Loading...
99-23158 RESO RESOLUTION NO. 99-23158 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ISSUE A REQUEST FOR PROPOSALS FOR PARKING COMPANIES/OPERATORS TO SUPPLY PARKING CASHIERS/ATTENDANTS AND SUPERVISORS FOR THE CITY OF MIAMI BEACH PARKING SYSTEM, WHEREAS, Central Parking System of Florida, Inc. is currently providing cashiers, attendants and supervisors to the City of Miami Beach Parking System; and WHEREAS, Central Parking System of Florida, Inc. has provided cashiers/attendants and supervisors for the City since August 4,1997 ; and WHEREAS, the existing Professional Services Agreement with Central Parking System of Florida, Inc. expires on August 3, 1999; and WHEREAS, the Administration has prepared a Request for Proposals in an effort to further enhance service levels to the parking public, and to achieve greater operating results. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby authorize the Administration to issue a Request for Proposals for Parking Companies/Operators to supply Parking Cashiers/Attendants and Supervisors for the City of Miami Beach Parking System. PASSED AND ADOPTED this 12th day of May, 1999. MAYOR 1111 ATTEST: ~~ rM~ APPROVED ~ TO FORJA & LANGUAGE & fOR EXECUTION ~ SR/CMC/ A FIPINGI$ALL: 'f:I,~L' IATTENDAN.RES ~~ CITY OF MIAMI BEACH RFP NO. 62-98/99 REQUEST FOR PROPOSALS FOR TWO YEAR CONTRACT FOR PARKING COMPANIES/OPERATORS TO SUPPLY PARKING CASHIERS/ATTENDANTS AND SUPERVISORS FOR THE CITY OF MIAMI BEACH PARKING SYSTEM PROPOSALS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN JUNE 11, 1999 AT 3:00 PM CITY OF MIAMI BEACH PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE, THIRD FLOOR MIAMI BEACH, FL 33139 PHONE: (305) 673-7490 FAX: (305) 673-7851 RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 1 300 CITY OF MIAMI BEACH RFP NO. 62-98/99 Sealed proposals will be received by the City of Miami Beach Procurement Director, 1700 Convention Center Drive, Miami Beach, Florida, 33139, until 3:00 pm on the June 11, 1999 for: TWO YEAR CONTRACT FOR PROVIDING PARKING CASHIERS/ATTENDANTS AND SUPERVISORS FOR THE CITY OF MIAMI BEACH PARKING SYSTEM At time, date, and place above, proposals will be publicly opened. Any proposal received after time and date specified will be returned to the proposer unopened. Proposal documents may be obtained upon request from the Procurement Division, telephone number (305) 673-7490, Bid Clerk. You are hereby advised that this RFP is subject to the "Cone of Silence, " in accordance with Ordinance 99-3164. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on communication with the City's professional staff. The ordinance does not apply to oral communications at pre-bid conferences, oral presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the City Commission during any duly noticed public meeting, contract negotiations with the staff following the award of an RFP, RFQ, RFLI, or bid by the City Commission, or communications in writing at any time with any city employee, official, or member of the City Commission unless specifically prohibited. A copy of all written communications must be filed with the City Clerk. Violation of these provisions by any particular bidder or proposer shall render any RFP award, RFQ award, RFLI award, or bid award to said bidder or proposer void, and said bidder or proposer shall not be considered for any RFP, RFQ, RFLI or bid for a contract for the provision of goods or services for a period of one year. The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of Miami Beach may reject any and all proposals or bids. CITY OF MIAMI BEACH Michael A. Rath, CPPB Procurement Director RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 2 301 TABLE OF CONTENTS I. OVERVIEW AND PROPOSAL PROCEDURES II. SCOPE OF SERVICES III. PROPOSAL FORMAT IV. EVALUATION/SELECTION PROCESS; CRITERIA FOR EVALUATION V. GENERAL PROVISIONS VI. SPECIAL TERMS AND CONDITIONS VII. ATTACHMENTS VIII. PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 3 302 SECTION I - OVERVIEW AND PROPOSAL PROCEDURES: A. INTRODUCTIONIBACKGROUND It is the intent of the City of Miami Beach to enter into a two-year Agreement with a firm to provide the necessary management and supervision of parking cashiers at the City operated cashiered parking facilities, with an option for three additional one-year periods. It will be the option of the City to exercise this option. The City reserves the right to terminate said Agreement in the event the firm fails to maintain the required standards, or at the City's sole convemence. B. RFP TIMETABLE The anticipated schedule for this RFP and contract approval is as follows: RFP issued May 13,1999 Deadline for receipt of questions June 1,1999 Deadline for receipt of proposals June 11,1999 (3:00 P.M.) Evaluation committee meeting June 16,1999 Commission approval and authorization of negotiations July 7, 1999 Contract negotiations July 8,1999 Projected award date July 21,1999 Projected contract start date August 4, 1999 C. PROPOSAL SUBMISSION An original and ten (10) copies of complete proposal must be received by June 11,1999 at 3:00pm and will be opened on that day at that time. The original and all copies must be submitted to the Procurement Division in a sealed envelope or container stating on the outside the proposer's name, address, telephone number, RFP number and title, and proposal due date. The responsibility for submitting a response to this RFP to the Procurement Division on or before the stated time and date will be solely and strictly that of the proposer. The City will in no way be responsible for delays caused by the U.S. Post Office or caused by any other entity or by any occurrence. Proposals received after the proposal due date and time will not be accepted and will not be considered. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 4 303 D. PRE-PROPOSAL CONFERENCE Not applicable E. CONTACT PERSON/ADDITIONAL INFORMATION/ADDENDA The contact person for this RFP is the Procurement Director at (305) 673-7490. Proposers are advised that from the date of release of this RFP untiL award of the contract, no contact with City personnel related to this RFP is permitted, except as authorized by the contact person. Any such unauthorized contact may result in the disqualification of the proposer's submittal. Requests for additional information or clarifications must be made in writing to the Procurement Director no later than the date specified in the RFP timetable. Facsimiles will be accepted at (305) 673-7851. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the RFP. Proposers should not rely on representations, statements, or explanations other than those made in this RFP or in any addendum to this RFP. Proposers are required to acknowledge the number of addenda received as part of their proposals. The proposer should verify with the Procurement Division prior to submitting a proposal that all addenda have been received. F. PROPOSAL GUARANTY A Performance Security in the form of an Irrevocable Letter of Credit or, in the alternative, a cash deposit in the amount of Five Thousand Dollars ($5,000.00), will be required prior to the execution of the Agreement resulting from this solicitation. G. MODIFICA TION/WITHDRA W ALS OF PROPOSALS A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal up until the proposal due date and time. Modifications received after the proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the proposal due date or after expiration of one-hundred and fifty days calendar days from the opening of proposals without a contract award. Letters of withdrawal received after the proposal due date and before said expiration date and letters of withdrawal received after contract award will not be considered. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 5 304 H. RFP POSTPONEMENT/CANCELLATION/REJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, proposals; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP or in any proposals received as a result of this RFP. I. COST INCURRED BY PROPOSERS All expenses involved with the preparation and submission of proposals to the City, or any work performed in connection therewith, shall be the sole responsibility of the proposer(s) and not be reimbursed by the City. J. VENDOR APPLICATION Prospective proposers should register with the City of Miami Beach Procurement Division; this will facilitate their receipt of future notices of solicitations when they are issued. All proposer(s) must register prior to award; failure to register will result in the rejection of the proposal. Potential proposers may contact the Procurement Division at (305) 673-7490 to request an application. Registration requires that a business entity complete a vendor application and submit an annual administrative fee of $20.00. The following documents are required: 1. Vendor registration form 2. Commodity code listing 3. Articles of Incorporation - Copy of Certification page 4. Copy of Business or Occupational License It is the responsibility of the proposer to inform the City concerning any changes, including new address, telephone number, services, or commodities. K. EXCEPTIONS TO RFP Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what alternative is being offered. The City, after completing evaluations, may accept or reject the exceptions. In cases in which exceptions are rejected, the City may require the proposer to furnish the services or goods originally described, or negotiate an alternative acceptable to the City. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 6 305 L. SUNSHINE LAW Proposers are hereby notified that all information submitted as part of a response to this RFP will be available for public inspection after opening of proposals, in compliance with Chapter 286, Florida Statutes, known as the "Government in the Sunshine Law". M. NEGOTIATIONS The City may award a contract on the basis of initial offers received, without discussion, or may require proposers to give oral presentations based on their proposals. The City reserves the right to enter into negotiations with the selected proposer, and if the City and the selected proposer cannot negotiate a mutually acceptable contract, the City may terminate the negotiations and begin negotiations with the next selected proposer. This process may continue until a contract has been executed or all proposals have been rejected. No proposer shall have any rights in the subject project or property or against the City arising from such negotiations. N. PROTEST PROCEDURE Proposers that are not selected may protest any recommendations for contract award by sending a formal protest letter to the Procurement Director, which letter must be received no later than 5 calendar days after award by the City Commission. The Procurement Director will notify the protester of the cost and time necessary for a written reply, and all costs accruing to an award challenge shall be assumed by the protester. Any protests received after 5 calendar days from contract award by the City Commission will not be considered, and the basis or bases for said protest shall be deemed to have been waived by the protester. O. RULES; REGULATIONS; LICENSING REQUIREMENTS Proposers are expected to be familiar with and comply with all Federal, State and local laws, ordinances, codes, and regulations that may in any way affect the services offered, including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines. Ignorance on the part of the proposer will in no way relieve it from responsibility for compliance. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 7 306 P. DEFAULT Failure or refusal of a proposer to execute a contract upon award by.the City Commission, or untimely withdrawal of a proposal before such award is made and approved, may result in forfeiture of that portion of any proposal surety required as liquidated damages to the City; where surety is not required, such failure may result in a claim for damages by the City and may be grounds for removing the proposer from the City's vendor list. Q. CONFLICT OF INTEREST All proposers must disclose with their proposal the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, child) who is also an employee of the City of Miami Beach. Further, all proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest often (10%) percent or more in the proposer or any of its affiliates. R. PROPOSER'S RESPONSIBILITY Before submitting proposal, each proposer shall make all investigations and examinations necessary to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements resulting from failure to make such investigations and examinations will not relieve the successful proposer from any obligation to comply with every detail and with all provisions and requirements of the contract documents, or will be accepted as a basis for any claim whatsoever for any monetary consideration on the part of the proposer. S. RELATION OF CITY It is the intent of the parties hereto that the successful proposer be legally considered to be an independent contractor and that neither the proposer nor the proposer's employees and agents shall, under any circumstances, be considered employees or agents of the City. T. PUBLIC ENTITY CRIME (PEC) A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid 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 public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of36 months from the date of being placed on the convicted vendor list. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 8 307 SECTION II - SCOPE OF SERVICES 1. SCOPE AND PURPOSE: The City of Miami Beach is actively seeking proposals from qualified parking companies/operators to supply parking cashiers, attendants and supervisors for the City of Miami Beach Parking System in accordance with the terms, conditions, and specifications contained in this Request for Proposals A. INTENT It is the intent of the City of Miami Beach to enter into a two-year Agreement with a firm to provide the necessary management and supervision of parking cashiers at the City operated cashiered parking facilities, with an option for three additional one-year periods. It will be the option of the City to exercise this option. The City reserves the right to terminate said Agreement in the event the firm fails to maintain the required standards, or at the City's sole convenience. B. RESPONSIBILITY OF THE FIRM It will be the responsibility of the Firm: 1. To provide trained and uniformed parking cashiers/attendants, at each of the City- operated cashiered parking facilities, Monday through Sunday and during Special Events. The parking facilities are located at: a. 7th Street & Collins Avenue Garage (24 hrs. per day) b. 17th Street Garage (24 hrs. per day) c. 13th Street Garage (24 hrs. per day) d. 42nd Street Garage (12 hrs. per day) e. 12th Street & Drexel Garage (24 hrs. per day) f. 5 A Surface Lots (17th and Washington Ave.) (16 hours per day) g. Preferred Surface Lots (Convention Center Lot) (143 days per year) 2. The parking cashiers/attendants and supervisors shall: a. Maintain a neat, well-groomed appearance. b. Collect parking fees and validate tickets. c. Provide financial and ticket reports at the conclusion of each shift to the satisfaction of City management. d. Submit monies representative of the shift activity to the shift/facility supervisor, and assist in the recordation and deposit of daily shift cash RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 9 308 receipts. e. Maintain a clean work area including the adjacent booth area including the access control equipment. Each shift shall be responsible to maintain the fee computer as to cleanliness, dust and appropriate use. r Provide directions and general information to the public. g. Maintain a friendly, courteous and service-oriented attitude. h. Consistently demonstrate the ability to communicate effectively in English with the general public, supervisor and City management. 1. Perform all other related duties as assigned by the Firm. J. All cashiers/attendants shall be qualified to complete all required cash and ticket reports. Such qualification shall be to ensure the accurate and complete recordation of such reports. Ability to add, subtract, multiply and divide in a consistent and accurate manner is essential. k. All cashier/attendants shall be trained in CPR and emergency procedures. 1. All cashiers/attendants shall be required to know City parking policies pertinent to: 1. Monthly Parking Program 2. City Decals and Permit Parkers 3. Special Event Parking 4. Parking Meter Debit Card Program 5. Hotel Hang-Tag Program 6. And any and all programs implemented by the City m. All cashier/attendants shall be familiar with all the Municipal Parking Facilities; their location hours of operation and rates. 3. The Firm shall provide and require its parking cashiers to wear a uniform: Sports/polo shirt or collar shirt (no t-shirts), dark pants, shorts or skirt. The Firm's employees will be issued official City of Miami Beach photo identifications and these shall be required to be worn daily as part of the employee's official uniform. The Firm has the option to include its name on the badge or uniform if it so desires. The City reserves the right for final approval of the uniform selected by the Firm. 4. The Firm shall provide an on-site Project Manger who shall have full authority to act for the Firm. The Firm shall also provide one working supervisor per location as requested on each shift. The responsibilities of the supervisors will be: a. Attendance verification: VerifY at the beginning of each shift that all booths are staffed. If personnel are absent or call in sick, it is the responsibility of the supervisor to replace the parking cashier immediately. Issuance of bank for each cashier/attendant per shift. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 10 309 b. Scheduling of shift locations and replacements for daily and weekly schedule. Scheduling for vacations and emergencies. c. The shift supervisors shall be an employee of the Firm and shall serve as the City contact for any problems or questions during each shift. d. Provide required assistance to parking cashiers during shift closeout procedures. Prepare all deposits for shift cash receipts as to City procedure. e. Perform the duties of a parking cashier. f. Perform related duties as requested by city staff. 5. The Firm shall schedule monthly performance meetings with City management to review performance issues. 6. The Firm shall notify the City of a 24 hour contact via telephone number and/or pager. A minimum of two contact names must remain on file with the City at all times. 7. The Firm shall respond to any complaint received from the general public or the City of Miami Beach, in writing, within 24 hours of receipt of complaint. 8. All training of new personnel will be the responsibility of the Firm. The Firm will provide written rules of conduct for its personnel. All rules of conduct for the Firm must be approved by the City's Parking Director. 9. The Firm must provide a Facilities Operation Manual to each employee and a permanent manual shall be stored in each cashier booth and central facility office. 10. All employees of the Firm shall be bonded and insured. Smoking on the job or in a parking facility is strictly prohibited. 11. The Firm must supply a $100.00 bank for each shift at each facility. The $100.00 bank shall consist of eighty one-dollar bills and two rolls of quarters. 12. The Firm shall maintain a trained, courteous workforce. 13. The Firm shall ensure that each cashier booth and facility office is equipped with the following: a. City of Miami Beach Parking Guide RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 11 310 b. Chamber of Commerce Visitor Guide c. CMB Electrowave Guide d. Any other materials provided by the City. 14. The firm shall be responsible for any cash shortages or missing tickets. Missing tickets shall be calculated at the maximum daily parking rate. All shortages shall be delivered to the CMB Parking Department c/o the Finance Manager within 72 hours of notice of the shortage by the City to the Firm. 15. The Firm shall provide continuous and on-going training to its employees assigned to the City of Miami Beach. C: CITY'S RESPONSIBILITIES 1. The City of Miami Beach will provide a clean and safe workplace. 2. The City has the right to refuse any personnel supplied by the Firm. Any person employed by the Firm whom the Parking Director or his/her designee may deem temporarily or permanently incompetent or unfit to perform the work, shall be removed promptly from the job and such person shall not again be placed with the City. 3. The City shall make every effort to notify the Firm in writing of any special events and their specific parking requirements at least one week prior to commencement of the event. 4. The City shall provide the Firm with a calendar of events at the City of Miami Beach Convention Center, Jackie Gleason Theater of the Performing Arts and Lincoln Theatre. The City shall also provide the firm with a copy of the City of Miami Beach annual calendar. 5. The City shall provide a comprehensive list of events requiring the staffing of surface parking lots (See Attachment A). 6. The city shall work with the Firm continuously to assure that residents and visitors are served in a professional and courteous manner. 7. The City shall provide In-Service training to all Firm's employees assigned to the City of Miami Beach. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 12 311 2. SUBMITTAL OF DOCUMENTS: The original and six (6) copies of each proposal shall be submitted to the Procurement Division at the time and date specified. The City reserves the right to require any additional information it may deem appropriate. The City has the right to waive any irregularities in the proposal. The City will not be responsible for the payment of any expenses incurred as a result of responding to the proposal. 3. MINORITY BUSINESS ENTERPRISES POLICY: It is the policy of the City of Miami Beach to provide minorities equal opportunity for participating in all aspects of the City's contracting and procurement programs. SECTION III - PROPOSAL FORMAT Proposals must contain the following documents, each fully completed and signed as required. Proposals which do not include all required documentation or are not submitted in the required format, or which do not have the appropriate signatures on each document, may be deemed to be non-responsive. Non-responsive proposals will receive no further consideration. A. CONTENTS OF PROPOSAL 1. Table of Contents Outline in sequential order the major areas of the proposal, including enclosures. All pages must be consecutively numbered and correspond to the table of contents. 2. Proposal Points to Address: Proposer must respond to all minimum requirements listed below, and provide documentation which demonstrates ability to satisfy all of the minimum qualification requirements. Proposals which do not contain such documentation may be deemed non-responsive. 3. Price Proposal Proposer must include price which will be charged to the City. 3. Acknowledgment of Addenda and Proposer Information forms (Section VIII) 4. Any other document required by this RFP. such as a Questionnaire or Proposal Guaranty. B. MINIMUM REQUIREMENTS / QUALIFICATIONS: All Firms that submit a proposal for consideration must meet the minimum qualifications RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 13 312 as provided below. If the minimum qualifications are not met, the proposal will be rejected. Proposals will be considered only from Firms or principals that are regularly engaged in the business of providing the services as described in this Proposal. A. The Firm(s) shall have a record of satisfactory performance within the State of Florida for a three-year period of time. B. The Firm(s) or principals shall have sufficient financial support staffing depth, equipment, and organization to ensure that they can satisfactorily execute the services if awarded a Contract under the terms and conditions herein stated. C. The Firm(s) shall be fully licensed to perform the work described herein. D. Number of!,ersonnel on file for each type of work. Example: Clerical = 58, Manual labor = 37, etc. E. List the present contracts held and contracts previously held during the past three years, specifically listing any similar contracts held. Identify the firm/organization, type of labor furnished, contact person, address, phone number, length of time contract held and total dollar amount of the contracts listed. F. The hourly rate for a parking cashier/attendant and the hourly rate for a shift/facility supervisor. Include any other costs associated with this project that shall be borne by the City. The proposed hourly rate shall be in effect for 12 months from the contract start date. In the second year of the contract term, hourly rates will be reconsidered for adjustment. In no event will any increase in rates be greater than the percentage change reflected in the CPI as published by the US Department of Labor. Requests for merit increases shall be considered in the 13th month of the initial contract term. Requests for merit increases greater than the CPI shall be justified and requested in writing to the CMB Parking Director. Each request shall be considered on a case by case basis G. The CMB reserves the right to refuse requested merit increases. H. The CMB reserves the right to accept CPI adjustments, allow the contract to terminate and re-advertise for RFP's, whichever is in the best interest to the City. I. Describe in detail the daily oversight ofthe attendants/cashiers and supervisors and contract management. Each proposer is required, before submitting a proposal, to examine carefully the requirements set forth in this document and to be familiar with all the terms and conditions that are contained within this RFP. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 14 313 The proposer shall submit the following information with the proposal: 1. Describe your approach to the project and your management plan for both regularly attended facilities/garages and special event staffing. Include your staffing strategies, implementation of the contract, training, supervision and continued support throughout the year. Describe your plan in detail for recruiting,training, and retaining cashiers/attendants and supervisors. 2. A brief history of the company, name(s) of owner and principal(s) and number of years in business. Include the location(s) of the offices. 3. The number of employees that are employed by your Firm /Company on a full- time and part-time basis. Describe your active work pool that can be immediately placed and trained. 4. Number of personnel on file for each type of work. Example: Clerical = 58, Manual labor = 37, etc. 5. List the present contracts held and contracts previously held during the past three years, specifically listing any similar contracts held. Identify the firm/organization, type of labor furnished, contact person, address, phone number, length of time contract held and total dollar amount of the contracts listed. 6. The hourly rate for a parking cashier/attendant and the hourly rate for a shift/facility supervisor. Include any other costs associated with this project that shall be borne by the City. The proposed hourly rate shall be in effect for 12 months from the contract start date. In the second year of the contract term, hourly rates will be reconsidered for adjustment. In no event will any increase in rates be greater than the percentage change reflected in the CPI as published by the US Department of Labor. Requests for merit increases shall be considered in the 13th month of the initial contract term. Requests for merit increases greater than the CPI shall be justified and requested in writing to the CMB Parking Director. Each request shall be considered on a case by case basis 7. The CMB reserves the right to refuse requested merit increases. 8. The CMB reserves the right to accept CPI adjustments, allow the contract to terminate and re-advertise for RFP s, whichever is in the best interest to the City. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 15 314 9. Describe in detail the daily oversight of the attendants/cashiers and supervisors and contract management. Each proposer is required, before submitting a proposal, to examine carefully the requirements set forth in this document and to be familiar with all the terms and conditions that are contained within this RFP. SECTION IV - EV ALVA TION/SELECTION PROCESS: CRITERIA FOR EV ALVA TION The procedure for proposal evaluation and selection is as follows: 1. Request for Proposals issued. 2. Receipt of proposals. 3. Opening and listing of all proposals received. 4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each proposal in accordance with the requirements of this RFP. If further information is desired, proposers may be requested to make additional written submissions or oral presentations to the Evaluation Committee. 5. The Evaluation Committee shall recommend to the City Manager which proposal or proposals the Evaluation Committee deems to be in the best interest of the City. The Evaluation Committee shall base its recommendations on the following factors: A. Firm's approach to the project and their staffing strategies. B. Professional experience and past performance of the firm. C. financial stability and capability of the company making the offer. D. Personnel resources and oversight/management plan. E. Labor Cost 6. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission which proposal or proposals the City Manager deems to be in the best interest of the City. 7. The City Commission shall consider the City Manager's recommendation(s) in light of the recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, approve the City Manager's recommendation(s). The City Commission may reject City Manager's recommendation(s) and select another proposal or proposals. In any case, City RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 16 315 Commission shall select the proposal or proposals acceptance of which the City Commission deems to be in the best interest of the City. The City Commission may also reject all proposals. 8. Negotiations between the selected proposer and the City Manager take place to arrive at a contract. If the City Commission has so directed, the City Manager may proceed to negotiate a contract with a proposer other than the top-ranked proposer if the negotiations with the top-ranked proposer fail to produce a mutually acceptable-contract within a reasonable period of time. 9. A proposed contract or contracts are presented to the City Commission for approval, modification and approval, or rejection. 10. If and when a contract or contracts acceptable to the respective parties is approved by the City Commission, the Mayor and City Clerk sign the contract(s) after the selected proposer(s) has (or have) done so. Important Note: By submitting a proposal, all proposers shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 17 316 SECTION V - GENERAL PROVISIONS A. ASSIGNMENT The successful proposer shall not enter into any sub-contract, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the City. Any unauthorized assignment shall constitute a default by the successful proposer. B. INDEMNIFICA TION The successful proposer shall be required to agree to indemnify and hold harmless the City of Miami Beach and its officers, employees, and agents, from and against any and all actions, claims, liabilities, losses and expenses, including but not limited to attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, in law or in equity, which may arise or be alleged to have arisen from the negligent acts or omissions or other wrongful conduct of the successful proposer, its employees, or agents in connection with the performance of service pursuant to the resultant Contract; the successful proposer shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs expended by the City in the defense of such claims and losses, including appeals. C. TERMINATION FOR DEFAULT If through any cause within the reasonable control of the successful proposer, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful proposer of such termination which shall become effective upon receipt by the successful proposer of the written termination notice. In that event, the City shall compensate the successful proposer in accordance with the Agreement for all services performed by the proposer prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful proposer shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the proposer, and the City may reasonably withhold payments to the successful proposer for the purposes of set off until such time as the exact amount of damages due the City from the successful proposer is determined. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 18 317 D. TERMINATION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful proposer of such termination, which shall become effective thirty (30) days following receipt by proposer of such notice. In that event, all finished or unfinished documents and other materials shall be properly deIiveredto the City. If the Agreement is terminated by the City as provided in this section, the City shall compensate the successful proposer in accordance with the Agreement for all services actually performed by the successful proposer and reasonable direct costs of successful proposer for assembling and delivering to City all documents. No compensation shall be due to the successful proposer for any profits that the successful proposer expected to earn on the balanced of the Agreement. Such payments shall be the total extent of the City's liability to the successful proposer upon a termination as provided for in this section. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 19 318 SECTION VI - SPECIAL TERMS AND CONDITIONS PROPOSAL SUBMISSION ORIGINAL AND SIX COPIES OF PROPOSAL SHALL BE SUBMITTED to the Purchasing Agent, properly signed in ink, and submitted in a sealed envelope on which shall be shown the name of the proposer, proposal opening date, and name and number of the proposal. QUALIFICATION OF PROPOSERS Each proposer may be required, before the award of any contract, to show to the complete satisfaction of the City Manager that it has the necessary personnel, project management, ability, and financial resources, to furnish the service as specified herein in a satisfactory manner. Each proposer may also be required to show past history and references which will enable the City Manager to satisfy himself as to the proposers qualifications. Failure to qualify according to the foregoing requirements will justify the City in rejecting its bid. LAWS AND REGULATIONS It shall be understood and agreed that any and all services, materials and equipment shall comply fully with all local, state and federal laws and regulations. PUBLIC ENTITY CRIMES Any person submitting a bid or proposal in response to this invitation must execute the enclosed form PER 7068, Sworn Statement under Section 287.133(3) (A), Florida Statutes on public entity crimes, including proper check(s) in the space(s) provided, and enclose it with its bid or proposal. Corrections to the form will not be allowed after the bid or proposal opening time and date. ASSIGNMENT The successful proposer(s) shall not assign, transfer, convey, sublet or otherwise dispose of this contract, or of any or all of its right, title or interest therein, or his or its power to execute such contract to any person, company or corporation without prior written consent of the City. ADDITIONAL INFORMATION Questions regarding these specifications must be in writing and submitted to: Office of the Purchasing Agent 1700 Convention Center Drive Miami Beach, FL 33139 Telephone - (305) 673-7490 Should any questions or responses require revisions to the specifications as originally published, such revisions will be by formal amendment only. Written questions must be received by the Purchasing Agent ten (10) days (City of Miami Beach work days) prior to proposal opening date, and addendum shall not be issued by City of Miami Beach later than five (5) (City of Miami Beach work days) prior to proposal opening date. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 20 319 10. INSURANCE COSTS Where the specifications include insurance requirements, it should be noted. by the proposer that in order to meet the City's requirements, there may be additional insurance costs to his firm. It is, therefore, imperative that the proposer discuss these requirements with his agent so that he may allow for any additional costs in his basic estimated fee. 1L INSURANCE REQUIREMENTS The proposer must carry in full force throughout the duration of this engagement: 1. Commercial General liability in the amount of $1 ,000,000 per occurrence for bodily injury and property damage (to include contractual products and completed operations). The City of Miami Beach must be named as an additional insured on this policy. 2. Workers Compensation & Employers liability as required by Florida Statutes. 3. Thirty (30) days written notice of cancellation or substantial modification in insurance coverage must be given to the City by the consulting firm and its insurance company. 4. The insurance must be furnished by insurance companies authorized to do business in the State of Florida and approved by the City's Risk Manager. 5. Original certificates of insurance for the above coverage must be submitted to the City's Risk Manager for approval prior to any work commencing. These certificates will be kept on file in the office of the City's Risk Manager. SECTION VII - A TT ACHMENTS 1. 2. Cone of Silence, Ordinance No, 99-3164 Attachment A - Current Operational Conditions and Cashier/Attendant Required. Policies and Procedures Manual Hours 3. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 21 320 RFP NO.: DATE: SECTION VIII - PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 22 321 PROPOSER INFORMATION Submitted by: Proposer (Entity): Signature: Name (Typed): Address: City/State: Telephone: Fax: It is understood and agreed by proposer that the City reserves the right to reject any and all proposals, to make awards on all items or any items according to the best interest of the City, and to waive any irregularities in the RFP or in the proposals received as a result of the RFP. It is also understood and agreed by the proposer that by submitting a proposal, proposer shall be deemed to understand and agree than no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. (Authorized Signature) (Date) (Printed Name) RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 23 322 REQUEST FOR PROPOSALS NO. (Number) ACKNOWLEDGMENT OF ADDENDA Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP: Addendum No.1, Dated Addendum No.2, Dated Addendum No.3, Dated Addendum No.4, Dated Addendum No.5, Dated Part II: No addendum was received in connection with this RFP. Verified with Procurement staff Name of staff Date (Proposer - Name) (Date) (Signature) RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 24 323 DECLARA TION TO: Sergio Rodriguez City Manager City of Miami Beach, Florida Submitted this day of ,1998. The undersigned, as proposer, declares that the only persons interested in this proposal are named herein; that no other person has any interest in this proposal or in the Contract to which this proposal pertains; that this proposal is made without connection or arrangement with any other person; and that this proposal is in every respect fair and made in good faith, without collusion or fraud. The proposer agrees if this proposal is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the proposer and the City of Miami Beach, Florida, for the performance of all requirements to which the proposal pertains. The proposer states that the proposal is based upon the documents identified by the following number: RFP No. (Number) SIGNA TURE PRINTED NAME TITLE (IF CORPORATION) RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 25 324 Proposer's Name: Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation If a Corporation. answer this: When Incorporated: In what State: If Foreign Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice-President's Name: Treasurer's Name: Members of Board of Directors: Questionnaire (continued) RFP NO.: DATE: 62-98/99 April 30, 1999 QUESTIONNAIRE CITY OF MIAMI BEACH 26 325 If a Partnership: Date of organization: General or Limited Partnership*: Name and Address of Each Partner: NAME ADDRESS * Designate general partners in a Limited Partnership l. Number of years of relevant experience in operating similar business: 2. Have any similar agreements held by proposer for a project similar to the proposed project ever been canceled? Yes ( ) No ( ) If yes, give details on a separate sheet. 3. Has the proposer or any principals of the applicant organization failed to qualify as a responsible bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: Questionnaire (continued) RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 27 326 4. Has the proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary . 5. Person or persons interested in this bid and Qualification Form (have) (have not) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: B. List all judgments from lawsuits in the last five (5) years: C. List any criminal violations and/or convictions of the proposer and/or any of its principals: 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this proposal: (If none, so state.) RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 28 327 8. Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any proposer and/or individuals and entities comprising or representing such proposer, and in an attempt to ensure full and complete disclosure regarding this contract, all Proposers are required to disclose all persons and entities who may be involved with this Proposal. This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of proposals. RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 29 328 The proposer understands that information contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreement and such information is warranted by the proposer to be true. The undersigned proposer agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the proposer, as may be required by the City Manager. The proposer further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the proposer agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. WITNESSES: IF INDIVIDUAL: Signature Signature Print Name Print Name WITNESSES: IF PARTNERSHIP: Signature Print Name of Firm Print Name Address By: Signature (General Partner) (Print Name) (Print Name) WITNESSES: IF CORPORATION: Signature Print Name of Corporation Print Name Address By: President Attest: Secretary (CORPORA TE SEAL) RFP NO.: DATE: 62-98/99 April 30, 1999 CITY OF MIAMI BEACH 30 329 ATTACHMENT A CASHIER/ATTENDANT HOURS TOTAL HOURS PROJECT MANAGER & BOOKKEEPER 8 HRS X 5 DAYS X 52 WKS 2080 8 HRS X 5 DAYS X 52 WKS 2080 TOTAL 4,160 2G -17TH STREET GARAGE ATTENDANT- 24HRS X 7 DAYS X 52 WKS 8736 SUPERVISOR - 24HRS X 7 DAYS X 52 WKS 8736 ATTENDANT - 12P-8P - 8 HRS X 7 DAYS X 52WKS 468 ATTENDANT - 11A-7P - 8 HRS X 7 DAYS X 52WKS 988 ATTENDANT - 11A-7P - 8 HRS X 7 DAYS X 52WKS 988 TOTAL 19,916 5A EAST - 17TH STREET LOT ATTENDANT - MON -FRI- 6:30A-12MID - 17.5HRS X 5 DAYS X 52 WKS 4550 ATTENDANT - SAT & SUN - 8A-3A -19HRS X 2 X 52 WKS 1976 ATTENDNAT - FRI & SAT - 6P - 3A - 9 HRS X 2 X 52 WKS 936 TOTAL 7,462 5A WEST - 17TH STREET LOT ATTENDANT - MON -FRI - 6:30A-12MID - 17.5HRS X 5 DAYS X 52 WKS 4550 ATTENDANT - SAT & SUN - 8A-3A - 19HRS X 2 X 52 WKS 1976 ATTENDANT - FRI & SAT - 6P - 3A - 9 HRS X 2 X 52 WKS 936 TOTAL 7,462 17A -13TH STREET GARAGE ATTENDANT- 24HRS X 7 DAYS X 52 WKS 8736 SUPERVISOR - 24HRS X 7 DAYS X 52 WKS 8736 TOTAL 17,472 17X LOT -13TH STREET & COLLINS AVENUE ATTENDANT - FRIDAY - 6P -3A - 9HRS X 52 WKS 468 ATTENDANT - SATURDAY - 8A - 3A - 19 HRS X 52 WKS 988 ATTENDANT - SUNDAY - 8A - 4P - 8 HRS X 52 WKS 416 TOTAL 1,872 2A -12TH STREET GARAGE ATTENDANT - FRIDAY - 6P -3A - 9HRS X 52 WKS 468 ATTENDANT - SATURDAY - 8A - 3A - 19 HRS X 52 WKS 988 ATTENDANT - SUNDAY - 8A - 4P - 8 HRS X 52 WKS 416 TOTAL 1,872 14A - FEDCO LOT - 15TH STREET AND WASHINGTON AVE. 2 ATTENDANTS - MON -FRI - 6:30A-4P - 9.5HRS X 5 DAYS X 52 WKS 4940 2 ATTENDANTS - FRI & SAT - 9P-3A - 6HRS X 2 DAYS X 52 WKS 1248 2 ATTENDANTS - SUNDAY - 8A - 4P - 8 HRS X 52 WKS 832 TOTAL 7,020 RFP NO: DATE: 62 98/99 04/30/99 CITY OF MIAMI BEACH 330 IATTACHMENT A 10A, 10B, 10X LOTS - LINCOLN ROAD LOTS 2 ATTENDANTS - FRIDAY - 6P -3A - 9HRS X 52 WKS 936 2 ATTENDANTS - SATURDAY - 8A - 3A -19 HRS X 52 WKS 1976 2 ATfENDANTS - SUNDAY - 8A - 4P - 8 HRS X 52 WKS 832 TOTAL 3,744 42ND STREET GARAGE - FEB - SEP ATTENDANT- 24HRS X 7 DAYS X 52 WKS 8736 SUPERVISOR - 24HRS X 7 DAYS X 52 WKS 8736 TOTAL 17,472 19X & 19B LOTS - 46TH AND 53RD STREET & COLLINS AVENUE 2 ATTENDANTS - SATURDAY - 8A - 6P - 10 HRS X 26 DAYS (MAY-SEPT) 520 2 ATTENDANTS - SUNDAY - 8A - 6P -10 HRS X 26 DAYS (MAY-SEPT) 520 TOTAL 1,040 PREFERRED LOT - CONVENTION CENTER 2 ATTENDANTS -7A-5P - 10HRS X 143 EVENT DAYS 2860 4 TRAFFIC ATTENDANTS -7A-5P - 10HRS X 143 EVENT DAYS 5720 2 SUPERVISORS -7A-5P -10HRS X 143 EVENT DAYS 2860 TOTAL 11,440 SPECIAL EVENTS VARIOUS LOCATIONS - SEE ATTACHED DETAil 5104 TOTAL 5,104 GRAND TOTAL 101,876 RFP NO: DATE: 62 98/99 04/30/99 CITY OF MIAMI BEACH 331 IATTACHMENT A SPECIAL EVENT ATTENDANT HOURS TOTAL HOURS SPECIAL EVENTS 68 LOT 2 ATTENDANTS - 8A-6P - 10 HRS X 10 DAYS 200 TOTAL 200 7C LOT ATTENDANT - 8A-6P - 10HRS X 6 DAYS 60 TOTAL 60 70 LOT 2 ATTENDANTS - FRIDAY - 6P -3A - 9HRS X 52 WKS 936 2 ATTENDANTS - SATURDAY - 8A - 3A - 19 HRS X 52 WKS 1976 2 ATTENDANTS - SUNDAY - 8A - 4P - 8 HRS X 52 WKS 832 TOTAL 3,744 98 & 9F LOTS 2 ATTENDANTS - 8A-8P - 12 HRS X 2 DAYS 48 2 ATTENDANTS - 8A-8P - 12 HRS X 2 DAYS 48 TOTAL 96 160 & 16E LOTS 2 ATTENDANTS - 8A-6P - 10 HRS X 10 DAYS 200 2 ATTENDANTS - 8A-6P - 10 HRS X 10 DAYS 200 TOTAL 400 18A LOT 2 ATTENDANTS - 8A-9P - 13HRS X 4 DAYS 104 TOTAL 104 26A, 268, 26C, 260 LOTS 2 ATTENDANTS - 8A-6P - 10HRS X 4 DAYS 80 2 ATTENDANTS - 8A-6P - 10HRS X 4 DAYS 80 2 ATTENDANTS - 8A-6P - 10HRS X 4 DAYS 80 2 ATTENDANTS - 8A-6P - 10HRS X 4 DAYS 80 TOTAL 320 SCHOOL LOT 2 ATTENDANTS - 10A-7P - 9 HRS X 10 DAYS 180 TOTAL 180 GRAND TOTAL - SPECIAL EVENTS 5,104 RFP NO: DATE: 62 98/99 04/30/99 CITY OF MIAMI BEACH 332 IATTACHMENT A 7TH STREET GARAGE TOTAL HOURS SUPERVISOR 24 HRS X 7 DAYS X 52 WKS 8736 TOTAL 8,736 ATTENDANTS ATTENDANT- 24HRS X 7 DAYS X 52 WKS 8736 ATTENDANT - 8 HRS X 4 DAYS X 52 WKS (THURS, FRI, SAT, SUN, 2P-10P) 1664 ATTENDANT - 8 HRS X 4 DAYS X 52 WKS (THURS, FRI, SAT, SUN, 10P-6A) 1664 ATTENDANT - 10 HRS X 3 DAYS X 52 WKS (MON, TUE, WED, 12P-10P) 1560 TOTAL 13,624 GRAND TOTAL 22,360 RFP NO: DATE: 62 98/99 04/30/99 CITY OF MIAMI BEACH 333 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http:\\cLmiami-beach.f1.us COMMISSION MEMORANDUM NO:S? '2-'19 TO: Mayor Neisen O. Kasdin and Members of the City Co mission DATE: May 12, 1999 FROM: Sergio Rodriguez City Manager SUBJECT: A RESOLUTI N OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ISSUE A REQUEST FOR PROPOSALS FOR PARKING COMPANIES/OPERATORS TO SUPPLY PARKING CASHIERS/ATTENDANTS AND SUPERVISORS FOR THE CITY OF MIAMI BEACH MUNICIPAL PARKING SYSTEM, AS REQUIRED. ADMINISTRATION RECOMMENDATION: Adopt the Resolution. BACKGROUND: Central Parking System of Florida, Inc, is currently providing cashiers, attendants and supervisors to the City of Miami Beach Parking System; these services have been provided since August 4, 1997. The existing Professional Services Agreement expires August 3, 1999. There is a one year renewal option left on the existing agreement; however, the Administration is not recommending renewal of the agreement. ANALYSIS: The Administration has prepared a Request for Proposals to further enhance service levels to the parking public, and to achieve greater operating results. If approved, the attached RFP No.62- 98/99, will be issued effective May 13, 1999. Completed proposals must be submitted to the Procurement Office by June 11, 1999, at 3:00 P.M. (There is a timetable set forth on page 4 of the attached RFP). Subsequently, the City Commission may then make a determination for the selection of a Parking Attendants/Cashiers and Supervisors provider for attended parking services at the July 7, 1999, City Commission meeting. AGENDA ITEM C1H 5-[2-?] DATE 297 CONCLUSION The Administration recommends the Mayor and the City Commission authorize the request for proposals from Parking Companies/Operators to supply parking cashiers/attendants and supervisors for the City of Miami Beach Parking System. SR/:5t~ Attac nt F:\PIN \CHUCK\CASHIER.MEM 298