proposals must be modified or withdrawn electronically via the Portal. A request for
withdrawal or a modification must be via the Portal by a person duly authorized to do so.
Withdrawal of a bid/proposal will not prejudice the rights of a Proposer to submit a new
bid/proposal prior to the bid/proposal date and time. Except where provided in the following
paragraph no bid/proposal may be withdrawn or modified after expiration of the period for
receiving bids/proposals.
If, within twenty-four (24) hours after bids/proposals are opened, any Proposer files a duly signed
written notice with the City and within five (5) calendar days thereafter demonstrates to the
reasonable satisfaction of the City by clear and convincing evidence that there was a material and
substantial mistake in the preparation of its bid/proposal, or that the mistake is clearly evident on
the face of the bid/proposal but the intended correct bid/proposal is not similarly evident, then the
Proposer may withdraw its bid/proposal and the bid/proposal Security will be returned.
7.26. REJECTION OF BIDS/PROPOSALS
To the extent permitted by applicable state and federal laws and regulations, the City reserves
the right to reject any and all bids/proposals, to waive any and all informalities, irregularities and
technicalities not involving price, time or changes in the commodities and/or services, and the
right to disregard all nonconforming, non-responsive, unbalanced or conditional bids/proposals.
Bids/proposals will be considered irregular and may be rejected if they show serious omissions,
alterations in form, additions not called for, conditions or unauthorized alterations or irregularities
of any kind.
The City also reserves the right to waive minor technical defects in a bid/proposal. The City
reserves the right to determine, in its sole discretion, whether any aspect of a bid/proposal
satisfies the criteria established in this Solicitation.
The City reserves the right to reject the bid/proposal of any Proposer if the City believes that it
would not be in the best interest of the City to make an award to that Proposer, whether because
the bid/proposal is not responsive or the Proposer is unqualified or of doubtful financial ability or
fails to meet any other pertinent standard or criterion established by City.
The foregoing reasons for rejection of bids/proposals are not intended to be exhaustive.
105
30
7.27. OPEN END CONTRACT
No guarantee is expressed or implied as to the total quantity of commodities/services to be
purchased under any open end contract. Estimated quantities will be used for bid/proposal
comparison purposes only. The City reserves the right to issue purchase orders as and when
required, or a blanket purchase order and release partial quantities as and when required or any
combination of the preceding.
ORDERING: The CITY reserves the right to purchase commodities/services specified herein
through Contracts established by other governmental agencies or through separate procurement
actions due to unique or special needs. If an urgent delivery is required within a period shorter
than the delivery time specified in the contract, and if the seller is unable to comply therewith, the
City reserves the right to obtain such delivery from others without penalty or prejudice to the City
or to the Proposer.
7.28. AUDIT RIGHTS
The City reserves the right to audit the records of the successful Proposer for the commodities
and/or services provided under the Contract at any time during the performance and term of the
Contract and for a period of three (3) years after completion and acceptance by the City. If
required by the City, the successful Proposer agrees to submit to an audit by an independent
certified public accountant selected by the City. The successful Proposer shall allow the City to
inspect, examine and review the records of the successful Proposer in relation to this contract at
any and all times during normal business hours during the term of the Contract.
7.29. LOCAL, STATE AND FEDERAL COMPLIANCE REQUIREMENTS
The Proposer shall comply with all local, state and federal directives, orders and laws as
applicable to this SOLICITATION and subsequent contract(s) including, but not limited to:
A. Equal Employment Opportunity (EEO), in compliance with Executive Order 11246 as
amended and applicable to this contract.
B. All manufactured items and fabricated assemblies shall comply with applicable
requirements of the Occupation Safety and Health Act of 1970 as amended, and be in
compliance with Chapter 442, Florida Statutes. Any toxic substance listed in Section
38F-41.03 of the Florida Administrative Code delivered as a result of this order must be
accompanied by a completed Material Safety Data Sheet (MSDS).
C. The Immigration and Nationality Act prohibits (i) the employment of an unauthorized
alien when the employer knows the individual is an unauthorized alien and (ii) the
employment of an individual without complying with the requirements of the federal
employment verification system. If a proposer commits either of these violations, such
violation shall be cause for unilateral cancellation of the contract.
D. This Section applies only to any contract for goods or services of $1 million or more: The
Proposer certifies that it is not on the Scrutinized Companies with Activities in Sudan List
or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List
and that it does not have business operations in Cuba or Syria as provided in section
106
31
287.135, Florida Statutes (2011), as may be amended or revised. The City may
terminate this Contract at the City’s option if the Proposer is found to have submitted a
false certification as provided under subsection (5) of section 287.135, Florida Statutes
(2011), as may be amended or revised, or been placed on the Scrutinized Companies
with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran
Petroleum Energy Sector List or has engaged in business operations in Cuba or Syria,
as defined in Section 287.135, Florida Statutes (2011), as may be amended or revised.
7.30. FRAUD AND MISREPRESENTATION
Any individual, corporation or other entity that attempts to meet its contractual obligations with the
City through fraud, misrepresentation or material misstatement, may be debarred from doing
business with the City. The City as further sanction may terminate or cancel any oth er contracts
with such individual, corporation or entity. Such individual or entity shall be responsible for all
direct or indirect costs associated with termination or cancellation, including attorney’s fees.
7.31. DEBARRED OR SUSPENDED BIDDERS OR PROPOSERS
The proposer certifies, by submission of a response to this solicitation, that neither it nor its
principals and subproposers are presently debarred or suspended by any Federal department or
agency.
7.32. COLLUSION
More than one bid/proposal received for the same work from an individual, firm, partnership,
corporation or association under the same or different names will not be considered. Reasonable
grounds for believing that any Proposer is interested in more than one bid/proposal for the same
work will cause the rejection of such bin which the Proposer is interested. If there are reasonable
grounds for believing that collusion exists among the Proposers, the bids/proposals of participants
in such collusion will not be considered.
7.33. COPELAND "ANTI-KICKBACK"
The Proposer and all subproposers will comply with the Copeland Anti-Kickback Act (18 U.S.C.
874) as supplemented in Department of Labor regulations (29 CFR Part 3).
7.34. FORCE MAJEURE
The Agreement which is awarded to the successful proposer may provide that the per formance
of any act by the City or Proposer hereunder may be delayed or suspended at any time while, but
only so long as, either party is hindered in or prevented from performance by acts of God, the
elements, war, rebellion, strikes, lockouts or any cause beyond the reasonable control of such
party, provided however, the City shall have the right to provide substitute service from third
parties or City forces and in such event the City shall withhold payment due the Proposer for such
period of time. If the condition of force majeure exceeds a period of 14 days the City may, at its
option and discretion, cancel or renegotiate this Agreement.
7.35. PUBLIC ENTITY CRIMES
A person or affiliate who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a proposal on a contract to provide any goods or services to a
107
32
public entity, may not submit a proposal on a contract with a public entity for the construction or
repair of a public building or public work, may not submit bids on leases of real property to a public
entity, may not be awarded or perform work as a proposer, supplier, subproposer, or consultant
under a contract with any public entity, and may not transact business with any public entity in
excess of the threshold amount provided in Florida Statutes, Section 287.017, for CATEGORY
TWO for a period of 36 months from the date of being placed on the convicted vendor list.
7.36. DRUG-FREE WORKPLACE PROGRAM
Preference shall be given to businesses with drug-free workplace programs. Whenever two or
more bids/proposals which are equal with respect to price, quality, and service are received by
the State or by any political subdivision for the procurement of commodities or contractual
services, a bid/proposal received from a business that certifies that it has implemented a drug-
free workplace program shall be given preference in the award process. Established procedures
for processing tie bids/proposals will be followed if none of the tied vendors have a drug-free
workplace program.
7.37. SOLICITATION, GIVING, AND ACCEPTANCE OF GIFTS POLICY
Proposer shall sign and submit the attached form indicating understanding and compliance with
the City's and State's policies prohibiting solicitation and acceptance of gifts by public officers,
employees and candidates. Failure to submit the signed form will result in your bid/proposal being
declared non-responsive; provided, however, that a responsible proposer whose bid/proposal
would be responsive but for the failure to submit the signed form in its bid/proposal may be given
the opportunity to submit the form to the City within five calendar days after notification by the
City, if this is determined to be in the best interest of the City.
7.38. CONFLICT OF INTEREST
The Proposer represents that:
No officer, director, employee, agent, or other consultant of the City or a member of the immediate
family or household of the aforesaid has directly or indirectly received or been promised any form
of benefit, payment or compensation, whether tangible or intangible, in connection with the grant
of this Agreement.
There are no undisclosed persons or entities interested with the Proposer in this Agreement. This
Agreement is entered into by the Proposer without any connection with any other entity or person
making a bid/proposal for the same purpose, and without collusion, fraud or conflict of interest.
No elected or appointed officer or official, director, employee, agent or other consultant of the
City, or of the State of Florida (including elected and appointed members of the legislative and
executive branches of government), or member of the immediate family or household of any of
the aforesaid:
A. Is interested on behalf of or through the Proposer directly or indirectly in any manner
whatsoever in the execution or the performance of this Agreement, or in the services,
supplies or work, to which this Agreement relates or in any portion of the revenues; or
B. Is an employee, agent, advisor, or consultant to the Proposer or to the best of the
Proposer’s knowledge, any subproposer or supplier to the Proposer.
108
33
Neither the Proposer nor any officer, director, employee, agent, parent, subsidiary, or affiliate of
the Proposer shall have an interest which is in conflict with the Proposer’s faithful performance of
its obligations under this Agreement; provided that the City, in its sole discretion, may consent in
writing to such a relationship, and provided the Proposer provides the City with a written notice,
in advance, which identifies all the individuals and entities involved and sets forth in detail the
nature of the relationship and why it is in the City's best interest to consent to such relationship.
The provisions of this Article are supplemental to, not in lieu of, all applicable laws with respect to
conflict of interest. In the event there is a difference between the standards applicable under this
Agreement and those provided by statute, the stricter standard shall apply.
In the event the Proposer has no prior knowledge of a conflict of interest as set forth above and
acquires information which may indicate that there may be an actual or apparent violation of any
of the above, the Proposer shall promptly bring such information to the attention of the City's
Project Manager. The Proposer shall thereafter cooperate with the City's review and investigation
of such information, and comply with the instructions the Proposer receives from the Project
Manager in regard to remedying the situation.
7.39. DISCRIMINATION
Any entity or affiliate who has been placed on the discriminatory vendor list may not submit a
bid/proposal on a contract to provide goods or services to a public entity, may not submit a
bid/proposal on a contract with a public entity for construction or repair of a public building or
public work, may not submit bids/proposals on leases of real property to a public entity, may not
award or perform work as a proposer, supplier, subproposer, or consultant under contract with
any public entity, and may not transact business with any public entity.
7.40. ADVICE OF OMISSION OR MISSTATEMENT
In the event it is evident to a Vendor responding to this SOLICITATION that the City has omitted
or misstated a material requirement to this SOLICITATION and/or the services required by this
SOLICITATION, the responding Vendor shall advise the contact identified in the SOLICITATION
Clarifications and Questions section above of such omission or misstatement.
7.41. CONFIDENTIAL INFORMATION
Information contained in the Vendor’s bid/proposal that is company confidential must be clearly
identified in the bid/proposal itself. The City will be free to use all information in the Vendor's
bid/proposal for the City’s purposes, in accordance with State Law. Vendor bids/proposals shall
remain confidential for 30 days or until a notice of intent to award is posted, which is sooner. The
Vendor understands that any material supplied to the City may be subject to public disclosure
under the Public Records Law.
7.42. GOVERNING LAW
This Contract, including appendices, and all matters relating to this Contract (whether in contract,
statute, tort (such as negligence), or otherwise) shall be governed by, and construed in
accordance with, the laws of the State of Florida. This shall apply notwithstanding such factors
which include, but are not limited to, the place where the contract is entered into, the place where
the accident occurs and not withstanding application of conflicts of law principles.
109
34
7.43. LITIGATION VENUE
The parties waive the privilege of venue and agree that all litigation between them in the state
courts shall take place in Broward County, Florida and that all litigation between them in the
federal courts shall take place in the Southern District of Florida.
7.44. SOVEREIGN IMMUNITY
Nothing in this agreement shall be interpreted or construed to mean that the city waives its
common law sovereign immunity or the limits of liability set forth in Section 768.28, Florida Statute.
7.45. SURVIVAL
The parties acknowledge that any of the obligations in this Agreement will survive the term,
termination and cancellation hereof. Accordingly, the respective obligations of the Proposer and
the City under this Agreement, which by nature would continue beyond the termination,
cancellation or expiration thereof, shall survive termination, cancellation or expiration hereof.
7.46. INDEMNIFICATION AND HOLD HARMLESS AGREEMENT
The Contractor shall indemnify and hold harmless the City of Hollywood and its officers,
employees, agents and instrumentalities from any and all liability, losses or damages. In addition,
the City shall be entitled to attorney’s fees and costs of defense, which the City of Hollywood, or
its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits,
causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from
the performance of this project by the awarded proposer or its employees, agents, servants,
partners, principals or subcontractors. Furthermore, the awarded proposer shall pay all claims
and losses in connection therewith and shall investigate and defend all claims, suits or actions of
any kind of nature in the name of the City of Hollywood, where applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney’s fees which may issue thereon.
The awarded proposer expressly understands and agrees that any insurance protection required
by the resulting agreement or otherwise provided by the awarded proposer shall cover the City of
Hollywood, its officers, employees, agents and instrumentalities and shall include claims for
damages resulting from and/or caused by the negligence, recklessness or intentional wrongful
misconduct of the Contractor and persons employed by or utilized by the Contractor in the
performance of the contract.
7.47. PATENT AND COPYRIGHT INDEMNIFICATION
The Proposer warrants that all deliverables furnished hereunder, including but not limited to:
services, equipment programs, documentation, software, analyses, applications, methods, ways,
processes, and the like, do not infringe upon or violate any patent, copyrights, service marks,
trade secret, or any other third party proprietary rights.
The Proposer shall be liable and responsible for any and all claims made against the City for
infringement of patents, copyrights, service marks, trade secrets or any other third party
proprietary rights, by the use or supplying of any programs, documentation, software, analyses,
applications, methods, ways, processes, and the like, in the course of performance or completion
of, or in any way connected with, the work, or the City's continued use of the deliverables furnished
hereunder. Accordingly, the Proposer, at its own expense, including the payment of attorney's
110
35
fees, shall indemnify, and hold harmless the City and defend any action brought against the City
with respect to any claim, demand, and cause of action, debt, or liability.
In the event any deliverable or anything provided to the City hereunder, or a portion thereof, is
held to constitute an infringement and its use is or may be enjoined, the Proposer shall have the
obligation, at the City's option, to (i) modify, or require that the applicable subproposer or supplier
modify, the alleged infringing item(s) at the Proposer’s expense, without impairing in any respect
the functionality or performance of the item(s), or (ii) procure for the City, at the Proposer's
expense, the rights provided under this Agreement to use the item(s).
The Proposer shall be solely responsible for determining and informing the City whether a
prospective supplier or subproposer is a party to any litigation involving patent or copyright
infringement, service mark, trademark, violation, or proprietary rights claims or is subject to any
injunction which may prohibit it from providing any deliverable hereunder. The Proposer shall
enter into agreements with all suppliers and subproposers at the Proposer's own risk. The City
may reject any deliverable that it believes to be the subject of any such litigation or injunction, or
if, in the City's judgment, use thereof would delay the work or be unlawful.
The Proposer shall not infringe any copyright, trademark, service mark, trade secrets, patent
rights, or other intellectual property rights in the performance of the work.
7.48. ADVERTISING
Vendor shall not advertise or publish the fact that the City has placed this order without prior
written consent from the City, except as may be necessary to comply with a proper request for
information from an authorized representative of a governmental unit or agency.
7.49. DISCLAIMER
The Hollywood may, in its sole discretion, accept or reject, in whole or in part, for any reason
whatsoever any or all bids/proposals; re-advertise this SOLICITATION, postpone or cancel at any
time this SOLICITATION process; or, waive any formalities of or irregularities in the bid/proposal
process. Bids/proposals that are not submitted on time and/or do not conform to the City of
Hollywood’s requirements will not be considered. After all bids/proposals are analyzed,
organization(s) submitting bid/proposal that appear, solely in the opinion of the City of Hollywood,
to be the most competitive, shall be submitted to the City of Hollywood’s City Commission, and
the final selection will be made shortly thereafter with a timetable set solely by the City of
Hollywood. The selection by the City of Hollywood shall be based on the bid/proposal, which is,
in the sole opinion of the City Commission of the City of Hollywood, in the best interest of the City
of Hollywood. The issuance of this SOLICITATION constitutes only an invitation to make a
bid/proposal to the City of Hollywood. The City of Hollywood reserves the right to determine, in its
sole discretion, whether any aspect of the bid/proposal satisfies the criteria established by the
City. In all cases the City of Hollywood shall have no liability to any proposer for any costs or
expense incurred in connection with this bid/proposal or otherwise.
7.50. TRADEMARKS
The City warrants that all trademarks the City requests the Vendor to affix to articles purchased
are those owned by the City and it is understood that the Vendor shall not acquire or claim any
rights, title, or interest therein, or use any of such trademarks on any articles produced for itself
or anyone other than the City.
111
36
7.51. RIGHT TO REQUEST ADDITIONAL INFORMATION
The City reserves the right to request any additional information that might be deemed necessary
during the evaluation process.
7.52. PROPOSAL PREPARATION COSTS
The Vendor is responsible for any and all costs incurred by the Vendor or his/her subproposers
in responding to this solicitation.
7.53. DESIGN COSTS
The successful Vendor shall be responsible for all design, information gathering, and required
programming to achieve a successful implementation. This cost must be included in the base
bid/proposal.
7.54. ADDITIONAL CHARGES
No additional charges, other than those listed on the price breakdown sheets, shall be made.
Prices quoted will include verification/coordination of order, all costs for shipping, delivery to all
sites, unpacking, setup, installation, operation, testing, cleanup, training and Vendor travel
charges.
7.55. RIGHTS TO PERTINENT MATERIALS
All responses, inquires, and correspondence relating to this SOLICITATION and all reports,
charts, displays, schedules, exhibits and other documentation produced by the Vendor that are
submitted as part of the bid/proposal shall become the property of the City upon receipt, a part of
a public record upon opening, and will not be returned.
7.56. INSURANCE REQUIREMENTS
See insurance requirements in the main solicitation document.
7.57. NATURE OF THE AGREEMENT
The Agreement incorporates and includes all negotiations, correspondence, conversations,
agreements, and understandings applicable to the matters contained in the Agreement. The
parties agree that there are no commitments, agreements, or understandings concerning the
subject matter of the Agreement that are not contained in the Agreement, and that the Agreement
contains the entire agreement between the parties as to all matters contained herein. Accordingly,
it is agreed that no deviation from the terms hereof shall be predicated upon any prior
representations or agreements, whether oral or written. It is further agreed that any oral
representations or modifications concerning this Agreement shall be of no force or effect, and that
the Agreement may be modified, altered or amended only by a written amendment duly executed
by both parties hereto or their authorized representatives.
The Proposer shall provide the services set forth in the Scope of Services, and render full and
prompt cooperation with the City in all aspects of the services performed hereunder.
The Proposer acknowledges that the Agreement requires the performance of all things necessary
for or incidental to the effective and complete performance of all work and services under t his
Contract. All things not expressly mentioned in the Agreement but necessary to carrying out its
112
37
intent are required by the Agreement, and the Proposer shall perform the same as though they
were specifically mentioned, described and delineated.
The Proposer shall furnish all labor, materials, tools, supplies, and other items required to perform
the work and services that are necessary for the completion of this Contract. All work and services
shall be accomplished at the direction of and to the satisfaction of the City's Project Manager.
The Proposer acknowledges that the City shall be responsible for making all policy decisions
regarding the Scope of Services. The Proposer agrees to provide input on policy issues in the
form of recommendations.
The Proposer agrees to implement any and all changes in providing services hereunder as a
result of a policy change implemented by the City. The Proposer agrees to act in an expeditious
and fiscally sound manner in providing the City with input regarding the time and cost to implement
said changes and in executing the activities required to implement said changes.
7.58. AUTHORITY OF THE CITY’S PROJECT MANAGER
The Proposer hereby acknowledges that the City’s Project Manager will determine in the first
instance all questions of any nature whatsoever arising out of, under, or in connection with, or in
any way related to or on account of, this Agreement including without limitations: questions as to
the value, acceptability and fitness of the services; questions as to either party's fulfillment of its
obligations under the Contract; negligence, fraud or misrepresentation before or subsequent to
acceptance of the Bid/proposal; questions as to the interpretation of the Scope of Services; and
claims for damages, compensation and losses.
The Proposer shall be bound by all determinations or orders and shall promptly obey and follow
every order of the Project Manager, including the withdrawal or modification of any previous order
and regardless of whether the Proposer agrees with the Project Manager's determination or order.
Where orders are given orally, they will be issued in writing by the Project Manager as soon
thereafter as is practicable.
The Proposer must, in the final instance, seek to resolve every difference concerning the
Agreement with the Project Manager. In the event that the Project Manager and the Proposer are
unable to resolve their difference, the Proposer may initiate a dispute in accordance with the
procedures set forth in the section below. Exhaustion of these procedures shall be a condition
precedent to any lawsuit permitted hereunder.
In the event of such dispute, the parties to this Agreement authorize the City Manager or designee,
who may not be the Project Manager or anyone associated with this Project, acting personally, to
decide all questions arising out of, under, or in connection with, or in any way related to or on
account of the Agreement (including but not limited to claims in the nature of breach of contract,
fraud or misrepresentation arising either before or subsequent to execution hereof) and the
decision of each with respect to matters within the City Manager's purview as set forth above shall
be conclusive, final and binding on the parties. Any such dispute shall be brought, if at all, before
the City Manager within 10 days of the occurrence, event or act out of which the dispute arises.
The City Manager may base this decision on such assistance as may be desirable, including
advice of experts, but in any event shall base the decision on an independent and objective
determination of whether the Proposer’s performance or any deliverable meets the requirements
of this Agreement and any specifications with respect thereto set forth herein. The effect of any
113
38
decision shall not be impaired or waived by any negotiations or settlements or offers made in
connection with the dispute, whether or not the City Manager participated therein, or by any prior
decision of others, which prior decision shall be deemed subject to review, or by any termination
or cancellation of the Agreement. All such disputes shall be submitted in writing by t he Proposer
to the City Manager for a decision, together with all pertinent information in regard to such
questions, in order that a fair and impartial decision may be made. The parties agree that
whenever the City Manager is entitled to exercise discretion or judgment or to make a
determination or form an opinion pursuant to the provisions of this Article, such action shall be
deemed fair and impartial when exercised or taken. The City Manager shall render a decision in
writing and deliver a copy of the same to the Proposer. Except as such remedies may be limited
or waived elsewhere in the Agreement, the Proposer reserves the right to pursue any remedies
available under law after exhausting the provisions of this Article.
7.59. MUTUAL OBLIGATIONS
This Agreement, including attachments and appendices to the Agreement, shall constitute the
entire Agreement between the parties with respect hereto and supersedes all previous
communications and representations or agreements, whether written or oral, with respect to the
subject matter hereof unless acknowledged in writing by the duly authorized representatives of
both parties.
Nothing in this Agreement shall be construed for the benefit, intended or otherwise, of any third
party that is not a parent or subsidiary of a party or otherwise related (by virtue of ownership
control or statutory control) to a party.
In those situations where this Agreement imposes an indemnity or defense obligation on the
Proposer, the City may, at its expense, elect to participate in the defense if the City should so
choose. Furthermore, the City may at its own expense defend or settle any such claims if the
Proposer fails to diligently defend such claims, and thereafter seek indemnity for costs and
attorney’s fees from the Proposer.
7.60. SUBCONTRACTUAL RELATIONS
If the Proposer will cause any part of this Agreement to be performed by a subproposer, the
provisions of this Contract will apply to such subproposer and its officers, agents and employees
in all respects as if it and they were employees of the Proposer; and the Proposer will not be in
any manner thereby discharged from its obligations and liabilities hereunder, but will be liable
hereunder for all acts and negligence of the subproposer, its officers, agents, and employees, as
if they were employees of the Proposer. The services performed by the subproposer will be
subject to the provisions hereof as if performed directly by the Proposer.
The Proposer, before making any subcontract for any portion of the services, will state in writing
to the City the name of the proposed subproposer, the portion of the services which the
subproposer is to do, the place of business of such subproposer, and such other information as
the City may require. The City will have the right to require the Proposer not to award any
subcontract to a person, firm or corporation disapproved by the City.
Before entering into any subcontract hereunder, the Proposer will inform the subproposer fully
and completely of all provisions and requirements of this Agreement relating either directly or
114
39
indirectly to the services to be performed. Such services performed by such subproposer will
strictly comply with the requirements of this Contract.
In order to qualify as a subproposer satisfactory to the City, in addition to the other requirements
herein provided, the subproposer must be prepared to prove to the satisfaction of the City that it
has the necessary facilities, skill and experience, and ample financial resources to perform the
services in a satisfactory manner. To be considered skilled and experienced, the subproposer
must show to the satisfaction of the City that it has satisfactorily performed services of the same
general type which are required to be performed under this Agreement.
The City shall have the right to withdraw its consent to a subcontract if it appears to the City that
the subcontract will delay, prevent, or otherwise impair the performance of the Proposer's
obligations under this Agreement. All subproposers are required to protect the confidentiality of
the City and City's proprietary and confidential information. The Proposer shall furnish to the City
copies of all subcontracts between the Proposer and subproposers and suppliers hereunder.
Within each such subcontract, there shall be a clause for the benefit of the City permitting the City
to request completion of performance by the subproposer of its obligations under the subcontract,
in the event the City finds the Proposer in breach of its obligations, and the option to pay the
subproposer directly for the performance by such subproposer. The foregoing shall neither
convey nor imply any obligation or liability on the part of the City to any subproposer hereunder
as more fully described herein.
7.61. PROMPT PAYMENT: LATE PAYMENTS BY PROPOSER TO
SUBPROPOSER AND MATERIAL SUPPLIERS; PENALTY:
When a proposer receives from the City of Hollywood any payment for contractual services,
commodities, materials, supplies, or construction contracts, the proposer shall pay such moneys
received to each subproposer and material supplier in proportion to the percentage of work
completed by each subproposer and material supplier at the time of receipt. If the proposer
receives less than full payment, then the proposer shall be required to disburse only the funds
received on a pro rata basis to the subproposers and materials Suppliers, each receiving a
prorated portion based on the amount due on the payment. If the proposer without reasonable
cause fails to make payments required by this section to subproposers and material suppliers
within fifteen (15) working days after the receipt by the proposer of full or partial payment, the
proposer shall pay to the subproposers and material suppliers a penalty in the amount of one
percent (1%) of the amount due, per month, from the expiration of the period allowed herein for
payment. Such penalty shall be in addition to actual payments owed. Retainage is also subject to
the prompt payment requirement and must be returned to the subproposer or material supplier
whose work has been completed, even if the prime contract has not been completed. The
Proposer shall include the above obligation in each subcontract it signs with a subproposer or
material suppler.
7.62. TERMINATION FOR CONVENIENCE AND SUSPENSION OF
WORK
The City may terminate this Agreement if an individual or corporation or other entity attempts to
meet its contractual obligation with the City through fraud, misrepresentation or material
misstatement.
115
40
The City may, as a further sanction, terminate or cancel any other contract(s) that such individual
or corporation or other entity has with the City. Such individual, corporation or other entity shall
be responsible for all direct and indirect costs associated with such termination or cancellation,
including attorney’s fees.
The foregoing notwithstanding, any individual, corporation or other entity which attempts to meet
its contractual obligations with the City through fraud, misrepresentation or material misstatement
may be debarred from City contracting in accordance with the City debarment procedures. The
Proposer may be subject to debarment for failure to perform and any other reasons related to the
proposer’s breach or failure of satisfactory performance.
In addition to cancellation or termination as otherwise provided in this Agreement, the City ma y
at any time, in its sole discretion, with or without cause, terminate this Agreement by written notice
to the Proposer and in such event:
The Proposer shall, upon receipt of such notice, unless otherwise directed by the City:
A. Stop work on the date specified in the notice ("the Effective Termination Date");
B. Take such action as may be necessary for the protection and preservation of the City's
materials and property;
C. Cancel orders;
D. Assign to the City and deliver to any location designated by the City any non-cancelable
orders for deliverables that are not capable of use except in the performance of this
Agreement and which have been specifically developed for the sole purpose of this
Agreement and not incorporated in the services;
E. Take no action which will increase the amounts payable by the City under this
Agreement.
In the event that the City exercises its right to terminate this Agreement pursuant to this Article,
the Proposer will be compensated as stated in the payment articles herein, for the:
A. Portion of the services completed in accordance with the Agreement up to the Effective
Termination Date; and
B. Non-cancelable deliverables that are not capable of use except in the performance of
this Agreement and which have been specifically developed for the sole purpose of this
Agreement but not incorporated in the services.
All compensation pursuant to this Article is subject to audit.
7.63. EVENT OF DEFAULT
An Event of Default shall mean a breach of this Agreement by the Proposer. Without limiting the
generality of the foregoing and in addition to those instances referred to herein as a breach, an
Event of Default, shall include the following:
A. The Proposer has not delivered deliverables on a timely basis;
116
41
B. The Proposer has refused or failed, except in any case for which an extension of time is
provided, to supply enough properly skilled staff personnel;
C. The Proposer has failed to make prompt payment to subproposers or suppliers for any
services;
D. The Proposer has become insolvent (other than as interdicted by the bankruptcy laws),
or has assigned the proceeds received for the benefit of the Proposer's creditors, or the
Proposer has taken advantage of any insolvency statute or debtor/creditor law or if the
Proposer's affairs have been put in the hands of a receiver;
E. The Proposer has failed to obtain the approval of the City where required by this
Agreement;
F. The Proposer has failed to provide "adequate assurances" as required under subsection
"B" below; and
G. The Proposer has failed in the representation of any warranties stated herein.
When, in the opinion of the City, reasonable grounds for uncertainty exist with respect to the
Proposer's ability to perform the services or any portion thereof, the City may request that the
Proposer, within the time frame set forth in the City's request, provide adequate assurances to
the City, in writing, of the Proposer's ability to perform in accordance with terms of this Agreement.
Until the City receives such assurances the City may request an adjustment to the compensation
received by the Proposer for portions of the services which the Proposer has not performed. In
the event that the Proposer fails to provide to the City the requested assurances within the
prescribed time frame, the City may:
A. Treat such failure as a repudiation of this Agreement;
B. Resort to any remedy for breach provided herein or at law, including but not limited to,
taking over the performance of the services or any part thereof either by itself or through
others.
In the event the City shall terminate this Agreement for default, the City or its designated
representatives may immediately take possession of all applicable equipment, materials,
products, documentation, reports and data.
7.64. REMEDIES IN THE EVENT OF DEFAULT
If an Event of Default occurs, the Proposer shall be liable for all damages resulting from the
default, including but not limited to:
A. Lost revenues;
B. The difference between the cost associated with procuring services hereunder and the
amount actually expended by the City for procurement of services, including
procurement and administrative costs; and,
C. Such other damages that the City may suffer.
117
42
The Proposer shall also remain liable for any liabilities and claims related to the Proposer’s
default. The City may also bring any suit or proceeding for specific performance or for an
injunction.
7.65. BANKRUPTCY
The City reserves the right to terminate this contract if, during the term of any contract the
Proposer has with the City, the Proposer becomes involved as a debtor in a bankruptcy
proceeding, or becomes involved in a reorganization, dissolution, or liquidation proceeding, or if
a trustee or receiver is appointed over all or a substantial portion of the property of the Proposer
under federal bankruptcy law or any state insolvency law.
7.66. CANCELLATION FOR UNAPPROPRIATED FUNDS
The obligation of the City for payment to a Proposer is limited to the availability of funds
appropriated in a current fiscal period, and continuation of the contract into a subsequent fiscal
period is subject to appropriation of funds, unless otherwise authorized by law.
7.67. VERBAL INSTRUCTIONS PROCEDURE
No negotiations, decisions, or actions shall be initiated or executed by the Proposer as a result of
any discussions with any City employee. Only those communications which are in writing from an
authorized City representative may be considered. Only written communications from Proposers,
which are signed by a person designated as authorized to bind the Proposer, will be recognized
by the City as duly authorized expressions on behalf of the Proposer.
7.68. E-VERIFY
Proposer acknowledges that the City may be utilizing the Proposer’s services for a project that is
funded in whole or in part by State funds pursuant to a contract between the City and a State
agency. The Proposer shall be responsible for complying with the E-Verify requirements in the
contract and using the U.S. Department of Homeland Security’s E-Verify system to verify the
employment of all new employees hired by the Proposer during the Agreement term. The
Proposer is also responsible for e-verifying its subproposers, if any, pursuant to any agreement
between the City and a State Agency, and reporting to the City any required information. The
Proposer acknowledges that the terms of this paragraph are material terms, the breach of any of
which shall constitute a default under this Agreement.
7.69. BUDGETARY CONSTRAINTS
In the event the City is required to reduce contract costs due to budgetary constraints, all services
specified in this document may be subject to a permanent or temporary reduction in budget. In
such an event, the total cost for the affected service shall be reduced as required. The Proposer
shall also be provided with a minimum 30-day notice prior to any such reduction in budget.
7.70. COST ADJUSTMENTS
The cost for all items as quoted herein shall remain firm for the first term of the contract. Costs for
subsequent years and any extension term years shall be subject to an adjustment only if increases
occur in the industry. However, unless very unusual and significant changes have occurred in the
industry, such increases shall not exceed 3% per year or, whichever is less, the latest yearly
percentage increase in the All Urban Consumers Price Index (CPU-U) (National) as published by
118
43
the Bureau of Labor Statistics, U.S. Dept. of Labor. The yearly increase or decrease in the CPI
shall be that latest index published and available ninety (90) days prior to the end of the contract
year than in effect compared to the index for the same month one year prior. Any requested cost
increase shall be fully documented and submitted to the City at least ninety (90) days prior to the
contract anniversary date. Any approved cost adjustments shall become effective upon the
anniversary date of the contract. In the event the CPI or industry costs decline, the City shall have
the right to receive from the Proposer a reduction in costs that reflects such cost changes in the
industry. The City may, after examination, refuse to accept the adjusted costs if they are not
properly documented, increases are considered to be excessive, or decreases are considered to
be insufficient. In the event the City does not wish to accept the adjusted costs and the matter
cannot be resolved to the satisfaction of the City, the contract can be cancelled by the City upon
giving thirty (30) days written notice to the Proposer.
7.71. OSHA STANDARDS
Proposer acknowledges and agrees that as Contractor for the City of Hollywood, Florida, within
the limits of the City of Hollywood, Florida, will have the sole responsibility for compliance with all
requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local
safety and health regulations, and agrees to defend, indemnify and hold harmless the City of
Hollywood, Florida, its officials, employees, service providers, and its agents against any and all
legal liability or loss the City of Hollywood, Florida may incur due to the Contractor's failure to
comply with such act.
119
44
8. PROPOSAL SUBMISSIONS
The responsibility for submitting a bid/proposal on or before the time and date is solely and strictly
the responsibility of the bidder/proposer, the City will in no way be responsible for delays caused
by technical difficulty or caused by any other occurrence. No part of a bid/proposal can be
submitted via FAX or via direct Email to the City. No variation in price or conditions shall be
permitted based upon a claim of ignorance.
8.1. SUBMITTAL FORMAT*
The items below are required components of your solicitation response in order for your
bid/proposal/submittal to be consider responsive and responsible. Please confirm this submittal
includes the following items in this checklist:
A. Title Page: Show the RFP title/number, firm’s name, address, telephone number, contact
person, email, and date.
B. Table of Contents: Clearly identify the material by section title and page number,
including the following sections:
1. Approach and Methodology
2. Environmental benefits
3. Vendor Capabilities
4. Driver's Qualifications
5. Firm's Qualifications
6. ADA Compliance
7. Maintenance/Recovery Plan
8. Risk Mitigation Plan
9. References
10. Pricing
11. Additional/Pertinent Information (Optional)
C. Forms and Certifications (Completed)
1. This Submittal Checklist Confirmation
2. Bid Form (Pricing)
3. Vendor Reference Form*
4. Hold Harmless and Indemnity Clause
5. Non-Collusion Statement
6. Sworn Statement…Public Entity Crimes
120
45
7. Certifications Regarding Debarment
8. Drug-Free Workplace Program
9. Solicitation, Giving, and Acceptance
10. W-9 (Request for Taxpayer Identification)
11. Certificate(s) of insurance that meet the requirements of the #SPECIAL TERMS AND
CONDITIONS section.
12. Proof of State of Florida Sunbiz Registration
13. Acknowledgement and Signature Questionnaire
This checklist is only a guide, please read the entire solicitation to ensure that your submission
includes all required information and documentation.
☐ Please confirm
*Response required
8.2. Bid Form *
Upload pricing information in accordance with the scope and using the structure of Exhibit C -
Pricing. Creative and optional pricing can be uploaded as separate attachments.
*Response required
8.3. Vendor Reference Form*
Please download the below documents, complete, and upload for each vendor reference. A
Minimum of three (3) references are required.
• Vendor_Reference_Form.pdf
*Response required
8.4. Hold Harmless and Indemnity Clause *
I, an authorized representative, the contractor, shall indemnify, defend and hold harmless the City
of Hollywood, its elected and appointed officials, employees and agents for any and all suits,
actions, legal or administrative proceedings, claims, damage, liabilities, interest, attorney’ s fees,
costs of any kind whether arising prior to the start of activities or following the completion or
acceptance and in any manner directly or indirectly caused, occasioned or contributed to in whole
or in part by reason of any act, error or omission, fault or negligence whether active or passive by
the contractor, or anyone acting under its direction, control, or on its behalf in connection with or
incident to its performance of the contract.
☐ Please confirm
*Response required
121
46
8.5. Non-Collusion Statement*
I, being first duly sworn, depose that:
A. He/she is an authorized representative of the Company, the Proposer that has submitted
the attached Proposal.
B. He/she has been fully informed regarding the preparation and contents of the attached
Proposal and of all pertinent circumstances regarding such Proposal;
C. Such Proposal is genuine and is not a collusion or sham Proposal;
D. Neither the said Proposer nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant has in any way
colluded, conspired, connived or agreed, directly or indirectly with any other Proposer,
firm or person to submit a collusive or sham Proposal in connection with the contractor
for which the attached Proposal has been submitted or to refrain from bidding in
connection with such contract, or has in any manner, directly or indirectly, sought by
agreement or collusion or communication or conference with any other Proposer, firm or
person to fix the price or prices, profit or cost element of the Proposal price or the
Proposal price of any other Proposer, or to secure an advantage against the City of
Hollywood or any person interested in the proposed Contract; and
E. The price or prices quoted in the attached Proposal are fair and proper and are not
tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of
the Proposer or any of its agents, representatives, owners, employees, or parties in
interest, including this affiant.
☐ Please confirm
*Response required
8.6. Sworn Statement Public Entity Crimes*
Please download the below documents, complete, and upload.
• Sworn_Statement_Public_Enti...
*Response required
8.7. Certifications Regarding Debarment, Suspension and Other
Responsibility Matters*
The applicant certifies that it and its principals:
Are not presently debarred, suspended, proposed for debarment, declared ineligible, sentenced
to a denial of Federal benefits by a State or Federal court, or voluntarily excluded from covered
transactions by any Federal department or agency;
Have not within a three-year period preceding this application been convicted of or had a civil
judgment rendered against them for commission of fraud or a criminal offense in connection with
122
47
obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or
contract under a public transaction, violation of Federal or State antitrust statutes or commission
of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of
this certification; and
Have not within a three-year period preceding this application had one or more public transactions
(Federal, State, or local) terminated for cause or default.
☐ Please confirm
*Response required
8.8. Drug-Free Workplace Program*
A. IDENTICAL TIE PROPOSALS - Preference shall be given to businesses with drug-free
workplace programs. Whenever two or more bids which are equal with respect to price,
quality, and service are received by the State or by any political subdivision for the
procurement of commodities or contractual services, a bid received from a business that
certifies that it has implemented a drug-free workplace program shall be given
preference in the award process. Established procedures for processing tie proposals
will be followed if none of the tied vendors have a drug-free workplace program. In order
to have a drug-free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the
workplace and specifying the actions that will be taken against employees for
violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business’s
policy of maintaining a drug-free workplace, any available drug counseling,
rehabilitation, and employee assistance programs, and the penalties that may be
imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services
that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employee that, as a condition
of working on the commodities or contractual services that are under bid, the
employee will abide by the terms of the statement and will notify the employer of any
conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or
of any controlled substance law of the United States or any state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
123
48
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program (if such is available in the employee’s
community) by, any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of these requirements.
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
☐ Please confirm
*Response required
8.9. Solicitation, Giving, and Acceptance of Gifts Policy*
Florida Statute 112.313 prohibits the solicitation or acceptance of Gifts. “No Public officer,
employee of an agency, local government attorney, or candidate for nomination or election shall
solicit or accept anything of value to the recipient, including a gift, loan, reward, promise of future
employment, favor, or service, based upon any understanding that the vote, official action, or
judgment of the public officer, employee, local government attorney, or candidate would be
influenced thereby.” The term “public officer” includes “any person elected or appointed to hold
office in any agency, including any person serving on an advisory body.”
The City of Hollywood/Hollywood CRA policy prohibits all public officers, elected or appointed, all
employees, and their families from accepting any gifts of any value, either directly or indirectly,
from any contractor, vendor, consultant, or business with whom the City/CRA does business.
The State of Florida definition of “gifts” includes the following:
• Real property or its use,
• Tangible or intangible personal property, or its use,
• A preferential rate or terms on a debt, loan, goods, or services,
• Forgiveness of indebtedness,
• Transportation, lodging, or parking,
• Food or beverage,
• Membership dues,
• Entrance fees, admission fees, or tickets to events, performances, or facilities,
• Plants, flowers or floral arrangements
• Services provided by persons pursuant to a professional license or certificate.
• Other personal services for which a fee is normally charged by the person providing the
services.
124
49
• Any other similar service or thing having an attributable value not already provided for in
this section.
Any contractor, vendor, consultant, or business found to have given a gift to a public officer or
employee, or his/her family, will be subject to dismissal or revocation of contract.
As the person authorized to sign the statement, I certify that this firm will comply fully with this
policy.
☐ Please confirm
*Response required
8.10. W-9 (Request for Taxpayer Identification)*
Please download the below documents, complete, and upload.
• W-9.pdf
*Response required
8.11. List of Subcontractors*
Please download the below documents, complete, and upload.
• Form_14_-_List_of_Subcontra...
*Response required
8.12. Certificate of Insurance*
See requirements in the #SPECIAL TERMS AND CONDITIONS section.
*Response required
8.13. Proof of Sunbiz Registration*
Enter company FEIN to be verified in Sunbiz
*Response required
8.14. ACKNOWLEDGMENT AND SIGNATURE PAGE
8.14.1. If Corporation - Date Incorporated/Organized:*
*Response required
8.14.2. State Incorporated/Organized:*
*Response required
8.14.3. Remittance Address*
*Response required
8.14.4. Bidder/Proposer’s Authorized Representative’s Typed Full Name*
*Response required
125
50
8.14.5. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE
BIDDER/PROPOSER CERTIFIES ACCEPTANCE OF THE TERMS,
CONDITIONS, SPECIFICATIONS, ATTACHMENTS AND ANY
ADDENDA. THE BIDDER/PROPOSER SHALL ACCEPT ANY
AWARDS MADE AS A RESULT OF THIS SOLICITATION.
BIDDER/PROPOSER FURTHER AGREES THAT PRICES QUOTED
WILL REMAIN FIXED FOR THE PERIOD OF TIME STATED IN THE
SOLICITATION.*
☐ Please confirm
*Response required
8.14.6. THE EXECUTION OF THIS FORM CONSTITUTES THE
UNEQUIVOCAL OFFER OF BIDDER/PROPOSER TO BE BOUND BY
THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS
SOLICITATION WHERE INDICATED BY AN AUTHORIZED
REPRESENTATIVE SHALL RENDER THE BID/PROPOSAL NON-
RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE
DISCRETION, ACCEPT ANY BID/PROPOSAL THAT INCLUDES AN
EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE
BIDDER/PROPOSER TO THE TERMS OF ITS OFFER.*
☐ Please confirm
*Response required
8.14.7. Proposal Upload*
Submit entire proposal including Title Page, Table of Contents, etc.
*Response required
126
City-Wide Micro-Transit Services
16 of 18
EXHIBIT C – Company’s Proposal
127
A. Title Page
Request for Proposal
RFP 045 23 SK
For The
Citywide micro-transit Services
City of Hollywood, Florida
Prepared for:
City of Hollywood
Senior Purchasing Agent
Attn: Simone Knight
2600 Hollywood Boulevard
Room 303
Hollywood, FL 33020
Date:March 8, 2023
Prepared by:Circuit Transit Inc
777 S Flagler Drive
Suite 800 W
West Palm Beach, FL 33401
Contact Person:Jason Bagley, National Partner
jason@ridecircuit.com | 305 494 1612
128
A.1 Cover Letter
Circuit Transit Inc
ridecircuit.com
March 8, 2023
City of Hollywood
Senior Purchasing Agent
Attn: Simone Knight
2600 Hollywood Boulevard
Room 303
Hollywood, FL 33020
Re: Request for Proposals RFP 045 23 SK for The City of Hollywood, Florida Citywide micro-transit
Services
Dear City of Hollywood,
This submission is in response to the Request for Proposals RFP for City of Hollywood micro-transit
Shuttle Service.Thank you for the opportunity to submit our proposal to the City of Hollywood. This
proposal will show that Circuit Transit Inc (operator of Hollywood Sun Shuttle and Fort Lauderdale Circuit,
etc.) has the proven capabilities and background in providing a sustainable on-demand shuttle program,
as well as relevant and specific experience in Broward County, local knowledge and familiarity with the
City.
Circuit is an active service provider in Hollywood, Florida, that is responsible for the successful
deployment and management of the Sun Shuttle as well as similar services with Cities in South Florida,
Brightline Trains and other Cities in NY, NJ, CA and TX. Circuit provides all electric, first/last mile solutions
that help move people in local communities and bridge gaps between riders and existing transit. By using
fleets of electric vehicles, leveraging the data from its ride-request app, and working with top advertisers,
Circuit is able to provide an eco-friendly, data-centric and efficient solution that promotes circulation,
reduces parking congestion, promotes local economic development, reduces vehicle miles traveled,
encourages alternate options, creates local jobs, and covers the last mile conveniently and affordably to
the rider.
Circuit has worked with the CIty of Hollywood and the Hollywood Community Redevelopment Agency
since 2019 to design, build, and manage the Hollywood Sun Shuttle. The program is currently moving
around 12,000 riders per month, is responsible for creating approximately 20 jobs, and has continued to
improve and become a fixture of the Hollywood Community. Together, we have been able to craft a
program that has gotten the attention of the press, local officials and nearby Cities; several of which have
since enacted similar programs of their own. Hollywood has set an example for efficient, eco-friendly
mobility that changes how communities move. The Sun Shuttle has “Exceed(ed) Expectations”1 and the
overwhelming demand from riders has showcased the need for transportation services in the City. The
team is excited about the opportunity to build upon the existing services and craft an updated approach to
the community.
1 https://hollywoodgazette.com/sun-shuttle-is-very-successful/
City of Hollywood RFP 045 23 SK for Citywide micro-transit Services
Page 2 of 123
129
Circuit is the largest and most experienced operator of shared, on-demand, last-mile EV shuttle services
in the US. With successful operations in 40 markets across South Florida, California, Texas, New York,
New Jersey, and California, Circuit provides both national expertise and local experience. In South Florida,
Circuit operates in Fort Lauderdale, Pompano Beach, Hollywood, West Palm Beach, Palm Beach, and
Miami, as well as a 40 cars servicing Brightline Trains, across 5 stations in the area. With more than 350
employees and 190 vehicles, Circuit has the team, resources and experience to optimize mobility for
Hollywood.
Over the past five years, Circuit has engaged with stakeholders and businesses in the City of Hollywood
and is very familiar with the local transportation needs and community. We have years of data that can be
used to improve this program and inform the City of the movement of residents and visitors. The
community support has been incredible and we’re honored to be a part of Hollywood’s growth.
The company's officers and project leads are as follows:
Alexander Esposito CEO / Co-Founder
Email: alex@ridecircuit.com
Tel: 516 446 8513
Address: 780 S. Sapodilla Ave
West Palm Beach, FL 33401
Jason Bagley Partner, National Operations
Email: jason@ridecircuit.com
Tel: 305 494 1612
Address: 1305 SW 8th Ave
Fort Lauderdale, FL 33315
Alexander and Jason have the authority to negotiate and contractually obligate the company. Jason will be
the primary point of contact for this program and can be contacted for further clarification. If selected, we
are committed to working with the City to provide a turn-key on-demand service designed to meet the
needs outlined in this RFP.
Circuit appreciates your review of our submission and welcomes any questions that you may have.
Sincerely,
Jason Bagely
Partner, Circuit Transit Inc
Circuit’s corporate headquarters are located at 777 S. Flagler Drive, Suite 800 West Tower, West Palm
Beach, FL 33401. Circuit also has local offices located at 2031 Harrison St, Hollywood, FL 33020 and
existing infrastructure, including a large local fleet of all electric Polaris GEMs e6, electric sedans, and
electric passenger vans.
City of Hollywood RFP 045 23 SK for Citywide micro-transit Services
Page 3 of 123
130
B. Table of Contents
A. Title Page 1
A.1 Cover Letter 2
B. Table of Contents 4
B1. Approach and Methodology 7
B1.1 Service Planning, Research and Analysis 7
B1.1.1 Existing Services in Hollywood and South Florida 8
B1.1.2 Local Research, Current Hollywood Sun Shuttle, and Discovery 10
B1.2 Our Project Plan 15
B1.2.1 Proposed Operating Plan:16
B1.2.2 Alternate Options for On-Demand Services 21
B1.2.3 Alternate Operating Plan A 21
B1.2.3 Alternate Operating Plan B 22
B1.2.4 Alternate Operating Plan C 23
B1.2.2 Drivers 25
B1.2.3 Technology 26
B1.2.4 Timeline 27
B1.2.4 Project Team and Organizational Chart 27
B2. Environmental & Sustainability Benefits 29
B3. Vendor / Contractor Capabilities 30
B3.1 Background on Circuit 30
B3.2 General Company Information CONFIDENTIAL 31
B3.3 Financial Capabilities CONFIDENTIAL 34
B3.4 Revenue and Funding Capabilities 34
B3.4.1 Advertising Capabilities 34
B3.4.2 Fare Revenue Capabilities CONFIDENTIAL 35
B3.4.3 Grant Sourcing Capabilities 36
B3.5 Technological Capabilities CONFIDENTIAL 36
B3.5.1 Ride Request App 37
B3.5.2 Driver App Capabilities 38
B3.5.3 On Demand Coverage Zones and the Smart Stop Approach 39
B3.5.4 Using Data to Steer Service Operations 39
B3.6 Vehicle Capabilities 40
B3.7.1 Vehicle Maintenance Capabilities 42
B3.7 Driver Capabilities 43
City of Hollywood RFP 045 23 SK for Citywide micro-transit Services
Page 4 of 123
131
B3.7.1 Driver Model 43
B3.8 Customer Service Capabilities 45
B4. Driver’s Qualifications 46
B4.2. Training 47
B4.2.1 Certifications 48
B4.2.2 Drug Testing and Hiring Standard 48
B5. Firm’s Qualifications and Experience 48
B5.1 Experience Overview 49
B5.1.1 Experience Overview 49
B5.1.2 Neighborhood Electric Vehicle Operations & Maintenance Experience 49
B5.1.3 Micro-Transit Operations Experience 50
B5.1.4 Community Engagement Experience 51
B5.2 Project Experience 53
B5.2.1 Past Project Experience- Hollywood Sun Shuttle 53
B5.2.2 Past Project- FRED 54
B5.2.3 Additional Past Project Experience 55
B5.3 References 55
B5.4 Customer Testimonials Confidential)56
B6. ADA Compliance 57
B6.1 ADA Compliance Plan 57
B7. Maintenance / Recovery Plan 58
B7.1 Commitment to Avoid Service and Operation Disruptions 58
B7.2 Scenario Response 59
B8. Risk Mitigation 59
B8.1 Emergency Management Plan 59
B8.2 Risk Mitigation Plans 60
B9. Local Vendor Preference 63
B9.1 Local Hollywood Presence 64
B10. Pricing 66
B10.1 Fixed Pricing Rate Proposed Option 66
B10.2 Circuit Alternative Pricing Options Hollywood RFP 2023 68
B10.3 Unbanked Riders 70
C. Completed Forms and Certifications 71
C1. This Submittal Checklist Confirmation 71
C2. Bid Form Pricing) CONFIDENTIAL 72
C3. Vendor Reference Forms 75
C4. Hold Harmless and Indemnity Clause 78
C5. Non-Collusion Statement 79
C6. Sworn Statement…Public Entity Crimes 80
City of Hollywood RFP 045 23 SK for Citywide micro-transit Services
Page 5 of 123
132
C7. Certifications Regarding Debarment 82
C8. Drug-Free Workplace Program 83
C9. Solicitation, Giving, and Acceptance 84
C10. W 9 Request for Taxpayer Identification)85
C11. List of subcontractors 86
C12. Certificate(s) of insurance 87
C13. Proof of State of Florida Sunbiz Registration 89
Appendix 91
Appendix 1 Letters of Support 91
Appendix 1.1 Rider Letter of Support:91
Appendix 1.2 Letters of Support:98
Appendix 1.2.1 Water Taxi 98
Appendix 1.2.2 Downtown Development Authority, WPB 99
Appendix 1.2.3 Cityfi 100
Appendix 1.2.4 Billy’s Stone Crab 101
Appendix 1.2.5 World Tire Inc.102
Appendix 1.2.6 Margaritaville 103
Appendix 1.2.7 Le Tub, Tiki Tiki, GG’s 104
Appendix 1.2.8 Diplomat Beach Resort Valet Services)105
Appendix 2 Example of Data Report 106
Appendix 2.1 February 2023 Hollywood Data Report 106
Appendix 3 Case Studies 112
Appendix 3.1 Hollywood Case Study 112
Appendix 3.2 Brightline Case Study 115
Appendix 3.3 San Diego Case Study 118
Appendix 4 Additional Past Project Experience 120
Appendix 4.1 New Rochelle NY 120
Appendix 4.2 Brightline 120
Appendix 4.3. West Palm Beach, FL 121
Appendix 4.4 Pompano Beach, FL 121
City of Hollywood RFP 045 23 SK for Citywide micro-transit Services
Page 6 of 123
133
B1. Approach and Methodology
In 2019, Circuit and the City of Hollywood crafted one of the most advanced Neighborhood Electric
Vehicle NEV shuttle services that had ever been deployed in Florida. Circuit is very pleased to provide
our plan to the City of Hollywood in its endeavor for the next generation of transportation access in
Hollywood. Circuit is eager to continue to operate the Hollywood Sun Shuttle as an active, engaged and
embedded partner of the City and business communities. We are very excited to evolve the current Sun
Shuttle service and match the needs of the RFP. We understand that the City wants to offer dynamic
allocated routes and schedules to match consumer demand and support the upcoming fixed route
community shuttle services. Over the last four years, Circuit and the City of Hollywood have worked in
partnership to provide residents and visitors with a micro-transit mobility offering that is effective,
sustainable, supports the local business community and provides a fun experience for riders. We look
forward to the next iteration of transportation offerings in Hollywood, and hope that with our carefully
crafted service operations plan, we will continue to work in partnership to support the City's
transportation goals for its residents and visitors.
The team at Circuit is incredibly proud of the work it’s accomplished with the City of Hollywood over the
past 4 years.“Sun Shuttle Exceeds City’s Expectations” Hollywood Gazette) was in the headline of an
article a few months after the service started and the service, team and technologies have continued to
improve ever since. Not only is the Sun Shuttle exceeding the City’s expectations, together we’ve crafted
a service that is exceeding the performance of nearly every other On-Demand service in the country.
Since starting, other new vendors have come about and new technologies have been introduced, but
when comparing ridership, ridership per vehicle hour, rider feedback and the cost per rider, there are few,
if any services, run by other operators that have been able to achieve the demand and performance that
we have in Hollywood. We’re committed to the City and committed to improving the Sun Shuttle for years
to come.
B1.1 Service Planning, Research and Analysis
We've spoken with our Managers, Supervisors and Driver Ambassadors, surveyed riders, analyzed our
historical data, and are confident that we can continue to deliver, and improve upon, a successful mobility
option for the residents, visitors and community members of the City of Hollywood as we have since 2019.
With 12 years, 190 vehicles, 9 states and 24 cities of operations, Circuit brings its national experience
and network to the benefit of each City it works with. Our roots are in South Florida and specifically
Broward and Palm Beach counties, where we have operated since 2011.
Based on RFP Exhibits A and B, and the desire to operate three separate micro-transit zones, we have
designed a service that is supportive of the City's goals, will continue to partner with the business
community, is user friendly for the residents and visitors and complementary to the City's upcoming
fixed-route community shuttles.
City of Hollywood RFP 045 23 SK for Citywide micro-transit Services
Page 7 of 123
134
B1.1.1 Existing Services in Hollywood and South Florida
Since 2019, the City of Hollywood has partnered with Circuit to provide a 100% electric micro-transit
solution for residents and visitors. For just $2 per rider, the Circuit-operated Hollywood Sun Shuttle takes
riders anywhere within the coverage area zone through our on-demand app or by waving down a driver.
Hollywood has been a model city in the region and the services have been highly utilized and immensely
popular among riders in the community.
For more information on the existing service, please see below:
Hours of Service
●Monday:10 00am 9 00pm
●Tuesday:10 00am 9 00pm
●Wednesday:10 00am 9 00pm
●Thursday:10 00am 9 00pm
●Friday:10 00am 10 00pm
●Saturday:10 00am 10 00pm
●Sunday:10 00am 9 00pm
Total hours of operation/week: 79
Vehicles
●Eight 5 Passenger 6 seat) GEM Vehicles available during the Summer Months
●Ten 5 Passenger 6 seat) GEM Vehicles available during the Winter and High Season Months
●One ADA 3 Passenger 4 seat) GEM Vehicle available year round
●One 12 Passenger 13 seat) Ford E Transit Electric Van
Drivers/ Ambassadors:
●19 Total Staff, 14 of which are Hollywood Residents
City of Hollywood RFP 045 23 SK for Citywide micro-transit Services
Page 8 of 123
135
○7 Full Time
○12 Part Time
Ridership:
●Total Riders/Month (past three months since RFP March 2023 submission)
○Jan 2023 11,070
○Feb 2023 11,803
●Average Riders/Ride (past three months since RFP March 2023 submission)
○Jan 2023 1.75
○Feb 2023 1.88
●2022 Total Ridership in Hollywood 146,710 riders!
Note: These are logged riders and may skew 8 14% below the actual ridership
Fare:
●Free (from launch in April 2019 to April 2021
●$1 (started April 2021
●$2 (started April 2022 to Present)
●$18,399 (returned/credit to City of Hollywood in February 2023
Coverage area:
FEBRUARY 2023 HEATMAP CURRENT GEOFENCED SERVICE AREA
Western Hollywood Pilot Service Expansion-
starting March 13 2023
City of Hollywood RFP 045 23 SK for Citywide micro-transit Services
Page 9 of 123
136
Upcoming March 2023 Western Hollywood Service Expansion Pilot
Circuit,at no additional expense to the City, and in an effort to further support understanding Hollywood
travel patterns, is working with the City Engineering department to conduct a pilot program using EV vans
and our existing rider app to offer service west of our existing coverage area. If selected for the RFP we
hope to leverage the information from this pilot to better inform the structure of future MTZ Zone 3
services.
B1.1.2 Local Research, Current Hollywood Sun Shuttle, and Discovery
After reviewing the details of the RFP, we immediately began our planning and analysis process.
Fortunately, with four years of operating experience in Hollywood, FL, we were able to leverage feedback
from our existing riders, driver ambassadors and the local business community, our review of the RFP and
the Counties transportation systems, and use historical data from our Circuit on-demand rider and driver
applications as well as our growing and evolving data reporting dashboard, to inform what we believe are
the best options for the community within the parameters of the RFP.
What We’ve Learned from Our Riders, Drivers and the Local Business Community
City of Hollywood RFP 045 23 SK for Citywide micro-transit Services
Page 10 of 123
137
In evaluating this opportunity, we started with the community. We hit the streets, spoke with Driver
Ambassadors, rode along with our riders, and reviewed rider feedback from our application and our rider
surveys:
Feedback from our drivers
●We are the “tour guides” for the city! Our Driver Ambassadors know Hollywood, and we help bring
people back to Hollywood. The resorts, hotels, businesses, all rely on us to help drive business.
●Residents would like us to expand to additional areas, including areas further West.
●More Circuit cars on the road- leading to faster pick up times and less delays!
●There are four major categories of people who use this service.
○Senior population 65 relies on Circuit to get to the grocery store, post office,
pharmacy. Some do not have cars and are on fixed incomes. They need Circuit more than
ever, we have developed trust with many Hollywood seniors, and they’ve come to rely on
the service. For some, it is a necessity for them.
○Tourists and visitors often say “I wish I had this in our city! Many report to us that they
love using the service; knowing Circuit is there gives visitors a peace of mind, that is why
they love coming back to Hollywood and exploring the Downtown area.
○Residents and commuters who use Circuit to get to work every day.
○Local residents use us to get to the beach and businesses downtown as a hassle and
drive-free option.
Feedback from riders
●“Keep Circuit going. Your drivers are very nice. Circuit is much needed and much appreciated.”
●“Circuit prevents a lot of DUIs, accidents, and potential loss of life.”
●“Circuit is one of the things that makes Hollywood great ”
●“I enjoy Circuit. I love it when it's a nice day to just sit and relax while someone else drives.”
●“Circuit is great, I love having the windows-down, casual transportation option.”
●“With Circuit, I never have to worry about sitting in traffic with my car. I take it to/from my home to
downtown and the restaurants at the Boardwalk, all while helping the environment- no gas! I love
it!”
●“Circuit is a blessing for me. I don’t have a car and I’m handicapped, so I’m limited in my ability to
walk distances. Circuit allows me to go grocery shopping, run errands, and even go to the beach.
Im super grateful- we need more Circuit everywhere- protect our earth from car pollution and
continue to offer low cost rides. Thank you.”
Feedback from local business community
●“Circuit is a great addition to the community helping locals and tourists safely move around the city
in an eco friendly manner. During the COVID 19 Pandemic, Billy's stone crab and Circuit teamed up
for deliveries to help people during quarantine. Thank you for your amazing services and helping
our community!” Billy’s Stone Crab
●"We are very pleased with the results of our marketing efforts with Circuit. The combination of a
wrapped vehicle along with conscientious coupon distribution by the drivers has been very
effective for Rita's of Hollywood."