R2A-Issue RFP Provide Parking Attendants For City Parking GaragesCOMMISSION ITEM SUMMARY
Condensed Title:
REQUEST FOR APPROVAL TO AUTHORTZE THE TSSUANCE OF A REQUEST FOR PROPOSALS (RFP)
NO.2O15-146.WG FOR PARKING ATTENDANTS FOR CITY PARKING GARAGES.
Build And Maintain lnfrastructure With Full Accou
Supporting Data (Surveys, Environmental Scan, etc.): N/A
Item Summary/Recommendation :
On May 5,2011, the Mayor and City Commission awarded RFP 17-10111 for Parking Attendants for City
Parking Garages to SP Plus Municipal Services, a division of Standard Parking Corporation. The start date of
the initial three (3) year term was August 16, 2011, and expired August 15, 2014. The first of two one (1) year
renewal options with SP Plus Municipal Services was exercised and commenced on August 16,2014 and will
expire on August 15,2015.
On July 30, 2014, the Mayor and Commission considered and approved an item referring to the Finance and
Citywide Projects Committee discussion on the management agreement with SP Plus Municipal Services, a
division of Standard Parking Corporation, for parking attendants. Specifically; the referral requested a
decision on: (1) Not exercising the City's option to renew the agreement; and (2) Extending the Agreement on
a monthto-month basis; and (3) lssuing a new RFP (Request for Proposals) for parking attendants for the
City's parking garages.
On February 2, 2015, the FCWPC discussed this item (ltem No. 3 on the Agenda) and recommended the
issuance of an RFP for Parking Attendants for the City's Parking System. The pursuit of a formal procurement
process for Parking Attendants for the City's Parking System is anticipated to yield cost savings through a
combination of reduced personnel costs and gated revenue control system technology enhancements,
including a central monitoring station. A central monitoring approach is anticipated to yield a 40o/o reduction in
cashier/attendant hours which translates to an equivalent cost savings through the attached RFP. The
Administration desires to seek proposals from fully qualified firms interested in partnering with the City to
provide parking attendants for City parking garages.
RECOMMENDATION
The Administration recommends that the Mayor and Commission authorize the issuance of the RFP 2015-
146-WG for Attendants for C
Board Recommendation:
The Finance and Citywide Projects Commlttee recommends the issuance of a formal procurement process for
Parking Attendants for the City's Parking System. This, coupled with anticipated technology enhancements
Financia! lnformation :
Source of
Funds:
Amount Account
1 N/A
Total
Financial Impact Summary: N/A
Alex Denis, Director Ext # 664'1
FP-2015-146-WG Parking Attendants for City Parking Garages- ISSUANCE SUMMARY.docx
AGENDA ITEM N'AE MIAMIBEACH opre /-tI-t{242
City of Miomi Beoch, lZ00 Convention Center Drive, Miomi Beoch, Florido 33,l 39, www.miomibeochfl.gov
MIAMIBEACH
FROM:
DATE:
TO:
COMMISSION MEMORANDUM
Mayor Philip Levine and Members of the City Commission
Jimmy L. Morares, city Manas - ,ff-M{^
April 15,2015
SUBJECT: REQUEST FOR APPROVAL TO AUTHORIZE THE ISSUANCE OF A
REQUEST FOR PROPOSAL (RFp) TO PROVIDE PARKING
ATTENDANTS FOR CIry PARKING GARAGES.
ADMINISTRATION RECOMM EN DATION
Authorize the issuance of the RFP.
BACKGROUND
On May 5,2011, the Mayor and City Commission awarded RFP 17-10111 for Parking
Attendants for City Parking Garages to SP Plus Municipal Services, a division of
Standard Parking Corporation. The start date of the initial three (3) year term was
August 16,2011, and expired August 15,2014. The first of two one (1) year renewal
options with SP Plus Municipal Services was exercised and commenced on August 16,
2014 and will expire on August 15,2015.
On July 30, 2014, the Mayor and Commission considered and approved an item
referring to the Finance and Citywide Projects Committee discussion on the
management agreement with SP Plus Municipal Services, a division of Standard Parking
Corporation, for parking attendants. Specifically; the referral requested a decision on:
(1) Not exercising the City's option to renew the agreement; and (2) Extending the
Agreement on a monthto-month basis; and (3) lssuing a new RFP (Request for
Proposals) for parking attendants for the City's parking garages.
On February 2,2015, the FCWPC discussed this item (ltem No. 3 on the Agenda) and
recommended the issuance of an RFP for Parking Attendants for the City's Parking
System. The pursuit of a formal procurement process for Parking Attendants for the
City's Parking System is anticipated to yield cost savings through a combination of
reduced personnel costs and gated revenue control system technology enhancements,
including a central monitoring station. A central monitoring approach is anticipated to
yield a 40% reduction in cashier/attendant hours which translates to an equivalent cost
savings through the attached RFP. The Administration desires to seek proposals from
fully qualified firms interested in partnering with the City to provide parking attendants for
City parking garages.
243
City Commissioner Memorandum - RFP 2015-146-WG Parking Attendants for City Parking Garages.
April 15, 2015
SCOPE OF SERVICES
Successful Proposer shall provide trained and uniformed parking attendants for the City
of Miami Beach Parking System, Monday through Sunday, including holidays and during
special events. The attendants will be expected to collect parking fees, validate tickets,
and perform related duties.
OTHER RFP REQUIREMENTS
o MINIMUM QUALIFICATIONS. Please Reference, Appendix C, RFP 2015-
146-WG Parking Attendants for City Parking Garages.
. SUBMITTAL REQUIREMENTS. Please Reference Section 0300, RFP
2015-146-WG Parking Attendants for City Parking Garages.
o GRITERIA FOR EVALUATION. Please Reference Section 0400, RFP 2015-
146-WG Parking Attendants for City Parking Garages.
CONCLUSION
The Administration recommends that the Mayor and Commission authorize the issuance
of the RFP 2015-146-WG Parking Attendants for City Parking Garages.
o ATTACHMENTS
RFP 2015-146-WG Parking Attendants for City Parking Garages.
JLM/MT/SF/AD
T:\AGENDA\2015\April '1s\Procurement\RFP lssuance Parking Attendants for City Parking Garages. - MEMO.doc
Page 2of2
244
REQUEST FOR PROPOSALS (RFP)
PARKING ATTENDANTS FOR CITY PARKING GARAGES
201s-r 46-WG
RFP ISSUANCE DATE: APRIL 15,2015
PROPOSALS DUE: MAY 15,2015 @ 3:00 PM
ISSUED BY: WILLIAM GARVISO, CPPB
E MIAAAIBEACH
WIIIIAM GARVISO, PROCUREMENT COORDINATOR
PROCU REMENT DEPARTMENT
1700 Convention Center Drive, 3'd Floor, Miomi Beoch, FL 33139
3O5.673J000 X6650 | www.miomibeochfl.gov
245
g A;\lAA,,ilBEACH
TABLE OF CONTENTS
SOLICITAT!ON SECTIONS:PAGE
0100 NoT uTtLtzED ......... .......... N/A
O2OO INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS ...............3
O3OO SUBMITTAL INSTRUCTIONS & FORMAT .............10
O4OO PROPOSAL EVALUATION ....... ,,,,,,..,.,.12
APPENDICES:
APPENDIX A PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS ,,,.....14
APPENDIX B "NO PROPOSAL" FORM. ,,........,21
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS .,,,,,,.,23
APPENDIX D SPECIAL CONDITIONS ... ........,,29
APPENDIX E COST PROPOSAL FORM ......,,,.34
APPENDIX F INSURANCE REQUIREMENTS ..........36
RFP 2015-146-WG Poge 2
246
b MIAMIBEACH
SECTION ()2OO 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 proposal submitted.
2. PURPOSE. The City of Miami Beach is soliciting responses from proposers to supply trained uniformed
attendants for the City of Miami Beach Parking System garages and lots. Attendant shall be responsible for a variety
of garage/lot supportive functions which include (but may not be limited to): customer service, cashiering, preparing
bank deposits assisting with the public, managing capacity of garages/lots, handling of money, operating revenue
control equipment, filling out reports, opening and closing of booths.
The City anticipates any resulting agreement will be awarded on a management fee plus agreed to reimbursable
costs.
The tentative schedule for this solicitation is as follows:
RFP lssued April 16, 2015
Pre-Proposal Meeting
Deadline for Receipt of Questions
Responses Due
Evaluation Committee Review
Proposer Presentations
Tentative Commission Approval Authorizing
Negotiations
Contract Negotiations Following Commission Approval
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: 786-394-4 1 88.
RFP 2015-146-WG Poge 3
247
g MtAti\IBEACH
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.
5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only 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- 4tt Floor
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 TELEPHONE 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 forwarded 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.
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 ://web. miamibeachfl.qov/procu remenVscroll.aspx?id=235 1 0
. CONE 0F SILENCE.... CITY CODE SECTION 2486
o PROTEST PROCEDURES CITY CODE SECTION 2-371
o DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485,3
o LOBBYIST REGISTMTION AND DISCLOSURE 0F FEES ... CITY CODE SECTIONS 2481 THROUGH 2-406. CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487
o CAMPAIGN CONTRIBUTIONS BY LOBBYISTS 0N PROCUREMENTISSUES........... CITY CODE SECTION 2488r REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL CITY CODE SECTION 2-373
RFP 20r 5-r 46-WG Poge 4
248
b lvilAii,llBEACH
BENEFITS FOR DOMESTIC PARTNERS
o LIVING WAGE REQUIREI/ENT ......... CITY CODE SECTIONS 2407 THR0UGH2-410
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
o 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. 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 concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise.
12. DETERMINATION 0F 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,
(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 relect 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.
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 that: 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.
RFP 20r 5-r 46-WG Poge 5
249
tb ,'r\iA /'/',i BEACH
14. PROPOSER'S RESPONSIBILITY. Befoie 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 T0 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,
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
RFP 20r 5-r 46-WG Poge 6
250
b lvlilA,rv'ri BEACH
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.
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 othenruise 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.
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 City or non-
profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of City 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 Cityal 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
RFP 20r 5-r 46-WG Poge 7
251
g l,^tAt'llBEACH
D. The Proposer'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 othenrrrise 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.
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 underSection 119.07(1), Florida Statutes, and s. 24(a), Ar1,.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 othenruise 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 OF PROPOSALS. A Proposer may submit a modified Proposal to replace all
or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received
after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award
unless withdrawn in writing prior to the Proposal due date, or after expiration of 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.
RFP 20r 5-r 46-WG Poge 8
252
b
34. EXCEPTIONS TO RFP. Proposers musiclearly 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 Pase lntentionallv Left Blank
RFP 20r 5-r 46-WG Poge 9
253
sEcTloN 0300
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 relected. Proposals are to be delivered to City of Miami Beach
Procurement Department, 1700 Convention Center Drive, 3d 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 othenrvise.
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. Electronic 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.
4 iv\lAi,AlBEACH
PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
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
ions requirements established in Appendix C, Minimum Requirements and Specificati
& 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 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
(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 20I 5-t 46-WG Poge 1 0
254
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 proposed scope of services.
b:TilIAIIIBTACH
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).
Approach and Methodology
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: use of innovative technology, training
received by attendants, communication protocols, and retaininq sufficient to meet the Citv's needs,
Cost
Submit a com Cost Form
RFP 20r 5-r 46-WG Poge 1 1
255
g lv\tAt/rlBrACH
SECTION O4O() 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; oro 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
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.
Cost Proposal
35
20
Veterans Preference
4. Cost Proposal Evaluation. The cost proposal points shall be developed in accordance with the following formula:
Sample Oblective 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 25 $100 , $100 X25 = 25 25
Vendor B $150.00 25 $100/$150X25=16 16
Vendor C $200 00 25 $100/$200X25=13 13
RFP 20I 5-146-WG Poge 1 2
256
b ,',t'i- ',' BEACH
5. Determination of Final Ranking. At theionclusion of tne fvaluation 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 25 16 13
Total 107 92 93
Rank 3 2
Committee
Member 2
Step 1
Points 79 85 72
Step 2
Points 25 16 13
Total 104 101 85
Rank 1 2 3
Committee
Member 2
Step 1
Points 80 74 66
Step 2
Points 25 16 13
Total 't05 90 79
Rank ,|2 3
RFP 20r 5-r 46-WG Poge l 3
257
APPENDIX A
MIAMIBEACH
Proposo I Certificotion,
auestionnoire &
Req uirements Affid ovit
2015-1 46-WG
PARKING ATTENDANTS FOR CITY
PARKING GARAGES
PROCUREMENI DEPARTMENT.l700 Convention Center Drive
Miomi Beoch, Florido 33139
RFP 20r 5-r 46-WG Poge 1 4
258
Solicitation No:
2015-146-WG
Solicitation Title:
PARKING ATTENDANTS FOR CITY PARKING GARAGES
Procurement Contact:
William Garviso
Tel:
305.673.7000 x 6650
Emarl:
williamqarviso@miamibeachfl.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:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
UI IY
STATE:ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
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, financial information, or any information the City deems
necessary to evaluate the capacity of the Proposer to perform in accordance with conkact requirements.
RFP 20r 5-r 46-WG Poge 1 5
259
2.
Veteran Owned Business. ls Proposer claiming a veteran owned business status?
YES l__l ruo
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 City, 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,andchild)whoisalsoanemployeeoftheCityofMiamiBeach. Proposersmustalsodisclosethenameof
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 vgs [__l ruo
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 controlling 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
has been elected to the office of Mayor or City Commissioner for the City of Miami Beach.
RFP 2015-r 46-WG Poge 1 6
260
9.
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
Cityal rules and regulations including, 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. Pursuantto Section 2-408of the MiamiBeach 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
$'13.3't/hourly without health benefits or $1 '1.62/hourly with health benefits with an effective date of January 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 (CPl-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor'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. Fu(her 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 requrrement.
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 conhact 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 f--l t'to
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?
[--.] ves l__--] uo
RFP 20r 5- r 46-WG Poge 1 Z
261
Please check all benefits that apply to your answers above and list in the "othe/' section any additional benefits not already
specified. Note: some beneflts 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
SDouses
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 is not guaranteed and the City Manage/s decision is final. Further information on the Equal
Benefi ts requirement is available at www.miamibeachfl . gov/procuremenU.
Public Enti$ Crimes. Section 287.133(2)(a), Florida Statutes, as cunently 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 property 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 transact 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
Rcmint
lnitial to Confirm
Receiot
lnitial to Confirm
Receiol
Addendum'l Addendum 6 Addendum 11
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.
10.
11.
RFP 20r 5-r 46-WG Poge 1 B
262
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 City 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 warranty 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 obligation 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 City-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 respectthereto, such liability shallbe 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 20r5-r 46-WG Poge 1 9
263
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 Certiflcation, Questionnaire and Requi Affidavit are true and accurate.
Name of Propose/s Authorized Representative:Title of Proposeis Authorized Representative:
Signature of Propose/s Authorized Representative:Date:
State of On this _day of _, 20_, personally
appeared before me who
County of _) 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:
of
RFP 20r 5-r 46-WG Poge 20
264
APPEND
tb
:MIAM
XB
BEACH
"No Bid" Form
2015-1 46-WG
PARKING ATTENDANTS FOR CITY
PARKING GARAGES
PROCU REMENT DEPARTMENT,l700 Convention Center Drive
Miomi Beoch, Florido 33139
RFP 20r 5-r 46-WG Poge 21
265
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S) CHECKED AND/OR !NDTCATED 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 product/service
_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 or this completed form,
may result in your company being removed from our vendors list.
PLEASE RETURN TO:
CITY OF MIAMI BEACH
PROCU REMENT DEPARTMENT
ATTN: William Garviso
RFP PROPOSAL #201 5-1 46-W G
1700 Convention Center Drive
MIAMI BEACH, FL 33139
RFP-20r 5-r 46-WG Poge 22
266
APPENDIX C
g MIAMIBEACH
Minimum Requirements
& Specificotions
2015-.l43-WG
PARKING ATTENDANTS FOR CITY
PARKING GARAGES
PROCU REMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch. Florido 33.l39
RFP-20r 5-r 46-WG Poge 23
267
APPENDIX C
CI. 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. Proposers 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.
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.
The successful Proposer shall be responsible for the following:
1. Providing trained and uniformed parking attendants at each of the designated parking
facilities below, Monday through Sunday, including holidays and during special events.
The parking facilities are located at:. G1 - 7th StreeUCollins Avenue. G2 - 12th Sheet/DrexelAvenue. G3 - 13th StreeUCollins Avenue. G4 - 16th StreeUCollins Avenue. G5 - 17th Street Garage. G6 - 42nd Street Garage. G7 - 18th and Meridian (City Hall Garage). G8 - Sth Street and Alton Garage. G9 - Pennsylvania Avenue Garageo G10 - Sunset Harbor Garage. Multiple municipal surface parking lots, including during special events
and/or seasonally.
2. Propose/s parking Attendants I must:A. Collect parking fees, validate tickets, and perform related duties.B. Provide financial and ticket reports at the conclusion of each shift.C. Submit all monies representative of the shift's activity to the shifUfacility
Attendant ll's, and assist in the recordation and deposit of the daily shift cash
receipts.D. Maintain a clean work area, including the adjacent booth area and access control
equipment. Each shift shall be responsible to maintain the fee computer as to
cleanliness, dust, and appropriate use.E. Provide directions and general information to the public.F. Maintain a neat, well-groomed appearance at all times.
RFP 20r 5-r 46-WG Poge 24
268
G. Maintain a friendly, courteous and service-oriented attitude at all times.H. Consistently demonstrate the ability to communicate effectively in the English
language with the general public, supervisors, and City management.l. Be qualified to complete all required cash and ticket reports to ensure the
accurate and complete recordation of such reports. Demonstrate ability to add,
subtract, multiply, and divide in a consistent and accurate manner.J. Be familiar with City parking policies pertinent to:
o Monthly Parking Program. City Decals and Permit Parkers
: itr{il:ifu:,'J:'ffi;:1,* by,hec,y
K. Be familiar with the location, hours of operation, and rates of all City parking
facilities.L. Trained in operating the City's gated parking revenue control equipment and
related mobile applications.M. Perform all other related duties as assigned by the City.
3. Proposer shall provide and require its employees to wear a uniform:A. SporUpolo shirt or collared shirt (no t-shirts), dark pants, shorts or skirt.B. The firm's employees will be issued official City of Miami Beach photo
identifications and these shall be required to be worn daily as part of the
employee's official uniform.C. The Proposer must include its name on the badge or uniform.D. The City reserves the right of final approval of the uniform selected by the
Proposer.
4. Proposer will provide Attendants ll as requested by the City.
5. Attendant ll will perform the following duties, including all Attendant I duties, as required:A. Attendance verification: Verify at the beginning of each shift that all booths are
staffed. lf personnel are absent or call in sick, it is the responsibility of the
Attendant ll to replace the Attendant I immediately. The Attendant ll shall issue a
bank for each Attendant l, whose duties are to cashier, per shift.B. Scheduling of shift locations and replacements for daily and weekly schedule and
scheduling for vacations and emergencies.C. The shift shall serve as the City contact for any problems or questions during
each shift.D. Provide required assistance to parking attendants during shift closeout
procedures. Prepare all deposits for shift cash receipts.E. Perform the duties of a Parking Attendant l, when and if necessary.F. Assist in central monitoring station.G. Perform other related duties as requested by City staff.
6. Contractor shall use best efforts to transition employees of the existing service provider
who choose to migrate to the Contractor. The City shall bear no responsibility for any
transitioned employee.
RFP 20r5-r 45-WG Poge 25
269
7 Proposer shall provide a full-time on-site Project Manager with experience
handling the type of services requested by the City, who will have full authority to
act on behalf of the firm. The Project Manager shall be scheduled at the sole and
absolute discretion of the City and shall be available to respond to requests from
the City, on an as needed basis, 24 hours a day/seven days a week.
All Contractor employees must report any facility maintenance issues, including but not
limited to graffiti; light bulb replacement; reskiping; signage; etc. that needs to be
addressed.
Contractor shall schedule monthly performance meetings with City management to review
performance issues.
Contractor shall notify the City immediately upon any change in its contractor
management team that impacts services to the City. A minimum of two (2) contract
representative names must remain on file with the City at all times.
Contractor shall respond to any complaint received from the general public or the City
Administration, in writing, within 24 hours of receipt of complaint.
All training is the sole responsibility of the Contractor. Contractor will provide written rules
of conduct for its personnel, which must be approved by the City's Parking Director.
'13. Contractor must provide a Facilities Operation Manual to each employee and a
permanent manual containing standard operating procedures shall be stored in each
cashier booth and central facility office.
Smoking, eating, and/or mobile phone use on the job is strictly prohibited.
Contractor must supply a $100.00 bank foreach shift at each facility. The $100.00 bank
shall consist of sufficient variety of currency and/or coin to properly provide change. The
City reserves the right to alter the composition of the $100 bank; however, typically, eighty
(80) one-dollar bills and two (2) rolls of quarters will be required.
Contractor shall be responsible for all pay-on-foot stations, including but not limited to:
providing all funds necessary for replenishing all cash for change bins (two bins per pay
on foot station and $5,000.00 per bin is required); balancing all transactions at all pay-on-
foot stations at applicable facilities; and pefforming all other related duties pertaining to
pay-on-foot stations, as assigned by the City. Contractor must have sufficient cash on
hand to ensure that at no time any pay-on-foot stations are depleted of change (smaller
bill denominations). Contractor shall use best efforts to keep all pay on foot stations
operational at all times including, but not limited to, minor repairs such as misread tickets;
billjams; receipt rolls, etc.
Contractor shall be responsible for any cash shoftages or missing tickets. Missing tickets
shall be calculated at the maximum daily parking rate. All shortages shall be delivered to
the City of Miami Beach Parking Department, c/o the Finance Manager, within 72 hours of
notice of the shortage by the City.
Contractor shall provide continuous and on-going procedural and equipment training to its
employees. Proposer shall provide a roster of all trained employees to the City.
8.
9.
10.
11.
12.
14.
15.
16.
17
18.
RFP 20r 5-r 46-WG Poge 26
270
B.
Employees receiving training at the City's parking facilities must be scheduled to work at
City parking facilities. Under no circumstances is the Proposer to train employees at City
parking facilities and relocate the employee to another contract or client for any period of
time without the prior written consent of the City.
19. Contractor shall provide sufficient vehicles, (in such number as reasonably determined by
the City) for its employees to ensure the effective and efficient transport of attendants to
assigned locations throughout all shifts.
20. Contractor shall perform a background check, in such manner as approved by the City, on
all of its employees, as part of its employment process. Contractor may also be required
to conduct other screening and/or investigative measures at the request of the City. The
City has the right to refuse any personnel supplied by the firm. Any person employed by
the successful Proposer whom the Parking Director, in sole and reasonable discretion,
may deem temporarily or permanently incompetent or unfit to perform the work, shall be
removed promptly from the job and such person shall not again be placed with the City.
21. Contractor shall include its audit and internal controls including, but not limited to, the
following: code of conduct and a confirmation process; hiring and promoting of
employees; continuous training; fair and balanced discipline; implementing and monitoring
internal controls; having a strong and independent audit committee; and hiring effective
internal auditors. The City reserves the right to require Proposer to conduct investigative
measures, including audits, and/or surveillance, to ensure the integrity of the system and
their employees.
22. Contractor shall provide samples of its standard monthly, quarterly, and annual, reporting
forms. Said reporting may include, but is not limited to, any and all financial and/or
operational reporting to the City, including invoicing; employee attendance; etc.
23. The City will at no time be responsible for any overtime payroll expense incurred by the
Proposer unless the City authorizes said overtime in advance, in writing.
MOST FAVORED CUSTOMER
The successful proposer shall warrant and represent to the City that the prices, warranties,
benefits and terms set forth in the resulting contract negotiated between Proposer and the
City shall be 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 the City contract for the same or substantially similar services as defined
in the contract.
lf at a time during the Term of the City contract, the successful Proposer enters into another
agreement on a basis 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, notifo 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, the City 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.
RFP 20r 5-r 46-WG Poge 27
271
C.PERFORMANCE STANDARDS
Uniforms/Name-tags:
Proposer's employees must be in full uniform with their respective name{ag at the start of
their shift. Failure to do so may result in a request to replace said employee with one in
full uniform/nametag.
Customer Service/Conduct:
Employees must comport themselves in a respectful and courteous manner when
addressing the public/customers. Conduct unbecoming shall include: smoking, eating,
mobile phone use, 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 firm.
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.
RESPONSIBILITY OF THE CITY
The City shall be responsible for the following:
The City will provide a clean and safe workplace.
The City shall provide Contractor with a calendar of events at the City of Miami Beach
Convention Center, The Fillmore at the Miami Beach Jackie Gleason, and New World
Symphony. The City shall also provide Contractor with a copy of the City of Miami Beach
annual calendar.
The City shall use reasonable business efforts to notify Proposer of any special events
and their specific parking requirements at least one week (seven calendar days) prior to
commencement of the event.
The City shall provide a comprehensive list of events requiring the staffing of surface
parking lots.
The City shall be responsible for all preventive maintenance; regular maintenance; and
repairs of all pay on foot stations.
The City shall provide a Parking Procedures Manual.
1.
2.
D,
1.
2.
3.
4.
5.
6.
RFP 20r 5-r 46-WG Poge 28
272
APPENDIX D
g MIAMIBEACH
Speciol Conditions
2015-1 46-WG
PARKING ATTENDANTS FOR CITY
PARKING GARAGES
PROCUREMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch. Florido 33,l39
RFP 2015-146-WG Poge 29
273
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
fiscal years. 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.
PAYMENT FOR SERVICES RENDERED.
The City shall pay the Contractor a management fee, the direct cost of labor, plus any
authorized reimbursable expenses as indicated below.
1. Management Fee. The Proposer shall stipulate the management fee to be charged by
the Contractor, on a monthly basis, to the City for the services rendered under any
contract resulting from this RFP.
a. Management Fee lnclusions. The following shall be included in the proposed
Management Fee: profit and overhead costs; general and administrative
expenses; office rent and utilities; telephone and internet service; employee
training, including customer service, gated revenue control equipment; office
supplies; salaries, benefits and bonuses for office personnel and
management; depreciation on equipment; licenses and permits; advertising;
tools, equipment and vehicles (unless approved by City); taxes; insurances
(including workmen's compensation and unemployment insurance); charitable
and other contributions; travel and entertainment; public relations, gifts, dues
and memberships; any penalties, assessments or fines issues by any
regulatory agency, court or the city; employee social functions; employees
severance pay; fringe benefits not earned or accrued during the time of this
agreement or while employee has worked for the operator other than at the
facilities; charge-backs which resulted from the failure to apply controls as
described in the parking procedures manual; and any other cost not included
in the approved reimbursable list.
b. Management Fee Adjustment. The proposed management fee shall remain
constant for one (1) year from the contract's initial effective date. 60 days
prior to each anniversary date of the contract, the Contractor may submit to
the City a request for an adjustment to the preceding year's management fee
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 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 then current
cost terms. Requests for management fee adjustments shall be submitted to
the City's Procurement Department. lf the requested adjustment is approved
by the City Manager, the Procurement Department will notify the Contractor in
writing.
RFP 20r s-r 46-WG Poge 30
274
2.Direct Labor Costs. At the beginning of each contract year, or as modified during the
year by the City with 72 hour notice to Contractor, the City will stipulate to Contractor
the quantity and level (Attendant I or ll) of personnel required at each facility. The
number of Attendants I and ll shall be determined by the City. For the agreed to
personnel, the City shall reimburse the Contractor for direct labor costs as follows:
a. Attendant l. The City shall reimburse the Contractor the cost of Attendant I
personnel, on an hourly basis worked, in accordance with the City's then
current Living Wage rate, Should the Contractor choose to pay its employees
an hourly rate higher than the City's then current Living Wage rate, the City
will only be responsible for the applicable Living Wage rate.
b. Attendant ll, The City shall reimburse the Contractor the cost of Attendant ll
personnel, on an hourly basis worked, in accordance with the following
formula:
Attendant I Rate + 5% = Attendant ll Rate,
Reimbursable Expenses. The Contractor shall submit a proposed Reimbursable
Expense Budget to the City 30 days prior to the commencement of each contract year.
Prior to the commencement of each contract year, the Contractor and the City shall
agree on a budget for reimbursable expenses. On a monthly basis, the successful
proposer shall submit to the Parking Department a monthly expense report, certified by
an officer of the operator and in the format specified by the City. This report will serve
as a summary of the monthly reimbursable expenses, and as a monthly invoice. Only
expenses for which proof of payment is provided shall be reimbursed. Only actual
expenses shall be reimbursed; and, the use of estimates to substantiate monthly
expenses will be prohibited.
a. Authorized Reimbursable Expenses. The following services are required
and will be included as a reimbursable expense:
i. Pgect Manager Annual Salary - Proposer shall provide a full-time
on-site Project Manager with experience handling the type of
services requested by the City, who will have full authority to act on
behalf of the firm. The Project Manager shall be scheduled at the
sole and absolute discretion of the City and shall be available to
respond to requests from the City, on an as needed basis, 24 hours
a day/seven days a week. Prolect Manager's salary shall be
approved by the City and should be within the range of $55,000 to
$65,000,
ii. Payroll taxes, social security, Medicare taxes and other related
expenses that Contractor is required to withhold and/or to pay on
behalf of Attendant I and ll employees assigned to the City
employees. These must be itemized by employee.
iii. Government mandated insurance costs for Attendant I and ll
employees assigned to the City employees. These must be itemized
by employee.
RFP 20r 5-r 46-WG Poge 31
275
4.
5.
iv. Any training the City deems relevant and appropriate in its sole
discretion.
v. Motorist Assistance Program (MAP) which includes but is not limited
to flat tire assistance/repair, lock-out; fuel; battery jump start, and/or
towing of the vehicle to a service facility.
vi. Cardio Pulmonary Resuscitation (CPR) Certification for all contract
personnel,
vii. Mystery Shopper Reporting - An independent third party to perform
a minimum of ten (10) "Shopper" reports per month, system-wide. A
sample "Shopper" survey must be included in the Firm's proposal.
Shopper reports must specify that these are actual customers and
must be documented visits to one of the facilities where labor is
provided. Telephone calls for information or visits/interaction with
city staff is not permitted.
viii. Other expenses requested or approved by the City for items not
included in the management fee, including (but not limited to):
uniforms; dedicated vehicle; gas and maintenance for dedicated
vehicle; supplies utilized on City facilities; signs,
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.
CONT!NUITY OF SERVICES.
(a)The Contractor recognizes that the services under this contract are vital to the City and
must be continued without interruption and that, upon contract expiration, a successor,
either the City or another contractor, may continue them, The Contractor agrees to (1)
furnish phase-in training and (2) exercise its best efforts and cooperation to effect an
orderly and efficient transition to a successor,
(b)The Contractor shall, upon the Contracting Officer's written notice, (1) furnish phase-in,
phase-out services for up to 90 days after this contract expires and (2) negotiate in good
faith a plan with a successor to determine the nature and extent of phase-in, phase-out
services required. The plan shall specify a training program and a date for transferring
responsibilities for each division of work described in the plan, and shall be subject to the
Contracting Office/s approval. The Contractor shall provide sufficient experienced
personnel during the phase-in, phase-out period to ensure that the services called for by
this contract are maintained at the required level of proficiency.
6.
RFP 20r 5-r 46-WG Poge 32
276
7.
(c) The Contractor shall allow as many personnel as practicable to remain on the job to
help the successor maintain the continuity and consistency of the services required by this
contract, The Contractor also shall disclose necessary personnel records and allow the
successor to conduct on-site interviews with these employees. lf selected employees are
agreeable to the change, the Contractor shall release them to the successor at the
contract transition date mandated by the City.
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,
RFP 20r 5-r 46-WG Poge 33
277
APPENDIX E
MIAMIBEACH
Cost Proposol Form
2015-1 46-WG
PARKING ATTENDANTS FOR CITY
PARKING GARAGES
PROCUREMENT DIVISION
1700 Convention Center Drive
Miomi Beoch, Florido 33.l39
RFP 20r 5-r 46-WG Poge 34
278
APPENDIX E
COST PROPOSAL FORM
Proposer affirms that the prices stated on this form represents the entire cost of the items, except as otherwise allowed
in this RFP, 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 Cost Proposal Form shall be completed mechanically
or, if manually, in ink. Proposal Tender Form completed in pencil shall be deemed non-responsive. All
corrections shall be initialed.
MANAGEMENT FEE PROPOSAL
* The Total Cost shall be utilized to allocate Cost Points in the Evaluation of Proposals.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
RFP 20r 5-r 46-WG Poge 35
279
APPENDIX F
4 MIAMIBEACH
I nsuro nce Requirements
2015-1 46-WG
PARKING ATTENDANTS FOR CITY
PARKING GARAGES
PROCUREMENT DIVISION
1700 Convention Center Drive
Miomi Beoch, Florido 33.l39
RFP 20r 5-r 46-WG Poge 36
280
g MIAMIBTACH
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
MIAM! 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 20r 5-r 46-WG Poge 37
281