HomeMy WebLinkAboutAgreement with Standard Parking r .
0 ?040 � 6
f AGREEMENT
BETWEEN THE CITY OF- MIAMI. BEACH, FLORIDA
AND
STANDARD PARKING, CORPORATION
TO PROVIDE PARKING METER COLLECTION SERVICES
FOR THE CITY OF MIAMI BEACH PARKING SYSTEM
PURSUANT TO REQUEST FOR PROPOSALS NO. 17- 05106
THIS AGREEMENT made on this -Zididay of A ( 41 1 ; 2011, by and between the
CITY OF' MIAMI BEACH, a Florida municipal corporation located at 1700 Convention Center Drive,
Miami Beach, Florida (City), which term shall include its officials, successors, legal representatives,
and assigns, and STANDARD PARKING - CORPORATION, a Delaware corporation with Focal
offices at 901 South Miami Avenue, Suite 303, Miami, Florida (Contractor), - which term shall include
its officials, successors, legal representatives, and assigns.
SECTION 1
DEFINITIONS
Agreement: This written Agreement between the City and the Contractor.. -
City Manager: ' "City Manager" means the Chief Administrative Officer of the City or
his /her authorized designee.
Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an
independent contractor,, and not an agent or employee of the City.
Contract ,Manager: An individual designated and fully funded by Contractor vested with the
authority to represent, correspond, and act on behalf of the Contractor
with regard to the performance of the Services and this Agreement.
4
Policies.and
Procedures: The City of Miami Beach - Parking Department Policies -and Procedures
for Meter Collection Services, as same may be amended from time to
time.
Project
Coordinator: An individual : designated by the City Manager with the authority to
represent, correspond, and act on behalf of the City with regard to the
day to day performance of ahe Services.
Proposal p
Documents:: Proposal Documents shall rrmean.Request for Proposals No. 17 -05/06 to
Solicit Proposals for Parking Meter Collections Services for the City's
Parking System (the RFP); and b) the Contractor's response thereto
(Proposal), both of which are attached and incorporated as Exhibit "A"
hereto; provided, however, that in the event of an express conflict
between the Proposal Documents and the Agreement, the precedence
will - be given to that term /provision which allows the City to enforce the
Agreement in the strictest possible terms, and /or in accordance with the
term(s) most.favorable to the City.
Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive,
Third Floor, Miami Beach, Florida, 33139.:
Services: All services, work and actions by the Contractor performed pursuant to or
undertaken under. this Agreement, including, without limitation, those set
forth in. the Proposal Documents, and . any exhibits. and /or amendments
hereto.
Termination: Termination of Contractor's- Services, as provided in Section 4.7 of this
Agreement.
SECTION 2
SCOPE OF WORK AND SERVICES REQUIRED (SERVICES)
Contractor shall provide the City of Miami 'Beach` Parking System with trained, qualified
employees, ositioned as parking meter collectors and supervisors, as deemed necessa b
. p p g p rY Y the
City, through its City Manager, and /or the Manager's authorized designee (who shall also be the
,Project Coordinator), at their - respective sole.and reasonable discretion; to,provide the Services
contemplated in this Agreement. These individuals will be employees of the Contractor and shall at
-:.no time be considered City employees. Contractor shall select, train, and employ such number of
employees as is necessary or appropriate for Contractor to provide the Services and to satisfy its
responsibilities hereunder.
Contractor will utilize other Contractor employees to fill -in for vacation days and sick days for
all personnel required by the City under this Agreement. Selection hiring,', and staffing. of the
required parking meter collectors and supervisors, as required to ensure. the-provisions of-the-
Services in a first -class manner, will be the sole responsibility of the Contractor. Notwithstanding the
preceding, however, the City Manager and /or Project Coordinator shall have the` authority, at any
time during the Term hereof, to review Contractor's staffing level&to.determine, (in their respective
reasonable discretion), that Contractor is providing the Services in accordance with.the highest
levels of service and professionalism, and in a manner comparable to the provision of similar work
and /or services in comparable municipalities or'government agencies.
It is.the sole responsibility of the Contractor to ensure that all personnel are trained in the use
of the equipment required to open, collect, and audit the single space and multi- space parking
meters, and -have received training in,- and are fully knowledgeable with; the' Policies and
Procedures. Contractor and its employees shall at all times, during the Term, adhere to the Policies
and Procedures. Notwithstanding the preceding, the City reserves the right, in its sole and
3
reasonable discretion, to amend the Policies and Procedures at any time :du,ring the Term, and
Contractor hereby agrees and acknowledges to be governed by any and all such amendments.
Contractor shall issue its employees uniforms, which shall be approved by, the Project
F .
Coordinator, and worn per City- issued standards. Contractor and its employees shall keep uniforms
in like -new condition: Contractor will provide and directly pay for the costs of all uniforms for its -
.a employees.
Contractor will provide for individual honesty tests for its employees during its hiring process,
and as may otherwise be required by the Project Coordinator from time to time.
Contractor shall rovide Collection. Service for single space parking meters and/or p 9 p p 9- r multi -
space pay stations owned by the City of Miami Beach, located at sites designated herein within the
City of Miami Beach. Collection Service shall transport all coins, bills, and /or data collected from
single space parking meters and /or multi - spaces pay stations to any place within the City of Miami
Beach deemed acceptable to the Project Coordinator, for the purpose_ of counting, :storing,
depositing, or any combination thereof:
Contractor shall be responsible for the coded collection keys,. electronic locking system
access cards, sealed coin collection buckets, bill hoppers, and data retrieval hand held devices
and /or cards issued by the City. Contractor shall be solely responsible for repair or replacement,
including parts and labor, of any equipment required due to being damaged lost, or stolen while in
its care, custody; and /or control. This includes, without limitation,' access cards, hand held
computers, data retrieval cards, sealed coin collection buckets, bill hoppers, and any other cost
associated with securing all parking spaces affected by the breach. Any of the aforementioned
property including, without limitation, locks, electronic locking system access cards, hand held
computer devices, sealed coin collection buckets, bill hoppers, and data retrieval cards /devices,
must be replaced. within seven (7) calendar days of loss. Failure to meet the timeline of this
provision shall result in a penalty of $250.00 per day, or ten percent (10 %) per day of the total value
due to the City from the Contractor due to the loss of City Property; whichever is.greater. The greater
of these two penalties will be assessed against the Contractor for every calendar day past-the
seventh (7th) day; such.penalty is to be deducted.from any future or current remittances due to the.
Contractor.
All equipment supplied by the City to the Contractor for the purpose-of this contract will be
replaced at the Contractor's expense in the event of damage caused while in the Contractor's.care
and custody.
Contractor Personnel shall be unarmed at all times.while engaged in the collection of and
transportation of parking meter revenues.
Contractor shall provide secure and safeguarded vehicles. A minimum of three (3) collection
vehicles must be supplied; additional vehicles should be provided, as needed to ;perform collection
and collection supervision services. Each vehicle is to be equipped in accordance with the
specifications outlined in the RFP.
Each Collection Service vehicle shall have a minimum of two (2) collection service
personnel, in uniform; with photograph identification. The Collection Service personnel will wear
identification tags, provided by the City' at all times while collecting coins and delivering the,collected
or counted coins. One (1') supervisor must remain. in radio contact with the Project Coordinator
and /or his /her authorized designee (for this purpose) within the City's Parking Department.
The Contractor agrees not to hire any City employee as a part- time or full -time employee that
would participate and /or be associated with the Services outlined herein in providing.parking meter
collection services to the City -of - Miami Beach.
The City's Parking Department shall have the right to have its personnel, as deemed appropriate,
and in the sole discretion of the City Manager and /or the Project Coordinator, to closely monitor the
5
collection - service for any and all security reasons.
The Contractor shall be responsible for returning any loaned equipment to the City. Any
equipment damaged while in the custody of the Contractor will be repaired or replaced at the
Contractor's sole cost and expense.
Contractor shall reimburse City, in full, for any discrepancies within seventy -two (72) hours of
notice, whether written or verbal', from City to Contractor'of said discrepancy. Reimbursement shall
be made to:
City of Miami Beach Parking Department
1755 Meridian Avenue, Suite 200
Miami Beach, Florida 33139
Attention: Parking Director
2.1 Proposal Documents Incorporated:
Notwithstanding the description of the Services in this Section 2, Contractor shall, without
limitation, provide any and all services and /or other work asset forth in the Proposal Documents. - In
the event that the Project Coordinator determines that Contractor is not providing a particular service.
and /or other work which was specified in the Proposal Documents, the Project Coordinator may
elect, at his /her sole discretion and judgment, to identify the deficiency by written notice to
Contractor. Contractor shall be required to provide said service and /or work (as set forth in Project
Coordinator's notice) - within ten (10) business days of such written notification. Notwithstanding the
preceding, the aforestated notice shall be provided to Contractor at Project Coordinator's sole
election and discretion, and shall in no way limit any of the City's rights and remedies (including,
without limitation an extension of the cure period) in the event of a default by Contractor pursuant to
this Agreement.
2.4-- Frequency of Collection:
At the City's sole option and discretion, Contractor may be required to increase or decrease
the frequency of collection.
2.5 Additional Public Benefit:
During the,Term, and subject to mutual agreement by the parties (which mutual agreement
shall be memorialized in writing and executed by the City Manager, on behalf of the City, and
Contract Manager, on behalf of Contractor), the .Contractor shall implement one or more joint
"public- private ": not- for - profit collaborations for the benefit of the City of Miami Beach community,
including, without limitation, a Children's Toy Drive; Thanksgiving Food Drive; and similar events.
SECTION 3
COMPENSATION
11 FIXED FEE
Contractor's, billing rate will be $0.65 per single space meter collected, and $6.50 per multi-
space meter collected u'p to September 30, 2010.
: Commencing on October 1, 2010, through September 30, 2011, Contractor's billing rate will
be adjusted to $0.714 per single space meter collected, and $7.14 per multi -space meter. collected.
Commencing on October 1, 2011, through January 12, 2012 (expiration of the second'
renewal term), Contractor's billing rate will be $0.749 per single space meter, collected, and $7.49
per multi -space meter collected.
Employees will be paid by the Contractor on an hourly basis.
Contractor will be solely responsible for payment of payroll taxes, worker's compensation,,
retirement benefits, and group insurance for each, of its employees, and the City shall have no
: liability whatsoever, whether to Contractor or its individual employees, for same. -
The parties acknowledge that the Federal Minimum Wage (covering the classification of
Services provided under this Agreement) may be increased, or that the Contractor may want to
increase the gross hourly rate and corresponding benefits to its employees, during the Term of the
7
Agreement. In the event the Federal Minimum Wage (covering the classification of Services
provided under this Agreement) is increased ° through � enactment of Federal legislation; the
Contractor shall promptly notify the City Manager, in writing, ._of such increase. Following
presentation of documentation (satisfactory to the City Manager), verifying such increase, and
subject further to prior approval of the City Commission, which approval, if given. at all, shall be at .
the sole option and reasonable discretion of the'Commission, Contractor may be entitled to receive
additional compensation equal to the actual increase in the 'Minimum Wage - applicable to the
Services provided. This may result in corresponding increase to the billing rate to the City.
3.1.1, Living Wage Ordinance Requirement:
All notices will be printed in English, Spanish, and Creole.
CONTRACTOR, BY ITS EXECUTION OF THIS AGREEMENT, HEREBY
ACKNOWLEDGES AND AGREES TO BE BOUND BY THE PROVISIONS OF THE CITY'S LIVING
WAGE ORDINANCE, AS CODIFIED IN CHAPTER 2, DIVISION 6, SECTIONS 2 -407 THROUGH 2-
410 OF THE CITY CODE, AS SAME MAY BE AMENDED FROM TIME TO TIME.
Pursuant to Section 2 -408 of the Miami Beach City Code, as same maybe amended from time to
- time, Contractor shall be required to pay all employees who provide services pursuant to - this
Agreement, the hour) living wage rates based on the following three 3 year phase
approach.
A
9 Y 9 9 9 (.) Y p pp
• Commencing with City fiscal year 2010 -11 (October 1, 2010), the hourly living wage rate will
be $10.16/hr. with health benefits, and $11.41/hr without benefits;
• Commencing with City fiscal year 2011 -12 (October 1, 2011), the hourly living wage rate will
be $10.72/hr with health benefits, and $12.17/hr without benefits; and
•' Commencing with City fiscal year 2012 -13 (October 1-; 2012), the hourly living rate will be
$11.28/hr with health benefits, and $12.92/hr, without benefits.
g
i
For Contractor to comply with the new Living Wage requirements by choosing, to pay the lower
hourly rate, when a covered - employer also provides health benefits, such health benefits shall
consist of payment of at least 1.64 per hour toward the provision of a health benefits plan for
covered employees and their dependents.
Contractor's failure to comply. with this provision shall be deemed a material breach under this
Agreement, under which the City may, at its sole option, immediately terminate the Agreement and
may., further, subject Contractor to additional penalties and fines, as provided in the City's Living
Wage Ordinance, as amended.
Equal Benefits Requirements:
THE FOLLOWING REQUIREMENT SHALL APPLY TO THIS CONTRACT:
Contractor, by its execution of this Agreement, further acknowledges that it is required to'
comply with all applicable provisions of City Ordinance No. 2005 -3494, as same may be amended
from time to time, which requires certain contractors to provide equal benefits for domestic partners*
.(the Ordinance): This Ordinance .applies to all employees of Contractor who work within the City
limits of the City of Miami_ Beach, Florida, and the Contractor's employees located in the United
States, but outside of the City of Miami Beach limits, who are directly performing work on the
Agreement.
CONTRAC
TOR BY ITS EXECUTION OF THIS AGREEMENT, HEREBY ACKNOWLEDGES AND
AGREES TO BE BOUND BY THE PROVISIONS OF THE ORDINANCE, AS SAME MAY BE
AMENDED FROM TIME TO TIM'
€.
3.2 METHOD OF PAYMENT
Payment shall be -made monthly to Contractor pursuant to daily reports submitted by the City
for all meters collected referenced in subsection 3,1.. The City shall verify all records. and any
discrepancies shall be duly noted and deducted from Contractor's invoice. City will process all
approved invoices in a timely manner. Contractor's invoices and all required back -up
documentation shall be submitted to:
City of Miami Beach Parking Department
1755 Meridian Avenue, Suite 200
Miami Beach, Florida 33139
Attention: Saul Frances, Parking Director
SECTION 4
GENERAL PROVISIONS
4.1 . CONTRACTOR'S EMPLOYEES
Contractor will make every effort to obtain and hire personnel of the highest quality, caliber,
and integrity relative to each position required to perform the Services hereunder. All personnel
shall have, at a minimum, good command of the 'English language; and shall be qualified to
complete all daily assigned tasks and related duties. All personnel must be bonded and insured,
with proof of same to be made available to the Contract Administrator.` upon request.
Notwithstanding the preceding, the City agrees that Contractor's bonding requirement may be
satisfied as provided in subsection 4.6.2.
Contractor's employees shall be employees of Contractor and shall not be_ considered
agents or employees of the City. Subject to the provisions of this Agreement, Contractor shall select
the number, function, qualifications, and compensation (including benefits as applicable) of each
and every one of its employees.
In its performance of the Services, the Contractor. shall comply, and shall be solely
responsible for ensuring that its employees comply, with all applicable City, State, County, and
10
Federal laws and ordinances including, without limitation, applicable ordinances, codes, and rules
and regulations of the City (including, without limitation, the Policies and Procedures); ADA; and
EEO Regulations and Guidelines.
4.1.1 Immediate Removal of Parking Meter Collectors:
The City reserves the right, to be exercised by the Project Coordinator in his /her sole and
reasonable discretion, to immediately require that the Contractor remove any meter collector(s),
and /or supervisor(s) within one (1) 'hour of notification - thereof, whether written or verbal, by the
Project Coordinator to Contractor's Contract Manager, ° where the Project Coordinator has
determined that said employee(s) is unfit for the duties he /she is assigned, and /or is otherwise
deemed reasonably unacceptable by the Project Coordinator. The Project Coordinator may deem
an employee unacceptable where, in his /her sole and reasonable judgment, he /she determines that
an employee is not providing Services and /or performing in accordance with the standard of quality
and level of professionalism as would be commensurate with parking meter collectors /supervisors in
similar municipalities or government agencies; and may, without limitation, consider such factors as
job knowledge; courtesy to the public; attendance;. communication skills, honesty, and integrity;
and /or capability as a meter collector, and /or supervisor (as the case may be).
4.2 PUBLIC ENTITY CRIMES
Prior to commencement of the Services, Contractor shall file with the Office of the City Clerk
a State of Florida Form PUR 7068, Sworn Statement, under Section 287.133(3)(1,), Florida Statutes,
(Public Entity Crimes).
4.3 CONTRACT MANAGER
Prior to commencement of the Services, Contractor shall appoint a trained and qualified
individual, acceptable to the City Manager; to serve as Contract Manager for the Services; who shall
be fully.responsible for the day -to -day activities. under this Agreement;` who shall serve as the
primary contact for-the City's' Contract Administrator. The City Manager, in his /her sole and
11
reasonable discretion, shall determine the Contract Manager's schedule. The Contract Manager
shall be fully funded and paid by the Contractor. Contractor further agrees that, within fourteen (14)
days - written notice from the City Manager, Contractor shall promptly review and replace the Contract
Manager assigned to this Agreement, which request may be made by the City Manager with or
without stating cause'for same.
4.4 DURATION AND EXTENT OF AGREEMENT (TERM)
The initial term of this Agreement shall be for a period of three (3) years, and shall be
deemed to have commenced retroactively on July 13, 2006 (Commencement Date), and ended on
July 12, 2009.
At the City's sole option and discretion, and provided Contractor is in good standing pursuant
-to the terms of the Agreement; the City may renew the Agreement for two (2) additional one -year
terms, upon the same terms and conditions set forth herein, by providing written notice to Contractor
no later than thirty (30) days before the expiration of the initial term (or a renewal term as the case
may be):
The parties agree and acknowledge that, pursuant to Resolution No, 2009- 27101, the City
exercised a month to month extension of the initial term commencing on July 13, 2009 and
terminating on January 12,. 2010. The parties further acknowledge and agree that, pursuant to
Resolution No. 2010- 27313, the City Commission authorized the administration to exerciserthe first
renewal option.,' which is deemed to have . commenced on January 13, 2010 and shall end on
January 12, 2011.
4.5 INDEMNIFICATION
Contractor, agrees to indemnify and hold harmless, the City of Miami Beach and its
officials, officers, employees, contractors, and agents, from and against any and all actions,
claims, liabilities, losses, and expenses, including, without limitation, reasonable attorneys'
fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property,
. '12 .
in law or in equity, which may arise or be alleged to have arisen from the negligent acts,
errors, omissions or other wrongful conduct of the Contractor, and /or its officials,, officers,
employees, agents, contractors, and /or any other person or entity acting under Contractor's
supervision and /or control, in connection with the Contractor's performance of the Services
pursuant to this Agreement.. To that extent, Contractor shall pay any and all such claims and
losses, and shall pay any and all such costs and judgments which may :issue from any
lawsuit arising from such claims and losses, and shall .pay' all costs and attorneys' fees
expended by the City in the defense of such claims and losses, including appeals.
The parties agree that one percent (1 %) of the total compensation for the Services
under this Agreement is the specific consideration from the City to the Contractor for the
Contractor's Indemnity Agreement:
The Contractor's obligation under this Section shall not include the obligation to
indemnify the City of Miami Beach and its officials, officers, employees, contractors, or
agents, from and against any actions or claims which arise or are alleged to have arisen
from the gross negligence or willful misconduct of the City and its officials, officers,
employees, contractors or agents.
The parties each agree to give the. other party prompt notice of any claim coming to
its knowledge that in any way directly or indirectly affects the other party. =
The parties acknowledge and agree that this Indemnity Agreement is intended to and
shall survive termination of this Agreement.
4.6 INSURANCE / BONDING REQUIREMENTS
4.6.1 Insurance Requirements:
4.6.1.1
The Contractor shall not commence the Services until all insurance required under
this Section has been obtained and such insurance has been approved by the City's
13
- Risk Manager. The Contractor shall maintain and carry in full force during the Term,
or throughout the duration of the"Services whichever period is longer; the'following
required insurance coverage:
1) Contractor General Liability, in the minimum amount of $1,000,000.00
subject to adjustment for inflation. An original. certificate of insurance
evidencing the Contractor's (and any sub- contractor's) Insurance Policy must
be filed and. approved by the Risk Manager prior to commencement of the
Services. The City of Miami Beach, Florida, must be named as an additional
insured.
2) Workers Compensation & Employers Liability, as required pursuant to
Florida Statutes.
3) Automobile Liability - $1,000,000 each occurrence — owned /non- owned /hired
automobiles included:
All of the limits of insurance required pursuant to this subsection 4.6 shall be subject to
review by the City Manager and, in connection therewith, Contractor shall carry or cause to
be carried such additional amounts as he /she may reasonably require from time to time, but
the City Manager may not impose such new limits anymore frequently than once in every
. f
three (3) year period from the Commencement Date. Any requests by the City Manager that
Contractor carry-or cause to be carried additional amounts of insurance sha l not be deemed
reasonable unless such additional amounts are commonly carried in the case of similar
services in South Florida of'a size, nature and character similar to the size, nature and
character of the Services.
4.6.1.2
All of Contractor's certificates for any coverage required under this Agreement shall contain
endorsements, providing that written notice shall be given to the City,, through the Contract
14
Administrator, at least thirty (30) days prior.to termination; cancellation or reduction in coverage in
the policy. 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. Original certificates of insurance for
the above coverage must be submitted to the City's Risk Manager.* These certificates will be kept
on file in the office of the Risk Manager, City Hall, 1700 Convention, Center Drive, 3rd Floor, .Miami
Beach, Florida, .33139.
The Contractor shall also be solely responsible for obtaining, submitting, and maintaining
current and in full force, all insurance for its subcontractors. This coverage shall be subject to
verification and other requirements for insurance, as required of Contractor's own required coverage
under this subsection 4.6.1`..
4.6.1.3
All insurance policies must be issued by companies authorized to do business under the
laws of the State of Florida. The companies must be rated: no less than "B +" as to management and
not less than "Class VI" as to strength by the latest edition of Best's Insurance.Guide, published by
A.M. Best Company, Oldwick, New Jersey, or its equivalent (subject to the approval. of the City's
Risk Manager). _
4.6.1.4
Compliance with the insurance requirements in this Section, shall not relieve the Contractor
of the liabilities and obligations under this Section or under any other portion of this Agreement
including, without limitation, Contractor's obligation to indemnify and hold the City harmless pursuant
to subsection 4.5 hereof. The City's Risk Manager shall have the right to obtain from Contractor
specimen copies of any required insurance policies in the event that submitted certificates, of
insurance are inadequate to ascertain compliance with required coverage.
15
4.6.2 Bonding Requirements:
A Performance Bond, in the amount of $500,000.00, will be required of the Contractor to give the
City surety of the Contractor's financial stability. The Performance Bond must be in full force and
effect throughout the Term. The form of the bond shall,be approved by the City's Chief Financial
Officer, and shall be issued by a corporate surety bond company licensed to do business in the
State of Florida.
4.7 TERMINATION, SUSPENSION AND SANCTIONS
.4.7.1 Termination for Cause:
If the Contractor shall fail to fulfill in a timely manner, or otherwise violates any of the terms,
conditions, covenants, agreements, or stipulations in this Agreement, the City, through its City
Manager, shall have the right to terminate the Agreement and the Services then remaining to be
performed. Prior.to exercising the option to terminate for cause, the City Manager shall notify the
Contractor of its violation. of the particular term(s) of this Agreement, and shall grant Contractor
seven (7) days to cure such default. If such default remains uncured after seven (7) days, the City
Manager, may terminate this Agreement without further notice to Contractor.
Notwithstanding the above, the Contractor shall not be relieved of liability to the City for
damages sustained by the City by virtue of any Agreement breach, error, or omission by Contractor.
Additionally, the City may reasonably withhold payments to the.Contractor for the purposes of set-
off until such time as the exact amount of damages due the City from the is determined.
4.7.2 Termination for Convenience of the City:
NOTWITHSTANDING THE LANGUAGE IN SUBSECTION 4.7.1, THE CITY (THROUGH
ITS CITY MANAGER) MAY, FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THIS
AGREEMENT AND THE SERVICES THEN REMAINING TO BE PERFORMED AT ANY TIME BY
GIVING THIRTY (30) DAYS WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION,
WHICH SHALL BECOME EFFECTIVE AS OF THE DATE SPECIFIED IN THE NOTICE TO
16,
4
CONTRACTOR.
4.7.3 Termination for Insolvency:
The City also reserves the right to terminate the Agreement and the remaining Services to be
performed in the event the Contractor is placed either in voluntary or involuntary bankruptcy or
makes an assignment for the benefit of creditors.. In. such event, the right and obligations for the
parties shall be the same as provided for in Section 4.7.2.
4.8 ASSIGNMENT, TRANSFER OR SUBCONTRACTING
The Contractor shall not subcontract, assign, or transfer any work under this Agreement
without the prior written consent of the City Commission which consent, if given at all, shall be at the
Commission's sole and reasonable discretion.
4.9 AUDIT AND INSPECTIONS
At any time during normal business hours, and as often as the City Manager may deem
- necessary during the Term hereof, Contractor shall make available to the City Manager and /or
such representatives_ as he /she may deem to act on his /her behalf, to audit, examine, inspect,
and /or copy, any and all records and documents Of Contractor's related to matters covered by this
Agreement including, without limitation, .all contracts, invoices, payrolls, records of personnel,
conditions of employment, and such other data records, documents, and /or materials as may
relate to.matters covered by this Agreement (collectively, the Records). Contractor shall maintain
any and all such Records throughout the Term, and for a period of three (3),years after expiration
of the Agreement and /or the conclusion of the Services (whichever is later).
4.9.1 Access to Records:
Contractor agrees to allow the City Manager, and /or such authorized . representatives as
he /she may deem to act on behalf of the City, access during normal business hours to all Records
pertaining to this Agreement and the performance of the Services, and agrees provide such
17
assistance as maybe necessary to facilitate audit (whether financial or otherwise) and /or inspection
'by the City Manager or his /her representatives.
4.9.2 Contractor shall bind any of its sub - contractors performing any portion of work and /or.
services under this Agreement to the provisions of Sections 4.9 and subsection 4.9.1 hereto.
4.9.3 Annual Performance Evaluation and Audit:
It is the parties' intent to stay informed of comments and suggestions by the City regarding
Contractor's performance under this Agreement. Accordingly, within thirty (30) days after the end of
each contract- year during. the Term, the City Manager and Contractor shall meet to review and
evaluate Contractor's performance under the Agreement for the previous contract year, following
which a detailed written report/performance evaluation shall be prepared and presented by the City
Manager to the City Commission either (at the Manager's election) as a report submitted to the City
'Commission pursuant to a regular Commission agenda, or via Letter to Commission format.
4.10 EQUAL EMPLOYMENT OPPORTUNITY
In connection with the performance of the Services, the Contractor shall not
discriminate against any employee or applicant for employment because of race, color,
religion, ancestry; sex, age, national origin, place of birth, marital status, sexual orientation,
gender identity or disability. The Contractor shall take such action a's may behecessaryr to
ensure that applicants are employed and that employees' are treated during their
employment without regard to their race, color, religion, ancestry, sex, age, national origin,
place of birth, marital status, sexual orientation, gender identity, or disability.
4.10.1 Sanctions for Noncompliance with Nondiscrimination Provisions:
In the event of Contractor's noncompliance with the nondiscrimination provisions of
this Agreement, the City.shall impose such sanctions as the City, orthe State of Florida, may
determine to be appropriate including, without limitation, withholding of payments to the
Contractor under the Agreement until the Contractor complies, and /or cancellation or
18
termination of the Agreement (and of the Services). In the event the City cancels or
terminates the Agreement, pursuant to this subsection, the rights and obligations of the
parties shall be the same as provided in Section 4.7.1..
4.11 .CONFLICT OF INTEREST
The Contractor agrees to adhere to and be governed by the Miami -Dade County
Ethics and Conflict of Interest laws, as same may be amended from time to time, and by the
City of Miami Beach Charter and Code, as same may be amended from time to time, in
connection with the performance of the Services.
The Contractor covenants that it presently has no interest and shall not acquire any
interest, direct or indirectly, which would conflict in any manner or ' degree with the
performance of the Services. The Contractor further covenants that in the performance of
this Agreement, no person having any such interest shall knowingly be employed by the
Contractor.
4.12 NOTICES
All communications relating to the day -to -day activities under the Agreement shall be
exchanged between the Contract Manager appointed by Contractor and the City's Project
Coordinator. The Contract Manager and Project Coordinator shall be designated by the
parties, in writing, no later than the Commencement Date. Any subsequent replacements
shall also be designated in writing.
All other notices and communications in writing required or permitted hereunder may
be delivered personally to the representatives of the Contractor and the City listed below or
may be mailed by registered mail, postage prepaid (or air - mailed if addressed to an address
outside of the city of dispatch).
19 .
Until changed by notice in writing, all such notices and communications shall be "addressed
as follows:
TO CONTRACTOR: Standard Parking Corporation
901 South Miami Avenue, Suite 303
Miami, FL 33130
Attention:, Roamy Valera, Vice - President, Regional Manager
WITH COPIES TO: Standard Parking Corporation
1301 East 9 Street, Suite 1050
Cleveland, OH 44114
Attention: James Stevenson, Senior Vice President
TO CITY: City of Miami Beach
Office of the City Manager
1700 Convention Center Drive, 4 Floor
Miami Beach, FL'33139
(305) 673 -7010 .
Attn: Jorge M. Gonzalez, City Manager
and
City of Miami Beach Parking Department
1755 Meridian Avenue, Suite 200
.Miami Beach, FL 33139
(305) 673 -7000, extension 6483
Attn: Saul Frances, Parking Director
WITH COPIES TO: City of Miami Beach
Office of the City Manager
1700 Convention Center Drive, 4 Floor
Miami Beach, FL 33139
Attn: Jorge G. Gomez, Assistant City Manager _
Notices hereunder shall be effective:
If delivered personally, on delivery; if mailed to an address in the city of on the day
following the date mailed; and .if mailed to an address outside the city of dispatch on the seventh day
following the date mailed.
4.13 GOVERNING LAW AND EXCLUSIVE VENUE
This Agreement shall be governed by, and construed in accordance with, the laws of the State of
Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue
20
for any litigation arising out of this Agreement shall be Miami -Dade County, Florida if in State court, and the
U.S. District Court, Southern District of Florida, if in federal court. BY ENTERING INTO THIS
AGREEMENT, CONTRACTOR AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY
HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS
AGREEMENT.
4.13.1 If a dispute arises out of, or related to, this Agreement, or the breach thereof, and if the dispute
cannot be settled through negotiations, the parties agree first to try in good faith to settle the dispute by
mediation administered by the - American Arbitration Association, or other similar alternative dispute
resolution organization, person or source agreeable to the parties, before resorting to litigation or other
dispute. resolution procedure.
4.14 COMPLIANCE WITH ALL APPLICABLE LAWS
The Contractor, its officials, officers, employees, contractors, and agents shall comply with all
applicable Federal, State and County laws; the Charter, related laws, Code, and ordinances of the
City of Miami Beach; the Policies and Procedures; and a and all applicable rules and regulations
promulgated by local; State and national boards, bureaus and agencies as they relate to this
'Agreement.
4.15 EMPLOYEE /SUB- CONTRACTOR SKILL, KNOWLEDGE AND EXPERIENCE
The Contractor represents that it has made, and will continue to make; reasonable
investigation of all employees to be utilized in the performance of the Services, to determine that all
possess the requisite skill, knowledge, and experience necessary to enable them to perform their
respective work and /or portion of the Services, in accordance with the level of service and quality
associated with the operation of similar municipalities or government agencies. Notwithstanding the
preceding, or any other term or,condition of this Agreement, Contractor shall be primarily and solely
responsible to the Cityfor the performance of the Services under this Agreement.
t
4.16 LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can.place a limit on
its liability for any cause of action for money damages due to an alleged breach by the City this
Agreement, so that its liability for any such breach never exceeds the total amount-of $50,000, less
any sums actually paid thereon by the City to Contractor (in consideration of any Services
satisfactorily rendered). Contractor hereby expresses its willingness to enter into this Agreement
with Contractor's recovery from the City for any damage action for breach of contract to be limited to
a maximum amount equal to $50,000, less the amount of all funds actually paid by the City to
Contractor pursuant to this Agreement.
Accordingly, and notwithstanding any other term or condition of this Agreement,. Contractor
hereby agrees that the City shall not be liable to the.Contractor for damages in an amount in excess
$50,000, which amount shall be reduced by such amounts actually paid by the City to Contractor
pursuant to this Agreement, for any action or claim for breach of obligations imposed upon the City
by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any
.way intended to be a waiver of the limitation placed.
4.17 NO PARTNERSHIP
Nothing in -this Agreement shall constitute or be construed to be or create a.partnership or
joint venture between City and Contractor.
4.18 MOST FAVORED PUBLIC ENTITY
The Contractor represents that the prices charged to the City in this Agreement dor not
exceed existing prices to other customers for the same or substantially similar items or services for
comparable quantities under similar terms and conditions. If Contractor's prices decline, or should
Contractor, at any time during the Term of this Agreement, provide the same services to any other
customer at prices below those set forth herein, then such lower prices shall be immediately
extended to the City.
22
4.19. ENTIRETY OF AGREEMENT
This writing, the Services, the Proposal Documents, and 'any exhibits and attachments
hereto, are intended to embody the entire Agreement and understanding between the parties
hereto, and there are no other agreements and understandings, oral or written with reference to -the
subject matter hereof that are not merged herein and superseded hereby.
No alteration, change, or modification of the terms of this Agreement shall be valid unless
amended in writing, signed by both parties hereto, and approved by the City.
I'NWITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by
their appropriate officials, as of the date first entered above.
FOR CITY: CITY OF MIAMI BEACH, FLORIDA
ATTES
By: M ID ' ' By:
City Clerk Mayor
FOR CONTRACTOR: STANDARD PARKING CORPORATION
ATTEST:
By:
Senior Vice - President cutive Vice- President
f. loingl$ manlrarlagreementlmeterco llection- standardagreement - 2006- rev2011 july14. doc
APPROM AS's
FORM & LANOMM
1�GE1ri
23 i
Ci At.tcrrl, Da E'
V_
Exhibit "A"
Request for Proposals N.o. 17 -05106
and
Standard Parking Corporation. Proposal
(See attached)
24
I "