95-21851 RESORESOLUTION NO.9.5-21851
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF
THE CITY OF MIAMI BEACH, FLORIDA, APPROVING THE
AWARD OF REQUEST FOR PROPOSAL NO.24-95/96, ENTITLED
THE OPERATION OF PUBLIC PARKING FACILITIES 14A, 14X,
AND 17X, AND AUTHORIZING THE ADMINISTRATION TO
NEGOTIATE AN AGREEMENT BETWEEN THE CITY AND
APCOA, INC. FOR THE OPERATION OF PUBLIC PARKING
FACILITIES 14A, 14X, AND 17X
WHEREAS, on November 21, 1995, the Mayor and City Commission directed the
Administration to amend Request for Proposals No. 24-95/96 for the operation of public parking
facilities 14X, 14A, and 17X (the RFP); and
WHEREAS, the purpose of the amendments to the REP were to establish a maximum rate
per visit, clarify the minimum qualifications of the respondents, and establish evaluation criteria
based upon the highest financial return to the City; and
WHEREAS, the Administration re -advertised the RFP and opened the responses on
December 15, 1995; and
WHEREAS, a response to the RFP in the amount of S 101,000.00 was submitted by Apcoa,
Inc., providing the highest financial return to the City and meeting all minimum qualifications
established in the Request for Proposals;
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that die Mayor and City
Commission herein approved the Award of Request for Proposals No. 24-95/96, entitled "The
Operation of Public Parking Facilities 14A, 14X, and 17X" and further authorizing the
Administration to negotiate an Agreement between the City and Apcoa, Inc., said Agreement having
an initial term of six months, with a six month extension option, in the amount of $101,000.00, for
the operation of public parking facilities 14A, 14X "1
PASSED and ADOPTED this 20th day o:
ATTEST:
City C erk
+ut ist APrnval.0
LEGAL DEPT,
By ]'
'.,tee
CITY OF MIAMI BEACH
CITYHALL 1700C0NVENTt0NCENTER0RIVE MIAMIGEAC4 FLOREM33139
OFFICE OF THE CITY MANAGER
L.T.C. No.
LETTER TO THE COMMISSION
To: Honorable Mayor and Members
of the City Commission
From: Jose Garcia -Pedrosa
City Manager , , A/
Date: December 18, 14
TELEPHONE: (305) 64-7014
FAX: (300 #73-7712
144-95
Subject: REQUEST FOR PROPOSALS NO.24-95/96
FOR THE OPERATION OF PUBLIC PARKING FACILITIES
14X,14A, AND 17X
At the City Commission meeting of November 21, 1995 the City Commission directed the
Administration to amend the Request for Proposals No. 24-95/96. The amendments were to
establish a maximum rate per visit, clarify the minimum qualifications of respondents, and establish
evaluation criteria based upon the highest financial return to the City.
The Administration readvertised the Request for Proposals and opened them at the established
deadline of Friday, December 15 at noon. A tabulation of the ten proposals in the order received is
as follows:
ILM Valet Parking
S 2,090.00
APCOA, Inc.
$16,833.33
Central Parking System
S 13,021.00
Hi -Rise Parking Systems, Inc.
$12,000.00
Ross Parking Systems, Inc,
S 12,513.00
Centre City Parking, Inc.
$ 9,100.00
Marino Parking Systems, Inc.
S 9,935.00
VIP'S Parking Systems, Inc.
$12,000.00
Gold Star Parking, Inc.
$ 8,000.01
Key Parking Services, Inc.
$12,500.00
LT.C. NO. PAGE TWO December 15,1995
The S 16,833.33 proposal submitted by APCOA, Inc. provides the highest financial return to the City.
A review of thew proposal indicates APCOA has met the minimum qualifications established in the
Request for Proposal. The City Commission is requested to select the proposal from which the
Administration will proceed.
JGP\FDM
r1ran0-9-y-MIC 110
CITY OF MIAMI BEACH CONTRACT FOR OPERATION OF
PUBLIC PARKING FACILITIES 14X, 14A, AND 17X
CONTRACT AWARDED TO:
APCOA, INC.
CONTRACTOR REPRESENTATIVE/TITLE:
CLYDE WILSON, 1R./PRESIDENT - URBAN PROPERTIES SOUTH
CONTRACTOR ADDRESS:
1440 CANAL STREET, SUITE 2010
NEW ORLEANS, LOUISIANA 70112
TELE NO: (504)524-2919
FEE:
APCOA, INC. IS THE SUCCESSFUL BIDDER OF REP NO. 36-95/96 WITH THE BID
AMOUNT OF 101,000.00 TO BE PAID TO THE CITY OF MIAMI BEACH IN SIX (6)
EQUAL MONTHLY PAYMENTS. PAYMENTS ARE DUE ON THE FIRST DAY OF
THE MONTH..
TERM:
THE CONTRACT COMMENCES ON DECEMBER 28, 1995 AND EXPIRES ON
JUNE 27, 1996.
ALL REQUIREMENTS, PROVISIONS, AND TERMS OUTLINED IN THE
SPECIFICATIONS OF REQUEST FOR PROPOSAL NO.36-95/96 IS HEREBY IN FORCE
AND EFFECT UPON THE APPROVAL OF THE AWARD OF CONTRACT TO APCOA,
INC. BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH.
IN WITNESS WHEREOF THE SAID CITY HAS CAUSED THIS AGREEMENT TO BE
SIGNED BY THE MAYOR OF THE CITY OF MIAMI BEACH, FLORIDA AND ITS
CORPORATE SEAL TO BE AFFIXED, ATTESTED BY THE CITY CLERK OF THE CITY
OF MIAMI BEACH AND THE SAID CONTRACTOR HAS CAUSED THIS AGREEMENT
TO BE SIGNED IN ITS NAME.
fC E WILSON. JR./ SIDENT DATE
OA, rNC/U AN PROPERTIES SOUTH /y %Grp
SE OUR GELBER. MAYOR DATE
CI OF MIAMI BEACH, FLORIDA
ROBERT PARCHER, CITY CLERK DkTt LEGAL D PT.
CITY OF MIAMI BEACH. FLORIDA
By --
CITY OF MIAMI BEACH
CITYHALL 1700 CONVENTION CENTER DRIVE MIAMIBEACH FLORIDA33139
OFFICE OF THE PURCHASING AGENT
1700 CONVENTION CENTER DRIVE
MIAMI BEACH, FLORIDA 33139
TELEPHONE. (305) 673-7490
SUNCOM (305) 933-7490
FAX (305) 673-7851
CITY OF MIAMI BEACH
REQUEST FOR PROPOSALS NO.36-95/96
FOR THE OPERATION OF PUBLIC PARKING FACILITIES AT
14X, 14A, AND 17X
Sealed Proposals for this project, as per specifications and outline of scope of services, will be
received by the Purchasing Agent, City of Miami Beach, at the Purchasing Division office, second
floor, 1700 Convention Center Drive, Miami Beach, Florida, 33139 until 12:00 P.M. on December
15, 1995. Proposers are to deliver one original and ten (10) copies of proposal.
At this time and place all Proposals shall be publicly opened and recorded. Late Proposals shall not
be accepted or considered and shall be returned to the bidder unopened.
Specifications may be obtained upon request from the Purchasing Division, Telephone Number
(305) 673-7490, from the Bid Clerk.
The City of Miami Beach reserves the right to accept any proposal deemed to be in the best interest
of the City or to waive anv informality in any proposal. The City may reject any or all proposals and
re -advertise.
CITY OF MIAMI BEACH
��/�//�iJ/udith M. Ford
Purchasing Agent
jf
RFP NO: 36-95196 CITY OF MIAMI BEACH
DATE: 12/4/95 -1-
REP NO.36-95/96
FOR THE OPERATION OF PUBLIC PARKING FACILITIES AT
14X, 14A, AND 17X
A. General Description of Facilities and Parking Agreement
The City of Miami Beach (City) is seeking proposals for the operation of the public
parking facilities owned by the City known as 14X, 14A, and 17X (the Facilities).
If a proposal to operate the Facilities is selected, the City will grant to the qualified
and responsible proposer who has submitted the proposal determined by the City in
its sole discretion to be most beneficial to the City, the exclusive right and privilege
to operate the Facilities on the dates and times indicated below and subject to the
terms and conditions set forth herein.
2. The facilities covered by the Parking Agreement to be executed by the City with the
proposer whose proposal is selected (Operator) consists of:
NAME OF FACILITIES:
EXACT LOCATION:
CAPACITY
BUSINESS HOURS
14X, 14A, AND 17X
1601 WASHINGTON AVENUE
1557-65 WASHINGTON AVENUE
1242-62 COLLINS AVENUE
14A: 69
14X: 145
17X: 55
14X 1557-65 Washington Avenue
Wednesday through Monday
6:00 P.M. to 3:00 A.M.
14A 1601 Washington Avenue
Wednesday through Monday
9:00 P.M. to 3:00 A.M.
17X 1242-62 Collins Avenue
Friday through Monday
6:00 P.M. to 3:00 A.M.
Including Holidays.
Exclusive of vehicles in the Facilities at the time of facility turnover.
RFP NO: 36-95/96 CITY OF MIAMI BEACH
DATE: 12/4195 -2-
(The City and the Operator are sometimes hereinafter referred to together as the Parties.)
3. Prospective proposers are required to visit the Facilities to familiarize themselves
with the Facilities and their operation.
4. The Operator shall be required to enter into a Parking Agreement in substantially the
form and content of these Specifications (the Parking Agreement). The Parking
Agreement, these Specifications, and applicable law define the rights and obligations
of the City and the Operator with regard to the operation of the Facilities during the
term of the Parking Agreement.
5. By executing the Parking Agreement, the Operator shall be deemed to have
acknowledged the Operator's familiarity with the Facilities and with all aspects of
the operation, management, physical condition and state of repair thereof and the
Operator's understanding of all obligations imposed on the Operator under the
Puking Agreement and these Specifications. Any information that may be provided
by the City with respect to the Facilities or the City's operation thereof is not to be
deemed to be a representation or warranty by the City as to any information provided
and does not remove the obligation for the Operator to satisfy itself as to all aspects
of the Facilities.
B. Term
The term of the Parking Agreement shall be for a period of six__(I) months, commencing with
the date set forth in the Notice to Begin Operation, with one (1) six-month option, to be
exercised at the discretion of the City, all in accordance with the terms of the Parking
Agreement.
C. Financial Terms
The financial terms of the Parking Agreement consist of a flat fee to be paid to the City's
Parking Department Enterprise Fund. The Operator guarantees the City six equal monthly
payments during the term of the agreement. These payments shall be made payable on the
first business day of each month to the City of Miami Beach Parking Department, 777 17th
Street, Suite T200, Miami Beach, Florida 33139.
D. Termination
The City, may terminate the Parking Agreement at any time, without cause, upon 60 days
written notice. The City may also terminate the Parking Agreement with cause upon 48
hours' written notice.
RFP NO: 36-95 96 CITY OF MIAMI BEACH
DATE: 12/4/95 -3-
E. Laws and Regulations
The Operator shall comply with all applicable statutes, ordinances, rules, orders, regulations,
and requirements of the City, State, County and Federal governments. The Operator shall
provide proof of compliance with all applicable licenses, permits, and other legal
requirements prior to the execution of the Parking Agreement.
F. Indemnification
The Operator shall indemnify and hold the City harmless from and against all claims,
liability, tosses, and causes of action, costs, and damages to persons or property which may
arise out of the operation of the facilities or fulfillment of this Parking Agreement and shall
defend all suits in the name of the City when applicable, and shall pay all costs, losses or
judgments which may arise from any legal action except those resulting solely from the
negligence of the City, its agents, or employees.
In accepting this Parking Agreement, the Operator for itself, its legal representatives,
successors and assigns, releases the City from liability, claims, demands, actions, judgments,
damages, costs and expenses of any nature, arising from the actions of the Operator during
the term of this Parking Agreement and any extensions. This includes, but is not limited to,
all third -party claims by employees, contractors, sub -contractors, licensees, invitees, patrons,
their heirs, legal representatives or assigns.
G. Insurance
Prior to the commencement of the Parking Agreement, the Operator shall famish to the City
of Miami Beach, c/o the Parking Department, 777 17th Street, Miami Beach, Florida 33139,
copies of any and all Certificates of Insurance reflecting the City of Miami Beach as an
additional insured, indicating that insurance coverage has been obtained meeting the
following requirements:
General Liability coverage including Bodily Injury artd Property Damage in an amount not
less than $500,000 per person per occurrence. Insurance shall provide primary coverage of
the location from which the Operator is to operate; shall name the City as an additional
insured; shall provide primary coverage to all other coverage held by the City; and shall be
provided by an insurance company duly authorized to do business in the State of Florida,
rated A:X or better by A.M. Bests' Key Rating Guiae. Copies of the certificate must be
provided to the City's Risk Manager, disclosing the type and amount of insurance obtained
and providing that the policy may not be canceled or materially altered except upon ten days'
written notice to the Operator and approved by the City.
Worker's Compensation Insurance as required by Florida Statutes, Chapter 440.
RFF NO: 36-95196 CITY OF MIAMI BEACH
DATE: I214/95 4-
H. Operations and Procedures Manual
The Operator, within fourteen (14) days following the commencement of the Parking
Agreement, shall provide to the City an Operations and Procedures Manual
(Manual). To the satisfaction of the City, the Manual shall describe all of the
standard and emergency operating procedures for the facilities, operating equipment,
and personnel, as well as the administrative policies and reporting procedures. The
Manual shall be kept current by the Operator throughout the term of the Parking
Agreement, all revisions having a number and date. Such Manual, including all
revisions as are approved by the City, are incorporated into and made a part of the
Parking Agreement. The Manual shall also provide all information needed or
desirable for the education of employees of the Operator on their duties and
responsibilities.
I. Employees and Staffing
Sufficient staffing. The Operator shall provide staffing in sufficient number to fulfill
the terms and conditions of the Parking Agreement and these Specifications and to
follow the procedures in the Manual. The Operator shall make best efforts to attract,
hire, and retain high -quality personnel and to minimize employee turnover.
2. Employee Appearance. The Operator shall provide City -approved uniforms to all
employees assigned to the facilities. All employees assigned to the facilities must be
attired in such uniforms.
Employee Discrimination. In the hiring of employees for the performance of work
under the Parking Agreement or any sub -agreement thereunder, neither the Operator
nor any person acting on behalf of such Operator shall discriminate by reason of,
among other things, race, creed, sex, sexual orientation, age or national origin,
against any citizen who is qualified and available to perform the work to which the
emplo} ment relates. Neither the Operator, nor any person on its behalf, shall in any
manner discriminate against or intimidate any employees hired for the performance
of work under this Parking Agreement on account of race, creed, sex, sexual
orientation, age, or national origin. The Parking Agreement may be canceled or
terminated by the City for any violation of the terms and conditions of this
requirement.
J. Services to Be Performed by the Operator (Scope of Work)
I. At the maximum rate of $6.00 per vehicle, per visit, the Operator shall famish the
highest quality parking service on a fair and reasonable basis to all patrons. The
Operator shall operate the Facilities in a first-class, efficient and economical manner
and shall keep each facility safe, clean, orderly and in an inviting condition at all
times to the satisfaction of the City.
RFP NO: 36-95/96 CITY OF MIAMI BEACH
DATE: 12/4/95 -5-
2. Operator shall provide daily cleaning of the Facilities, including the daily sweeping
of the curbs and the daily removal of debris from landscaped areas. Trash receptacles
are to be provided by the Operator and are to be emptied of all debris during
operations and at the conclusion of operations each day.
3. The Operator shall keep each facility free from glass or other hazardous materials
which may cause damage or injury to facility users. All bottles, cans, spilled food or
other refuse shall be cleaned up immediately upon learning of the condition by the
Operator.
4. The Operator shall conduct daily inspections of the Facilities prior to and after each
day's operations. Reports of lighting malfunctions or unsafe conditions should be
made to the City immediately.
5. The Operator shall provide City -approved signage indicating the Facilities'
availability for self -parking and the rate. The Operator shall not affix or display its
company logo, name or otherwise advertise its identity on operating equipment or in
the Facilities without the prior approval of the City.
6. The Operator's personnel should be employed at all times in sufficient numbers so
as to avoid unreasonable delays in providing customers with prompt and efficient
service. The Operator shall immediately replace any employee who the City, at its
own discretion, shall deem to be incompetent, discourteous, uncooperative,
dishonest, or inappropriately attired.
7. The Operator shall be responsible for notifying the City of any abandoned vehicles
in the Facilities. The Operator shall be responsible for the removal and disposal of
such vehicles and shall indemnify and hold the City harmless from and against any
claim, damages, or expenses (including attorney's fees and court costs) arising in
connection with such removal and disposal. The Operator shall also be responsible
for notifying the City of any vehicles which block or impair proper traffic circulation.
8. The Operator shall provide uniformed police and/or uniformed security presence on
site during the time of parking operations. It is expressly understood that the City
shall not in any way be responsible or assume responsibility for the personal safety
of the Operator's employees, customers, or any other person entering the Facilities
in connection with this Parking Agreement; %r equipment or personal property
brought into the Facilities; nor for loss, theft, damage, or any other type of casualty
which may occur.
RFP NO: 36-95196 CITY OF MIAMI BEACH
DATE: 12/4/95 -6-
K. Minimum Qualification Standards
The Operator must meet the following minimum qualification standards:
1. A minimum of three (3) years of verifiable public parking
management experience. At least one principal of the Operator must
have one (1) year of such experience.
2. Satisfactory prior performance of the Operator and its principals.
3. Financial stability and capability of the Operator.
4. Ability of the Operator to continue meeting minimum qualifications
and serve the public.
L. Evaluation Criteria
Proposals will be evaluated by the City Manager as to the compliance with the Request for
Proposal and the minimum qualifications. The contract will be awarded by the City
Commission, based upon the highest financial return to the City of Miami Beach.
RFP NO: 36-95/96 CITY OF MIAMI BEACH
DATE: 12/4/95 -7-
PROPOSAL SUBMISSION
ORIGINAL AND TEN COPIES OF LETTER OF INTEREST 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 PROPOSER
Each proposer may be required, before the award of any contract, to show to the complete
satisfaction of the City Manager that the firm has the necessary facilities, ability, and financial
resources, to famish the service as specified herein in a satisfactory manner, and they may also be
required to show past history and reference which will enable the City Manager to satisfy himself
as to its qualifications. Failure to qualify according to the foregoing requirements will justify the
City in rejecting the firm's bid.
LAWS AND REGULATION
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
It is the responsibility of any person submitting a bid or proposal in response to this invitation to
execute the enclosed form PUR 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 the bid or proposal. If you are submitting a bid or proposal is submitted on behalf of dealers
or suppliers who will ship commodities and receive payment from the resulting contract, it is the
responsibility of the bidder to see that copies of the form are executed by them and are included with
the 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
Fax - (305) 673-7851
Should any questions or responses require revisions to the specifications as originally published,
such revisions will be by formal amendment only.
RFP NO: 36-95196 CITY OF MIAMI BEACH
DATE: 12/4/95 -8-
Termination for Cause (Consultants Contract Clause)
In the event this Agreement is terminated by City for cause, the City, acting through the City
Manager, may take over the Services and complete them, by contracting with another Consultant(s)
or otherwise, and in such event, the Consultant shall be liable to the City for any additional cost
incurred by the City due to such termination. "Additional Cost" is defined as the difference between
the actual cost of completion of such incomplete Services and the cost of completion of such
Services which would have resulted from payments to the Consultant hereunder had the Agreement
not been terminated.
Upon receipt of written notice of termination, the consultant shall, when directed by the City,
promptly assemble and submit as provided herein or as required in the written notice hereunder, all
documents including drawings, calculations, specifications correspondence, and all other relevant
materials affected by such termination.
In the event of Termination for Cause, no payments to the Consultant shall be made: (1) for
Services not satisfactorily performed; and (2) for assembly of submittal of documents for the
Services performed satisfactorily or unsatisfactorily.
Termination for Convenience
Non -Exclusive Provisions
In the event the City causes abandonment, termination or suspension of the Consultant's Services
or pars thereof without cause as provided herein, the Consultant shall be compensated for all
Services rendered up to the time of receipt of said abandonment, termination, or suspension, and for
the assembly and submittal to the City of affected documents for the services performed. The City
shall have no further liability for compensation of expenses or fees to Consultant except as set out
herein.
RFP NO: 36-95196 CITY OF MIAMI BEACH
DATE: 12/4195 -9-
REQUEST FOR PROPOSALS NO.36-95/96
CONTRACT FOR OPERATION OF PUBLIC PARKING FACILITIES
AT 14X, 14A, AND 17X
This proposal shall include the monthly amount to be paid to the City of Miami Beach for the
management and operation of public parking facilities, as requested:
to be paid to City of Miami Beach in six equal monthly payments
Bidders must sign below to acknowledge receipt of addendum (if necessary).
Amendment No. I
Amendment No. 2
Amendment No. 3
M uKYMM"
BIDDER'S NAME (Print or Type):
TITLE:
ADDRESS:
TELEPHONE NUMBER:
RFP NO: 36-95/96 CITY OF MIAMI BEACH
DATE: 12/4/95 -to-
REQUEST FOR PROPOSALS NO.36-95/96
CONTRACT FOR OPERATION OF PUBLIC PARKING FACILITIES
AT 14X, 14A, AND 17X
This proposal shall include the monthly amount to be paid to the City of Miami Beach for the
management and operation of public parking facilities, as requested:
101,000,00 to be paid to City of Miami Beach in six equal monthly payments
Bidders must sign below to acknowledge rcccipt of addendum (if necessary).
Amendment No. 1:
Amendment No. 2:
R
FIRM'S NAME:
APCOA. Inc..
BIDDER'S NAME (Print or Type): Clyde B. CI i l s o n, Jr
TITLE: President - Urban Properties South
ADDRESS:1440 ('.anal Ctrnat c,,;+o onin pi—, n,igans, IA. 701�
TELEPHONE NUMBER (5 0 4) 124,2919
OF MiANII BEACH
pURC aASING
WITNcSSED BY:
RFP NO: 3695M CITY OF MAW BEACH
DATE: 12/195 -IQ c,c+¢tic/
QUESTIONNAIRE
Proposer's Name:
Principal Office Address:
Telephone Number:
Check One:
Individual
Partnership
Corporation
If a Corporation, answer this:
When incorporated
In what state
If a Partnership, answer this:
Date of organization
General or limited
Name and address of each partner:
Number of years of relevant experience in operating similar business:
RFP NO: 36-95/96 CITY OF MIAMI BEACH
DATE: 1214/95 -It-
2. Give names and locations of places at which proposer has operated similar businesses,
together with dates of operation:
3. Have any similar agreements held by proposer for a project similar to the proposed project
ever been canceled?
If yes, give details on separate sheet.
4. 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, or failed
to complete a contract during the past five (5) years?
If yes, please explain:
5. Has the proposer or any of its' principals ever been declared bankrupt or reorganized under
Chapter 1 I or put into receivership?
If yes, explain on separate sheet.
6. References: Give three references as to experience and ability
7. Persons or persons interested in this contract _(have) (have not) been convicted
by a Federal, State, County, or Municipal Court of any violation of law, other than traffic
violations. Explain any convictions on separate sheet.
8. Lawsuits pending or completed involving the corporation, partnership, or individuals with
more than 10% interest:
RFP NO: 36-95/96 CITY OF MIAMI BEACH
DATE: 1214/95 -12-
9. Conflicts of Interest. The following relationships are disclosed as potential, actual of
perceived conflicts of interest in connection with this proposal:
The proposer understands that information contained in this Questionnaire is to be
relied upon by the City in awarding the proposed contract 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, as may be required
by the City.
(Signature)
(Printed Name)
(Date)
RFP NO: 36-95/96 CITY OF MIAMI BEACH
DATE: 12/4/95 -13-
SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(2),
FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL
AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to
by
(print individual's name and title)
for
(print name of entitysubmitting mom statement)
whose business address is
and (if applicable) its Federal Employer Identification Number (FEIN) is
(If the entity has no FEIN, include the Social Security Number of the individual signing this mom
2. 1 understand that as "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes,
meats a violation ofany sum or federal law by a person with respect to and directly related to the transaction of business
with any public entity or with an agency or political subdivision of any other state or of the United States, including, but
not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political
subdivision ofany other Bute or fthe United Sates and involving antitrust, fraud, theft, bribery, collusion, racketeering,
conspiracy, or material misrepresentation.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding
of guilt or a conviction of a public entity crime, with or without an adjudication ofguill, in any federal or state trial court
of record relating to charges brought by indictment or information alter July 1, 1989, as a result of a jury verdict, non -
jury trial, or entry of a plea of guilty or main contenders.
4. 1 understood that an "affiliate" ss defined in Paragraph 287.133(1)(a), Florida Statutes. means:
1. A predecessor or successor of a person convicted of public entity crime; or
2. An entity under the control of any natural person who is active in the management of the entity and who has
been convicted of a public entity crime. The term "affiliate" includes those officer, directors, executives,
partners, shambuldem employer, members, and agents who are active in the management ofim affiliate. The
ownership by one person of shares constituting a controlling interest to another person, or a pooling of
equipment or income among persons when not for fair market value under an arm's length agreement, shall
be a prima facie case that one person controls another person. A person who knowingly eaten into a joint
venture with a person who has been convicted of a public entity crime in Florida during the preceding 36
months shall be considered an affiliate. r
1 undimmed that a "Person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity
organized under the laws ofany state or ofthe United States with the legal power to enter into a binding contract and
which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise
transacts or applies to transact business with a public entity. the term "person" includes those officers, directors,
executives, partners, shareholders, employers, members, and agenm'who are active in management ofan entity.
Board on information and belief, the statement which I have marked m tree in mlalton to the entity submitting this mom
statement. (indicate which statement applies.)
Neither the entity submitting this sworn statement, nor any of its oMccm. directors, executives, partners,
shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate
of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this mom statement, or one or mom of the officers, directors, executives, partners,
shareholders, employers, members, or agents who am active in the management of the entity, or an dfdisite of
the entity but been charged with and convicted of public entity crime subsequent to July 1, 1989.
RFP NO: 36-95196 CITY OF MIAMI BEACH
DATE: 12/4195 -14-
The entity submitting this sworn statement, or one or more of its offitera, directors, executives, partner,
shareholder, employ. members, or agents who an active in the management of the entity, Oran aDiliste of
The entity has been charged with sad convicted of s public entity crime subsequent to July], 1989. Howeveq
them has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of
Administrative Hearings and the Final Oedtrentared by the Hearing OfBmr decor lined that it was not is the
public interest to place the entity submitting ebb sworn Ustement on the convicted vendor list. (attach a copy
ofthe find order) '
i UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THECONTRACTING OFFICER FOR THE PUBLIC ENTITY
IDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THATPUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID
THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM
REQUIRED TO INFORM IHE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE
IN THE INFORMATION CONTAINED IN THIS FORM.
(Signature)
(date)
STATE OF
COUNTY OF
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
wbo, *Qer firs) being sworn by me, sfeacd hisfher signature
in the space provided above on this day of. 19 _
NOTARY PUBLIC
My Commission Expires:
FORM FUR 7068 (Rev, 06105,91)
RFP NO: 36.95/96 CITY OF MIAMI BEACH
DATE: 1214/95 -IS-