C2A-Issue ITN Parking Garage Gated Parking Revenue Control SystemCOMMISSION ITEM SUMMARY
Condensed Title:
Request for approval to issue an lnvitation To Negotiate (lTN) 201 4-1 70-SW for a Parking Garage Gated Parking
Revenue Control Svstem for the Citv of Miami Beach.
Ensure Well-Maintained Facilities.
Supporting Data Environmental Scan. etc.): N/A
lssue:
Shall the Com m ission the issuance of the ITN?
Item Summary/Recommendation:
The City's Parking System currently has ten (10) municipal parking garages, totaling 6,106 parking spaces. An
1 1th facility, Collins Avenue Garage is funded and currently in design with an estimated 470 parking spaces, for a
grand total of 6,576 parking spaces.
The gated revenue control system was installed in the City's garages in 1996 by 3M and the system has been
serviced and maintained by their locally authorized representative CPE (Consolidated Parking Equipment, lnc.).
The gated revenue control system is an essential tool utilized to manage access, usage, point of sale transactions,
audit controls, and reporting. This system is comprised of: hardware, software, firmware, and equipment.
The City's Parking Department is seeking a state of the art gated parking revenue control system, including
centralized processing of data for all of the City's parking garages, a central monitoring station for: intercoms,
CCTV at all entrance and exit lanes, and access control for all garage equipment. This would allow for operational
savings as well as enhanced audit controls. ln order to achieve this service level, all garages must have compatible
hardware, software, firmware, and equipment, meaning that one system (vendor) must equip and service all
garages. These technology enhancements are available from a number of vendors in the industry, including the
current vendor, 3M/CPE.
3M/CPE submitted a proposal to upgrade ihe system, as described above, at a cost of $1.6M. There are other
vendors that provide state-of-the-art garage gated revenue control systems; however, it is important to note that the
current system/equipment is proprietary. This would require the replacement of all software and potentially some
hardware, firmware, and equipment at all municipal garages, including those garages which were recently
constructed and outfitted with relatively new equipment.
ln order to seek the aforementioned enhancements, the Finance and City-Wide Projects Committee recommends
the issuance of ITN 2014-1 70-SW for a Parking Garage Gated Parking Revenue Control System for the City of
Miami Beach.
RECOMMENDATION
the issuance of the lTN.
The Finance and Citywide Projects Committee discussed this item at its January 30,2014 meeting. The
Committee recommended that the City pursue a formal competitive procurement process to ascertain state-of{he-
and its related cost.
Financial lnformation:
Source of
Fu nds:
Financial lmpact Summary: N/A
Clerk's Office
AIex Denis, Director Ext # 6641
si n-Offs
AGEHDA fiEn caA
Depgrtment Director Assistant Citv Manaqer Citv Mr rager
^DrysF K KcB m Mr-JLM r
T:\AGENDA\2014\May\Procurement\lTN 2014-170-SW Parking Revenue Control System
f/tUUnnV.Ooc(E MIAMIBEACH DATE
26
E MIAMIBEACH
€ity of lt/tiomi Beoch, lZ00 Convention Center Drive, Miomi Beoch, Florido 33,I39, www.miomibeochfl.gov
Mayor Philip Levine and Members of the City C{nmission
Jimmy L. Morales, City Manager
DATE: May 21,2014
2014-170-SW FOR A PARKING GARAGE GATED
CONTROL SYSTEM FOR THE CITY OF MIAMI BEACH.
TO NEGOTTATE (lrN)
PARKING REVENUE
BACKGROUND/ANALYSIS
The City's Parking System currently has ten (10) municipal parking garages, totaling 6,106 parking spaces.
An 11th facility, Collins Avenue Garage is funded and currently in design with an estimated 470 parking
spaces, for a grand total of 6,576 parking spaces.
The gated revenue control system was installed in the City's garages in 1996 by 3M, formerly known as
Federal APD, and the system has been serviced and maintained by their locally authorized representative
CPE (Consolidated Parking Equipment, lnc.). The gated revenue control system is an essential tool utilized
to manage access, usage, point of sale transactions, audit controls, and reporting. This system is
comprised of: hardware, software, firmware, and equipment, including, gate arms; loop detectors, fee
computers, entry stations, exit stations, and pay on foot (POF) stations. The gated parking revenue control
system is an extremely important tool that the City's Parking Department utilizes to operate and manage all
of its parking garages. lt is important to note that the Parking Department has been transitioning the
payment platform from "pay at exit" (cashiers in booths) to Pay-On-Foot (POF) operations, where patrons
use walk-up stations to process their transaction. This has resulted in significant operational expense
savings, particularly, in parking attendant labor as well as enhanced audit controls. Currently, each garage
operates on a standalone basis and certain garages have equipment that is outdated and incompatible
across technological lines.
The City's Parking Department is seeking a state of the art gated parking revenue control system, including
centralized processing of data for all of the City's parking garages, a central monitoring station for:
intercoms, CCTV at all entrance and exit lanes, and access control for all garage equipment. This would
allow for operational savings as well as enhanced audit controls. ln order to achieve this service level, all
garages must have compatible hardware, software, firmware, and equipment, meaning that one system
(vendor) must equip and service all garages. These technology enhancements are available from a number
of vendors in the industry, including the current vendor, 3M/CPE
3M/CPE submitted a proposal to upgrade the system, as described above, at a cost of $1 .6M. There are
other vendors that provide state-of-the-art garage gated revenue control systems; however, it is important to
note that the current system/equipment is proprietary. This would require the replacement of all software
and potentially some hardware, flrmware, and equipment at all municipal garages, including those garages
which were recently constructed and outfifted with relatively new equipment.
This Finance and Citywide Projects Committee discussed this item at its January 30, 2014 meeting. The
Committee recommended that the City pursue a formal competitive procurement process to ascertain State-
of{he-art technology and its related cost.
COMMISSION MEMORANDUM
27
May 21,2014
City Commission Meeting
Parking Garage Gated Revenue Control Equipment - ITN
Page 2
MAJOR RFP REQUIREMENTS
1. MINIMUMQUALIFICATIONS
Please Reference Section 0500, ITN 2014-170-SW.
2. SUBMITTAL REQUIREMENTS
Please Reference Section 0300, ITN 2014-170-SW.
3. CRITERIA FOR EVALUATION
Please Reference Section 0400, ITN 2014-170-SW.
CONCLUSION
ln order to seek the aforementioned enhancements, the Finance and City-Wide Projects Committee
recommends the issuance of ITN 2014-170-SW for a Parking Garage Gated Parking Revenue Control
System for the City of Miami Beach.
RECOMMENDATION
The Administration recommends that the Mayor and Commission authorize the issuance of the ITN 2014-
170-SW for a Parking Garage Gated Parking Revenue Control System for the City of Miami Beach.
JLM/PDWKGB/SF/AD
T:\AGENDA\2014Way\Procurement\lTN 2014-170-SW Parking Revenue Control System MEMO.doc
ATTACHMENTS
Aftachment A: ITN 2014-170-SW for a Parking Garage Gated Parking Revenue Control System for the City
of Miami Beach.
28
oq,-EUo0)€E.9Co.:cD3F; }iG=:o2ocrt r.rJ --;a=OEe",!t, O-+E?€"rri El)+ - o'1trF=.OoLZ.@E r.rJ -NL< 0) _.O< > tLLI'= rife4aLiT'J0u b-i9E8\;-rt\OEh;!trv;o=z 90>ul a lt\>> bdCT-()No-^-oE*HstDo.-co:trTJ*{LUcn=E€$=o-o?(.,tr@5.t6rErnclGldg2rulofurooazJ{S #'B-rg, OOf/Do--ur.l JzYoFE9.d.oLt-=LLIaaoe.FZoUllJfZLIJLUM.aIu-r ()5fiu-t ?ei. =<\ == aJ)Y;z ddb +O; :1= oV \-/ C\ld.til -<r +o-F =Z.lrtFCOltlZcFZCF-Z29
E iv^riz\,'vi,BEACH
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
0100 Nor uILtzED .................. .......................N/A
O2OO INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS ...........3
0300 suBMrrrAL TNSTRUCTIONS & FORMAT.................. .........................10
0400 PRoPoSAL EVALUATION ........................12
APPENDTCES: PAGE
APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS ........14
APPENDTX B "NO PROPOSAL',FORM ......... .........................21
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS ...,.....................,..........23
APPENDIX D INSUMNCE REQUIREMENTS ...,....,.... ,...,,,...27
APPENDIX E GARAGE EQUIPMENT INVENTORY .................. ..................29
IIN 2014-l TGSW City Porking Goroge Revenue Confol System
30
&AillAA4ie[Ae ]-{
SECTION (}2(}() INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS
1. GENERAL. This lnvitation to Negotiate (lTN) is issued by the City of Miami Beach, Florida (the "City'), as the
means for prospective Proposers to submit their qualifications, proposed scopes of work and cost Proposals (the
"Proposal") to the City for the City's consideration as an option in achieving the required scope of services and
requirements as noted herein. All documents released in connection with this solicitation, including all appendixes
and addenda, whether included herein or released under separate cover, comprise the solicitation, and are
complementary to one another and together establish the complete terms, conditions and obligations of the
Proposers and, subsequently, the successful Propose(s) (the "contractor[s]") if this ITN results in an award.
The City utilizes Public Purchase (www,publicpurchase.com) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this lTN. Any prospective
Proposer who has received this ITN by any means other than through Puhlic Purchase must register immediately
with Publlc Purchase to assure it receives any addendum issued to this lTN, Failure to receive an addendum
may result in disqualification of Proposal submifted.
2. PURPOSE.
The City's Parking System currently has ten (10)municipalparking garages, totaling 6,106 parking spaces. An 11th
facility, Collins Avenue Garage is funded and currently in design with an estimated 470 parking spaces, for a grand
total of 6,576 parking spaces.
The gated revenue control system was installed in the City's garages in 1996 by 3M, formerly known as Federal
APD. This system is comprised of: hardware, software, firmware, and equipment, including, gate arms; loop
detectors, fee computers, entry stations, exit stations, and pay on foot (POF) stations.
Currently, each garage operates on a standalone basis and certain garages have equipment that is outdated and
incompatible across technological lines.
The City's Parking Department is seeking a state of the art gated parking revenue control system including real-time
centralized control of all facilities and devices; centralized processing of data (facility utilization, including monthly
and transient transactions, revenue, user account information, etc,); a central monitoring station for: intercoms,
Closed Circuit Television (CCTV) at all entrance and exit lanes, and access control for all garage equipment. lt is
imporlant to note that the software and some components of the existing equipment is proprietary to 3M, including
the devices that read/collect data and transmit to the software.
It is anticipated that, through this lTN, the City will short-list one or more qualified firms with whom negotiations will
commence for the gated parking revenue system to include system oblectives detailed under Appendix C. Costs will
only be considered in the negotiation phase, As a result of the evaluation process detailed in Section 0400,
Evaluation of Proposals, firms will be selected for negotiations based on qualifications and proposed scope of
services. The City may negotiate with one or more firms simultaneously to arrive at the best value for the City.
ITN 201 4-l TGSW City Porking Goroge Revenue Control System
31
The tentative U AS
ITN lssued l.tay 23,2014
Pre-Proposal Meeting June 5, 20'14 @ 1:00 p.m.
Deadline for Receipt of Questions June 16,2014
Proposals Due June 26, 2014 @ 3:00 PM
Evaluation Committee Review TBD
Tentative Commission Approval Authorizing
Negotiations
TBD
Contracl Negotiations Following Commission Approval
Procurement Contact:
Steven Williams
tfiAAl,i&rAtH
schedule for this solicitation is
Telephone:
(305)673.7000 x6650
follows:
Email:
Stevenwilliams@miamibeachfl .gov
b
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail:
RafaelGranado@miamibeachfl.gov ; or facsimile: 786-3944188. The ITN title/number shall be referenced on all
correspondence. All questions or requests for clarification must be received no later than seven (7) calendar days
prior to the date Proposals are due as scheduled in Section 0200-3. All responses to questions/clanfications will be
sent to all prospective Proposers in the form of an addendum.
5. PRE.PROPOSAL MEETING 0R SITE VISIT(S). A Pre-Proposal conference, as scheduled in Solicitation
Timetable, will be held at the following address:
City of Miami Beach
City Hall - 4tr Floor
City Manager's Large Conference Room
1700 Convention Center Drive
Miami Beach, Florida 33139
Location may be revised as necessary to accommodate schedules. Proposers are encouraged to arrive eady in the
event of a change of location.
PROPOSERs interested in participating in the meeting via telephone must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-888-270-9936 fl-oll-free North America)
(2) Enter the MEETING NUMBER: 1142644# (note that number is followed by the pound key)
PROPOSERs who are interested in participating via telephone, should send an e-mail to the Procurement contact
named herein, expressing your intent to participate via telephone at least one business day in advance of the
meeting.
6. PRE.PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective
proposers are not binding on the City and will be without legal effect, including any information received at pre-
submittal meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede
terms noted in this solicitation. Addendum will be released through Public Purchase,
4ITN 2014-1 70-SW Enhoncements to City Porking Goroge Revenue Control Sysiem
32
€ &^tAA/,tBrACF*
7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised
and until an award recommendation has been forwarded to the City Commission by the City Manager are under the
"Cone of Silence." The Cone of Silence ordinance is available at
http/ilibrary.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or
inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception
communications with the Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to malters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov.
8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following
ordinances/resolutions, which may be found on the City Of Miami Beach website:
http:i/web.miamibeachfl.qov/procuremenUscroll.aspx?id=235 1 0
. coNEoFSI1ENCE.,...,...,..,,,,.,..,. clTYcoDEsEcTloN 2486
. PROTESTPROCEDURES...... CITYCODESECTION2-371
r DEBARMENT PROCEED|NGS,,....... CITY CODE SECTIONS 2-397 THROUGH 2485.3
. LOBBYISTREGISTMTIONANDDISCLOSUREOFFEES,.,..,......,..... CITYCODESECTIONS24SlTHROUGH2-406
e CAI\,IPAIGNCONTR|BUT|ONSBYVENDORS,.,.,........, CITYCODESECTION2-487. CAI\,IPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENTISSUES...,.,.,......., clTYcoDE sEcrloN 2488
e REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL
BENEFITS FOR DOI\,IIESTIC PARTNERS CITY CODE SECTION 2-373
. LIVING WAGE REOU|REMENT....... CITY CODE SECTIONS 2407 THROUGH 2410
. LOCALPREFERENCEFORMIAMI BEACH-BASEDVENDORS.,.,,.., CITYCODESECTION2'372
o PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND
CONTROLLED BY VETERANS AND TO STATE.CERTIFIED SERVICE.
DISABLED VETEMN BUSINESS ENTERPRISES,,. ,,. CITY CODE SECTION 2.374
r FALSE CLAIMS 0RD1NANCE..,...,..,. CITY CODE SECTION 70-300
r ACCEPTANCEOFGIFTS,FAVORS&SERV|CES......,,.,., C|TYCODESECT|ON2449
9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the
deadline for submittal of Proposals and will make a reasonable effort to give at least three (3) calendar day's written
notice of any such postponement to all prospective Proposers through Public Purchase.
10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the Proposal
due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and
proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-
371 shall be baned.
11. MIAMI BEACH.BASED VENDORS PREFERENCE. Pursuant to City of Miami Beach Ordinance No, 2011-3747,
a five (5) point preference will be given to a responsive and responsible Miami Beach-based Proposer.
12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011-
3748, the City shall give a five (5) point preference to a responsive and responsible Proposer which is a small
business concem owned and controlled by a veteran(s) or which is a servicedisabled veteran business enterprise,
ITN 20I 4-l 70 SW Enhoncemenls to Cily Porking Goroge Rerenue Conlrol Sysiem
33
& A/,1 ;^i.'r.{ i RF:Af-F{
-=
, Y :ii 1 l 1' IJL-/ l\dl ,
13. DETERMINATION OF AWARD, The final ranking results of Step 1 & 2 outlined in Section V, Evaluation of
Proposals, will be considered by the City Manager who may recommend to the City Commission that negotiations be
approved with one or more Propose(s) sihe deems to be in the best interest of the City or may recommend rejection
of all Proposals. The City Manager's recommendation need not be consistent with the scoring results identifled
herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations:
(1) The ability, capacity and skill of the Proposer to perform the contract.
(2) Whether the Proposer can perform the contract within the time specified, without delay or
interference.
(3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer.
(4) The quality of performance of previous contracts.
(5) The previous and existing compliance by the Proposer with laws and ordinances relating to the
contract.
The City Commission shall consider the City Manager's recommendation and may approve such recommendation.
The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal
or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. Upon approval of
selection by the City Commission, negotiations between the City and the selected Propose(s) will commence,
14. ACCEPTANCE OR REJECTION OF PRoPOSALS, The City reserves the right to reject any or all Proposals
prior to award. Reasonable efforts will be made to either award the Contract or reject all Proposals within one-
hundred twenty (120) calendar days after Proposals opening date. A Proposer may not withdraw its Proposals
unilaterally before the expiration of one hundred and twenty (120) calendar days from the date of Proposals opening.
15. PROPOSER'S RESPONSIBILITY. Before submitting a Proposal, each Proposer shall be solely responsible for
making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions
and requirements affecting the full performance of the contract. lgnorance of such conditions and requirements,
and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any
obligation to comply with every detail and with all provisions and requirements of the contract, and will not be
accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the
Proposer.
16. COSTS INCURRED BY PROPOSERS, All expenses involved with the preparation and submission of Proposals,
or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and
expense) of the Proposer, and shall not be reimbursed by the City.
17. RELATIONSHIP TO THE CITY. lt is the intent of the City, and Proposers hereby acknowledge and agree, that
G successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the
Propose/s employees, agents, and/or contractors, shall, under any circumstances, be considered employees or
agents of the City.
18. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes.
19. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules,
proposed prcrg, and all instructions pertaining to the goods and services relative to this lTN. Failure to do so will
be at the Propose/s risk and may result in the Proposal being non-responsive.
6ITN 20l4-l 7O-SW Enhoncemenls lo City Porking Goroge Revenue Control System
34
6 r*lAi*rSrACl{
20. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and
found to comply with contract, specifications, free of damage or defect, and are properly invoiced. lnvoices must be
submitted in a format consistent with the Purchase Order.
21. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its
officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for,
or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the
performanceofthecontract,includingitsusebytheCityofMiamiBeach,Florida. lftheProposerusesanydesign,
device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception,
that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in
any way involved in the work.
22. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner
and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of
knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from
responsibility, Proposer agrees that the services provided shall be provided by employees that are educated, trained,
experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to
fumish to the City any and all documentation, certification, authorization, license, permit, or registration cunently
required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all
licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force
and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a
material breach of this contract.
Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or
services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation
and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all
applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the
Proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws.
23. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and
Conditions shall have precedence,
24. ANTI.DISCRIMINATION. The Proposer certifies that he/she is in compliance with the nondiscrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal
employment opportunity for all persons without regard to race, color, religion, sex or national origin.
IIN 20 I 4 I TGSW Enhoncemenls to Cily Porking Goroge Revenue Contro System
35
b MlAt\4lBilACH
25, DEMONSTMTION OF COMPETENCY.
A. Pre-award inspection of the Propose/s facility may be made prior to the award of contract.
B. Proposals will only be considered from firms which are regularly engaged in the business of providing the
goods and/or services as described in this solicitation.
C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and
have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the
services if awarded a contract under the lerms and conditions of this solicitation.
D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and
well established company in line with the best business practices in the industry, and as determined by the City
of Miami Beach.
E. The City may consider any evidence available regarding the financial, technical, and other qualifications and
abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of
the City.
F, The City may require Proposer s to show proof that they have been designated as authorized representatives
of a manufacturer or supplier, which is the actual source of supply. ln these instances, the City may also require
material information from the source of supply regarding the quality, packaging, and characteristics of the
products to be supply to the City.
26. ASSIGNMENT, The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to
any person, company or corporation, without the prior written consent of the City.
27. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and
inspection fees required to complete the work and shall comply with all applicable laws.
28. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is in agreement, other units of govemment
or non-profit agencies may participate in purchases punsuant to the award of this contract at the option of the unit of
government or non-profit agency,
29. VoLUME OF WoRK T0 BE RECEIVED BY CONTRACTOR. lt is the intent of the City to purchase the goods
and services specifically listed in this solicitation from the contractor. However, the City reserves the right to
purchase any goods or services awarded from state or other govemmental contract, or on an as-needed basis
through the City's spot market purchase provisions.
30. DISPUTES. ln the event of a conflict between the documents, the order of priority of the documents shall be as
follows:
A. Any contract or agreement resulting from the award of this solicitation; then
B. Addendum issued for this solicilation, with the latest Addendum taking precedence; then
C. The solicitation; then
D. The Proposer's Proposal in response to the solicitation,
IN 2Ol4-170-SW Enhoncements to City Porking Goroge Revenue Conko Syslem
36
b MIArV\lBIACH
31. INDEMNIFICATION. The contractor shall indemnify and hold harmless the City and its officers, employees,
agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of
defense, which the City or its officers, employees, agents or inshumentalities may incur as a result of claims,
demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the
performance of the agreement by the contractor or its employees, agents, servants, partners, principals or
subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and
defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The contractor
expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided
by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or
its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall
survive the expiration or termination of this Agreement.
32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the
stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been
awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by
the City and the contractor.
33. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any
and all information and documentation submitted therewith, are exempt from public records requirements under
Section 119.07(1), Florida Statutes, and s.24(a), Art. 1 of the State Constitution untilsuch time as the City provides
notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier.
Additionally, Contractor agrees to be in fullcompliance with Florida Statute 119.0701 including, but not limited to,
agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public
agency in order to perform the services; (b) provide the public with access to public records on the same terms and
conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in
this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and
exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all
requirements for retaining public records and transfer, at no cost, to the public agency all public records in
possession of the contractor upon termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. All records stored electronically
must be provided to the public agency in a format that is compatible with the information technology systems of the
public agency.
34. MODIFICATION/WITHDRAWALS 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 inevocable until contract award
unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 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.
35. EXCEPTIONS TO lTN, Proposers must clearly indicate any exceptions they wish to take to any of the terms in
this lTN, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and
clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any
or all exceptions and alternatives. ln cases in which exceptions and alternatives are rejected, the City shall require
the Proposer to comply with the particular term and/or condition of the ITN to which Proposer took exception to (as
said term and/or condition was originally set forth on the ITN).
ITN 20l4-l7OSW Enhoncemenls to CiV Porking Goroge Revenue Conkol System
37
g MiA;','TiBEACH
36. ACCEPTANCE OF GIFTS. FAVORS. SERVICES. Proposers shall not offer any gratuities, favors, or anything of
monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this
Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or
service that might reasonably tend improperly to influence him in the discharge of his official duties.
t0ITN 20l4-170'SW Enhoncements io Cily Porking Goroge Revenue Conlrol System
38
E MIAMIBEACI-{
SECTION O3OO PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1. SEALED PROPOSALS. One original Proposal (preferably in 3+ing binder) must be submitted in an opaque,
sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, five (5)
bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information
should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation
number, solicitation title, Proposer name, Proposer retum address. Proposals received electronically, either through
email or facsimile, are not acceptable and will be rejected.
2. LATE PROPOSALS. Proposals are to be received on or before the due date established herein. Any Proposal
received after the deadline established for receipt of Proposals will be considered late and not be accepted
or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or
otherwise,
3, PROPOSAL FORMAT, ln order to maintain comparability, facilitate the review process and assist the Evaluation
Committee in review of Proposals, it is strongly recommended that Proposals be organized and tabbed in
accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated
below and contain a table of contents with page references. Eleckonic copies should also be tabbed and contain a
table of contents with page references. Proposals that do not include the required information will be deemed non-
responsive and will not be considered,
Cover Letter & Minimum Qualifications Requirements
1.1 Cover Lefter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the
purposes of this solicitation.
1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully
completed and executed.
1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum
established in Apoendix C, Minimum Requirements and
& Qualifications
2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience
and proven track record of providing the scope of services similar as identifled in this solicitation, including experience in
providing similar scope of services to public sector agencies. For each project that the Proposer submits as evidence of
similar experience, the following is required: project description, agency name, agency contact, contact telephone &
email, and yea(s) and term of engagement.
2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for
this project if awarded, the role that each team member will play in providing the services detailed herein and each team
members' qualifications. A resume of each individual, including education, experience, and any other pertinent
information, shall be included for each Proposal team member to be assigned to this contract.
2.3 Financial Gapacity. Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report
(SQR) directly to the Procurement Contact named herein. No Proposal will be considered without receipt, by the City, of
the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
Proposer. The Proposershall requestthe SQR reportfrom D&B at:
hftos://supolierporial.dnb.com/webapp/wcs/stores/servleUSuonlierPortal?storeld=11696
Proposers are responsible for the accuracy of the information contained in its SQR. lt is highly recommended
tha[ each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and
as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process,
contact Dun & Bradstreet at 800-424-2495,
ilITN 20l4 I 70-SW City Porking Goroge Revenue Control System
39
fu\IA,UIBEACH
of Services
wProposerwillachieveeachportionofthescopeofservicesand
technical requirements outlined in Appendix C, Minimum Requirements and Specifications.
Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the
Evaluation Committee to comolete a fullv review and score the proposed scope of services.
Note: After Proposal submittal, the City reserves the right to require additional information from Proposers (or
Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation
history, regulatory action, or additional references); and financial capability (including, but not limited to, annual
reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years).
IIN 2014-120-SW Enhoncements to City Porking Goroge Revenue Conkol Syslem 12
40
a MtAlvllBEAC H
SECTION O4()O PROPOSAL EVALUATION
1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each
Proposal in accordance with the requirements set forth in the solicitation. lf further information is desired, Proposers
may be requested to make additional written submissions of a clarifying nature or oral presentations to the
Evaluation Committee. The evaluation of Proposals will proceed in a two-step process as noted below. lt is important
to note that the Evaluation Committee will score the qualitative portions of the Proposals only. The Evaluation
Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2
Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City
Commission.
2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the
Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the
Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed
by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications criteria established
below for Step 1, Qualitative Criteria. ln doing so, the Evaluation Committee may:
. review and score all Proposals received, with or without conducting interview sessions; or
. review all Proposals received and short-list one or more Proposers to be further considered during
subsequent interview session(s) (using the same criteria).
Proposer Experience and Qualifications, including Financial Capability
Scope of Services Proposed
3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposers may receive
additional quantitative criteria points to be added by the Department of Procurement Management to those points
earned in Step 1, as follows.
Miami Beach-Based Vendor Preference
Veterans Preference
ITN 2014-lZ}SW Cily Porking Goroge Revenue Confol Syslem t3
41
,h ,tu\tAA,4tBHAC l-"i
5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points
will be added to each evaluation committee membefs scores by the Department of Procurement Management. Step
1 and 2 scores will be converted to rankings in accordance with the example below:
Step 1
Points 82 76 80
Slep 2
Points 10 7 5
Total 92 84 85
Step 1
Points 90 85 72
Step 2
Points 10 7 5
Total '| 00 92 'ro
Rank i, .t:.i,,,,:.,,,. -:2 3
Step 1
Points 80 74 66
Step 2
Points 10 7
Total 90 81 72
I,, ,,, r ., ,, ,,:a.
t Final Ranking is presented to the City Manager for further due diligence and
recommendation to the City Commission. Final Rankinq does not constitute
an award recommendation until such time as the City Manager has made his
recommendation to the City Commission, which may be different than final
ranking results.
IIN 2014-l ZO-SW Enhoncements lo City Porklng C,oroge Revenue Contro System l4
42
APPENDIX A
g rt,4tA/utmffi&ffiH
Proposo I Certificotion,
Questionnoire &
Req uirem e nts Affid ovit
ITN 2014-170-SW
A PARKING GARAGE GATED
PARKING REVENUE CONTROL SYSTEM
FOR THE CITY OF MIAMI BEACH
PROCUREMENT DIVISION
1700 Convention Cenler Drive
Miomi Beoch, Florido 33139
ITN 2014-l TGSW Enhoncements io Ciry Porking Goroge Revenue Conhol System t5
43
Solicitation No:
ITN 2014-170-SW
Solicitation TiXel
A PARKING GAMGE GATED PARKING REVENUE CONTROL SYSTEM
FOR THE CIry OF MIAMI BEACH
Procurcment Contact:
Steven Williams
Tel;
305.673.7000 x6650
Email:
Stevenwilliams@miamibeachfl ,gov
PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform
prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from
Proposers in order that certain portions of responsiveness, responsibility and other determining factors and
compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements
Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed.
1. General Proposer lnformation.
FIRM NAME:
No of Years in Businessl No of Years in Business Locallyl
OIHER NAI\,4E(S) PROPOSER HAS OPERATED UNDER IN THE LAST '10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:ZIP CODE:
I'ELEPHONE NO.:
TOLL FREE NO.:
FAX NO.l
FIRM LOCAL ADDRESS:
CITY:
STATE:ZIP COOE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EN4AIL:
FEDERAL TAX IDENTIFICATION NO.:
The City reserves the right to seek additional information from Proposer or otrer source(s), including but not limited to: any firm or principal
information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems
necessary to evaluate the capacity ofthe Proposer to perform in accordance with conkact requirements.
ITN 2014-l Z0-SW Enhoncemenis to City Porking Goroge Revenue Control Sysiem t6
44
.)
Miami Beach Based (Local) Vendor. ls Proposer claiming lViami Beach based f rm status?' [--l ves [-__l rub
SUBMITTAL REQUIREMENT: Proposers claiming Miami Beach vendor slatus shall submit a Business Tax Receipt issued by the
City of Miami Beach and the proof of residency requirement, as required pursuant to ordinance 2011-3747 , to demonstrate that the
Proposer is a Miami Beach Based Vendor.
Veteran Owned Business. ls Proooser claiminq a veteran owned business slatus?
f-----lves "[--l
ruo
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business stalus shall submit a documenlation proving that firm
is certified as a veteran-owned business or a service{isabled veteran owned business by lhe State of Florida or United States
federal government, as required pursuant to ordinance 2011-3748.
Conflict Of lnterest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family
member (spouse, parent, sibling, and 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 inlerest of ten (10%) percent or more in the
Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of
any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer enlity or any of
its afiiliates
References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work
similar in size and nafure as he work referenced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Conlact
lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided.
Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had
a contract cancelled due tolgrylerformance bv anv oublic sector agency?I I YES 'fl rrro
SUBMITTAL REQUIREMENT: lf answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to
action(s).
Vendor Gampaign Contributions. Proposers are expected to be or become familiar with, the Cily's Campaign Finance Reform
laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all
applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,
as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or enlities (including your sub-consultants) with a controlling
financial interest as delined in solicitation. For each individual or entity with a controlling f,nancial interest indicate whether or not
each individual or entity has contribuled to the campaign either directly or indirectly, of a candidate who has been elected to the
office of Mayor or City Commissioner for the City of Miami Beach.
Code of Business Ethics. Pursuant to City Resolution No,2000-23879, each person or entity that seeks lo do business with the
City shall adopt a Code of Business Ethics ("Code") and submil that Code to the Procurement Management Department with its
response or within five (5) days upon receipt of request, The Code shall, at a minimum, require the Proposer, to comply with all
applicable governmenlal rules and regulations including, among others, the conflict of interest, Iobbying and ethics provision of the
City of Miami Beach and Miami Dade County.
SUBMITTAL REQUIREMENT: Proposer shall submlt lirm's Code of Business Ethics. ln lieu of submitting Code of Business
Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of
Ethics, available at www.miamibeachfl .gov/procuremenU.
4.
5.
7.
ITN 2014-l ZO-SW Enhoncements to City Porking Goroge Revenue Conlrol Sysiem t/
45
Living Wage, Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers
shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below:. Commencing with City fiscal year 2012-13 (October 1 , 2012), the hourly living rate will be $1 1 ,28/hr with health
benefits, and $12.92/hr without benefits,
The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation
using the Consumer Price lndex for all Urban Consumers (CPl-U) Miami/Ft. Lauderdale, issued by the U,S. Department of Labo/s
Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed ttrree percent (3%). The City may also, by
resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement
same (in a particular year).
Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may,
al its sole option, immediately deem said Proposer as non-responsive, and may furthel subject Proposer to additional penalties
and fines, as provided in the City's Living Wage Ordinance, as amended, Further information on the Living Wage requirement is
available at www.miamibeachfl ,gov/procuremenU.
SUBMITTAL REQUIREMENT: No additional submiftal is required, By virtue of executing this affidavit document, Proposer agrees
to the living wage requirement.
Equal Benefits for Employees with Spouses and Employees with Oomestic Partners. When awarding competitively solicited
conkacts valued at over $100,000 whose contractors maintain 51 or more full time employees on lheir payrolls during 20 or more
calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contactors doing business
with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide'Equal Benefits" to their
employees with domeslic partners, as they provide to employees witr spouses. The Ordinance applies to all employees of a
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 [,4iami Beach limits, who are directly performing work on the contract within the City of Miami
Beach,
A. Does your company provide or offer access to any benelits to employees with spouses or to spouses of employees?[--l ves f__l ruo
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to
domestic partners of employees?
f___] VgS [-__-l No
c. Please check all beneflts that apply to your answers above and list in the "othe/' section any additional
benefits not already specified. Note: some benefits are provided to employees because they have a spouse or
domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic
partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., there are no insurance
providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City
Manager, or his designee, Approval is not guaranteed and the City Manager's decision is final. Furttrer information on the Equal
Benefits requirement is available at www.miamibeachfl .gov/procuremenU.
Public Entity Crimes. Section 257.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a10.
ITN 2014-170-SW Enhoncements lo City Porking Goroge Revenue Conlrol Syslem IB
46
11.
person or afiiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit
a proposal, Proposal, or reply on a contract to provide any goods or services to a public entity; may nol submil a proposal,
Proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit
proposals, Proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contracl with any public entity; and may not transacl business with any public entity
in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of
being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list.
Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation
which may provide additional information to Proposers or alter solicitation requiremenls. The City will strive to reach every
Proposer having received solicitation through the City's e-procuremenl system, PublicPurchase.com. However, Proposers are
solely responsible for assuring lhey have received any and all addendum issued pursuant to solicitation. This Acknowledgement of
Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure
to obtain and acknowledge receipt of all addenda may result in Proposal disqualilication.
lnit?l to Confirm
Receiot
lnitial to Confirm
Receiot
lnilial to Confirm
Receiot
Addendum 1 Addendum 6 Addendum 1'l
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
lf additional confirmation of addendum is required, submit under separate cover.
ITN 20I 4 I Z0 SW Enhoncements b Cily Porking Goroge Rerenue Conlrol System t9
47
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City') for the recipient's convenience.
Any action taken by the City in response to Proposals made pursuant to this solicilation, or in making any award, or in failing or refusing to
make any award pursuant lo such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after
issuance of an award, shall be without any liability or obligation on the part of the City.
ln its sole discretion, the City may withdraw the solicilation either before or aner receiving Proposals, may accept or relecl Proposals, and
may accept Proposals which deviate from the solicitation, as it deems appropriate and in its best interest. ln its sole discretion, the City may
determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including
financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicanfs affiliates, offlcers,
directors, shareholders, partners and employees, as requested by the City in its discretion.
The information contained herein is provided solely for the convenience of prospective Proposers. lt is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any
information in this solicitation.
Any reliance on these conlents, or on any permitted communications with City ofiicials, shall be at the recipienfs own risk. Proposers should
rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by lhe Ci$ without any warranty
or representation, express or implied, as to ils content, its accuracy, or its compleleness. No wananty or representation is made by the City
or its agents that any Proposal conforming lo these requirements will be selected for consideration, negotiation, or approval.
The City shall have no obligation or liability with respect to this solicitalion, the selection and the award process, or whether any award will be
made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to be bound by lhe terms hereof. Any Proposals submitted to the City pursuant to this
solicitation are submitled at the sole risk and responsibility of the party submitting such Proposal.
This solicitation is made subject to conection of errors, omissions, or withdrawal from the market without notice. lnformation is for guidance
only, and does not constitule all or any part of an agreement.
The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable
definitive agreements pertaining therelo, are approved and executed by the parties, and then only pursuant to the terms of the definitive
agreements executed among the parties. Any response to this solicilation may be accepted or rejected by the City for any reason, or for no
reason, wilhout any resultant Iiability to the City.
The City is govemed by the Govemmentin-the-Sunshine Law, and all Proposals and supporting documents thall be subject to disclosure as
required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidenlial to the extent permitted by
Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become
public records.
Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer
acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substanliate or supplement
information contained in the Proposal, and authorizes the release to lhe City of any and all information sought in such inquiry or investigation.
Each Proposer certifies thal the information contained in the Proposal is true, accurate and complete, to the best of its knowledge,
information, and belief.
Notwilhstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment
by a court of competent jurisdlction which imposes on the City any liability arising out of lhis solicitation, or any response thereto, or any
action or inaction by the City with respect lhereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The
previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which
imposes no liability on the City.
ln lhe event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that
the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicilation shall be
governed by and construed in accordance with the laws of the State of Florida.
ITN 2014-l7GSW Enhoncemenls to Cily Porking C,oroge Revenue Conlrol System 20
48
I hereby certify that l, as an authorized agent of the Proposer, am submifting the following information as my firm's
Proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document,
inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto,
and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and
conditions contained in the solicitation, and any released Addenda and understand that the following are requirements
of this solicitation and failure to comply will result in disqualification of Proposal submitted; Proposer has not divulged,
discussed, or compared the Proposal with other Proposers and has not colluded with any other Proposer or party to any
other Proposal; Proposer acknowledges that all information contained herein is part ol the public domain as defined by
the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this Proposal,
inclusive of the Certification, Questionnaire and Requirements Affidavit are true and accurate.
Name of Propose/s Authorized Representative:Title of Propose/s Auhorized Represenhtivel
SignatJre of Proposeis Authorized Representative:Date:
On this
-day
ot
-,20-,
personally
appeared before me who
County of ) stated that (s)he is the
a corporation, and that the inslrument was signed in behalf of
the said corporation by authority of its board of directors and acknowledged said
instrument to be its voluntary act and deed. Before me:
Notary Public for fte State of Florida
My Commission Expires:
State of FLORIDA )
)
of
TN 2014-l Z0SW Enhoncemenls to City Porking Goroge Revenue Contro System 2)
49
c\lC\E6ooUo9q)oo)s,Ro,oopj2oEooLUU)oT.\:Oc!ZFLU =?31,,^ I a:oE;? E::.idH EEeiu f= *p!E{g==6sbRoAEFYHHsg:'MLLo_El-oLLomoZrrryilI{tts\*d\!I:&**d;-aa..1,"\.<*€ll|,mXoZLUo_o_50
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S) CHECKED AND/OR INDICATED BELOW:
-
Workload does not allow us to proposal
_lnsufficient time to resPond
-
Specifications unclear or too restrictive
-
Unable to meet sPecifications
-Unable
to meet service requirements
_Unable to meet insurance requirements
_Do not offer this producUservice
_OTHER. (Please specify)
We do -
do not - want to be retained on your mailing list for future proposals
of this type product and/or service.
Signature:
Title:
Legal Company Name:
Note: Failure to respond, either by submitting a proposal 91 this completed form,
may result in your company being removed from our vendors list.
PLEASE RETURN TO:
CITY OF MIAMI BEACH
DEPT. OF PROCUREMENT MANAGEMENT
ATTN: Steven Williams
PROPOSAL #2014-080€W
1700 Convention Center Drive
MIAMI BEACH, FL 33139
ITN 20l4-lIO'SW Enhoncements to City Porkino Goroge Revenue Contro System t.)
51
APPENDIX C
g &r,tA$,^tffiffi&ch{
Minimum Requirements
& Specificotions
rTN 2014-170-SW
A PARKING GARAGE GATED
PARKING REVENUE CONTROL SYSTEM
FOR THE CITY OF MIAMI BEACH
PROCUREMENT DIVISION
1700 Convention Center Drive
Miomi Beoch, Florido 33139
ITN 20l4 I 7O-SW Enhoncemenls b Ciry Porking Goroge Revenue Conirol System 24
52
C1. Minimum Requirements. The Minimum Eligibility Requirements for this solicitation are listed below.
Proposer shall submit detailed verifiable information affirmatively documenting compliance with each
minimum requirement. Proposers that fail to comply with minimum requirements will be deemed non-
responsive and will not be considered.
1. Minimum of three (3) years experience providing installation and support services of parking revenue
control equipment.
2. Minimum one (1) Govemment installation with a minimum of three (3) parking facilities with revenue
control equipment.
C2. Statement of Work Required.
The City's Parking Department is seeking a state of the art gated parking revenue control system including
real-time centralized processing of data for all of the City's parking garages and a cenlral monitoring
station for intercoms, CCTV at all entrance and exit lanes, and access control for the garage equipment.
SYSTEM OBJECTIVES
1, FUNCTIONALITY
A. CENTRALIZED
Objective is to support the City's management of its parking garage facilities through a centralized
approach. The City is seeking a centralized revenue control system that provides integration of all
facilities, with the ability to remotelv and in real-time:
1) monitor allfield devices, e.9., entry station status, barrier gate status, express exit station
status, cashier stations status, lane status display, UPS unit status, etc.
2) monitor CCTV at all entrance and exit lanes and allow the City operator to provide
assistance to customers including the approval of exception transactions occurring in lane.
3) control access to the parking facilities with the ability to change rates, fee tables and
manage permit holder accounts (access cards) from one centralized location.
4) send all data (fee tables, user account information, etc.) to all or selected parking facilities
(including all devices) from one central location.
5) allow users with the appropriate authorization to issue remote commands from system
workstations to the field devices such as raising and lowering the barrier gates; rebooting
the entry or exit station; putting the entry or exit station in or out of service; changing the
lanes status signs; applying software patches and updates; etc.
The Cenhal Monitoring Station must be remotely accessible over an encrypted internetbased
(TCP/IP) network,
B. SCALABLE
During the life of the system, the City may build facilities that will provide additional parking or
incorporate existing parking facilities into the system. The proposed system shall be scalable to
accommodate future expansion, including additional lanes and facilities,
ITN 2014-1 7O-SW Enhoncemenis to City Porking Gcroge Revenue Contro Sysiem 25
53
C. AUDIT CAPABILTIES
System should have the ability to perform audit trails of all user account activities, i.e. changes in
the fee tables, remote control access to devices, transactions performed, exceptions approved, etc.
The use of central controls shall be logged with user lD, password, time, name/description of
device controlled and action taken.
D. REPORTING
Proposer should provide a detailed description of the reporting capabilities of proposed software.
E. OTHER
1) Rates: the system shall be capable of adjusting rates real time based upon the facility, the
time of day, day of week, and special events.
2) Disabled parking permit holders are permitted to park in City facilities at no charge. These
transactions are validated by requesting and verifying documentation from the customer.
The City is seeking a solution that includes remote in-lane validation/verification of
disabled parking permits.
3) The City has several attended cash only surface parking lots. Please provide information
on any portable mobile solutions for processing credit card, exceptions (i.e. disabled
permit), QR code validations, etc, at these lots.
2. TECHNICAL REQUIREMENTS
A, PCICOMPLIANCE
All Vendor-provided aspects of the credit card processing subsystem shall be PCI compliant, such
that no Vendor-provided product or solution will prevent City from achieving PCI Compliance in its
parking operation.
System must ensure that the application does not implement any changes to the operating system
that can potentially jeopardize PCI compliance.
B. INTERFACE
1) Parking Mobile Application: The City currently has a Parking Mobile Application, developed
by ParkMe that provides Miami Beach public parking facility information as well as routing
(driving directions) from a default location to a selected parking location using mapping
capabilities. This application interfaces with our current revenue control equipment to
provide real{ime garage occupancy. The system should be able to provide real-time
utilization data and interface with the Parking Mobile Application to provide real-time
garage occupancy or have the ability to export data in a format that may be utilized by the
Parking Mobile Application,
2) Accounts Receivable: The City currently utilizes manual cashier reports for the
reconciliation and recording of daily revenue. The City is seeking a system that will
interface with the City's Parking Revenue System (a proprietary software program
ITN 2014-170-SW Enhoncements to City Porkino Goroge Revenue Conirol Sysbm 26
54
developed by the City's lnformation Technology Department) to hansmit cashier/lane
reports for the purposes of reconciling and recording revenue or have the ability to export
data in a format that may be utilized by the City's Parking Revenue System,
3) Customer Accounts: The City currently utilizes a Parking Permits Manager System (a
proprietary software program developed by the City's lnformation Technology Department)
to manage and sell customer monthly permits to the parking facilities. The City is seeking
a system that will interface with the City's Parking Permit System to retrieve customer
payment status real-time or have the ability to import data real-time from the Parking
Permit System to update customer account information.
4) Payment Credentials: The system should have the ability to accept payment credentials
i.e. bar codes, QR codes, NFC and RFID accounts at all entry and exit lanes to be used for
monthly and transient users.
C, ALARMS
System shall have the ability to automatically detect and reportfault conditions. The system shall
perform a diagnostic check on a routine basis and provide notification for fault conditions and
equipment failure. Fault conditions shall be categorized by severity and the system shall provide
notification regarding any individual fault condition, category of fault, or user-selected group of
faults. The system shall provide a continuous end{o-end self-checking capability
System shall be capable of generating alarms for any user selectable event type. Alarm Hierarchy
shall be completely configurable so that City can adjust priority of alarms, audible tones, where the
alarms are sent, etc.
D. EQUIPMENT
All equipment shall operate in all exterior weather conditions in the Miami Beach area for both
indoor and outdoor conditions. Equipment exposed to outdoor conditions shall not rust or conode
for a period of no less than five (5) years.
The system conflguration shall provide lane autonomy such that no single point of failure of a
device shall cause an operational failure of sunounding lanes. Equipment at a single lane may fail
causing a shutdown of a lane; however, the failure shall not affect other lanes.
ITN 20l4-lZO'SW Enhoncemenls to City Porking Goroge Revenue Conlrol System
55
@C{Eoi^-oU_vq)o)ooOo)i-=poc0)EooION{oc!Z= 9$\-/ 'f -=a3aooo:!LIJ \./ LLfrb-..sE 3-o()Y >co(J C.=ozoFo-u 6oSLUo75-IJLUAOco= LU F 2s3=s+I -,( Lt-td50Rofr=FYHHs9iU, LLo-t)+CoEot-fooM()UCoS-fU)C'.*"**Ir.d,*tl&,\"/*ru_!* fi{s &ffid*,..qmre*->*Y€lll,o><oZLUo-o_56
e AAtA$,etmffi&f,H
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is
required to maintain throughout the term of the contract and any renewal
periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state
of Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00
per occurrence for bodily injury prope( damage to include Premises/ Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Conhactual lndemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
XXX 3. Automobile Liability - $1,000,000 each occunence - owned/non-owned/hired
automobiles included.
_4, Excess Liability - $_.00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must
be stated on the certificate.
_ 6, Other lnsurance as indicated:
_ Builders Risk completed value $-.00
Liquor Liabilitv $-,00
_ Fire Legal Liability $-.00
_ Protection and lndemnity $-.00
_ Employee Dishonesty Bond $-.00
_ Other $-.00
XXX 7. Thirty (30) days written cancellation notice required.
XXX B. Best's guide rating B+:Vl or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self.insured. Any and all claim payments made from self'
insurance are subjecttothe limits and provisions of Florida Statute 768.28, the Florida
Constitution, and any other applicable Statutes.
29ITN 20 I 4-l 7O SW Enhoncements to City Porking Gcroge Revenue Control Syslem
57
O= 9B\-,, .= -=o3)> l-=ooUF!2.q 5uJ \-,, ISc<-=r-tII (J -.:u= y-oo6 =EoloFo-u 5o<f'rLUE=-A,tdHiuziE{g=t -.( LL=d50Rofr=FYHHs9iMLLo_l-o+C(l)C+CoEolo.LUoo)ot-ooryE*.&wf,&\*/-,*.q,-lLr*f'Y *--,74l€llt,LUxoZLUo_o_58
[ut >xxoyr.u i-rL<o-1<=FzI,JJIL=aI,JJtuot(,8teIzLttalt-s8JBEATSEI lrodt,r€8IIt6t 0rdd9,tsItt8frnt.f6e trddd!9hL6i6t5IaF16g9ttsffidd9ta5g69i.ttsdY tt'tE}iH.UI\{JC1A)l€ory tnItttI€55&t8lenss tftt,l tggrt''1tdEI,IdiLIstffit-€Fs!Lz7.E8[UH3#{[artIilaLqrms]3$ids1S5tIJa|F4rFD drdEltbtItbhILt9ItE1.X9aEe 036550r9s9g9t*on99,e[st5rGlndmol twl-*dodd6tsse,,!{ r8g 0(tr1sE€rEs &q.ql Fs,rs 0t50s5e^v Brc/r[sxred ]90!aEE-Eg sm.}3nyauen$3iasd ffisE*laAV KxffrI ogs36885 uo{V?ES 8ec,W ll$lrySSSlle6B,E9 Hf {$ /Sn7llpB4S F{t *100'eDeEs lm4s Ea! 92tsi,]s r$,lt 0r!€aEru$Fa4S t{{t 9€es8e^v useM 15sleEBESpe{S'Sl t€&7'eAV srSpJ togl#89 pe4s $t! esu,Lolxr+iY serQ prE F346 i{I Ieers! l3a{S qzl l33'3F3$S ql 00teDBlBe Fe45 r&1 lSsrSi{sHollYlo-ltvivll l3Y8v9AW.IN3AXI 39WVC $l*lllwd H9V:r8 rl|$ilrHl lo i.llcI Xpusddvc9E-e-6oOq)oIDo)C')pIU9r)oooq)EooLLIoNOc\lzE59