Loading...
C2A-Issue RFP Parking Meter Collection Services For The City Of Miami BeachCondensed Title: REQUEST FOR APPROVAL TO AUTHORIZE THE ISSUANCE PROPOSALS (RFP) NO. 2015-135-WG TO PROVIDE PARKING SERVICES FOR THE CITY OF MIAMI BEACH. OF A REQUEST FOR METER COLLECTION COMMISSION ITEM SUMMARY Item Su mendation: On December 14, 2011, the Mayor and City Commission awarded RFP 43-10111 tor Parking Meter Collection Services to SP Plus Municipal Services, a division of Standard Parking Corporation. The start date of the initial three (3) year term was January 13, 2012, and expired January 13, 2015. On January 14,2015, the Mayor and Commission opted not to exercise the City's option to renew the agreement, authorized the extension of the agreement on a month to month basis, and requested staff re-issue a new RFP for parking meter collection services. The Administration desires to seek proposals from qualified firms interested in partnering with the City for parking meter collection services, of single space parking meters and/or multiple space pay stations owned and located within the City of Miami Beach. Collection Service shall transport all coins, bills, and/or data collected to the designated place within the City of Miami Beach, for the purpose of counting, storing, depositing or any combination thereof. Collection services will be required for a system containing approximately 8,500 parking spaces. RECOMMENDATION The Administration recommends that the Mayor and Commission authorize the issuance of the RFP 2015-135-WG to Provide Parkinq Meter Collection Services for the Citv of Miami Beach. Build And Maintain Prioritv lnfrastructure With Full Accountabilitv. Supporting Data (Surveys, Environmental Scan, etc.): N/A Financial lnformation : N/A. Alex Denis, Director Ext # 6641 T: ISSUANCE SUMMARY -2015-1 35-WG To Provide Parking Meter Collection Services for the City of Miami Beach AGENDA ITEME MIAMIBEACH olrre ?-rf /.(24 MIAMIBEACH City of Miomi Beqch, 1700 Convention Center Drive, Miomi Beoch, Florido 33,) 39, www.miomibeochfl.gov COMMISSION MEMORANDUM TO:Mayor Philip Levine and Members of t Jimmy L. Morales, City Manager April 15,2015 SUBJECT: REQUEST FOR APPROVAL TO AUTHORIZE THE ISSUANCE OF A REQUEST FOR PROPOSAL (RFp) TO PROVIDE PARKING METER COLLECTION SERVICES FOR THE CITY OF MIAMI BEACH. ADMINISTRATION RECOMM EN DATION Authorize the issuance of the RFP. BACKGROUND On December 14,2011, the Mayor and City Commission awarded RFP 43-10111 for Parking Meter Collection Services to SP Plus Municipal Services, a division of Standard Parking Corporation. The start date of the initial three (3) year term was January 13, 2012, and expired January 13, 2015. On January 14,2015, the Mayor and Commission opted not to exercise the City's option to renew the agreement, authorized the extension of the agreement on a month to month basis, and requested staff re-issue a new RFP for parking meter collection services. SCOPE OF SERVICES Successful Proposer shall provide Collection Service for single space parking meters and/or multi-space pay stations owned by the City of Miami Beach, located at sites designated herein within the City of Miami Beach. Collection Service shall transport all coins, bills, and/or data collected from single space parking meters and/or multi-spaces pay stations to any place within the City of Miami Beach deemed acceptable to the Parking Director, for the purpose of counting, storing, depositing, or any combination thereof. OTHER RFP REQUIREMENTS o MINIMUM QUALIFICATIONS. Please Reference, Appendix C, RFP 2015- 135-WG to Provide Parking Meter Collection Services. o SUBMITTAL REQUIREMENTS. Please Reference Section 0300, RFP 2015-135-WG to Provide Parking Meter Collection Services. o CRITERIA FOR EVALUATION. Please Reference Section 0400, RFP 2015- 135-WG to Provide Parking Meter Collection Services. FROM: DATE: 25 City Commissioner Memorandum - RFP 2015-135-WG to Provide Parking Meter Collection Services for the City of Miami Beach. April 15, 20'15 CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of the RFP 2015-135-WG to Provide Parking Meter Collection Services for the City of Miami Beach. o ATTACHMENTS RFP 2015-135-WG to Provide Parking Meter Collection Services for the City of Miami Beach. JLM/MT/SF/AD T:\AGENDA\201S\April 1s\Procurement\RFP lssuance to Provide Parking Meter Collection Seruices for the City of Miami Beach. - MEMO.doc Page 2 of 2 26 REQUEST FOR PROPOSALS (RFP) PARKING METER COLLECTION SERVICES 20 t s-r 35-wG RFP ISSUANCE DATE: APRIL 17,2015 PROPOSALS DUE: MAY 21,2015 @ 3:00 PM ISSUED BY: WILLIAM GARVISO, CPPB g MIAMIBEACH WIIIIA'YI GARVISO, PROCUREMENT COORDINATOR PROC UREMENT DEPARTMENT 17OO Convention Center Drive, 3'd Floor, Miomi Beoch, FL 33-l 39 305.673.7OOO X6650 | www.miomibeochfl.gov 27 4 ,!iiAir/IBEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NoT uTtLtzED ......... .......... N/A O2OO INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS ............,..3 O3OO SUBMITTAL INSTRUCTIONS & FORMAT .............10 0400 PRoposAL EVALUATTON ....... ............12 APPEND!CES: APPENDIX A PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO PROPOSAL" FORM APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E COST PROPOSAL FORM APPENDIX F INSURANCE REQUIREMENTS 14 21 23 30 32 34 RFP 2015-135-WG 28 b lliiAlhlBEACH SECTION (}2()()INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (RFP) 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 Proposer(s) (the "contractor[s]")if this RFP results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any prospective Proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposa! submitted. 2. PURPOSE. The City of Miami Beach is soliciting responses from proposers for parking meter collection services, of single space parking meters and/or multiple space pay stations owned and located within the City of Miami Beach. Collection Service shall transport all coins, bills, and/or data collected to the designated place within the City of Miami Beach, for the purpose of counting, storing, depositing or any combination thereof. 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: William Garviso Telephone: 305.673.7000 x6650 Email: williamgarviso@miamibeachfl .gov Additionally, the City Clerk is to be copied on all communications via email at: RafaelGranado@miamibeachfl.qov ; or facsimile: 786-394-41 88. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. The tentative schedule for this solicitation is as follows: RFP lssued April 17,2015,2015 Pre-Proposal Meeting April28, 2015,2015 at 10 a.m, Deadline for Receipt of Questions May 11 ,2015,2015 @ 5 P.M. Responses Due March 21,2015 @ 3:00PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing Negotiations TBD Contract Negotiations Following Commission Approval RFP 2015-135-WG 29 ID ivriiAldiBEACH 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). 0nly if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-Proposal conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall- 4ttt FIoor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dialthe TELEPH0NE NUMBER: 1- 888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFP expressing their intent to participate via telephone. 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 PublicPurchase. 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 fonararded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.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 exception of 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 matters 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. RFP 2015-135-WG Page 4 30 b l"tiAlv^iiBEACH L SPECIAL NOTICES. You are hereby advised that this solicitation is subject ordinances/resolutions, which may be found on the City Of Miami http :/iweb. miamibeachfl.qov/procu remenUscrol l. asox?id=235 1 0 . CONE 0F SILENCE.... CITY CODE SECTION 2-486 o PROTEST PROCEDURES CITY CODE SECTION 2-371 o DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2.485.3 . LOBBYIST REGISTMTION AND DISCLOSURE 0F FEES... CITY CODE SECTIONS 2481 THROUGH2-406 o CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487 . CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES,.. CITY CODE SECTION 2488 o REQUIREMENT FOR CITY CONTMCTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS..... CITY CODE SECTION 2.373. LlVlNGWAGEREQUIREMENT.......... CITYCODESECTIONS240TTHROUGH2-410 o PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETEMNS AND TO STATE-CERTIFIED SERVICE. DISABLED VETEMN BUSINESS ENTERPRISES CITY CODE SECTION 2-374. FALSE CLAIMS 0RD|NANCE.... CITY CODE SECTION 70-300 o ACCEPTANCE OF GIFTS, FAVORS & SERVICES.... CITY CODE SECTION 2449 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 days written notice of any such postponement to all prospective Proposers through PublicPurchase. 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 barred. 11. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuantto Cityof Miami Beach Ordinance N0,2011- 3748, the City shall give a five (5) point preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise. 12. 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 the Propose(s) he/she deems to be in the best interest of the City or may recommend relection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified 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, (a) 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 take place to arrive at a mutually acceptable Agreement. to the following Beach website: RFP 2015-135-WG Page 5 31 g l,,4lA^,^,iBEACH The City may award up to three vendors (primary, secondary, tertiary), as available, by line item, by group or in its entirety, The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event thal 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. 13. 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. 14. 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. 15. 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. 16. RELATIONSHIP TO THE CITY. lt is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 17. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes, 18. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFP. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 19. 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 consistent with Purchase Order format. 20. 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 performance of the contract, including its use by the City of Miami Beach, Florida. lf the Proposer uses any design, 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. RFP 2015-135-WG Page 6 32 b i"/lAl/''1i BEACH 21. 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 furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently 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 conkactor 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. 22. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 23. ANTI-DISCRIMINATION. The Proposer certifies that he/she is in compliance with the non-discrimination 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. 24. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the Proposer'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 terms 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 Proposers 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 supplied to the City. 25. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or othenrise 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. RFP 2015-135-WG PageT 33 b 26. 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. 27. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 28. VOLUME OF WORK TO 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. 29. 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 solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The Propose/s proposal in response to the solicitation. 30. 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 instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of 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. 31. 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 calendar days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 calendar days may occur as needed by the City and as mutually agreed upon by the City and the contractor. RFP 2015-135-WG Page 8 34 b l',ilAM,lBEACH 32. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Proposals 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 until such time as the City provides notice of an intended decision or until thirty (30) calendar days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance 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. 33. MODIFICATION/WITHDRAWALS 0F PROPOSALS. A Proposer may submit a modified Proposalto replace all or any portion of a previously submitted Proposal up until the Proposal due date and time, Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 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. 34. EXCEPTIONS TO RFP. Proposers must cleady indicate any exceptions they wish to take to any of the terms in this RFP, 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 RFP to which Proposer took exception to (as said term and/or condition was originally set forth on the RFP). 35. 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 to improperly influence him/her in the discharge of his official duties. Balance of Page lntentionallv Left Blank RFP 2015-135-WG Page 9 35 b ArllAA",iiBEACH SECTION O3O() PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) 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 return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. Proposals are to be delivered to City of Miami Beach Procurement Department, '1700 Convention Center Drive, 3'd Floor, Miami Beach, Florida 33139. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid 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 othenruise. 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 submittals should be tabbed as enumerated below and contains a table of contents with page references. Elechonic 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 Letter 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 alifications requirements established in Appendix 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 identified 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's Team. Provide an organizational chart of all personnel and consultants to be used for this prolect 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 Capacity. Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SOR) 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 Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servleUSupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. lt is highly recommended review the information contained in its SQR for to submittal to the Citv and RFP 2015-135-WG 10 36 b lvn'lltl,rri BEACH and Submit detailed information on how Proposer plans to accomplish the required scope of services, including detailed information, as applicable, which addresses, but need not be limited to: operational plan, innovative technology, recruiting and retaining quality employees, employee training, safety, pro-active approach to dealing with issues Miami Beach. 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). as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at800-424-2495. of Services Submit detailed information addressing how Proposer will achieve each portion of the scope of services and 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 complete a full review and score the orooosed scooe of services. Cost Submit a completed Cost Form RFP 2015-135-WG Page 1 1 37 lb i,,,\lAl,r,\i BEACH: PROPOSAL EVALUATIONsEcTtoN 0400 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 fonrvarded 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:o 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 Approach and Methodology 30 25 3. Step 2 Evaluation. Following the results of Step additional quantitative criteria points to be added by earned in Step 1, as follows. 1 Evaluation of qualitative criteria, the Proposers may receive the Department of Procurement Management to those points Cost Proposal Veterans Preference 4. Cost Proposal Evaluation. The cost proposal points shall be developed in accordance with the following formula: Samole Obiective Formula for Cost Vendor Vendor Cost Proposal Example Maximum Allowable Points (Points noted are for illustrative purposes only. Actual points are noted above.) Formula for Calculating Points (lowest cost / cost of proposal being evaluated X maximum allowable points = awarded points) Round to Total Points Awarded Vendor A $100.00 20 $100, $100 X 20 = 20 20 Vendor B $150.00 20 $100, $150 X 20 = 13 13 Vendor C $200.00 20 $100, $200 X 20 = 10 10 RFP 2015-135-WG 12 38 TD l'11Ai\,41BEACH 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 member's scores by the Department of Procurement Management. Step 1 and2 scores will be converted to rankings in accordance with the example below: * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking 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. Committee Member 1 Step 1 Points 82 76 80 Step 2 Points 22 '15 12 Total 104 91 92 Rank 1 3 2 Committee Member 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 Total 101 100 84 Rank 1 2 3 Committee Member 2 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Total 102 89 78 Rank 1 2 3 RFP 2015-135-WG Page 13 39 APPENDIX A MIAMIBTACH Proposo I Certificotion, Ouestionnoire & Req uirements Affid ovit 2015-.l35-WG PARKING METER COLLECTION SERVICES PROCUREMENT DEPARIMENT,l700 Convention Center Drive Miomi Beoch, Florido 33139 RFP 2015-135-WG Page 14 40 Solicitation No: 2015-135-WG Solicitation Title: PARKING METER COLLECTION SERVICES Procurement Contact: William Garviso tet: 305.673.7000 x 6650 Email: wi ll iamo arviso(O miam i beachfl .qov 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. General Proposer lnformation, FIRM NAME: No of Years in Business:No of Years in Business Locally: I No. of Employees: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE:ZIP CODE: IELtsPI1UNE NU.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: SIAIE:ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO,: AUUUUN I KEP IULL FT{EE NU.: ACCOUNT REP EII/AIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, flnancial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with conkact requirements. RFP 2015-135-WG Page 15 41 4. Veteran Owned Business. ls Proposer claiming a veteran owned business status? l__-l vgs l--l uo SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the 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 interest 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 entity or any of its affiliates References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. Litigation History, Proposer shall submit a statement of any litigation or regulatory action that has been filed against your firm(s) in the last five years. lf an action has been filed, state and describe the litigation or regulatory action filed, and identify the court or agency before which the action was instituted, the applicable case or file number, and the status or disposition for such reported action. lf no litigation or regulatory action has been filed against your firm(s), provide a statement to that effect. lf "No" litigation or regulatory action has been filed against your firm(s), please provide a statement to that effect. Truthful and complete answers to this question may not necessarily disqualify a firm from consideration but will be a factor in the selection process. Untruthful, misleading or false answers to this question shall result in the disqualification of the firm for this project. SUBMITTAL REQUIREMENT: Proposer shall submit history of litigation or regulatory action filed against proposer, or any proposer team member firm, in the past 5 years. lf Proposer has no litigation history or regulatory action in the past 5 years, submit a statement accordingly. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? l---l vrs [-l r,ro SUBMITTAL REQUIREMENT: lf answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code, including a prohibition against any vendor giving a campaign contribution directly or indirectly to a candidate, or to the campaign committee of a candidate, for the offices of mayor or commissioner. 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, A fine of up to $500.00 shall be imposed on every person who violates this section. Each act of giving or depositing a contribution in violation of this section shall constitute a separate violation. "Vendor" shall include natural persons and/or entities who hold a conkolling financial interest in a vendor entity. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of ten percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (to which the definition of vendor as defined above may apply), including your sub-consultants), who has contributed to the campaign either directly or indirectly, of a candidate who 5. 6. RFP 2015-135-WG Page 16 42 8. 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 N0.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations includlng, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm'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. 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: The City Commission approved Ordinance 2014-3897 on September 30, 2014 increasing the living wage rate to $13.31/hourly without health benefits or $1 't.62ihourly with health benefits with an effective date of Janu ary 1,2015. 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 (CP|-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 three 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, at its sole option, immediately deem said Proposer as non-responsive, and may further 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 submittal 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 Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more fulltime employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors 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 domestic partners, as they provide to employees with 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 Contracto/s employees located in the United States, but outside of the City of Miami 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 benefits to employees with spouses or to spouses of employees? [---l ves [-_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? [---l ves [_-l r'ro RFP 2015-135-WG Page 17 43 10. C. Please check all benefits 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 Soouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Familv 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 rs not guaranteed and the City Manage/s decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl .gov/procuremenU. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit 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 prope(y to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not kansact 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 requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they 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 disqualification. lnitial to Confirm Receiot lnitial to Confirm Receiot lnitial to Confirm Receiol Addendum 1 Addendum 6 Addendum 1 1 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. 11. RFP 2015-135-WG Page 18 44 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 solicitation, or in making any award, or in failing or refusing to make any award pursuant to 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 Clty may withdraw the solicitation either before or after receiving proposals, may accept or reject 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 applicant's affiliates, officers, 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 contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No wananty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligatlon or liability with respect to this solicitation, 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 the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. lnformation is for guidance only, and does not constitute 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 thereto, 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 solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential 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 substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding 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 jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, 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 the 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 solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFP 2015-135-WG Page 19 45 I hereby certify that: l, as an authorized agent of the Proposer, am submitting 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 of 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 Affidavit are true and accurate. Name of Propose/s Authorized Representative:Title of Proposeds Authorized Representative: Signature of Propose/s Authorized Representative:0ate: State of on this -day of -, 2o-, personally appeared before me who ) stated that (s)he is the a corporation, and that the instrument 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 the State of My Commission Expires: County of of RFP 2015-135-WG Page 20 46 APPENDIX B 4 MIAMIBTACH "No Bid" Form 2015-,l35-WG PARKING METER COLLECTION SERVICES PROCU REMENT DEPARTMENT,l700 Convention Center Drive Miomi Beoch, Florido 33,l39 RFP 2015-135-WG Page21 47 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR TNDTCATED 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: Lega! Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: William Garviso RFP PROPOSAL #2015-135-WG 1700 Convention Center Drive MIAMI BEACH, FL 33139 RFP 2015-135-WG Page22 48 APPENDIX C b :MIAMIBEACH Minimum Requirements & Specificotions 2015-135-WG PARKING METER COLLECTION SERVICES PROCUREMENT DEPARTMENT.l700 Convention Center Drive Miomi Beoch, Florido 33,l39 RFP 2015-135-WG Page 23 49 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. Proposer shall maintain commercial office within Miami-Dade, Palm Beach, Broward or Monroe Counties. SUBMITTAL REQUIREMENT: Submit the business tax receipt or occupational license for the Proposer's location which complies with this requirement. 2. Proposer shall have been awarded at least three (3) contracts of similar scope and size within the last five (5) years. Similar size and scope may include municipal parking departments, parking authorities, and/or parking systems, including colleges/ universities; and/or hospitals with single space electronic parking meter mechanisms and multi-space pay stations, including experience with uploading/downloading data for auditing functions, and experience with electronic parking meter vault door locking systems. SUBMITTAL REQUIREMENT: For each of the three (3) required contracts, submit: the name of the awarding agency, agency contact person, address, telephone number, email address, and summary of scope of services provided. C2. Statement of Work Required. Successful Proposer shall provide collection service for single space parking meters and/or multi-space pay stations owned by the City of Miami Beach, collection service shall transpo( all coins, bills, and/or data collected from single space parking meters and/or multi-spaces pay stations to any place within the City of Miami Beach deemed acceptable to the Parking Director, for the purpose of counting, storing, depositing, or any combination thereof. C3. Specifications 1. Number of Parking Meters: Collection services will be required for a system containing approximately 8,500 parking spaces. 2. Parking Meter Collection Procedures and Requirements: The City of Miami Beach presently has a sealed parking meter collection system. The general Standard Operating Procedure (SOP) for single space meter and multi-space pay station collection is described below: The Successful Proposer is required to adhere to the following SOP: Single Space Meter: Unlock the parking meter vault door by utilizing an electronic Medeco key for the electronic locking system. The sealed (locked) coin can is removed from the meter vault area and inserted into a sealed cylindrical collection device that engages (unlocks) the coin can from the meter. The coin can's contents are deposited into the collection device. Once the contents of the coin can have been deposited, it is returned to the corresponding parking meter and the meter vault door is locked. Once the meter is collected, retrieve parking meter revenue data via use of a hand held device. This process is repeated at all parking meters scheduled for collection. All cylindrical collection devices are returned to the Parking Department for the sorting, counting, bagging, and deposit of parking meter revenue. lf any problem is encountered during the collection process, a meter technician must be notified immediately. Additionally, any issues encountered should be clearly noted in the daily collection reports. Meters that have been bagged thru the City's meter rental program must be opened and collected if the area is on the collection scheduled for the day. RFP 2015-135-WG Page 24 50 Multi-Space Pay Stations: The City of Miami Beach Parking Department currently operates the Digital Luke ll model pay station; however, the City reserves the right to retain or replace any and all single space and/or multi-space pay stations, in its sole and absolute discretion. The successful proposer shall be required to make reasonable adjustments in order to perform the collection duties described herein as a result of any new and/or replacement single space meters and/or multi-space pay stations. Unlock the collection door by inserting the electronic key into the appropriate area. This will unlock the collection door where both coin and bill canisters are accessed for replacement. Swap out used bill and coin canisters for a new (empty) canister. 3. Number of Collections: Collections are based on single space meter and/or multi-space pay station utilization; therefore, fluctuations in collection frequencies may be expected. Collections are scheduled by the City of Miami Beach Parking Department. The City's Parking Department reserves the right to adjust its inventory of single space meters and multi-space pay stations; including their collection frequency; type of collection (single space or multi-space); and ratio between the two types of systems (single space and multi- space pay stations). The Successful Proposer shall invoice and the City shall only pay for successful collections. Successful collections are defined as collections that have satisfied all requirements contained herein. Unsuccessful or partial completion of a collection or an attempt to collect shall neither be billable by the Collection Seruice Provider nor paid by the City. 4.Equipment: The Successful Proposer shall be responsible for the coded collection keys, sealed coin collection buckets, bill canisters, and data retrieval hand held devices and/or cards, and/or any other equipment issued by the City. Successful Proposer shall be financially responsible for repair or replacement, including parts and labor, of any equipment required due to being damaged, lost, or stolen while in his/her care, custody, and/or control. This includes both electronic and manual keys, hand held computers, sealed coin collection buckets, bill canisters, and any other cost associated with securing all parking equipment affected by the breach. Any of the aforementioned property, including but not limited to, locks, hand held computer devices, sealed coin collection buckets, bill canisters, and data retrieval cards/devices, must be replaced within seven calendar days of invoice or notice. The City of Miami Beach Parking Department will furnish electronic keys, hand held computers, sealed coin collection canisters and sealed bill canisters to the Collection Service personnel at the start of each collection day at the time specified by the Parking Director. This equipment will be issued at the Administration Offices of the City of Miami Beach Parking Department, located at 1755 Meridian Avenue, Suite 100. All equipment will be signed for by the Service Provide/s Collection Service Personnel receiving the equipment. The equipment will be returned when the Collection Service has completed its duties at the end of that day. The City in its sole and absolute discretion reserves the right to schedule collections on Saturdays, Sundays, and holidays. The Successful Proposer shall be solely responsible for any overtime incurred by its employees. Daily schedules shall be assigned by the City and collection services shall typically take place within an eight (8) hour shift between the hours of 6:00 AM and 2:30 PM, however, the City reserves the right to alter days and/or collection hours as it deems necessary. All keys and equipment are to be fastened to the Collector's person; such fastening shall be subject to the approval of the Parking Director or designee. 5. Damages: All equipment supplied by the City to the Collection Service for the purpose of this contract will be replaced at the Collection Service's expense in the event of damage caused while in the Collection Service's care, custody, and control. 6. General Provisions: RFP 2015-135-WG Page 25 51 A. Collection Service Personnel shall be unarmed at all times while engaged in the collection of and transportation of parking meter revenue. B. Collection Service shall collect coins, bills, and data from parking meters on routes and schedules provided by the Parking Director of the City of Miami Beach, or designee. C Route schedules and collection frequencies may change periodically, as required by fluctuations in utilization; meter installations/removals and/or rate changes, or when the Parking Director and/or its designee request a special collection. Collection frequency is determined at the sole and absolute discretion of the Parking Director or designee. D. Collection Service shall provide secure and safeguarded vehicles. These vehicles must be supplied daily and additional vehicles should be provided as needed to perform collection and supervision services. All vehicles shall contain the required equipment and safeguards as outlined herein. E. he Collection Service personnel will wear ldentiflcation tags, provided by the City of Miami Beach, at all times. The Successful Proposer shall provide Superviso(s) who must remain in two-way communications with the City's designee as well as the collection service personnel. F. Each vehicle is to be equipped with, at a minimum, the following security system features: 1) A web-based electronic vehicle tracking system, such as a GPS (Global Positioning System). The City shall have access to the web-based system at all times.2) Alarm system with sirens covering allentry points.3) Each vehicle must be equipped with compartments or containers that would secure all collection canisters and handheld equipment preventing them from getting damaged or lost.4) Enclosed vehicles to keep contents from public view.5) Each vehicle passenger must adhere to all safety requirements, including the use of seat belts at all times for the safety of all collection personnel.6) All vehicles must be unmarked.7) All doors are to lock remotely when closed and be equipped with an alarm system as specified above.8) Collection Service shall employ all of the personnel safety procedures and/or devices necessary to transpo( monies, data, and equipment safely from parking meters and multi-space pay stations to any place designated by the City of Miami Beach for the purpose of counting, storing, depositing, or any combination thereof.9) Each and every collector must be equipped with a two-way communication device compatible with the City's provider for communication purposes from one collector to another collector and to designated City of Miami Beach personnel.10) Each vehicle shall be properly maintained and in good working order and their interior and exterior shall be aesthetically maintained throughout the term of the Agreement, including all optional terms. 7. Zones: Collection requirements are itemized by zones (or routes) and/or individual meter number. 8. Zone Assignments: Zone assignments shall be issued daily at the Parking Department at the time the RFP 2015-135-WG Page 26 52 collection equipment is issued. Wheeled carts for collection are to be provided by the City of Miami Beach Parking Department and are to be returned at the close of each day's regular collection. The City in its sole and absolute discretion may assign specific zones/routes to specific collection service personnel. 9. Transporting of Funds: All funds collected will be transported to the revenue processing facility for consolidation. Revenues to be consolidated shall be counted by City personnel and then, at the option of the City, delivered by the Collection Service to a designated Miami Beach depository no later than the first business day following the collection by the Collection Service. 10. Reports: Collection Service will be required to complete and submit to the City on a daily basis, copies of the report forms, including Key Report Form; Daily Parking Meter Non-Collection Repod; and Collection Sheets. Collection Service shall complete appropriate forms, as provided by the City, for coins found out of canisters. The City reserves the right to add/amend forms, as required. 11. Revenue Responsibilities: Collection Service shall be completely and totally responsible for the security of all collected revenues (coin, bills, and/or data) while in their care, custody, or control. The Collection Service shall be required to reimburse the City for any and all property, funds, and/or valuables damaged, lost, or stolen while under their care, custody, and control of the Collection Service, upon notification to the Collection Service. 12. The Successful Proposer shall designate a lead collector to coordinate all duties, functions, and respond to all inquiries, as required, with the City of Miami Beach Parking Director, or designee. 13. City of Miami Beach Employees: The Successful Proposer agrees not to hire any existing City employee herein in providing parking meter collection services to the City of Miami Beach. 14. City Monitoring: The City of Miami Beach Parking Department shall have the right to have its personnel, as deemed appropriate, at the sole discretion of the Parking Director or designee, closely monitor the collection service for any and all security reasons. 15. Loaner Equipment: The Collection Service shall be responsible for returning any loaned equipment to the City. Any equipment damaged while in the custody of the Collection Service will be repaired or replaced at the Collection Service's expense. 16. Collection Service Personnel: All collection service personnel must:A. Maintain a neat, well-groomed appearance at all times.B. Collect all assigned single space parking meters and multi-space pay stations, and perform related duties.C. Be bonded and insured.D. Be in uniform consisting of the following: SporUpolo shirt or collared shirt (no t-shirts), dark pants, shorts or skirt, and including but not limited to jackeUcold weather gear and rain gear. The Successful Proposer's employees will be issued official City of Miami Beach photo identifications and shall be required to be worn prominently on a daily basis as part of the employee's official uniform. The Successful Proposer must include its name on the badge or uniform. The City reserves the right for final approval of the uniform selected by the Firm.E. Not smoke and/or eat on the job and/or in the Collection Vehicle.F. CollecUtransfer data as part of the collection process, as may be required.G. Provide directions and general information to the public. H. Maintain a friendly, courteous and service-oriented attitude at all times.l. Demonstrate the ability to communicate effectively in the English language with the RFP 2015-135-WG Page 27 53 J. K. general public, supervisors, and City management. Be qualified to complete all required forms and reports. The Successful Proposer must perform a background check, random yearly drug tests, and Driver License checks every six months, firm/type of background check to be approved by the City, on all of its employees, including psychological and/or aptitude examinations as part of their employment process. The successful Proposer may also be required to conduct other screening and/or investigative measures, at the request of the City. Perform all other related duties as assigned by the City. Collection Staff must be fully trained before performing their duties. lt will be the responsibility of the assigned collection service supervisor to train any new employee as needed. Perform all other related duties as assigned by the City. L. M. N. 1 7. Performance Standards A. B. Uniforms/Nametags: All employees must be in full uniform with their respective nametag at the start and throughout the balance of their shift. Failure to do so may result in the City's request to replace said employee with one in full uniform/name-tag. Customer Service/Conduct: All employees must comport themselves in a respectful and courteous manner when addressing the public/customers. Conduct unbecoming shall include. rudeness, belligerence, hostility, quarrelsome, antagonistic, aggression, sarcasm, contempt, and mocking. All employees shall further refrain from smoking, eating, and/or drinking while on-duty. Complaints pertaining to customer service, including but not limited to the behavior outlined above shall be immediately addressed by the Successful Proposer. The City reserves the right at its sole discretion to determine if the employee is unfit or incompetent to perform the duties and may require the immediate removal of the employee and replacement with another within one (1) hour of said request. Most Favored Customer: The Successful Proposer warrants and represents that the prices, warranties, benefits and terms set forth in this Agreement are at least equal to or more favorable to the City than the prices, warranties, benefits and terms now charged or offered by the Firm, or that may be charged or offered during the term of this Agreement for the same or substantially similar services as defined in this Agreement. lf at a time during the term of this Agreement, the successful Proposer enters into an agreement that provides prices, warranties, benefits and terms more favorable than those provided the City hereunder, then the successful Proposer shall within thirty (30) calendar days thereafter notify the City of such fact, and regardless of whether such notice is sent by the successful Proposer or received by the successful Proposer or received by the City, this contract shall be deemed to be automatically amended, effective retroactively to the effective date of the more favorable agreement, to provide the same prices, warranties, benefits and terms to the City; provided that the City shall have the right and option to decline to accept any such change, in which event such amendment shall be deemed null and void. lf the successful Proposer is of the opinion that an apparently more favorable price, warranty, benefit or term of this Agreement is not in fact more favored treatment, the successful Proposer will promptly notify the City in writing, setting forth in detail the reasons that the successful Proposer believes said apparently more favored treatment is not in fact more favored treatment. The City after due consideration of such written explanation may decline to accept such explanation and thereupon this Agreement shall be deemed to be automatically amended effective retroactively to the effective date of the more favorable agreement, provide the same prices, warranties, benefits and terms to the City. The provisions of this Article shall survive the closing and termination of this Agreement. C. RFP 2015-'135-WG Page 28 54 By submitting a proposal, all proposers shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. RFP 2015-135-WG Page 29 55 APPENDIX D g MIAMIBEACH Speciol Conditions 2015-r 35-WG PARKING METER COLLECTION SERVICES PROCUREMENT DEPARTMENT.l700 Convention Center Drive Miomi Beoch, Florido 33,l39 RFP 201s-135-WG Page 30 56 1.TERM OF CONTRACT. The contract shall commence upon the date of notice of award and shall be effective for three (3) years. OPTION TO RENEW. The City, through its City Manager, will have the option to extend for two (2) additional one-year periods subject to the availability of funds for succeeding fiscalyears, Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. COST ADJUSTMENTS: The initial contract prices resulting from this RFP shall remain constant for one (1) year from the contract's initial effective date, 90 days prior to each anniversary date of the contract the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumers Price lndex for the local urban market (CP|-U), as established by the United States Bureau of Labor Statistics, or material adjustments to the scope or requirements of the RFP by the City (e.9., material reductions in the number of meters, collection schedule, etc,), will be considered. ln the event that the City determines that the requested increase is unsubstantiated, the Contractor agrees to perform all duties at the current cost terms. It is the vendor's responsibility to request any pricing adjustment under this provision, For any adjustment to commence on the first day of any exercised option period, the vendor's request for adjustment should be submitted 90 days prior to expiration of the then current contract year. The vendor adjustment request must clearly substantiate and support with documentation the requested increase. lf no adjustment request is received from the vendor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. ADDITIONAL SERVICES. Services not specifically identified in this request may be added to, or deleted from, any resultant contract upon successful negotiations and mutual consent of the contracting parties, and approval by the City Manager. PROTECTION OF PROPERTY. The Successful Contractor will at all times guard against damage to or loss of property belonging to the City of Miami Beach. lt is the responsibility of the Successful Contractor to replace or repair any property lost or damaged by any of its employees. The City of Miami Beach may withhold payment or make such deductions as it might deem necessary to ensure reimbursement for loss or damage to property through negligence of the Successful Contractor, its employees or agents. THIRD PARTY FIDELITY BOND. Third Party Fidelity Bond in the amount of $500,000.00 will be required of the Successful Proposer. The Fidelity Bond shall be renewable annually and on the options. The form of the bond shall be approved by the City Attorney and shall be a corporate surety bond company licensed to do business in the State of Florida. The City of Miami Beach must be included as the oblige for this bond. 3. RFP 20'15-135-WG Page 31 57 APPENDIX E AAIAMIBEACH Cost Proposol Form 2015-r35-WG PARKING METER COLLECTION SERVICES PROCUREMENT DIVISION.l700 Convention Center Drive Miomi Beoch, Florido 33139 RFP 2015-135-WG Page 32 58 APPENDIX E PROPOSAL TENDER FORM Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. This Proposal Tender Form shall be completed mechanically or, if manually, in ink. Proposal Tender Form completed in pencil shall be deemed non-responsive. All conections shall be initialed. *Total Cost shall be used to calculate Cost Points as noted in Section 0400 Proposal Evaluation. Company: Authorized Representative: Address: Telephone: Email: Aulhorized Representative's Signature: PromptPaymentTerms % Days RFP 2015-135-WG Page 33 59 APPEN DIX F AAIAMIBEACH I nsuro nce Requirements 2015-r 35-WG PARKING METER COLLECTION SERVICES PROCUREMENT DIVISION,l700 Convention Center Drive Miomi Beoch. Florido 33.l39 RFP 2015-135-WG Page 34 60 MIAMIBEACH INSURANCE REQUIREMENTS The Provider shall furnish to the Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3'd Floor, Miami, Florida 33139, Certificate(s) of lnsurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation lnsurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability lnsurance on a comprehensive basis, including Personal lnjury Liability, Products/Completed Operations, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. C. Automobile Liability lnsurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "A" as to management, and no less than "Class Vll" as to financial strength, by the latest edition of Best's lnsurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All lnsurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of lnsurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 17OO CONVENTION CENTER DRIVE 3RD FLOoR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. RFP 2015-135-WG Page 35 61