20150930 SM2r--..-.@
I.-..r-,
191s.2015
MIAMIBTACH
City Commission Meeting
SUPPLEMENTAL MATERIAL 2
City Hall, Commission Chambers, 3rd Floor, 1700 Convention Center Drive
September 30, 2015
Mayor Philip Levine
Vice-Mayor Edward L. Tobin
Commissioner Michael Grieco
Commissioner Joy Malakoff
Com m issioner Micky Steinberg
Commissioner Deede Weithorn
Com m issioner Jonah Wolfson
City Manager Jimmy L. Morales
City Attorney Raul J. Aguila
City Clerk Rafael E. Granado
Vrsff us at www.miamibeachfl.gov for agendas and video "streaming" of City Commission Meetings.
ATTENTION ALL LOBBYISTS
Chapter 2, Article Vll, Division 3 of the Gity Code of Miami Beach entitled "Lobbyists" requires the
registration of all lobbyists with the City Clerk prior to engaging in any lobbying activity with the City
Commission, any City Board or Committee, orany personnelas defined in thesubject Godesections.
Copies of the City Code sections on lobbyists laws are available in the City Clerk's office. Questions
regarding the provisions of the Ordinance should be directed to the Office of the City Attorney.
SUPPLEMENTAL AGENDA
R7 - Resolutions
R7H A Resolution Accepting The Recommendation Of The Finance And Citywide Projects Commission
Committee; And Approving And Authorizing The Mayor And City Clerk To Execute An Agreement,
Substantially ln The Form Attached To This Resolution, Between The CityAnd Skidata, lnc., Pursuant
To lnvitation To Negotiate (lTN) 2014-170-SW, ForA Gated Revenue ControlSystem ForThe City's
Parking Garages, ForAn lnitial Term Of Ten (10) Years, With Two (2) Five (5) Year Options, At The
City's Sole Discretion.
(ProcuremenUParking)
(Deferred from September 2, 2015 - R7K)
(Resolution & Draft Agreement)
1
Supplemental, September 30, 2015
R7L A Resolution Accepting The Written Recommendation Of The City Manager Regarding The Existence
Of A Public Emergency And, Accordingly, Waiving, By 5/7th Vote, The Competitive Bidding
Requirement, Finding Further That The Best lnterest Of The City Would Be Served By Such Waiver;
Authorizing The City Manager Or His Designee To Negotiate Amendment No. 2, To The Design-Build
Agreement Between The City And Lanzo Construction Co., Approved Pursuant To Resolution No.
2014-28765, For The Sunset Harbour Pump Station Retrofit And Drainage lmprovements Project;
Said Amendment, ln The Not To Exceed Amount Of $7,080,844, To Bring Purdy Avenue, West
Avenue, And 18th Street To A 3.7 Feet NAVD Elevation, And To Replace The 2O-lnch Water Main
Along Dade Boulevard, From Alton Road To The Bridge West Of PurdyAvenue; FurtherAuthorizing
The Mayor And Cig Clerk To Execute The Amendment, Upon Completion Of Successful
Negotiations.
(Sponsored by Commissioner Michael Grieco)
(Legislative Tracking: Public Works)
(On September 2,2015 item R9N was requested to be brought back to September 30, 2015)
(Memorandum & Resolution)
2
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ACCEPTING THE REGOMMENDATION OF THE
FINANCE AND CITYWIDE PROJECTS COMMISSION COMMITTEE; AND
APPROVING AND AUTHORIZING THE MAYOR AND GITY CLERK TO EXECUTE
AN AGREEMENT, SUBSTANTIALLY IN THE FORM ATTACHED TO THIS
RESOLUTION, BETWEEN THE CITY AND SKIDATA, INC., PURSUANT TO
tNVtTATtON TO NEGOTTATE (tTN) 2014-170-SW, FOR A GATED REVENUE
CONTROL SYSTEM FOR THE CITY'S PARKING GARAGES, FOR AN INITIAL
TERM OF TEN (10) YEARS, WITH TWO (2) F|VE (5) YEAR OPTIONS, AT THE
CITY'S SOLE DISCRETION.
WHEREAS, on May 21,2014, the Mayor and City Commission authorized the issuance of
lnvitation to Negotiate (lTN) 2014-170-SW for a Gated Revenue Control System for the City's
parking garages, including centralized processing of data for all of the City's parking garages; a
central monitoring station for intercoms and CCTV at all entrance and exit lanes; and centralized
access control for all garage equipment; and
WHEREAS, on May 22,2014, ITN 2014-170-SW was issued with an opening date of July
10,2014; and
WHEREAS, a pre-proposal conference to provide information to prospective proposers was
held on June 5, 2014; and
WHEREAS, on June 27,2014 the City received five (5) proposals in response to the ITN;
and
WHEREAS, on August 8,2014, the City Manager via Letter to Commission (LTC) No. 276-
2014 appointed an Evaluation Committee (the "Committee"), which convened on August 14,2014,
to consider proposals received and interview the proposers; and
WHEREAS, the Committee was provided an overview of the project, information relative to
the City's Cone of Silence Ordinance and the Government Sunshine Law; general information on
the scope of services, references, and a copy of each proposal; and engaged in a question and
answer session after the presentation of each proposer; and
WHEREAS, the Committee was instructed to score and rank each proposal pursuant to the
evaluation criteria established in the ITN; and
WHEREAS, the Committee's ranking of the firms submitting proposals was as follows: 1)
Skidata lnc.;2)Amano McGann, lnc.; 3) LCN, lnc. d/b/a Consolidated Parking Equipment;and WPS
USA Corp. (tie); and 5) Scheidt & Bachmann USA, lnc.; and
WHEREAS, after reviewing all the submissions and the Evaluation Committee's rankings of
proposals received, and the fact that there was a tie score and the scores were all close, the City
Manager exercised his due diligence and recommended that the Mayor and the City Commission
authorize the Administration to enter into negotiations with all the proposers; and
Agenda ltem
Date3
WHEREAS, at the September 10,2014 City Commission meeting, the Mayor and City
Commission accepted the recommendation of the City Manager, adopting resolution 2014-28720
(C7K), pursuant to lnvitation to Negotiate (lTN) 2014-170-SW, for a Gated Revenue Control System
for the City's parking garages; and authorized the Administration to enter into negotiations with all
the proposers; to wit: Skidata lnc., Amano McGann, lnc., LCN, lnc. d/b/a Consolidated Parking
Equipment, WPS USA Corp., and Scheidt & Bachmann USA, lnc.; and
WHEREAS, on December 17,2014, the City was notified by Consolidated Parking
Equipment that it had withdrawn its proposal pursuant to the ITN because it had been informed by
3M, the manufacturer of the equipment proposed, that 3M would no longer be producing the
proposed equipment; and
WHEREAS, on February 6,2015, cost proposals from Amano McGann, lnc., Skidata, lnc.,
and WPS USA Corp. were received; and Scheidt & Bachmann USA, lnc. notified the Citythat, due
to schedule conflicts, it had withdrawn its proposal pursuant to the ITN; and
WHEREAS, the Administration held various negotiation sessions with Skidata, lnc., Amano
McGann, lnc. and WPS USA Corp; and
WHEREAS, atthe June 10,2015 City Commission meeting, the City Manager, based on the
results of the Administration's negotiations with Skidata, lnc., Amano McGann, lnc., and WPS USA
Corp, recommended to the Mayor and City Commission that Skidata, lnc. be awarded a contract
based on the negotiated term sheet; and
WHEREAS, on June 10,2015, the Mayorand Commission referred ltem No. R7M, lnvitation
to Negotiate (lTN) No. 2014-170-SW for a gated revenue control system for the City's Parking
Garages to the Finance and Citywide Projects Commission Committee (FCWPC) for discussion;
and
WHEREAS, the item was referred to the FCWPC seeking guidance on whether to operate
municipal garages with a gated revenue control system or as metered parking; and
WHEREAS, on July 1, 2015 the item was discussed at the FCWPC and the Committee
recommended that the Administration finalize negotiation on the final contract terms with Skidata,
lnc. for a gated revenue control system for the City's parking garages and move this item to full
Commission; and
WHEREAS, at the July 8, 2015 City Commission meeting, the Mayor and City Commission
accepted the recommendation of the FCWPC to operate municipal parking garages with gated
revenue control equipment and accepted the recommendation of the City Manager, adopting
resolution 2015-29087 (R7N), pursuant to lnvitation to Negotiate (lTN) 2014-170-SW, for a Gated
Revenue Control System for the City's parking garages; approving the material terms of an
agreement between the City and Skidata, lnc. and in the event that the City is unable to finalize
successful negotiations with Skidata, lnc., authorizing the City Manager and the Office of the City
Attorney to negotiate an agreement with Amano McGann, lnc.; and
WHEREAS, on July 8, 2015, the Mayor and City Commission also directed the
Administration to engage Walker Parking Consultants and have them perform an analysis, analyze
and recommend revenue control systems for the City's parking garages, including but not limited to
gated, metered, or alternative technologies deployed in industry today and asked the Administration
4
to address the equipment obsolescence issue; and
WHEREAS, the Walker Parking study, completed on August 10,2015, recommends a gated
parking revenue control system for the ten (10) garages and further advised that obsolescence is
rare in the parking systems, including PARCS; and
WHEREAS, the Administration recommends that the Mayor and City Commission authorize
the Mayor and City Clerk to execute an agreement between the City and Skidata, lnc., substantially
in the form attached to this resolution, which contains the terms approved at the July 8, 2015 City
Commission meeting and contains the performance bond requirement to address the obsolescence
issue.
NOW, THEREFORE, BE IT DULY RESOLVED BYTHE MAYORAND GIry COMMISSION
OF THE CITY OF MIAM! BEACH, FLORIDA, hereby accept the recommendation of the Finance
and Citywide Projects Commission Committee; and approve and authorize the Mayor and City Clerk
to execute an Agreement, substantially in the form attached to this Resolution as ExhibitA, between
the City and Skidata, lnc., pursuant to lnvitation to Negotiate (lTN) 2014-170-SW, for a Gated
Revenue Control System for the City's parking garages, for an initial term of ten (10) years, with two
(2) five (5) year options, at the City's sole discretion.
PASSED AND ADOPTED this day of 2015.
ATTEST:
Rafael E. Granado, City Clerk Philip Levine, Mayor
JLM/KGB/SF
T:\AGENDA\201S\September\PARKING\ITN 2014-170 Revenue Control Agreement.res.doc
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION/")
| / \ .'.1
-
Dote
5
AGREEMENT BETWEEN THE CIry OF MIAMI BEACH
AND
SKIDATA, !NC.
FOR THE DESIGN, CONSTRUCTION, INSTALLATION AND MAINTENANCE OF A
PARKING GARAGE GATED REVENUE CONTROL SYSTEM
(tTN 2014-r70-SW)
This Agreement ("Agreement") is entered into this XXXXXX day of XXXXXXXXXXXX, 2015
("Effective Date"), between the CITY OF MIAM! BEACH, FLORIDA, a municipal corporation
organized and existing under the laws of the State of Florida, having its principal offices at 1700
Convention Center Drive, Miami Beach, Florida, 33139 ("City"), and SKIDATA, lNC., a
Delaware corporation, authorized to do business in the state of Florida, whose address is 1
Harvard Way, Suite 5, Hillsborough, New Jersey 08844 ("Contractor").
Agreement:
City Manager:
SEGTION 1
DEF!NITIONS
This Agreement between the City and Contractor, including any exhibits
and amendments thereto.
The chief administrative officer of the City. The City Manager's designee
for purposes of this Agreement shall be the Director of the City's Parking
Department. The City Manager or his designee shall have the authority
to consent to any approvals required under this Agreement, unless
othenuise specifically delineated herein.
For the purposes of this Agreement, Contractor shall be deemed to be an
independent contractor, and not an agent or employee of the City.
Contractor may also be referred to herein as Proposer.
All services, work and actions by the Contractor performed or undertaken
pursuant to the Agreement.
Amount paid to the Contractor as compensation for Services.
Proposal Documents shall mean City of Miami Beach ITN No. 2014-170-
SW for a parking garage gated revenue control system for the City of
Miami Beach, together with all amendments thereto, issued by the City in
contemplation of this Agreement (collectively, the "lTN"); the Contractor's
proposals, as amended by any subsequent proposals or amendments
thereto, in response to the ITN (collectively, the "Proposal"); The Proposal
Documents are incorporated herein by reference and attached hereto;
provided, however, that in the event of an express conflict between the
Proposal Documents and this Agreement, the following order of
precedent shall prevail: this Agreement; the ITN; the [Cost Proposal
Submittall Parking Garage Gated Revenue Control System for the City of
Miami Beach, dated February 6,2015; and the [Response to lnvitation to
Negotiate (lTN)l Parking Garage Gated Revenue Control System for the
City of Miami Beach, dated June 27,2014.
Contractor:
Services:
Fee:
Proposal Documents:
EXHIBIT
ll6
Risk Manager:The Risk Manager of the City, with offices at 1700 Convention Center
Drive, Third Floor, Miami Beach, Florida 33139; telephone number (305)
673-7000, Ext. 6435; and fax number (305) 673-7023.
SECTION 2
SCOPE OF SERVIGES
2.1 ln consideration of the Fee to be paid to Contractor by the City, Contractor shall provide
work and services, which include, without limitation, the design, construction, installation and
maintenance of a state of the art gated parking revenue control system, including real-time
centralized processing of data for all of the City's parking garages and a central monitoring
station for intercoms, cameras at all entrance and exit lanes, and access control for the garage
equipment (the "City Parking Control System" or the "System"), initially for ten (10) existing City
parking garages ("lnitial Garages"), as described in Exhibit "A' (the "services" or "Scope of
Work").
2.2 Contractor shall provide the City with a one (1) year warranty on all hardware for parts
and labor, including a ten (10) year maintenance and service agreement, for the maintenance of
hardware and software, and repairs (collectively, "Maintenance and Service Program"), as more
particularly set forth in the attached exniLit A-2, including, without rimltaiioi' irrn["y
maintenance services, without limitation, local and dedicated trained service staff, 24 hour
phone assistance (including hardware and sofhruare issues), maximum two (2) hour response
time, all related labor and parts related to the diagnosis, repair and replacement of parts,
preventative maintenance, and training, PCI administration, and software maintenance and
upgrades, in order to ensure the protection of the City Parking Control System for a period of
ten (10) years. The ten (10) year Maintenance and Service Program shall commence as of the
date of Final Acceptance (as defined in Section 3(C) of Exhibit A-1) for EACH GARAGE
(Maintenance and Service Program Term).
2.3 The Software shall be provided pursuant to the Skidata Software License, attached
hereto as Exhibit E and incorporated herein by reference.
2.3 Contractor's Services, and any deliverables incident thereto, shall be completed in
accordance with the timeline and/or schedule, attached hereto and incorporated herein by
reference as Exhibit "B".
2.4 Additional Garaqes/ltems. Although this Agreement identifies the lnitial Garages in the
Scope of Work, the City may add additional garages ("Additional Garages"), as well as
additional equipment, products, and services ("ltems") to the existing Scope of the Work being
provided by Contractor (collectively, "Additional Services"), Additional ltems may be added, as
an amendment to the Agreement, which amendment(s) shall be in writing and executed by the
parties, and shall be further subject to the written approval of the City Manager. Additional
Garages may be added, as an amendment to the Agreement, which amendment(s) shall be in
writing and executed by the parties, and shall be further subject to approval by the Mayor and
City Commission.
7
4.2
SECTION 3
TERM
The term of this Agreement ("Term") shall commence upon execution of this Agreement by all
parties hereto, as of the Effective Date on page t hereof, and shall have an initial term of ten
(10) Years ("lnitial Term"), with two consecutive five (5) year renewal options ("Renewal Option
Term(s)"), to be exercised at the City Manager's sole option and discretion, by providing
Contractor with written notice of same no less than One Hundred and Twenty (120) days prior to
the expiration of the lnitial Term or a renewal term (as the case may be).
Notwithstanding the Term provided herein, Contractor shall adhere to any specific timelines,
schedules, dates, and/or performance milestones for completion and delivery of the Services,
as set forth in the timeline and/or schedule referenced in Exhibit "B" hereto.
4.1"
SECTION 4
ln consideration of the SeMces to be provided, Contractor shall be compensated in
accordance with the Cost Proposal Sheet, attached hereto and incorporated herein by
reference as Exhibit uC", as more particularly set forth herein:
Reimbursables. All reimbursables are included in the Cost Proposa! Sheet,
except with respect to any regulatory and permitting fees, as may be required in
connection with the Services which Gontractor is providing on behalf of the City.
Any reimbursable not included in the Gost Proposal Sheetsha!! be subject to the
prior written approval of the City Manager or his designee prior to Contractor
ihcurring the cost for same. Any reimbursable expense(s) not approved pursuant
to the preceding sentence shall not be subject to reimbursement by the City and
the Contractor shal! be solely responsible for such expense(s).
lnstallation Pavments. Contractor shall be paid its Fee in connection with the
Services being performed for EACH GARAGE during the following stages of
performance:
A. Phase ! (One Day Testing): 60% of the Fee shall be due upon receipt and
installation of the equipment and software and Acceptance (as defined in
Section 3(A) of Exhibit "A-1"1, in writing, by the City Manager of all the
Services due at Phase l;
B. Phase ll (30 Day Testing Acceptance): 20% within thirty (30) days from
completion of Phase l, upon the City Manager's Acceptance (as defined in
Section 3(B) of Exhibit "A-1"1, in writing, of the Services due from Contractor
at Phase ll;
G. Phase lll (90 Day Testing - Final Acceptance): 20% within ninety (90) days
from the completion of Phase l-upon the City Manager's Final Acceptance (as
defined in Section 3(G) of Exhibit "A"), in writing, of the Gity Parking Contro!
System;
4.3
8
4.4
4.5
Upon Acceptance of Phase ll of the Contractor's Services for the FIRST GARAGE,
Contractor shall be paid 60% of the one time sum of $291,413.50, representing the
pre-installation costs of the Contractor's Services, including, without limitation,
design costs, back of office equipment, software for the lnitial Garages, the FAT
testing phases, and training for City personnel. Upon Final Acceptance (Phase
lll), Contract shall be paid the remaining 40Yo of the sum of $291,413.50.
INVOICING
Upon receipt of an acceptable and approved invoice, payment(s) shall be made within
thirty (30) days for that portion (or those portions) of the Services satisfactorily rendered
(and referenced in the particular invoice).
lnvoices shall include a detailed description of the Services (or portions thereof)
provided, and shall be submitted to the City at the following address:
City of Miami Beach
1755 Meridian Avenue, Suite 200
Miami Beach, Florida 33139
Attention: Sau! Frances, Director of Parking Department
,,
The Contractor may submit invoices for milestone payments of completed work
that has satisfactorily passed the applicable Acceptance Testing period, as
contained herein. The invoice shall have the City's written approval of the
applicable Acceptance Testing period, as an attachment. The written approva! of
the applicable Acceptance Testing period shall be in the City's sote, absolute, and
reasonable discretion.
The Contractor shall not receive final payment until all items identified in the
Testing Report(s) have been accepted and approved through written confirmation
by the City, in its sole, absolute, and reasonable discretion.
Maintenance and Service Gosts. The maintenance and seruice costs (collectively
"Maintenance Gosts") for the lnitia! Garages is a fixed cost, guaranteed for ten
(10) years, commencing from the Final Acceptance of Services for EACH
GARAGE, so that EACH GARAGE will have a different Maintenance and Service
Program Term with respect to the Maintenance and Service Program for said
particular garage. The City shall commence to pay for the cost of the Maintenance and
Service Program, upon Final Acceptance by the City of the turnkey installation of the
City Parking Control System for a particular garage, payable in advance, on a monthly
basis. This monthly Maintenance Cost payment for a particular garage shall be
determined by dividing the annual agreed upon Maintenance Cost set forth in Section Xl
of Exhibit "C" for said garage, by 12. lt is the intention of the parties that Maintenance
Costs for the lnitial Garages, during the lnitial Term, shall include any and all
maintenance, repairs and upgrades to the City Parking Control System, to ensure the
maintenance and operation of the System, in accordance with the standards of
comparable state of the art municipality access and revenue control systems (PARCS).
4.6
4
9
4.7
The maintenance costs for any Additional Services which may be subsequently added to
the scope of this Agreement, shall be calculated in a manner consistent with the way the
Maintenance Cost for the lnitial Garages was determined, not to exceed the rates
charged in the industry for a comparable garage.
Parkinq Revenue Control Svstem (PRCS) Pricinq. The cost of the equipment
(Section Vll of Exhibit "C"), software cost (Section lX of Exhibit "C"), and other
costs (Section Xll of Exhibit "G"), shall be guaranteed during the first three (3)
years of the Agreement, commencing from the Effective Date. Thereafter,
commencing at the beginning of year four (a) of the Agreement and continuing
throughout the Term of this Agreement, the pricing list may be increased
commensurate with any change in price in the market for the particular item,
capped at the amount of any annual increase in the amount of the Gonsumer Price
lndex (for the Miami Fort Lauderdale All Urban Gonsumers Consumer Price lndex
frorn October to September ("Miami Urban Area CPl")) from the previous year,
The ceiling for the new price for the ltem shall be detemined by multiplying the
cost amount for the item (prior to the price increase) by a fraction, the numerator
of which shall be the Miami Urban Area CPI lndex for the third month preceding
the month of adjustment, and the denominator of which shatt be the Miami UrO-an
Area GPI index for the fifteenth month preceding the month of adjustment (Note:
in no event shall the annual increase for an item exceed four percent (4%1. Each
ltem may only be subject to an increase once during a twelve month period.
Skidata shall provide the City with thirty (30) days notice of said increase in price.
Additional ltems. Should the City wish to purchase any ltems which are not
covered by the Maintenance Cost and which are not otherwise included in Exhibit
"G" ("additiona! ltem"), Skidata shall provide the Gity with a written quote for said
additional ltem. Any quote for an additional ltem shall be subject to the prior
written approva! of the Gity Manager and, if approved, shall be memorialized as a
formal written amendment to this Agreement, executed by the parties. The same
procedure for price increases, delineated in the previous Section 4.7, shall apply
to any additional ltems.
SEGTION 5
TERMINATION
TERMINATION FOR GAUSE
lf the Contractor shall fail to fulfill in a timely manner, or othenruise violates, any of the
covenants, agreements, or stipulations material to this Agreement (individually, a
"default", and collectively, "defaults"), the City, through its City Manager, shall thereupon
have the right to terminate this Agreement for cause. Prior to exercising its option to
terminate for cause, the Clty shall notify the Contractor of its violation of the particular
default under this Agreement, and shall grant Contractor thirty (30) days to cure such
default. lf such default remains uncured after thirty (30) days, the City may terminate this
Agreement without further notice to Contractor.
4.8
5.1
10
5.2
Termination for Multiple Similar Defaults (No Cure). lf Contractor has committed a
similar default on three (3) or more occasions ("Multiple Similar Defaults"), during the
initial term of the Agreement or during any of the renewal terms (if approved by the City
Manager), as applicable, commencing upon the third similar default and in connection
with any subsequent similar default, the City shall have the sole option and discretion to
terminate this Agreement for cause and yg!!@.g! providing Contractor with the
opportunity to cure said Multiple Similar Defaults.
Termination for Fraud or Material Misrepresentation. Additionally, if the default is of a
nature that cannot be cured, such as fraud or a material misrepresentation in connection
with Contractor's performance under this Agreement, the termination shall be effective
upon receipt of the termination notice and no cure period shall apply.
Upon termination, the City shall be fully discharged from any and all liabilities, duties,
and terms arising out of, or by virtue of, this Agreement. Notwithstanding said
termination, the Contractor shall not be relieved of liability to the City for damages
sustained by the City by any breach of the Agreement by the Contractor. The City, at its
sole option and discretion, shall be entitled to bring any and all legal/equitable actions
that it deems to be in its best interest in order to enforce the City's right and remedies
against Contractor. The City shall be entitted to recover all costs of such, actions,
including reasonable attorneys' fees.
TERMTNATTON FqF CqTyENTENCE OF THE CITY
THE C|TY MAY ALSO, THROUGH tTS CITY MANAGER, AND FG'R tTS
CONVENIENCE AND WTTHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY
TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRAGTOR OF
sucF{ TERM|NATION, WHtCt{ SHALL BECOME EFFECTIVE WtTHtN THtRTy (30)
DAYS FOLLOWING RECETPT BY THE CONTRACTOR OF SUCH NOTICE. IF THE
AGREEMENT !S TERMINATED FOR CONVENIENCE BY THE CITY, CONTRACTOR
SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE
DATE OF TERMINATION, FOLLOWING WHICH THE CITY SHALL BE DISCHARGED
FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY
VIRTUE OF, THIS AGREEMENT.
TERMINATION FOR INSOLVENCY
The City also reserves the right to terminate the Agreement in the event the Contractor
is placed either in voluntary or involuntary bankruptcy or makes an assignment for the
benefit of creditors. ln such event, the right and obligations for the parties shall be the
same as provided for in Section 5.2.
5.3
SEGTION 6
INDEMNIFICATION AND INSURANCE REQUIREMENTS
6.1 INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City of Miami Beach and its officers,
b
11
employees, agents, and contractors, from and against any and all actions (whether at law or in
equity), claims, liabilities, losses, and expenses, including, but not limited to, reasonable
attorneys' fees and costs, for personal, economic, or bodily injury, wrongful death, or loss of or
damage to property, which may arise or be alleged to have arisen from the negligent acts,
errors, omissions or other wrongful conduct of the Contractor, its officers, employees, agents,
contractors, or any other person or entity acting under Contractor's control or supervision, in
connection with, related to, or as a result of the Contractor's performance of the Services
pursuant to this Agreement. To that extent, the Contractor shall pay all such claims and losses
and shall pay all such costs and judgments which may issue from any lawsuit arising from such
claims and losses, and shall pay all costs and attorneys' fees expended by the City in the
defense of such claims and losses, including appeals.
The parties agree that one percent (1o/o) of the total compensation to Contractor for
performance of the Services under this Agreement is the specific consideration from the City to
the Contractor for the Contractor's indemnity agreement. The provisions of this Section 6.1 and
of this indemnification shall survive termination or expiration of this Agreement.
6.2 INSURANCE REQUIREII'IENTS
l during the Term, the insurance
requirements set forth in the attached Exhibit D, and further subject to the terms contained in
this Section 6.2.
The insurance certificates for General Liability shatl reflect that said insurance cbrerage
includes a waiver of subrogation endorsement. Original certificates of insurance must be
submitted to the City's Risk Manager for approval (prior to any work and/or services
commencing) and will be kept on file in the Office of the Risk Manager. The City shall have the
right to obtain from the Contractor specimen copies of the insurance policies in the event that
::Yltt_"j certificates of insurance are inadequate to ascertain compliance with required
coverage.
The Contractor is also solely responsible for obtaining and submitting all insurance certificates
for any sub-Contractors.
The Contractor shall not commence any work and or services pursuant to this Agreement until
all insurance required under this Section has been obtained and such insurance has been
approved by the City's Risk Manager.
SECTION 7
LITIGATION J U RISDIGfl ONruEN U E/J U RY TRIAL WAIVER
This Agreement shall be construed in accordance with the laws of the State of Florida. This
Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary
by either party with respect to the enforcement of any or all of the terms or conditions herein,
exclusive venue for the enforcement of this Agreement shall lie in Miami-Dade County, Florida.
The prevailing party shall be entitled to the collection of court costs and reasonable attorney's
fees in connection with the prosecution of said legal action. By entering into this Agreement,
Contractor and the City expressly waive any rights either party may have to a trial by jury of any
civil litigation related to or arising out of this Agreement.
12
SECTION 8
L!MITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on the
City's liability for any cause of action, for money damages due to an alleged breach by the City
of this Agreement, so that its liability for any such breach never exceeds the sum of $200,000.
Contractor hereby expresses its willingness to enter into this Agreement with Contractor's
recovery from the City for any damage action for breach of contract to be limited to a maximum
amount of $200,000.
Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor
hereby agrees that the City shall not be liable to the Contractor for damages in an amount in
excess of $200,000 for any action or claim for breach of contract arising out of the performance
or non-performance of any obligations imposed upon the City by this Agreement.
Nothing contained in this sec,{ion or elsewhere in this Agreement is in any way intended to be a
waiverr of the limitation placed upon the City's liability, as set fOrth in Section 768.28, Florida
Statutes.
,r flNTENTTONALLY DELETEDI :::
SECTION IO
GENERAL PROVISIONS
10.I.:::: AUDI:T AND INSPECTIONS
Upon reasonable verbal or written notice to Contractor, and at any time during normal
business hours (i.e. 9:00 am - 5:00 pm, Monday through Friday, excluding nationally
recognized holidays), and as often as the City Manager may, in his/her reasonable discretion
and judgment, deem necessary, there shall be made available to the City Manager, and/or
such representatives as the City Manager may deem to act on the City's behalf, to audit,
examine, and/ or inspect, any and all other documents and/or records relating to all matters
covered by this Agreement. Contractor shall maintain any and all such records at its place of
business at the address set forth in the "Notices" section of this Agreement.
10.2 OWNERSHIP OF DOCUMENTS AND EQU!PMENT
All equipment purchased pursuant to this Agreement shall remain at all times thepropefi of the City. Upon termination of this Agreement, all equipment manuals and
schematics and all software purchased through the date of termination shall remain
property of the City, and the Gity, in its sole discretion, may alter or otherwise modify
the equipment for its own use.
10.3 ASSIGNMENT. TRANSFER OR SUBCONSULTING
Contractor shall not subcontract, assign, or transfer all or any portion of any work and/or
service under this Agreement without the prior written consent of the City Manager, which
13
consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this
Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as
approved pursuant to this Section, and any attempt to make such assignment (unless
approved) shall be void.
10.4 PUBLIC ENT!ry CR|MES
Prior to commencement of the Services, the Contractor shall file a State of Florida Form PUR
7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes
with the City's Procurement Division.
10.5 EQUAL EMPLOYMENT OPPORTUNITY
ln connection with the performance of the Services, the Contractor shall not discriminate
against any employee or applicant for employment because of race, color, national origin,
religion, sex, intersexuality, gender identity, sexual orientation, disability, marital and familial
status, or age.
10.6 CONFLICT OF IN?EREST
The Contractor her,ein agrees to adhere to and be governed by all applicable Miami-Dade
County Conflict of lnterest Ordinances and Ethics provisions, as set forth in the Miami-Dade
County Code, and as may be amended from time to time; and by the City of Mlami Beach
Charter and Code, as may be amended from time to time; both of which are hereby
incorporated by reference as if fully set forth herein.
The Contractor covenants that it presently has no interest and shall not acquire any interest,
directly or indirectly, which could conflict in any manner or degree with the performance of the
Services. The Contractor further covenants that in the performance of this Agreement,
Contractor shall not knowingly employ any person having such interest. No member of or
delegate to the Congress of the United States shall be admitted to any share or part of this
Agreement or to any benefits arising there from.
10.7 PERFORMANCE BOND OR ALTERNATE SECURIry.
Contractor shall, within thirty (30) days from execution of this Agreement, furnish to the City
Manager or his designee a Performance Bond in the penal sums stated below for the payment
of which Contractor shall bind itself for the faithful performance of the terms and conditions of
this Agreement. A Performance Bond, in the amount of Three Million One Hundred Thousand
($3,100,000.00) Dollars ("Security"), shall be provided by the Contractor in faithful observance
of this Agreement for the first year of the Agreement. Thereafter, upon each renewal of the
Security, the total amount of the Security shall be reduced by ten percent (10o/o) per year, i.e.
the amount of the Security for the second year of the Agreement shall be no less than
$2,790,000.00. The City shall reimburse Contractor the first $12,500.00 of the annual expense
of the performance bond (not to exceed $12,500.00 annually) and the Contractor shall pay for
the difference. The City, at its sole discretion, may remove this requirement, by providing
Contractor with thirty (30) days written notice to cancel said Performance Bond,
lf Contractor is unable to secure a Performance Bond, then a cash deposit, irrevocable letter of
credit, or certificate of deposit may also suffice to comply with the requirement of providing
Security, as determined by the City Manager, in his sole and reasonable discretion. The form of
9
14
the Performance Bond or alternate security shall be approved by the City's Chief Financial
Officer. ln the event that a Certificate of Deposit is approved, it shall be for the amounts of the
Security required in this Section, in favor of the City, which shall be automatically renewed for
an amount no less than the required Security amount set forth in this Section, the original of
which shall be held by the City's Chief Financial Officer. Contractor shall be so required to
maintain said Performance Bond or alternate security in full force and effect throughout the
Term of this Agreement. Contractor shall have an affirmative duty to notify the City Manager or
his designee, in writing, in the event said Performance Bond or alternate security lapses or
othenryise expires. All interest that accrues in connection with any financial instrument or sum of
money referenced above shall be the property of Contractor, except in an event of default, in
which case the City shall be entitled to all interest that accrues after the date of default.
SECTION 11
NOTICES
All notices and communieations in writing required'or permitted h,ereunder, shall be delivered
persondlly t0 the representatives of the Contractorrand the City listed below or may be mailed
by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized
ovemight delivery service.
Until changed by notice in writing, all such notices and communications shall be addressed as
follows:
TO CONTRACTOR: Skidata, lnc.
Attention: Alexander Christi
With Copies to:
Nissenbaum Law Group, LLG
2400 Morris Avenue, Suite 301
Union, New Jersey 07083
Fax: 908-686-8550
Attention: Gary D. Nissenbaum, Esq.
gdn@gdnlaw.com
TO GITY: City of Miami Beach
Attention: City Manager
1700 Convention Center Drive
Miami Beach, FL 33139
With copies to:
City of Miami Beach Parking Department
Attention: Saul Frances, Parking Director
1755 Meridian Avenue, Suite 200
Miami Beach, FL 33139
10
15
City of Miami Beach City Attorney's Office
Attention: Raul Aguila, City Attorney
1700 Convention Center Drive
Miami Beach, FL 33139
Notice may also be provided to any other address designated by the party to receive notice if such
alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by
overnight delivery. ln the event an alternate notice address is properly provided, notice shall be
sent to such alternate address in addition to any other address which notice would othenruise be
sent, unless other delivery instruction as specifically provided for by the party entitled to notice.
Notice shall be deemed given on the day on which personally served, or the day of receipt by
either U.S. certified mail or overnight delivery.
SECTION 12
MISCELLAN EOUS PROVISIONS
12.1 CHANGES AND ADDTTIONS
This Agreement cannot be modified or amended without the express written consent of the
parties. No modification, amendment, or alteration of the terms or conditions contained herein
shall be effective unless contained in a written document executed with the same formality and
of equal dignity herewith.
12.2 SEVERABILTTY
lf any term or provision of this Agreement is held invalid or unenforceable, the remainder of this
Agreement shall not be afiected and every other term and provision of this Agreement shall be
valid and be enforced to the fullest extent permitted by law.
12.3 ENTIRETY OF AGREEMENT
The City and Contractor agree that this is the entire Agreement between the parties. This
Agreement supersedes all prior negotiations, correspondence, conversations, agreements or
understandings applicable to the matters contained herein, and there are no commitments,
agreements or understandings concerning the subject matter of this Agreement that are not
contained in this document. Title and paragraph headings are for convenient reference and are
not intended to confer any rights or obligations upon the parties to this Agreement.
11
16
12.4 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW
Pursuant to Section 119.0701 of the Florida Statutes, if the Contractor meets the definition of
"Contractor'' as defined in Section 119.0701(1Xa), the Contractor shall:
(a) Keep and maintain public records that ordinarily and necessarily would be required by
the public agency in order to perform the service;
(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 othenrise 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; and
(d) Meet all requirements for retaining public records and transfer to the City, at no cost to
the City, all public records created, received, maintained andlor directly related to the
r per.formance of this Agr-ement that are in possession of thE Contiactor upon termination
of this Agreement. Upon termination of this Agreement, the Contractor shall 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 City in
a format that is compatible with the information technology systems of the City.
For purposes of this Article, the term "public records" shall mean all documents, papers, letters,
maps, books, tapes, photographs, films, sound recordings, data processing software, or other
material, regardlebs of the physical form, character.istics, or means of transmission, made or
received pursuant to law or ordinance or in connection with the transaction of official business of
the eity.
ContractOr's failure to comply with the public records disclosure requirement set forth in Section
1 19.0701 of the Florida Statutes shall be a breach of this Agreement.
ln the event the Contractor does not comply with the public records disclosure requirement set
forth in Section 119.0701of the Florida Statutes, the City may, at the City's sole discretion, avail
itself of the remedies set forth under this Agreement and available at law.
THE REMAINDER OF THIS PAGE !S INTENTIONALLY LEFT BLANK.
12
17
lN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed
by their appropriate officials, as of the date first entered above.
FOR CITY:
ATTEST:
CITY OF MIAMI BEAGH, FLORIDA
By:
City Clerk Mayor
Date:
:""'
t """'
FOR CONTRACTOR:
-
AfiEST: ,"'.;:
Date:
:::.
By:
Date:
SKIDATA, INE
Secretary President
'I
Print Name Print Name
Date:
13
18
EXH!BIT A
SCOPE OF WORK
Statement of Work Required.
The Contractor shall provide a state of the art gated parking revenue control system including
real-time centralized processing of data for all of the City's parking garages and a central
monitoring station for intercoms, cameras at all entrance and exit lanes, and access control for
the garage equipment (the "City Parking Control System" or the "System").
SYSTEM OBJECTIVES
FUNGTIONALITY
A. CENTRALIZED
The objective of the Systern is to support the City's management of its parking garage
facilities ,through a centralized approach. The City is sebking a centralized revenue
control system that provides integration of all facilities, with the ability to remotelv and in
real-time.
1) monitor all field devices, e.g., entry station status, banier gate status, express
exit station status, cashier stations status, lane status display, UPS unit status,
etc.
2) monitor cameras at all entrance and exit lanes and allow the City operator to
provide assistance to customers including the approval of exception transactions
occurring in lane.
3) control ..*.. to the parking facilities with the ability to change rates, fee tables
and manage permit holder accounts (access cards) from one centralized
location.
4) send all data (fee tables, user account information, etc.) to all or selected parking
facilities (including all devices) from one central location.
5) allow users with the appropriate authorization to issue remote commands from
system workstations to the field devices such as raising and lowering the barrier
gates; rebooting the entry or exit station; putting the entry or exit station in or out
of service; changing the lanes status signs; applying software patches and
updates; etc.
The central monitoring station must be remotely accessible over an encrypted internet-
based (TCP/|P) network.
B. SCALABLE
During the life of the System, the Clty may build facilities that will provide additional
parking or incorporate existing parking facilities into the System. The System shall be
scalable to accommodate future expansion, including additional lanes and facilities.
14
19
A.
C. AUDIT CAPABILTIES
The System shall have the ability to perform audit trails of all user account activities, i.e.
changes in the fee tables, remote control access to devices, transactions performed,
exceptions approved, etc. The use of central controls shall be logged with user lD,
password, time, name/description of device controlled and action taken.
D. REPORTING
Contractor shall provide a detailed description of the reporting capabilities of proposed
software.
E. OTHER
1) Parking Mobile Application: The City currently has a Parking Mobile Application,
developed by ParkMe that provides Miami Beach public parking facility
information as well as routing (driving directions) from a default location to a
selected parking location using mapping capabilities. This application interfaces
with our current revenue control equipment to provide real-time garage
occupancy. The System shall be able to provide real-time utilization data and
interface with the Parking Mobile Application to provide realtime garage
occupancy or have the ability to export data in a format that may be utilized by
the Parking Mobile Application.
2) Accounts Receivable: The City currently utilizes manual cashier reports for the
reconciliation and recording of daily revenue. The System shall interface with the
City's Parking Revenue System (a proprietary software program developed by
1) Rates: the System shall be capable of adjusting rates real time based
upon the facility, the time of day, day of week, and special events.2) . Disabled parking permit holders are.permitted to park. in City facilities at
no charge. These transactions are validated by requesting and verifying
documentation from the customer. The System shall include remote in-lane
validation/verification of disabled parking permits.
3) The City has several attended cash only surface parking lots. The Systemi, shall provide for portable mobile solutions for processing credit card, exceptions
(i.e. disabled permit), QR code validations, etc. at these lots.
ryAll Vendor-provided aspects of the credit card processing subsystem shall be PCI
compliant, such that no Vendor-provided product or solution will prevent the City from
achieving PCI Compliance in its parking operation.
The System must ensure that the application does not implement any changes to the
operating system that can potentially jeopardize PCI compliance.
INTERFACEB.
15
20
c.
the City's lnformation Technology Department) to transmit cashier/lane reports
for the purposes of reconciling and recording revenue or have the ability to export
data in a format that may be utilized by the City's Parking Revenue System.
3) Customer Accounts: The City currently utilizes a Parking Permits Manager
System (a proprietary software program developed by the City's lnformation
Technology Department) to manage and sell customer monthly permits to the
parking facilities. The System shall interface with the City's Parking Permit
System to retrieve customer payment status real-time or have the ability to import
data real-time from the Parking Permit System to update customer account
information,
4) Payment Credentials: The System shall have the ability to accept payment
credentials i.e. bar codes, QR codes, NFC and RFID accounts at all entry and
exit lanes to be used for monthly and transient users.
ALARMS
The System shall have the ability to automatically detect and report fault conditions. The
System shall perform a diagnostic check on a routine basis and provide notification for
fault conditions and equipment failure. Fault conditions shall be categorized by severity
and the System shall provide notification regarding any individual fault condition,
category of fault, or user-seleCteO group of faults. The System shall provide a continuous
end-to-end self-checking capability.
The System shall be capable of generating alarms for any user selectable event type.
Alarm Hiera.rchy shall be completely conjlSurabje so that the City can adjust priority of
alarms, audible tones, where the alarms are sent, etc.
EQUIPMENT
Allequipment shall operate in all exterior weather conditions in the Miami Beach area for
both indoor and outdoor conditions. Equipment exposed to outdoor conditions shall not
rust or corrode for a period of no less than five (5) years; however the equipment shall
be warranted for parts and labor, including replacement thereof as needed, for a period
of ten (10) years.
The System configuration shall provide lane autonomy such that no single point of failure
of a device shall cause an operational failure of surrounding lanes. Equipment at a single
lane may fail causing a shutdown of a lane; however, the failure shall not affect other
lanes.
D.
16
21
EXHIBIT A.1
Equipment Testinq. Traininq. and Acceptance
Once installed, the PARCS equipment in each facility will require a Parking System Completion
Test document which must be certified by the Contractor as successfully completing all portions
of the specified System testing.
Contractor shall conduct System testing, training and acceptance process, as more particularly
described herein:
1. Factory Acceptance Test (FAT) prior to delivery of the equipment to the FIRST
GARAGE;
2. Training of City personnel to operate and maintain the System;
3. Phase I One Day Testing (On-site Acceptance Test) for EACH GARAGE;
4. Phase ll 30 - Day Testing (Operation Demonstration Test (ODTD for EACH GARAGE;
and
5. Phase lll 90 - Day testing - FinalAcceptance for EACH GARAGE.
The Contractor is responsible to conect any deficiencies or problems found during these tests at
no cost to the City. The Contractor must correct the problems identified in each testing phase
before the acceptance of the System. All acceptance testing reports shall be submitted to the
City and shall be approves before acceptance of these Systems.
All the test reports generated during testing, as a direct result of System test, shall not influence
the City's Daily, Weekly, Monthly, and Yearly report and the System shall be able to separate
the test reports from the actual operation/production reports.
1. Factory Acceptance Test (FAT)
A. The Factory Acceptance Test shall be comprised of structured specific tests. Prior to
shipment of the System, conduct a formal Factory Acceptance Test with the City
designated representative in attendance. Notify the City in writing at least two weeks
prior to the FAT that a dry run of the FAT has been successfully performed and that the
System is ready for the formal testing. Also, certify in the notification that all
documentation scheduled for completion prior to the Factory Acceptance Test is
complete and ready for inspection.
B. Testing shall include, but not be limited to the following:
1. Verify correct inventory of hardware. This shall include all documentation and
Contractor's manuals. Documentation shall include all drawings and as-built
drawings.
2. Verify that all hardware is operational.
3. Demonstrate all hardware and software diagnostics.
4. Demonstrate all software and its functions and capacity.
5. Create and demonstrate proper handling of typical error and failure conditions, and
power failure and System recovery.
17
22
6.
7.
Demonstrate that all software is operational, including fee calculating, editing
software, fee calculation changes, summary reporting, logon, logoff, exception
transactions, date transfer, and security functions.
Demonstrate the operation and performance of all Cashier, Terminal, Facility
Management System, and Central Management Computers including, but not limited
to:
a. Quality control check on manufacturer.
b. Proper wiring and cabling.
c. Proper fee display.
d. Fee calculation and accuracy for all transactions.
e. Ticket readlng.
f. Diagnostics.
g. Gate control.
h. Receipt issuing.
i. Summary reporting and format.j. Datatransfer/export.
Demonstrate the operations of the data collection device including, but not limited to
data collection, storage and transfer to the CITS's nehryork, applications programs,
editing functions and security software.
Demonstrate all functions of the ticket issuing dispensers including ticket issuing,
encoding, low and empty ticket alarms, anO gate controls.
a. Demonstrale entire system operation including interfacing to existing equipment
(loop detectors, loops, and intercom system).
b. Verify that the hardware and software documentation accurately represents the
System purchased by the City.
c. Visual tests including, but not limited to, verifying the outer frame of the hardware
is free of sharp edges, and wire management inside the device is done according
to the industry standards.
8.
9.
18
23
2. Svstem Traininq
The training material shall include, but not limited to, maintenance manuals, operational
manuals and drawings of all system components and software.
A. The training provided shall be for the City's Parking Control System. Contractor's Project
Manager shall coordinate and schedule the on-hands training with the City prior to the
actual On-site delivery of the System to ensure City competence in the operation of the
System.
B. The Contractor shall conduct the following training classes as minimum:
1. Detailed training and training documentation for City personnel concerning the use of
the City's Parking Control System, its operation principles, and administrative
capabilities. The Contractor shall ensure that City personnel become well acquainted
with the operation and software systems to fully utilize system capabilities to aid in
cost reduction and system management,
,.,:2. ,.'eontractor will provide a structured training covering the khowledge areas describes
in the following subsections. Spot instruction will not constitute fulfillment of this
portion of the Agreement.
C. Operator Training
1. At minimum, perform training for three operator levels. Contractor may
suggesUinclude other levels of training:
a. Level 1: Cashier Training. tnstruct the City personnel on all features of new
cashier terminals (or Central Cashier stations) and procedures for generating
shift reports.
b. Level 2: System Monitoring and Reporting. Train City personnel on all parking
management and monitoring features of the garage management system and
central/remote management computer(s). lnclude basic data display and
interpretation of graphics, addresses, system alarm and status descriptions, all
manual commands, program change Operations, generation of all shift and
management reports for operator levels one and two.
Upon completion of software training, a City parking garage manager/supervisor
must be knowledgeable to manage the System.
c. Level 3: Total System Programing. Train the City Management teams on all
systems operating and monitoring features. lncluding, but not limited to, on-the-
job "hands on" training on reports, system configuration, and system monitoring.
This training tract will be advanced audit, accounting, and data mining
procedures.
2. Training will be conducted by using the hands-on training methods and shall include
demo (s) of the hardware and software features. After the initial PARCS installation,
Contractor shall allow for modifications to the training program will be made to adjust
subjects and dwell time on areas of the System that were commented upon from the
initial training sessions.
19
24
D. MaintenanceTraining
1. Maintenance training shall be performed. Contractor shall ensure the City personnel
and designated City staff recelve instruction on the proper maintenance and repair of
allthe parking revenue control equipment.
2. Training shall cover normal Operations of equipment, common failures and repairs,
detailed instruction of equipment Operations using Operations and maintenance
manuals.
3. Train and designated City staff on equipment safety, preventive maintenance and
other basic troubleshooting steps.
E. Submittals. Upon completion of training, Contractor shall provide the City with all shop
drawings, including mounting details and wiring diagrams complete for all equipment
furnished and interconnected to other related equipment; manufacture's qualifications;
and warranty and maintenance manuals.
20
25
3. ACCEPTANCE FOR EACH GARAGE
This section describes the requirements for the submittal of detailed inspections and testing
plans and procedures for the facilities at which tests shall be conducted and acceptance by the
City. During all facets of testing, the system shall meet or exceed requirements to the
satisfaction of the City, in its sole, absolute, and reasonable discretion. This includes, but is
not limited to, One Day Testing, 30 Day Testing, and g0 Day (Final) Acceptance Testing.
A. PHASE ! . ONE DAY TESTING
Test Activities
1. All installed equipment shall
following.
undergo, at a minimum, inspections for the
": Completeness,larldqualityofinstallation.
c. Missing components and parts.
d. Conect power and data communication connections.
e. Correct positioning and mounting.
iliil..
:,:',
..,. 2"'.The One Day Test shall demonstrate satisfactory operation and performance of
all components of equipment interconnected to simulate the configuration of
components, systems and subsystems as required herein using the City's rates and
discounts. The One Day Test shall be performed using components specifically
manufactured to meet the specifications.
The One Day Test shall demonstrate satisfactory operation and
performance of all components (a representative sample of overall
quantity) of equipment interconnected and the configuration of
components, systems and subsystems as required herein using the City's
rates, discounts and promotions.
The Contractor shall provide the One Day Testing Plan, test schedule and
test script formats for all testing to be submitted to the City that shall be
approved by the City prior to start of the tests.
The Contractor shall provide all test and diagnostic equipment including
special tools, electronic equipment, meters, laptop computer with
appropriate software and communication ports, signal strength meters,
transceivers, etc. necessary to conduct all tests, measure and record
a.
b.
21
26
d.
t.
results, isolate, diagnose and de-bug deficiencies, and to generate
reports and documentation of test results.
The Contractor shall provide sufficient number of tickets, testing media
and test credentials, properly encoded and prepared to test all specified
features, devices, test bankcards of all major U.S. bankcard brands and
other stock materials and consumables required for all test sequences.
The Contractor shall perform a bankcard system certification test, in
accordance with the City's contract with the bankcard transaction
clearing house service provider.
The Contractor shall test the bankcard payment activation process from
end-to-end to ensure all accepted bankcard are successfully sent to the
payment processing center. These tests shall be completed while the
central server is in both online and offline status.
The Contractor shall coordinate with the bankcard clearing house and
City to perform server comrnunications tests. This test confirms conect
communication from the lane device to the bankcard server, to the
payment processer (if applicable), to the clearinghouse. Each component
of this communication path shall be tested - first with all components
online, and then taking individual components offline to confirm data
buffering and offl i ne n otifi cation functional ity.
Certification testing shall confirm:
i Compliance with EMV standards in effect.
Compliance with the City's bankcard clearing house procedures and
communication protocols.
iii Transaction processing of valid and invalid bankcards.
iv Transaction processing of valid and invalid debit cards.
The City shall have sole, absolute, and reasonable jurisdiction over
determining whether the Contractor has passed these tests.
Lane components shall be interconnected and shall provide on-line data
communication with software produced for this project. All entrance and
exit lanes with all required devices shall be fully operational for the test.
The software shall be fully integrated with all components and shall
properly acquire, compile and provide all required reports of
transactions, system activity and alarms, and shall demonstrate all
required data security and password authorization features.
Testing shall include but is not limited to reconciliation of shift reports and
revenues/deposits; and the in-lane validation solution for disabled
parking.
l. Network shall be configured as on-site, to allow for proper ports and
protocolsetup.
m. The test shall exercise all functional and performance features of devices,
subsystems and systems as required by these specifications both in
online and offline modes.
e.
f.
g
h.
il
V.
22
27
r.
The test shall include production of all required system reports using data
generated from transactions, activities, violations and alarms produced
during the test.
The Contractor shall conduct Lane Test and shall provide one (1) staff
member with full knowledge of the system devices and functionality to
attend the Lane Tests to assist with any problems.
Contractor shall correct deficiencies in components, subsystem or system
design, manufacture or installation as required, and re-test in
accordance with this section until satisfactory results are achieved, at
the sole, absolute, and reasonable discretion of the City.
lf the components or features are not available or properly functioning at
the test, the City may stop the test and resume testing after the
Contractor has remedied the problems. The Contractor shall not receive
payment until the system meets or exceeds requirements to the
satisfaction of the City, in its sole, absolute, and reasonable discretion.
At the end of the test, the Contractor shall provide the City with a Testing
Report. The Report shall identify all gaps in functionality and all issuel
that the Contractor will be committed to resolving that have arisen from
the test.
The Contractor shall not commence to the next phase until all items identified in the Testing
Report have been accepted and approved through written confirmation by the City, in its sole,
absolute, and reasonable discretion.
The Contrac,*or may submit invoices for:milestone payments of completed work that has
satisfactorily passed the applicable Acceftance Testing period, as contained herein. The
invoice shall have the City's written approval of the applicable Acceptance Testing period, as an
attachment. The written approval of the applicable Acceptance Testing period shall be in the
City's sole, absolute, and reasonable discretion.
B. PHASE II - 30 DAY TESTING . AGCEPTANGE
1. Upon successful completion of the One Day Test, including demonstrations and
training, as required herein, the City shall operate the complete system for a test period
of not less than thirty (30) days.
2. The Contractor shall have a qualified and experienced technician available to
troubleshoot issues eight (8) hours per weekday day during the 30 Day Testing.
Outside of this standard support time, the Contractor's technician shall be on call to
respond by phone within one (1) hour and arrive on site within two (2) hours of the
City's initial call.
n.
o.
p.
q.
23
28
3. The Contractor shall record all test data electronically so as to provide a
continuous log of systems performance that is electronically sortable for each field and
that include the following:
a. Date and time for all entries.
b. Name of individual performing entry.
c. Environmentalconditions.
d. City activities in process.
e. Description of all alarm annunciations, responses, corrective actions, and
causes of alarms. Provide an alarm code so that types of alarms can be
consistently applied to each event and can be sorted by code.
f. Description of all equipment failures, including software errors. Provide a
failure code so that each type of failure can be consistently applied to each
event and can be sorted by code.
g.. Desoription of :all maintenance and adjustment operations performed on
system. Provide a maintenance/adjustment code so that each type of
maintenance can be consistently applied to each etent and can be sorted by
code.
h. Daily and weekly tabulations.
,i. The Project Manager's representative designated to observe monitoring
j The following shall apply for failures during the 30 Day Testing:
i. All system modules and sub-systems shall be fully operational as
an integrated system without downtime. For each downtime period of
four (4) hours or more within a twenty-four (24) hour period, one (1)
working day shall be added to the operational acceptance cycle.
ii. All test reports shall correlate 100% with gross and net revenue
processed at each point of sale device for the test period. For inaccurate
or unavailable data impacting revenue reconciliation or revenue collection
and inaccurate data on the Shift Reports, Detail Transaction Report,
Exception Transaction Report, Daily Revenue Summary Report, or the
Bankcard Reports, one (1) working day shall be added to the test
schedule for each day there is such an event or report error.
24
29
k. The Contractor shall demonstrate the ability to process transactions of a
size common to the applicable garage. Volume testing may be required at the
City's discretion.
l. Remediation Testing
i. Upon successful completion of the 30-day operational acceptance
test, a remediation test phase shall commence to remedy any fault or
deficiency discovered during the 30-day operational test phase.
ii. The 90 day acceptance test phase shall not commence until the
Contractor has documented and notified the City of the resolution of all
known deficiencies resulting from the 30 day operational test phase and
has received approvalfrom the City to proceed. Said notice shall be given
by the City within 5 days of notification of resolution to known deficiencies
,,,,,,, and shall not be unreasonably withheld
The Gontractor shall not commence to the next phase until all items identified in the Testing
Report have been accepted and approved through written confirmation by the City, in its sole,
absolute, and reasonable discretion.
The Contractor may submit invoices for milestone payments of completed work that has
satisfactorily passed the applicable Acceptance Testing period, as contained herein. The
invoice shall have the City's written approval of the applicable Acceptance Testing period, as an
attachment. The written approval of the applicable Acceptance Testing period shall be in the
City'ssole,absolute,andreasonablediscretion......
C. PHASE IlI .90 DAY TESTING - FINAL ACCEPTANCE
Final System Acceptance Testing
1. The final system acceptance test phase shall begin after
successful completion of the following:
a. The remediation of the 30 Day Testing.
b. After any additional training as specified has been
completed.
2. The Contractor shall provide on-site personnel to respond to system
issues in accordance with the 90 Day Testing phase.
3. The Contractor shall monitor all systems during acceptance testing in
coordination with the City in a format approved by the City.
25
30
4. The Contractor shall record all test data on approved database driven
forms to provide a continuous log of systems performance that include
the same data as collected during the full 90 Day test period.
5. For acceptance testing purposes, the following shall apply for failures:
a. A device failure that impacts operations, resulting in a loss in
revenue, or requires the device to be out of service for more than
four (4) hours, one (1) day shall be added to the test schedule for
each occurrence.
b. lnaccurate or unavailable data impacting revenue reconciliation or
revenue collection and inaccurate data on the Shift Reports, Detail
Transaction Report, Exception Transaction Report, Daily Revenue
Summary Report, or the Bankcard Reports, one (1) day shall be
:,:: ., ,1:. added to the test schedule for each day ther,e is such an event or
.r.!,, ' "' ' rePort error' ::: -.
il
c. System:failure of one or more modules, sub-systems or the core
reports that would impact revenue collection is considered a
system failure. As a result, the City has the option to suspend the,;': . acceptance test and the Contractor shall,have fourteen (14) days
to remedy the system failure before a new 30-day test cycle shall
commence at the Contracto/s expense.
The City shall reserve the right to terminate testing at any time when the
.,,, ::, s^Ystem fails to, perform as specified:; Upon termination of testing, the
Contractor shall commence a City defined assessment period.
Upon the City confirming, in writing, Final Acceptance of the FIRST GARAGE, and further
subject to Contractor receiving a written "Notice to Proceed" from the City, which Notice to
Proceed shall be at the City's sole discretion, Contractor may proceed to install the remainder of
the lnitial Garages, which installations may overlap, in the interest of completing the garages in
a timely fashion; however, in every case, EACH GARAGE shall be subject to the Phases I
through lll approvals as more particularly set forth herein.
26
31
EXHIBIT A-2
MAINTENANCE AND SERVICE PROGRAM
1. Maintenance Program
The city shall receive a ten (10) year Maintenance and Service Program (as defined in
Section 2.2 of the Agreement) for any equipment and services purchased during the
Term of the Agreement, which shall include all training, maintenance of hardware and
software, and repairs, as more particularly set forth herein. The fixed cost for the
Maintenance and Service Program for the lnitial Garages shall be paid as set forth in
Section 4.6 of the Agreement and the City shall not be responsible for any additional
maintenance and service costs.
2. Maintenance and Service Training
Training for the management staff of garage, at City's request, not to exceed
three (3) times a year.
r lncludes allsoftware upgrades and updateso Unlimited software telephone support
Complete Operation Coverage. : lncludes Parts and Labor cost for repair of system hardware. Replacement of host cornputers every three years, at City's Discretion
(for this item, the City will pay for the host computers being replaced, based upon the
o Business Alerts with Real-Time Monitoring. . Set-up and configuration of Business Alertso lnstant e-mail notification of system alarms and issueso Automated reporting. Monitoring to identify potential problems and recommend solutions
Priority Status. Guaranteed 2-hour maximum response time. Training and e-Learning. Free access to online training program. local training of management staff, at City's request, not to exceed three
(3) times a year
3. Regularly Scheduled On-Site Preventive Maintenance and Repairs
Preventative Maintenance. This service shall consist of furnishing labor and materials as
required, regular examinations, adjustments and lubrication for keeping equipment in
proper working order.
Repairs. Repairs of malfunctions of the equipment, including all parts and labor,
including travel to and from the address and subject to the performance standards set
forth in Exhibit A-3.
With respect to preventative maintenance and repairs, the following shall apply:
A. Equipment Quarterly inspection - Each garage will receive scheduled
quarterly equipment inspection for proper operation, lubrication and
calibration and worn parts will be replaced.
27
32
B. All work shall be performed by competent employees, and shall include
emergency 24-hour call back service, and further subject to the performance
standards set forth in Exhibit A-3.C. Emergency service shall be prompt, not exceeding a 2-hour response
time and further subject to the performance standards set forth in Attachment D.D. Parts and labor for the repair of lane devices designed to minimize
operation downtime.E. Parts and labor for the repair of equipment, including lane devices, shall
be designed to minimize operation downtime. Only genuine parts and supplies
shall be used in manufacture and installation of the original equipment and
replacement parts, as may be needed during the term of the Agreement.F. Exchange Parts - Certain component parts, including, but not limited to,
circuit boards and control units, will be serviced on an exchange basis to
minimize equipment downtime. Loaner equipment for non-exchangeable
components will be provided at no extra cost.G. Unauthorized Repairs - Contractor is not responsible for any repair work
performed by non-Contractor personnelwithout the express written consent of
Contractor. Any work required to correct unauthorized repairs will be invoiced at
Contractor's applicable labor rates.H. Age/Excessive Use - lf any piece of equipment will no longer perform
satisfactorily due to condition, age or excessive use, Contractor will overhaul or
replace the unit.
4. Software Support
Agreement covers support of the software via telephone or e-mail 24 hours per
day/seven days a week subject to the following:
A. Updates: City will receive all commercially released software updates
applicable to the system at no additional cost. Updates are identified by an increase in
the digit(s) to the right of the last decimal in the model number of the software.B. Technical Support: Technical experts will provide unlimited assistance to
City with operational questions, troubleshooting and general how to questions. City will
provide Contractor with a phone line for a dial-in-connection to the software if the
customer is using credit card processing a second phone line for testing the system.C. This service will include reprogramming of software due to rate or time
changes, power outages, data loss or corruption.D. This service will include repair of malfunctions resulting from electrical
power surges or power failure.E. Continuing Education: City will receive email invitations to the
Contractor's Web conferencing and real-time interactive software demonstrations
sessions along with access to Contractor's secure customer website and all applicable
newsletters and technical bulletins.
28
33
EXHIBIT A.3
PERFORMANCE STANDARDS
This section defines requirements for minimum performance levels for the Maintenance and
Service Program. Written notifications under this section may be provided in electronic form.
A Maintenance and Service Program payments shall be made monthly to the Contractor.
B Each month, within fifteen (15) days following the end of a month, Contractor and City
staff shall meet to review the System performance and Contractor's maintenance staff
performance results for the prior month. Minutes of these meetings shall become part of
the permanent Contract file and shall be available to the Performance Bond lnsurance
Company throughout the Maintenance and Service Program Term, if requested.
C The City shall review the System performance and the Contractor's performance based on
,,'' ,,, th€ standards outlined below for Preventative Maintenance (PM) and Repair Services
Maintenance (RS).
D The Contractor shall submit monthly invoices that itemize the total invoice cost into
scheduled.PM task effort (set amount each month) and RS response effort (amount will
vary based on act0al effort performed each month)
E PreventativeMaintenancePerformanceRequirements:
1. The Contractor shall provide a detailed report of the maintenance items
performed in each visit to each location. This report shall be accepted by the City
supervisor at the end of each visit. The report shall provide a means of tracking
the preventative maintenance tasks performed.
2. ,,r 'b Contractor shall complete no less than ninety-eight percent (98%) of all
Preventative Maintenance schedule_cl during the rrionin niseO on'a schedule
previously provided by Contractor. Percentages shall be calculated on the total
number of Preventative Maintenance tasks scheduled for just that month and the
total number of Preventative Maintenance tasks fully completed in the month even
if the scheduled maintenance is a monthly, quarterly, or annual maintenance
requirement. Partial completion of a scheduled Preventative Maintenance item
shall not meet this requirement and shall not meet the City's standards of fully
completed. Any month that falls below this level shall require a written justification
from the Contractor and with measures implemented to assure City staff that
performance will improve. For each percentage point below ninety-eight percent
(98%) of total scheduled maintenance tasks that the Contractor does not complete,
the Contractor's monthly invoice amount shall be reduced by five percent (5%). A
percentage of ninety (90%) or below, without written justification accepted by the
City, may be considered reason for default under the Agreement.
3. Factors beyond the control of the Contractor, such as unexpected delays in parts,
delays due to accidents or damage created at no fault of the Contractor, severe
weather and unusual traffic volume during the holiday seasons shall be
thoroughly documented in the Maintenance work order system and reported to
the City the next business day. The City retains the right to determine if the non-
performance was beyond the Contractor's control and is a valid reason for non-
performance.
29
34
2.
Repair Service Maintenance and System Performance Requirements
1.The Contractor shall provide three methods of notification to be used for repair
contact information. The methods of notification shall provide a means of tracking
the date and time the message was delivered. Examples of some documented
communication include online customer portal, cell phone, and email. The time of
arrival shall be documented by the technician's access to the garage by an
access card or QR/bar code. Completion time of the repair work shall have
written confirmation by a City supervisor.
The Contractor shall respond in accordance with the two (2) hour response times
defined in this lnvitation to Negotiate (lTN). Performance shall be calculated as
the number of response calls returned to the City within the response time,
divided by the total number of response calls for the month. For each percentage
point (below 98%) of total repair maintenance calls that the Contractor does not
respond to within two (2) hours, the Contractor's monthly invoice shall be reduced
by five percent (5%) of the amount.
A percentage of ninety (90%) or below, without written justification accepted bythe
City, may be considered reason for default of contract.
Any repair items that result in a reduction in the level of service or operation,
including but not limited to, lane closures, inoperable payment devices, etc.
shall be considered ciitical repair items. Resolution of any critical repair items
within four (4) hours after notification ie required in all situations. A temporary
solution is acceptable in the event replacement parts are not available in
inventory. Penalties for non-compliance will be assessed.according to the following
table, unless the City agrees that there were factors beyond the Contractor'i
3.
control that them from completing the work
Completion time
of reoair
Penalty per
fspair
0 to 4 hours
4 to 6 hours
6 to 24 hours
24 to 36 hours
36 to 48 hours
48 to 72 hours
N/A
$50.00
$100.00
$150.00
$200.00
$250.00
within the time specified:
Any work exceeding 72 hours, without written justification accepted by the City,
may be considered reason for default of contract.5. Factors beyond the control of the Contractor, such as unexpected delays in
parts, accidents, severe weather, and unusual traffic, shall be thoroughly
documented in the Maintenance work order system and reported to the City the
next business day. The City may grant relief for the service hour requirement
after reviewing these factors. The City shall cooperate with the Contractor to fully
explore any concerns regarding service and performance standards.6. The City shall notify the Contractor in writing of performance problems with
respect to the service standards within twenty (20) days after the end of each
month based on the performance reports from the maintenance tracking system.
30
35
7. The Contractor shall be given thirty (30) days from receipt of notification to
take corrective actions with respect to the problem identified by the City or
request relief.
31
36
EXHIBIT B
PERFORMANCE AND MILESTONE TIMELINE
FOR INSTALLATION OF INITIAL GARAGES
32
37
38
39
40
41
EXHIBlT C
COST PROPOSAL SHEET
33
42
EXHIB]T C
tTN 2014-170-SW
NOTE: Solution offered by SKIDATA includes an integration of EMV (Europay MasterCard and Visa) payment terminals in all of the exit
payment devices and Pay on Foot machines.
Respondent shall provide pricing for the PRCS elements listed in the following form, to include the itemization as specified below. PRCS
in this form are those that would be typically implemented to support the High Level PRCS Functional Requirements described in
lTN. This comparative price form is intended to facilitate the ITN evaluation process and does not necessarily reflect the PRCS
that will be implemented for Miami Beach facilities. Final PRCS order of goods and services will be tabulated and issued to the
PRCS Vendor for final pricing.
Vll. EQUIPMENT COST (delivered)
Access Card Reader 1 $ 347.00
Citv lD Reader 1 lncluded
QR Code/Barcode Reader 1 $ 1.210.00
tsarner Gat€$ 2.E33.00
Lane oDen/closed siqr 1 s 759.00
LooF 1 $ 579.00
ilcKer t ursler - Magneuc Jrnpe - DJ,uco.uL s
Ticket Burster - QR/Barcode s 8.908.00
Pin Camera at Burster/Reader Leve 1 $ 1,000.00
Basic lnstallatior 1 s 1.500.00
Sub.Total Entrance Lane - EACl,l s 17.136.00
G1 - 7th Street Garaqe 1 s 17.136.00
G2 - 12lh Street Garaq€1 $ 17,136.00
G3 - 13th Street Garaqc 1 $ 17.136.00
G4 - 16th Street GarE 1 $ 17.136.00
G5 - 17th Street Garaqe s 85.680.00
G6 - 42nd Street Garaq€2 s 34.272.OrJ
G7 - Citv Hall Garaq€I $ 17,136.00
G8 - sth & Alton Garaoc $ 34.272.00
G9 - Pennsylania Avenue Garage s 51.408.00
G10 - Sunset Harbor Garaqe 1 $ 17,136.00
Access Card Reader 1 $ 347.00
City lD Readet 1 lncluded
QR CodeiBarCode Reader 1 $ 1 ,210.00
Barrier Gat€1 $ 2.833.00
Lane open/closed siqr s 759.00
Loor 1 $ 579.00
Maqentic Stripe Reade 1 lncluded
Pay in Lane with credit card ONLY optior 1 s 13.309.00
Validation in-lane statior
(with intercom, CCW, and access control to remotell
verifu credentials from central cashier station'1 $ 4.689.00
Basic lnstallatior 1 s 1.500.00
Sub-Total Exlt Lane - EACI'3 25.22A.OO
G1 - 7th Street Garaqr 1 $ 25,226.00
G2 - 12tn SIreeI Uarao(1 $ 25.226.00
G3 - 13th Street Garao(1 s 25.226.OO
G4 - 16th Street Garaq(1 s 25.226.OO
G5 - 17th Street Garaqr $ 100,904.00
G6 - 4ZnO Slreel Uarao($ 50.452.00
G7 - City Hall Garag(1 s 25.226.OO
G8 - sth & Alton Garaq(s 75.678.00
G9 - Pennsylania Avenue Garaqr $ 50,452.00
G10 - Sunset Harbor Garao(1 $ 25.226.00
rTN 2014-170-SW Page 1 ot 6 o9128t2015
43
Access Card Reader $ 694.00
City lD Reader 2 lncluded
QR Code/BarCode Readet 2 $ 2,420.00
Barrier Gat€2 $ 5.666.00
Lane ooen/closed sior 2 $ 1 .518.00
Loor 1 s 1.158.00
Ticket Burster - Maonetic Strioe - $3.053.0C 1 s
Ticket Burster - QR/Barcod€1 $ 8,908.00
Pin Camera at Burster/Reader Leve 1 s 1.000.00
Maqentic Stripe Readet 1
Pav in Lane with credit card optior s 13.309.00
Validation in-lane statior
(with intercom, CCTV, and access control to remotel)
verifo credentials from central cashier station,1 $ 4.689.00
Basic lnstallatior 1 s 3.000.00
Sub.Total Reverslsble Lane - EACF s 42.362.OO
G1 - 7th Street Garaqc 1 $ 42,362.00
G2 - 12th Street Gar€$
G3 - 13th Street Garaq(
G4 - 16th Street Garaq€s 84.724.00
G5 - 17th Street Garaqr $
G6 - 42nd Street Garao(
G7 - City Hall Garag(1 s 42.362.00
G8 - sth & Alton Garaq(q
G9 - Pennsvlania Avenue Garaq($ 84.724.00
G10 - Sunset Harbor Garao(1 s 42.362.00
Cash (Bills ONLY) and Credit Card APS 1 $ 33.266.00
NOTE: Provide cost for Bill
lnd Coin APS - however. cost
Cash (Bills and Coins) and Credit Card APs 1 $ 33,266.00
Basic lnstallation 1 $ 2.000.00
Sub-Total APS (cash/credlt card) - EACH s 35.266.00
G1 - 7th Street Garaq€4 s 14't.064.00
G2 - 12lh Street Garaq€1 $35,266.00
G3 - 13th Street Garao€2 $ 70.532.00
G4 - 16th Street Garag€4 $ 141.064.00
G5 - 17th Street Garao€s 246.862.00
G6 - 42nd Street Garaq€2 s 70 532.00
G7 - Citv Hall Garao€4 s 141.064.00
G8 - sth & Alton Garasc 6 $ 211.596.00
Gg - Pennsvlania Avenue Garaq€$ 176,330.00
G10 - Sunset Harbor Garao€€s 211.596.00
Credit Card Only APS 1 $ 16.931.00
Basic lnstallatlor s 2.000.00
Sub-Total APS (credit card) - EACF s ,t 8.93{.00
Gl - 7th Street Garaq($
G2 - 12th Street Gar.$
G3 - 13th Street Garaqe
G4 - 16th Street Garaqe s
G5 - 17th Street Garaqe $ 132,517.00
(j6 - 4ZnO litreet Garaoe 1 $ 18.931 .00
G7 - Cilv Hall Garaoe 4 $ 75.724.00
GB - sth & Alton Garaqe s
Gg - Pennsvlania Avenue Garao€$
G10 - Sunset Harbor Garaoe $
tTN 2014-170-SW Page 2 of 6 09DA12015
44
3 WorkStations with double
monitors total price
3 Desktop Command
Master Stations
Desktoo with double monitor 1 s '1 s00.00
lntercon 1 $ 484.00
Cashier Statior 1 $ 8,081.00
Basic lnstallatior 1 $ 1.500.00
Sub-Total GaraEe Office - EACH s 11.56s.00
G1 - 7th Street Garaq€1 $ 1 1,565.00
G2 - 12th Street Garaqe 1 $ 1 1,565.00
G3 - 13th Street Garao€1 $ 1 1.565.00
G4 - 16th Street Gari 1 s '1't.565.00
G5 - 17th Street Gari 1 s 11.565.00
GO - 42nd Street Garaq€s 1 1.565.00
G7 - Citv Hall Garaq€I $ 1 1,565.00
G8 - sth & Alton Garaqe 1 $ 11.565.00
G9 - Pennsylania Avenue Gari 1 s 11.565.00
G10 - Sunset Harbor Garaq€1 $ 11,56s.00
Desktop with double monitor 3 $ 4.500.00
lntercor 3 s 1.452.00
Basic lnstallatior 1 $ 1.500.00
Vll. TOTAL EQUIPMENT COST (delivered)
A. Lanes; B. APS; C. Central Station $ 2,830,004.00
VIII. ADDITIONAL INSTALLATION COST
Please specify any garage specific additional installation costs based on your site visit findings. NOT INCLUD|NG THE
REMOVAL OF THE EXISTING EQUIPMENT. Provide a detailed description of what the cost includes seperatetly.
NOTE: SKIDATA will be
replacing existing wiring
and pulling Cat5e cable
from the local (garage) lT
network server room to all
lane devices and APM
machines. ln some cases
fiberwill be utilized
deoendino on distance.
Gl - 7th Street Garaoc s 1 1.270.00
Please attach
supporting back-up
documentation
under separate
cover.
G2 - 121h Street Garaq€$ 4.226.00
G3 - 13th Street Garao€s 5.635.00
G4 - 'l6th Street Garaq€$ 14.087.00
G5 - 17th Street Garaqe $ 32,401.00
G6 - 42nd Street Garaqe $ 9,861.00
G7 - Citv Hall Garao€$ 16.905.00
G8 - sth & Alton GarE $ 15.496.00
G9 - Pennsvlania Avenue Garagc s 19 693.00
G10 - Sunset Harbor Garaq€$ 14,176.00
VII!. TOTAL ADDITIONAL INSTALLATION COST $ 143,750.00
tTN 2014-17GSW Page 3 of 6
45
Please provide the cost for independently operated garages with central management capabilities including software. Specificy if
there is a limit in the number of user accounts. Also provide the cost for the addition of garages (per garage). Attach any
additional documentation needed to explain your software/server fees.
One Time software cost
G1 - 7th Street Garaqe
G2 -'l2ln Street Garaqe
G3 - 13th Street Garaq€
G4 - t6th Street Garao€
G5 - 17th Street Garao€
G6 - 42nd Street Garao€
G7 - CiW Hall Garaq€
G8 - sth & Alton Garaq€
G9 - Pennsvlania Avenue Garaq€
G10 - Sunset Harbor Garaq€
Central Statior $ 331.579.00
For connection License and
MS CAL licenses. For
locations not at garages or
central command
lost for additional Garages (per garage)
f,ne time for new equipment: $'l ,100 for Entry/Exit Column
83520 for POF (Easv.Cash), $1,550 for POF(Credit.cash)
Device license fee
rnlv NOTE: this section is not
included in the total for
lX. Total Software Cost.
\Iaximum Number of User accounts (if anv)None
3ost for additional users s 't.534.00
!X. TOTAL SOFTWARE COST $331,579.00
X. EXISTING EQUIPMENT
G1 - 7th Street Garao(s 1.400.00 NOTE: cost quoted needs
to include the removal and
disposal of the existing
equipment. Vendor must
comply with handling and
disposal safety
requirements.
The City will not provide a
storage location or
dumpster for equipment.
G2 - 12lh Street Garao€s 500.00
G3 - 13th Street Garaq($700.00
G4 - 16th Street Garaqe $ 1,700.00
G5 - 17th Street Garao($ 4.150.00
GO - 42nd Street Garaqr s 1.200.00
G7 - Citv Hall Garaqr s 2.200.00
G8 - sth & Alton Garaq($ 1.950.00
G9 - Pennsvlanra Avenue Garaq(s 2.050.00
G10 - Sunset Harbor Garao€$ 1.650.00
G1 - 7th Street Garaqe $ 5.000.00
NOTE: rebate/purchase
amount is applied as
negative (credit) in the
total below for Section X.
Total Existing
Equipment.
G2 - 12lh Street Garaoe s 5.000.00
G3 - 13th Street Garaqe $ 5,000.00
G4 - 16th Street Garaqe $ 5.000.00
G5 - 17th Street Garao€$ 5.000.00
GO - 42nd Street Garag€s 5.000.00
G7 - Citv Hall Garaq€$ 5,000.00
(itt - 5tn & Atron (irri $ 5.000.00
Gg - Pennsvlania Avenue Garao€s 5.000.00
G10 - Sunset Harbor Garaqe s 5.000.00
X. TOTAL EXISTING EQUIPMENT
A. Removal Cost; B. Rebate/Purchase $(32,500.00)
rTN 201+170-SW Page 4 of 6 09D8t2015
46
XI. MAINTENANCE COST
Provide cost proposal for maintenance to include 2 hour response time for on-site technician, 24 hour help desk technical
assistance and on-site cabinet with replacement parts.
Next day delivery of replacement parts. - Complete the "XI-MAINTENANCE" tab with yearly costs.
Gl - 7th Street Garagel $ 244.962.46
Complete
XI-MAINTENANCE
tab
G2 - 12lh Street Garag€$ 84.217.46
G3 - 13th Street Garaq€s 't 16.366.46
G4 - 16th Street Garaq€s 309.261.46
G5 - 17th Street Garao($ 727,197.46
G6 - 42nd Street Garag($ 212.811.46
G7 - Citv Hall Garas(s 373.558.46
G8 - sth & Alton Garaq€s 34't.409.46
G9 - Pennsylania Avenue Gara $ 437,201.46
G10 - Sunset Harbor Garaqe $ 31 1.280.46
xt. MAINTENANCE COST - (10 YEARS) - TOTAL $ 3, 1 58,266.56
Please list any other items not included in this cost proposal sheet that is required to meet the specifications and functionality
included herein. NOTE: City will pay for g[9,! permit costs.
Comments
One Time fee for all servers
used in project
Price for 1 lane (UPS)
One time fee for all
Commend VOIP server and
related hardware and
licenses
Annual fee for optional
REMCO remote monitoring
and control
One time fee for project
One time cost for all
required folding arms (ADA)
Servers and all related hardware for FMS $ 75,588.00
Lane UPS (60 minutes) per lane ($3,916 x 42 lanes)$ 164.472.00
lntercom server and backend equipment $ 37,184.00
MerAPl monitoring and Alert system (annual fee incl in
.naint)s 5.400.00
Trainino of Personnel (8 Days)$12,000.00
lnstallation (Project
manaoement.materials.documentation,commisioninq)$ 54.925.00
barrier Flodinq Arms ($695 ea.) 18 Units required s 12.510.00
WEBKev Manaoed Svstem (annual fee vear 1 $ 9.500.00
ITEMS NOT
INCLUDED
IN TOTAL
WEBKey Managed System (annual fee maintenance
vears 2-10)$ 98.617.00
Pedestrian Alert signage (Per GarageX$1 ,349 x 10
oaraoes)$ 13,490.00
Lot Full Sionaoe ($473ea x 10 qaraqes)$ 4.730.00
o THER.TOTAL $ 362,079.00
rTN 2014-17GSW Page 5 of 6 o9t2at2015
47
TOTAL COST
Vlll. Additional lnstallation Cost
lX. Software Cost
X. Existing Equipment
Xl. Maintenance Cost
Other
$ 2,830,004.00
$ 143,750.00
$ 331,579.00
$ (32,500.00)
$ 3,158,266.56
$ 362,079.00
TOTAL COST PROPOSAL $ 6,7e3,178.56
Firm Name:
SKIDATA lnc.
Primary Account Represntative:
Stephan Sussman
print name
q/ -/'-*-r-
Date:
48
EXHIBIT D
INSURANCE REQUIREMENTS
34
49
g AAtAAdt*rAcLt
INS URANCE REQUIREM ENTS
The contractor shall furnish to Department of Procurement, City of Miami Beach, 1700
Convention Center Drive,3'o Floor, Miami Beach, 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 on a comprehensive basis, including
Contractual Liability, Products/Completed Operations, in an amount not
less than $1,000,000 combined single limit per occurrence for bodily injury
and proper'ry 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.
D. lnstallation Floater lnsurance including coverage for material &
equipment to be installed during the course of this project. City of Miami
Beach shall be included as a Named lnsured on this policy, as its
insurable interest may appear. This policy shall remain in force until
acceptance of the project by the City.
All deductibles for insurance required in the Agreement are the responsibility of the
Contractor.
The insurance coverage required shall include those classifications, as listed in standard
Iiability insurance manuals, which most nearly reflect the operations of the vendor.
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 "B" as to management, and no
less than "Class V" as to linancial 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
ITN 20 I 4- I TOSW Enhoncemenrs to Crty Porking Goroge Revenue Control System
50
The company must hold a valid Florida Certilicate 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.
CERTIFIC.ATE HOLDER MUST READ:
CITY OF MIAMI BEACH
17OO CONVENTION CENTER DRIVE
3'd 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.
ITN 20 i4.l/GSW Enhoncemenls to City Porking Goroge Revenue Conlrol Syslem
51
EXHIBIT E
SKIDATA SOFTWARE LICENSE
35
52
SKIDATA SOFTWARE LICENSE
The following terms govern your use of certain SKIDATA software that is being licensed to you by SKIDATA AG ("SKIDATA"), an Austrian
corporation, with an address of Untersbergstrasse 40 A-5083 Grodig/Salzburg Austria (SKIDATA and you are hereafter collectively referred
to as the "Parties," each a "Pafi"), These terms also apply to any software updates, supplements and support services that you may
obtain from SKIDATA. By signing the document below, signing the acknowledgement that was sent with these terms, or by using the
software that is identified in the purchase order ("Software") and further described in the Software Fact Sheet you have accepted ("Fact
Sheet"), you accept these terms and the Agreement as a whole. lf you do not accept these terms, do not use the Software.
ln addition, the Parties acknowledge and agree that your obligations hereunder are in consideration of SKIDATA's extension of the right to
you to use the Software as set forth within this Agreement, and you acknowledge the receipt, adequacy and legal sufficiency of that
consideration by SKIDATA.
Tne Lrceruse
o You are granted a non-exclusive, nontransferable (unless authorized by SKIDATA which will not be unreasonably withheld),
conditionally revocable, limited license to use the Software in connection with SKIDATA products and systems for your business activities
as they have been described to SKIDATA ("License") as follows: you may use one single copy and one back-up copy, which is to be for
solely back-up and/or archival purposes, of the Software at a single location ("Device"). You must purchase a sufficient number of Software
licenses corresponding to the number of Devices. The Software may only be used with compatible hardware and software as identified in
the respective Software Fact Sheet you have accepted that describes the software functionality and system requirement ("Fact Sheet").
o While you may own the disk or other physical media upon which the Software is recorded or fixed, SKIDATA retains ownership of
the Software itself and all trademarks, copyrights, patent, trade secret, and other intellectual property proprietary rights therein. Nothing
herein shall provide you with any right, title or interest in the Software other than pursuant to the limited License being granted. You
promise not to do anything inconsistent with SKIDATA's ownership of the Software and shall not claim adversely to SKIDATA, or assist any
third-party in attempting to claim adversely to SKIDATA, such ownership.
TRmsRcrrorus THRoucH AurHoRrzED DrsrRtBUToR
o The License may be provided to you through one of SKIDATA's authorized, third-party distributors ("Authorized Distributo/').
You acknowledge that you are not a third party beneficiary of any separate agreement between SKIDATA and the Authorized Distributor
with respect to the Software. You will make suitable arrangements directly with the Authorized Distributor for the ordering and/or delivery of
the Software.
o Moreover, in the event that the License is obtained through an Authorized Distributor, you agree to pay the fee associated with the
license of the Software ("License Fee") to that Authorized Distributor. Notwithstanding the foregoing, you agree to direct all payments
directly to SKIDATA upon SKIDATA's written request.
License Fee
. SKIDATA shall be entitled to receive from you a non-recurring or a recurring license fee for the granting of the license. The
amount of payment for such license fee is stipulated in a separate contract between the Parties. Unless otherwise agreed upon in writing
recurring license fee shall mean annual fee payable for one year in advance and are due upon the effective date of the separate contract
between the Parties.
o SKIDATA is entitled to reasonably adjust recurring license fees annually. Any reimbursement of already paid license fees or
any adjustment of due license fees in case of termination is excluded,
Page 1 of 5
Version License 01-01-201 1
53
YoU RESPONSIBILITIES
. You covenant and agree to comply skictly with all E.U. and U.S. export control laws and/or export or import regulations in other
countries that are applicable to the Software and obtain all licenses to export, re-export or import the Software.
o You hereby grant to SKIDATA or any representative it authorizes, the right to examine your systems, computers, books, records
and accounts during normal business hours. Where such audit discloses that the permitted number of Devices is exceeded, you will
promptly pay SKIDATA the appropriate License Fee for the additional Devices,
. You shall not sublicense, transfer any of the rights to the Software. This license is conditionally assignable as authorized by
SKIDATA which will not be unreasonably withheld.
o You acknowledge that SKIDATA has invested and will continue to invest significant time and money in the development and
promotion of its products and services, which has and will continue to result in the generation of proprietary, confidential and/or trade
secret information and materials, tangible and intangible, which properly belong to SKIDATA, or as to which SKIDATA has the right to
utilize on a confidential basis. All such information that you learn relating to the Sofhrvare shall be deemed as trade secret information. You
covenant and agree to perpetually hold all trade secret information in strict confidence and in trust. You shall not use, or disclose to any
third parties, any hade secret information other than as expressly permitted herein. You will not yourself, nor will you allow any third party
to: (a) reverse engineer, decompile, disassemble or otherwise reduce the Software to any human perceivable form; (b) modify, adapt,
translate or create derivative works based upon the Software, the written materials accompanying the Software, or any part thereof; (c)
combine the Software with any kind of open-source-software; (d) use or permit the Software to be used for or in a third party product ; or
(e) make or use any copies of the Software, even if the Software has been merged or included with other software, or any accompanying
materials for any purpose other than as provided in this Agreement. lf you create a back-up copy in accordance with the provisions herein,
you shall (a) include all copyright notices and/or proprietary notices that are affixed to or appearing in the original copy; and (b) shall
provide SKIDATA with immediate written notice of the same.
Use of the Software may be subject to third party and regulatory requirements. lt is solely your responsibility to determine what of
these apply to you and ensuring that you are complying with those requirements.
o Your obligations under this section shall survive termination of this Agreement.
MAINTENANCE, UPDATES AND UPGRADES
o SKIDATA may provide you with Software updates, including without limitation, any compatible hardware, service packs, hot fixes,
patches, installation, setup, and maintenance services as they become available, or as necessary to comply with applicable laws,
regulations and/or compliance requirements, including without limitation, security and operational standards issued by the ISO or the PCI
Security Standards Council, LLC (collectively, the "Updates"). SKIDATA may provide Updates to you, but shall not be obligated to do so.
Updates of the Software may be subject to changed system requirements and may require the installation of preceding Updates, third party
components and/or additional changed hardware. While nothing herein shall obligate you to install any Updates, you acknowledge and
agree that your failure or refusal to do so will be at YOUR OWN RISK. By not installing an Update, you may risk the security and operation
of your Software and related systems, and may violate third party licenses and/or legal regulations and laws by not installing the Update.
You may also void any warranties that have been offered on the systems with which the Update-related Software is being utilized.
SKIDATA shall not be liable for any loss relating to this, and you waive and release all of the SKIDATA Parties (as defined below) from any
and all damages that you may incur relating thereto.
. ln addition, SKIDATA or your Authorized Distributor may, from time to time, offer and/or provide you with upgrades to the
Software, including new releases or versions of the cunent or then-current Software (collectively, "Upgrades"), as they become available.
SKIDATA or the Authorized Distributor may charge additional fees for such Upgrades. As the purchase of such Upgrades is not covered
by this Agreement, the purchase of such Upgrades must first be agreed upon in separate agreements between SKIDATA or your
Authorized Distributor and you. Nothing herein shall obligate SKIDATA to provide you with any Upgrades. ln addition, nothing herein shall
Page 2 of 5
Version License 01 -01 -201 1
54
obligate you to install such Upgrades. Nevertheless, you acknowledge that, in accordance with the respective release planning, older
versions of the Software may not be supported after a certain period of time.
o You acknowledge that SKIDATA is entitled to reduce or in further consequences abandon single software functionalities in case
of your non-payment of the recurring license fee.
o ln the event of recuning license fees, no automatically renewal of the license period of single software functionalities is agreed.
You acknowledge that such renewal is solely in your scope of responsibilities. Although SKIDATA attempts to inform you about the
expiration of your license, you acknowledge that SKIDATA has no obligation to do so and that a lack of information does not entitle you to
any claims or remedies whatsoever.
o You acknowledge that license models can change after an upgrade. Especially, but not limlted to, SKIDATA may be entitled to
invoice recurring license fee instead of non-recurring license fees.
o lf SKIDATA does provide you with Updates or Upgrades without your agreement to purchase those Upgrades, this Agreement
shall be extended to them unless a newer version of this Agreement is applicable to such Upgrade or Update in which case the newer
version will be delivered to you and shall be binding upon you as it relates to that Upgrade or Update.
DtscurueR oF ALL WARRANTTES
o THE SOFTWARE lS PROVIDED 'AS lS,' SKIDATA SPECIFICALLY DISCLAIMS ANY AND ALL WARRANTIES AND/OR
CONDITIONS, EXPRESS OR IMPLIED, WITH RESPECT TO THE SOFTWARE AND ANY UPDATES AND/OR UPGRADES TO THE
SOFTWARE INCLUDING BUT NOT LIMITED TO ANY WARRANTY AS TO THE DESIGN, FUNTIONALITY OR UTILITY OF THE
SOFTWARE, UPDATES AND/OR UPGRADES, THAT THE SOFTWARE, UPDATES AND/OR UPGRADES WILL PERFORM IN
ACCORDANCE WITH THEIR SPECIFICATIONS AND THAT THE SOFTWARE, UPDATES AND/OR UPGRADES WILL OPERATE
UNINTERRUPTED OR ERROR-FREE. SKIDATA ALSO DISCLAIMS ANY AND ALL WARRANTIES OF MERCHANTIBILITY OR FITNESS
FOR A PARTICULAR PURPOSE, EVEN IF SKIDATA HAS BEEN INFORMED OF SUCH PURPOSE. NO AGENT, AFFILIATE OR
REPRESENTATIVE OF SKIDATA IS AUTHORIZED TO ALTER OR EXCEED THE WARRANTY OBLIGATIONS OF SKIDATA AS SET
FORTH HEREIN. FURTHERMORE, YOU SPECIFICALLY ACKNOWLEDGE AND AGREE THAT ANY AND ALL WARRANTIES PROVIDED
WITH RESPECT TO THE SOFTWARE, UPDATES AND/OR UPGRADES, IF ANY, ARE PROVIDED BY THE DISTRIBUTOR, RESELLER
AND/OR OTHER THIRD PARTY. SOME JURISDICTIONS DO NOT ALLOW THE EXCLUSION OF EXPRESS OR IMPLIED WARRANTIES,
SO THE ABOVE EXCLUSION MAY NOT APPLY TO YOU. IN THAT EVENT, SUCH WARRANTIES ARE LIMITED IN DURATION TO THE
MINIMUM AMOUNT OF TIME AS PERMITTED BY LAW FROM THE DATE OF SHIPMENT OF THE SOFTWARE FROM SKIDATA. NO
WARMNTIES APPLY AFTER THAT PERIOD.
LrMtrATtoN oF LnBrLrrY
. To the fullest extent permitted by law, in the event that SKIDATA (a) breaches this Agreement; (b) breaches any limited warranty;
(c) otherwise fails to perform in accordance with this Agreement; or (d) otherwise commits wrongdoing giving a cause of action to you,
whether directly or indirectly related to this Agreement, the sole liability of the SKIDATA Parties (as defined herein), and your exclusive
remedy, shall be limited to the amount (s) stipulated in the PARCS Agreement Between The City of Miami Beach and SKIDATA, lnc.
pursuant to ITN 2014-170-SW and Section 8" of that Agreement.
. Except where specifically required by law, in no event shall the SKIDATA Parties be liable for any indirect, special, punitive,
exemplary, incidental and/or consequential damages of any kind (including, but not limited to, lost profits) whether based in contract, tort,
strict liability or otherwise which arises out of or is any way connected with any use of the Software or this Agreement including, without
limitation, any identification of, or refenal to, any products sold or licensed hereunder, including, without limitation, Software, as PCI SSC
Approved, or the cancellation, revocation or suspension of any such approval.
TERM AND TERIT,IIIUTIOI.I
o This Agreement is effective until terminated. You may freely terminate this Agreement, which shall be effective upon written
notice to SKIDATA or your Authorized Distributor of the same. SKIDATA may terminate this Agreement, in the event that you are in breach
of the terms and conditions of this Agreement or any other agreement that you have with SKIDATA, your Authorized Distributor or any of
the other SKIDATA Parties (as defined below). Such termination shall be effective immediately upon issuing written notice to you of the
same. lmmediately upon termination, you shall (a) immediately discontinue use of the Software; (b) destroy or return to SKIDATA all
copies of the Software in whatever form they exists, including all back-up copies; and (c) certify in writing to SKIDATA within ten (10) days
Page 3 of 5
Version License 01-01-201 1
55
thereafter that all copies have been returned or destroyed. lmmediately upon termination, all rights and licenses granted to you hereunder
shall immediately cease and terminate.
. The non-payment of the recurring license fee may lead to a limitation of software functionalities and to a premature expiration of
the license term.
DISPUTE RESOLUTION
The following shall apply if the Software was delivered to you in the United States of America:
. The Agreement shall be governed by the laws of the State of Florida. Each of the Partles hereby inevocably consents to submit
to the exclusive jurisdiction in the state courts of Florida, Miami-Dade County or, the United States Southern District Court.
The following shall apply if the Software was delivered to you in the European Union or any other country outside the United
States of America:
. The Parties may not institute a suit at law or equity regarding any dispute, whether directly or indirectly related or collateral to this
Agreement. All such claims or disputes, whether between or among the Parties, shall be submitted to binding arbitration under the
lnternational Chamber of Commerce, lnternational Court of Arbitration. However, notwithstanding the foregoing, either prior to, during or
after the arbitration process, any Party to this Agreement may institute a suit in equity for a temporary injunction (a) to preserve the status
quo; (b) to enjoin a breach or threatened breach of this Agreement; (c) to obtain speciflc performance; (d) to compel the arbitration or
further its purposes and/or enforce a settlement or award or such arbitration; and/or (e) for any other equitable relief.
ln the event that you have been provided with a translation of the English version of this Agreement, you agree that the hanslation is
being provided for your convenience only and that the English version of this Agreement will govern. Without limitation, if there is any
contradiction between what the English language version of this Agreement says and what a kanslation says, the English language version
shall take precedence.
luoeururrrcRttott
o ln the event of a claim against SKIDATA, its parent companies, subsidiaries, affiliates, other related entities and Authorized
Distributors and their respective, shareholders, members, directors, officers, employees, contractors, vendors, clients, manufacturers,
agents, attorneys and representatives (collectively, the "SKIDATA Parties") by a third party relating, directly or indirectly, in whole or in
part, to your act or omission, you shall indemnify and hold the SKIDATA Parties harmless as to any claim or other liability for any act or
omission asserted against any of them. Your obligations under this section shall survive the termination of this Agreement.
MIScELLANEOUS
o The Parties hereby acknowledge and agree that this Agreement is intended to be for the benefit of the SKIDATA Parties ("Third
Party Beneficiary). ln that regard, the Third Party Beneficiary shall have the same rights and remedies as those provided to the
signatories of this Agreement including, without limitation, the right to bring a suit at law or equity with respect to any remedy, claim, liability,
reimbursement and/or cause of action arising or relating to this Agreement.
o You acknowledge that monetary relief would not be adequate remedy for your breach or threatened breach of this Agreement.
You therefore agree that in addition to other remedies available at law, in equity, or under this Agreement, SKIDATA shall be entitled to
obtain injunctive relief, to reskain such breach or threatened breach.
o lf this Agreement is breached by you, you agree to pay reasonable attorney fees and costs of the SKIDATA Parties, whether or
not resulting in institution of proceedings, directly or indirectly relating to the enforcement of this Agreement.
. ln the event of breach of this Agreement the breaching Party shall have Thirty (30) days to remedy said breach.
. You acknowledge that this Agreement embodies the entire understanding between you and SKIDATA, and supersedes all prior
agreements or understandings, written or oral. Neither this Agreement, nor its execution, has been induced by any reliance, representation,
stipulation, warranty or understanding of any kind other than those expressed herein. No course of dealing or failure by either party to
Page 4 of 5
Version License 01-01-2011
56
enforce any term hereof shall operate as a waiver. ln the event any provision of this Agreement is deemed invalid the balance of it shall
remain in full force and effect. You covenant and agree to execute and deliver to SKIDATA any additional written assurances and perform all
further acts as may be requested by SKIDATA for the purpose of effectuating the intent of this Agreement. This Agreement is binding on,
and will inure to the benefit of, the named signatories and their respective legal representatives, heirs, successors in interest and assigns.
SKIDATA may assign its rights and obligations and/or subcontract or otherwise delegate some or all of its obligations hereunder with
advance notice to you and agreement which will not be unreasonably withheld. You may not assign or delegate any of your rights or
obligations under this Agreement except as otherwise provided herein. Any assignment in violation hereof shall be null and void. This
Agreement is not intended to be for the benefit of, and shall not be enforceable by any unaffiliated third party, except as may be specifically
provided herein. The recitals set forth above and the documents refened hereto are incorporated by reference.
. You acknowledge that you have read this Agreement carefully, that you understand all of its terms, that you have had the
opportunity to review and discuss this Agreement with private independent legal counsel of your choosing, have not in any manner relied
upon SKIDATA's legal counsel for legal advice, and are fully satisfied that you have read the Agreement thoroughly, and acknowledge that
it is in your best interest to enter into it. You also acknowledge having asked any questions desired and clarified the meaning of all terms, if
any, the meaning of which you are not sure,
Not with standing anything to the contrary herein, pursuant to the agreement between the City of Miami Beach
(Customer or You) and Skidata, lnc. (SKIDATA) for the Design, Construction, lnstallation and Maintenance of a
Parking Garage Gated Revenue Control System (lTN 2014-170-SW), having an Etfective Dated of
(PARCS Agreement), Customer shall not pay for any of the software licences, software upgrades,
supplements or support services. Any conflict between this software agreement and the PARCS Agreement, the
PARCS Agreement shall govern.
Page 5 of 5
Version License 01-01-2011
57
58
COMMISSION ITEM SUMMARY
Condensed Title:
A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Accepting The
Written Recommendation Of Tte City Manager Regarding The Existence Of A Public Emergency And,
Accordingly, Waiving, By 5/7th Vote, The Cbmpetitive Bidding Requirement, Finding Furthei tnit fne
Best lnterest Of The City Would Be Served By Such Waiver, And Authorizing The City Manager Or His
Designee To Negotiate Amendment No. 2, To The Design-Build Agreement Between The City And
Lanzo Construction Co., Dated May 8, 2013, For The Sunset Harbour Pump Station Retrofit And
Drainage lmprovements Project; Said Amendment, ln The Not To Exceed Amount Of $7,080,844 ln
Total Construction Cost To Bring Purdy Avenue, West Avenue And 18th Street To A 3.7 Feet NAVD
Elevation, And To Replace The 2O-lnch Water Main Along Dade Boulevard From Alton Road To The
Bridge West Of Purdy Avenue; Further Authorizing The Mayor And City Clerk To Execute The
Completion Of Successful
lntended Outcome
Item Summa
rd Recommendation:
Financial
Ensure value and ti de of oualitv Caoital
Su Data (Surveys, Environmenta!etc.): N/A
At the Commission meeting held on September 2,2015, Commissioner Grieco requested a discussion
item on what it would cost to complete all of the construction in Sunset Harbour. Subsequently, Public
Works requested Lanzo to submit cost proposals to: 1) raise the roads to 3.7 Feet NAVD for the
remaining street improvements, which will include Purdy Avenue, West Avenue, and 18th Street in
Sunset Harbour, and 2) raise the roads to 3.7 NAVD for Sunset Drive from Alton Road to 20 Street.
replace the water main along 20 Street and convert Sunset Drive to a one-way street with diagonal
parking on both sides of the road; and 3) replace the existing cast iron 20-inch water main along Dade
Boulevard from Alton Road to the bridge west of Purdy Avenue. The total amount for the combined
design-build remaining street improvements and watermain replacement work is $8,514,446.
After scrutinizing the cost proposal received, concerns were raised with what appeared to be inflated
construction costs. The only way to reduce the project cost is to identify the risk and provide a cost
sharing method. Through negotiations, it was determined that the proposed cost would be reduced by
five percent (5%) which would be placed in a Contractor's Contingency line item.
An additional item was also identified as inflated: street lighting. lt was discussed that this number was
the result of higher quotes received for this job and there was a possibility that savings could be
achieved by performing the work with Lanzo crews instead of sub-contracting. There may also be cost
savings achieved if the City were to purchase the lights directly. Again through negotiations, the costs
associated with the street lighting will be removed from the base cost proposal and be added as an
allowance.
The Public Works Department recommends proceeding with work proposed to complete the remaining
work associated with the interior streets of Sunset Harbour for $5,516,206.96 which includes an
allowance for street lighting of $1,143,656.46 and a five percent (5%) contractor contingency of
$275,810.34 and the work proposed to replace the water main on Dade Boulevard for $920,924.08
which includes a 5% Contractor's Contingency of $46,046.20. The Public Works Department does not
recommend proceeding with the work associated with rebuilding Sunset Drive at this time.
The amount of the work for the recommended proposal is $6,437,131.04 and the Public Works
Department is recommending a ten percent (10%) construction contingency of $643,713
THE ADMINISTRATION RECOMMENDS ADOPTING THE RESOLUTION
N/A
Stormwater Bond Series 2015
Subject to the adoption of the FY 1 5/16 Capital
ext.6012
Clerk's Office
OrderNo4. Summary.docx
MIAMIBEACH,n
30 Meeting\PUBLIC
Asenda ttem R7 L
o^te-7-,jolT59
g MIAMIBEACH
City of Miomi Beoch, I200 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov
COMMISSI N MEMORANDUM
Mayor Philip Levine and Members oflthe City
Account Number
Stormwater Bond Series 2015
Subject to the adoption of the FY15/16 Capital Budget
FROM: Jimmy L. Morales, City Manager
DATE: September 30, 2015
SUBJECT: A RESOLUTION OF THE MAYORTAND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ACCEPTING THE WRITTEN RECOMMENDATION OF
THE CIry MANAGER REGARDING THE EXISTENCE OF A PUBLIC EMERGENCY
AND, ACGORDINGLY, WAIVING, BY 5/THS VOTE, THE COMPETTTIVE BIDDING
REQUIREMENT, FINDING FURTHER THAT THE BEST INTEREST OF THE CIry
WOULD BE SERVED BY SUCH WAIVER, AND AUTHORIZING THE CITY
MANAGER OR HIS DESIGNEE TO NEGOTIATE AMENDMENT NO. 2, TO THE
DESIGN.BUILD AGREEMENT BETWEEN THE CITY AND LANZO
CONSTRUCTION CO., DATED MAY 8,2013, FOR THE SUNSET HARBOUR PUMP
STATION RETROFIT AND DRAINAGE IMPROVEMENTS PROJECT; SAID
AMENDMENT, !N THE NOT TO EXCEED AMOUNT OF $7,080,844 IN TOTAL
CONSTRUGTION COST TO BRING PURDY AVENUE, WEST AVENUE AND 18TH
STREET TO A 3.7 FEET NAVD ELEVATION, AND TO REPLACE THE 2O.INCH
WATER MAIN ALONG DADE BOULEVARD FROM ALTON ROAD TO THE BRIDGE
WEST OF PURDY AVENUE; FURTHER AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE THE AMENDMENT, UPON COMPLETION OF SUCCESSFUL
NEGOTIAT!ONS.
ADMINISTRATION RECOMMEN DATION
The Administration recommends adopting the Resolution
FUNDING
MEMO #
TO:
Amount
$6,067,828
$1 ,013,016
$7,080,844
BACKGROUND
The City has a Design/Build contract agreement with Lanzo Construction Co. (Lanzo) for work
associated with the neighborhood improvements to be completed within the Sunset Harbour
Neighborhood including landscaping, lighting, water, sewer, drainage and paving, and the
retrofit of the three pump stations.
60
Commission Memorandum -Sunsef Harbour Pump Sfaflons lmprovements
Page 2 of 4
As part of the Design/Build contract, Lanzo is currently finalizing roadway work within 20th Street
between Purdy Avenue and West Avenue, including Bay Road between 18th and 20th Streets.
Also, the contractor will continue roadway work along 20th Street between West Avenue and
Sunset Drive. The Contractor has finalized stormwater and water improvements for the
neighborhood.
ln order to reduce the construction time impact to the City and residents for the completion of the
remaining improvements of the Project area via the Design/Build method, Lanzo was asked to
provide price proposals. Lanzo has invested a substantial amount of time and effort researching
every aspect of the Project. They have a working knowledge of the area, the community, and the
challenges lying ahead. The current Project team has also overseen several major capital
projects throughout the City. Most importantly, Lanzo is immediately available at this time, as
they are currently mobilized on the site, and are willing to work with the City to minimize the
impacts to the community.
At the Commission meeting held on September 2nd, Commissioner Grieco requested a
discussion item on what it would cost to complete all of the construction in Sunset Harbour. A
cost proposal had been received from Lanzo in May 2015 which was the basis of the discussion
of needing an additional $7.5 million inclusive of a contingency to complete the remaining work
in Sunset Harbour. At that meeting, Lanzo was requested to provide a value engineered
detailed cost proposal.
Subsequently, Public Works requested Lanzo to submit cost proposals to 1) raise the roads to
3.7 Feet NAVD for the remaining street improvements, which will include Purdy Avenue, West
Avenue, and 18th Street in Sunset Harbour, and 2) raise the roads to 3.7 NAVD for Sunset Drive
from Alton Road to 20 Street. Sunset Drive improvements will include roadway design and
construction, the replacement of the existing cast iron 2O-inch water main (constructed 1964 -
1973) along Sunset Drive and a segment of the existing cast iron 12-inch water main
(constructed 1964 - 1973) along 20 Street and convert Sunset Drive to a one-way street with
diagonal parking on both sides of the road.
As part of the above mentioned improvements, Public Works also requested a third proposal for
the replacement of the existing cast iron 20-inch water main (constructed 1974-1984) along
Dade Boulevard from Alton Road to the bridge west of Purdy Avenue. During the construction
and connection of the water main on Bay Road, the condition of the 20-inch water main along
Dade Boulevard was determined to be in extremely poor condition. With the pending work
associated with the construction of the West Avenue Bridge and the currently reduced traffic due
to the County project replacing the westerly bridge which connects to Miami, the optimal time to
replace this water main is now.
The total amount for the combined design-build remaining street improvements and watermain
replacement work is $8,514,446 (Attachments A, B, & C).
The above recommended project would absorb the majority of the delays attributed to the
procurement of the remaining work, keep the Contractor mobilized on-site; and only extend the
construction schedule nine (9) months bringing the new anticipated Project completion date to
July 2016.
61
Commission Memorandum -Sunsef Harbour Pump Sfations lmprovements
Page 3 of 4
COST ANALYSIS
Lanzo has reviewed the costs to complete the remaining work and has provided a revised cost
proposal in the amount of $5,516,206 (Attachment A) to complete the interior streets of Sunset
Harbour as defined above. This includes raising the roadway elevation, harmonizing the
sidewalk and driveways with abutting properties and street lighting.
The second proposal provided is for the Sunset Drive roadway improvements include roadway
design and construction, converting Sunset Drive to a one-way street and adding diagonal
parking on both sides of the road. The proposal for this work is $2,077,316 (Attachment B).
As detailed above, Public Works has also identified the need to replace existing water main
along Dade Boulevard. Lanzo provided a cost proposal to include the replacement of the 20-
inch water main along Dade Boulevard between Alton Road to the bridge west of Purdy
Avenue. The proposal for this work is $920,924 (Attachment C).
Therefore, the total cost to complete all of the pending construction work in the Sunset Harbour
Neighborhood is in the amount of $8,514,446.
After scrutinizing the cost proposal received, concerns were raised with what appeared to be
inflated construction costs. At a subsequent meeting with Lanzo, these concerns were put on
the table. The construction method is Design/Build. The higher cost was based on risk and the
experience with the previous work in Sunset Harbour with unknown underground utilities which
have caused project delays when the utility has been damaged or the necessary redesign and
alternate alignment of the proposed pipeline.
The only way to reduce the project cost is to identify the risk and provide a cost sharing method.
Through negotiations, it was determined that the proposed cost would be reduced by five
percent (5%) which would be placed in a Contractor's Contingency line item. This money would
only be paid to the contractor if a situation arose that could not have been anticipated during the
execution of the contract. For example, if a utility were discovered in the field that was not
identified in the as-built drawings which were relied upon to determine the proposed pipeline
alignment. Approval for payment would be required by Public Works.
An additional item was also identified as inflated: street lighting. lt was discussed that this
number was the result of higher quotes received for this job and there was a possibility that
savings could be achieved by performing the work with Lanzo crews instead of sub-contracting.
There may also be cost savings achieved if the City were to purchase the lights directly. Again
through negotiations, the costs associated with the street lighting will be removed from the base
cost proposal and be added as an allowance. Payment from this allowance will be to reimburse
Lanzo for sub-contractor costs plus a 15o/o markup or for Lanzo crew cost plus a 10o/o and 10o/o
markup for overhead and profit. These terms already exist in the contract.
The final item discussed was the entire cost proposal for Sunset Drive. This proposal was
admittedly above market value unit pricing due to the higher level of risk associated with the
construction. There is a fiber optic conduit in this area which had been inadvertently damaged
during construction on 20th Street. Negotiations did not result in sufficient cost reductions. A
reduction in a cost proposal cannot be achieved until additional construction design work can be
performed.
62
Commission Memorandum -Sunsef Harbour Pump Sfafions lmprovements
Page 4 of 4
The Public Works Department recommends proceeding with work proposed to complete the
remaining work associated with the interior streets of Sunset Harbour for $5,516,206.96 which
includes an allowance for street lighting of $1,143,656.46 and a five percent (5%) contractor
contingency of $275,810.34 and the work proposed to replace the water main on Dade
Boulevard for $920,924.08 which includes a 5% Contractor's Contingency of $46,046.20. The
Public Works Department does not recommend proceeding with the work associated with
rebuilding Sunset Drive at this time,
The cost proposals were requested and received at the request of the Commission due to the
demand of the neighborhood to complete all of the pending construction. The quickest method
to complete all of the pending construction would be to add it to the existing contract with Lanzo.
After extensive negotiations with Lanzo, it is the opinion of Public Works that going out to bid for
this construction would not necessarily yield a much lower price. The field of typical bidders to
past solicitations is small. The procurement process will also take several months and possibly
delay the overall neighborhood completion beyond the next King Tide cycle and the reopening
of the Venetian Causeway, which will result in additional traffic delays.
The amount of the work for the recommended proposals (Attachment A and Attachment C) is
$6,437,131.04 and the Public Works Department is recommending a ten percent (10o/o)
construction contingency of $643,71 3.
CONCLUSION
The Administration recommends adopting the resolution following the recommendation of the
Public Works Department.
Attachment A - Lanzo cost proposals Remaining Street lmprovements.
Attachment B - Lanzo cost proposals Sunset Drive lmprovements.
Attachment C - Lanzo cost proposals Dade Boulevard Water Main lmprovements.
JLM/MT/ETC/JJF/BAM
T:\AGENDA\201S\September\September 30 Meeting\PUBLIC WORKS\SUnset Harbour Pump Stations lmprovements Change Order No 4. Memo.doc
63
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMT BEAGH, FLORIDA, ACCEPTING THE WRITTEN RECOMMENDATION
OF THE CIry MANAGER REGARDING THE EXISTENCE OF A PUBLIC
EMERGENCY AND, ACGORDINGLY, WAIVING, BY SNth VOTE, THE
COMPETITIVE BIDDING REQUIREMENT, FINDING FURTHER THAT THE
BEST INTEREST OF THE CITY WOULD BE SERVED BY SUCH WAIVER;
AUTHORIZING THE CITY MANAGER OR HIS DESIGNEE TO NEGOTIATE
AMENDMENT NO. 2,TO THE DESIGN.BUILD AGREEMENT BETWEEN THE
CITY AND LANZO CONSTRUCTION CO., APPROVED PURSUANT TO
RESOLUTION NO. 2014-28765, FOR THE SUNSET HARBOUR PUMP
STATION RETROFIT AND DRAINAGE IMPROVEMENTS PROJECT; SAID
AMENDMENT, IN THE NOT TO EXCEED AMOUNT OF $7,080,844, TO BRING
PURDY AVENUE, WEST AVENUE, AND 18TH STREET TO A 3.7 FEET NAVD
ELEVATION, AND TO REPLACE THE 2O.INCH WATER MAIN ALONG DADE
BOULEVARD, FROM ALTON ROAD TO THE BRIDGE WEST OF PURDY
AVENUE; FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE THE AMENDMENT, UPON COMPLETION OF SUCCESSFUL
NEGOTIATIONS.
WHEREAS, the City has a Design/Build Agreement (Agreement), pursuant to Resolution
No.: 2014-28765 (approved December 2, 2014) with Lanzo Construction Co. (Lanzo) for the
Sunset Harbour Pump Station Retrofit and Drainage lmprovements Project; and
WHEREAS, as part of the Agreement, Lanzo is currently finalizing roadway work within
20th Street, between Purdy Avenue and West Avenue, including Bay Road, between 18th and
20th Streets, and will continue roadway work along 20th Street, between West Avenue and
Sunset Drive; and
WHEREAS , Lanzo has also finalized Stormwater improvements for the 18th Street area,
which addresses most of the remaining stormwater deficiencies in this neighborhood, and
WHEREAS, the Public Works Department requested Lanzo to submit cost proposals to
raise the roads to 3.7 Feet NAVD for the remaining street improvements, which will include
Purdy Avenue, West Avenue, and 18th Street in the Sunset Harbour Neighborhood; and
WHEREAS, the Public Works Department has also requested to include the
replacement of the existing 2O-inch water mains along Dade Boulevard, from Alton Road to the
bridge west of Purdy Avenue; and
WHEREAS, there will be a "King Tide" on October 28, 2015, that will impact Sunset
Harbour Neighborhood, as well as several additional astronomical high tides this Fall and Spring
that will also impact the area; and
WHEREAS, these conditions may result in flooding that may damage the construction
already being undertaken, and may result in private property damage that can be forestalled, if
all the necessary roadwork, including the installation of the 20 inch water main and elevation of
the streets along Sunset Harbor, is completed; and
64
WHEREAS, due to these exigent circumstances and the extreme weather conditions the
City Manager has concluded that the potential emergency conditions need to be addressed as
quickly as possible and, accordingly, the Manager recommends that the waiver of competition
bidding would be in the best interest of the City, in order to allow negotiations to proceed with
Lanzo, the City's contractor which is already "ramped up" and performing work in the area; and
WHEREAS, the total amount for the additional work required (design-build street
improvements and water main replacement) is estimated at $6,437,131, plus $643,710 in
contingency; for a total cost of $7,080,844: and
WHEREAS, as a result, the City Manager recommends that the Mayor and City
Commission approve Amendment No. 2, to the Agreement with Lanzo, which will include the
following: remaining street improvements for the Sunset Harbour Pump Station's Retrofit and
Drainage lmprovements Project and the water main replacement along Dade Boulevard.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION
OF THE Clry OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby
accept the written recommendation of the City Manager regarding the existence of a public
emergency and, accordingly, waiving, by 5/7th' vote, the competitive bidding requirement,
finding further that the best interest of the City would be served by such waiver; authorizing the
City Manager or his designee to negotiate Amendment No. 2, to the Design-Build Agreement
between the City and Lanzo Construction Co., approved pursuant to Resolution No. 2014-
28765, for the Sunset Harbour Pump Station Retrofit and Drainage lmprovements Project; said
Amendment, in the not to exceed amount of $7,080,844, to bring Purdy Avenue, West Avenue,
and 18th Street To a 3.7 feet NAVD elevation, and to replace the 2O-inch water main along Dade
Boulevard, from Alton Road to the bridge west of Purdy Avenue; further authorizing the Mayor
and City Clerk to execute the amendment, upon completion of successful negotiations.
PASSED and ADOPTED this
ATTEST:
2015.
PHILIP LEVINE, MAYOR
RALPH GRANADO, CITY CLERK
T:\AGENDA\20'1S\SeptembeASeptember 30 Meeting\PUBLIC WORKS\Sunset Harbour Pump Stations lmprovements Amendment.
Rauls version 09291 5.doc
APPROI/ED AS TO
FORM & I.ANGUAGE
& FOR E)(ECUTION
day of
g+c*,l3a,e
City Attomey Date
65
Attachment - A
I of2
LANZtr
c0r,rsTnucTt0t{ coMPAt'tY
Mlwl,qiwtalnatre httrastr/r.t $, iltufrot t
br brwtowkdsmn/*rrllies
September 17,2015
Bruce Mowry, Ph. D, P.E.
City Engineer
Public Works Department - Engineering Division
1700 Convention Center Drive
Miami Beach, FL 33139
Reference: Sunset Harbour Pump Station Retrofit - ITB No. 60-2013TC
Sunset Harbour Elevation 3.7 Desigu and Build Proposal
Design and Construction of Remaining Street Improvements
The following with attachments summarize Lanzo's proposed cost to complete the Sunset Harbour
Roadway Improvements and Lighting in accordance with Wade Trim 30% Design Plans of April
3, 2015 (attached). Lanzo's takeoff quantities with unit prices have been presented to assist your
review. Please note that this presentation is a Lump Sum Cost Proposal.
Scope of work is as reflected in the attached drawings (WTrim, 30%o, April3) and unit breakdown
sheet. This scope of work includes the remaining portion of Bay Rd (ust south of the intersection
of 18ft St to Dade Blvd), Purdy Ave from 20ft St to Dade Blvd, 18ft St from Purdy Ave to Alton
Rd, and West Ave from 206 St up to and including the intersection with 18ft St. All work per City
Standard Details and as summarized below. Note: Private Property Concrete Harmonization is
defined as harmonization up to the City ROW and limerock to existing grade transition for
harmonizing driveways into private property.
o Lanzo Letter of May 14, Sunset 30% plans (WO 20d'St.)
o Additive Allowance for Landscaping
TOTAL COST
Remaining Sunset Harbour Neighourhood
Additive Allowance for Landscaping
Total Cost Proposal @etail Attached)
$6,870,600.00
$ 166,000.00
$7,036,600.00
o Larao Letter of June 3, Bay Road & 18ft St. (Intersection) ($1,481,394.00)
o Additive Allowance for Landscaping ($ 39,000.00)
TOTAL AMOUNT CURRENTLY CONTRACTED ($ 1,520,394.00)
$ 5,389,306
$ 127,000
$ 5.516.206
66
2 ofZ
The Design and Construction duration is Thirty-Two (32) weeks after City approval. With City
assistance in acquiring MOT to construct concurrent sections, construction time could be
shortened to twenty (20) weeks.
Daniel Mesquit4 PM
125 SE 5m Court Deerfield Beach FL 33441- 4749 Phone (954) g7g48}2
www.lanzo.net
Fax (954) 979-989'1
67
911612015 6:39 PM F429 Raise Road Along All but Bay 20th Street PAGE 1 OF 1
ITEM DESCRIPTION QTY UNIT ITEM UNITS TOTAL
ROAD BI,IILDING PAVING A}[D HARD SCAPE ALL
I General Conditions l.0c LS I 556,000.0(556,000.0c
2 Engineering / Design l.0c LS 2 550,000.0(550,000.0c
J Asphalt 2" Thick S-II]2,372.0C SY 3 20.0(247.440.0C
4 Lime Rock Base 8"2,372.0C SY 4 18.0(222,696.0C
5 Stabilize Subbase 12" No Geofabric Stablization 3,451.0C SY 5 14.0(188,3 14.00
6 Import and Grade Fill Material In Place 1.963.0C CY 6 21.0c zst,2n.0a
7 Brick Pavers in Roadway (Concrete Pad with Collar)7,016.0c SF 7 20.0c 140.320.00
8 Private Prooertv Concrete Harmonization 2,380.0C SF 8 16.0(38,080.00
9 Drive Way Aprons 19,585.0C SF 9 14.0c 274,190.04
0 Curb any Type, Valley Gutter - Gray Concrete 7,130.0C LF 0 2s.0c 178,2s0.01
2 Sidewalk - Gray Concrete 35,494.00 SF 2 10.0c 354,940.0(
3 ADA Cross Walk Ramps 22.00 EA 3 2.000.0c 44,000.0(
4 Thermo Strioine 6"7,5 15.00 LF 4 2.5C 18,787.5(
5 Ihermo Striping 18"I 15.00 LF 5 8.0c 920.01
6 Ihermo Striping 12"620.00 LF 6 5.0c 3,100.0(
7 MOT / Detour and Barrier Wall 1.00 LS '7 3 r 3,017.00 3l 3,01 7.0(
8 Demo Exisitne Hard Scapes 1.00 LS 8 142,000.0c 142,000.0(
9 Sod Landscape Areas (No lrrigation, Bahia Sod)1s,682.00 SF 9 1.00 15,682.0(
20 Remove Existing Trees in Conflict with lmprovements 1.00 LS 20 30,000.00 30.000.0(
21 Graviw wall 339.00 LF 21 3s0.00 I 18,650.0(
22 Hand Rail 339.00 LF 22 101.00 34,239.0(
23 DRAINAGE MODIFICATIONS 23
24 Install New Catch Basins 1.00 EA 24 4,500.00 4,500.0(
25 Drainase Pioe 18" 42000 Pipe 32.00 LF 25 400.00 12,800.0(
26 Adjust Rinq Valve Box, Service Box & FH Elevations to Ma 1.00 LS 26 315,000.00 3 15.000.0(
27 De-Muck Pipe Line 177.00 CY 27 26.00 4,602.0(
28 Install New Catch Basins at Curb Line 8.00 EA 28 5,100.00 40,800.0(
29 Install Yard Drains in Landscape Areas 24.00 EA 29 4,000.00 96,000.0(
30 Iie Into Existing Structure with New Pipe 10.00 EA 30 5,000.00 s0,000.0(
TOTAL 4,245,550.50 4,245,550.5(
ITEM DESCRIPTION QTY IJNIT ITEM UNITS TOTAL
31 Lighting for Sunset 3, l 50.00 LF 363.07 1,r43,6s6.4(
32 Landscaping Allowance 1.00 LS 127.000.00 127,000.0(
TOTAL t.270.656.46 1.270.656.4(
SRAND TOTAL 5.516.206.9(
mlrANuo
F429 Sunset Harbour 3.7 Elv Sept 15 Vl .xlsx
68
LANZo_
e0ilSTRUCTl0t'l COMPAltlY
&,,fus/,,'r?,l,s a,,rnttt rfl*$
May 14,2015
Bruce Mowry, Ph. D, P.E.
City Engineer
City of Miami Beach, Florida
Public Works Department - Engineering Division
1700 Convention Center Drive
Miami Beach, FL 33139
Reference:Sunset Harbour Pump Station Retrofit - ITB No" 60-20l3TC
Sunset l{arbour Elevation 3.7 Desigrr and Build Proposal
Design and Construstion of Remaining Street Improvements
Dear Bruce,
Lanzo Consrudion Co., FL., proposes !o design, permit and construct &e remaining Stroet Improvements, excluding
Dade Blvd, Sunset Dr. & West Ave. between l8s St and Dade Blvd, approximate$ 4,000 linear feet. The scope of
rryork is as agreed upon by the City and Lanzo, and is reflected in the attached drawing and unit breakdown street. AII
rrork per Ciy Standard Details and as summarized below.
r Mill Existing Pavement and Raise Road Elevation per Attached Drawings
. Remove Existing Cub and Sidewalks
e Newlime Rock Base
r NorrAsphaltRoad$,ey
r New Curbing with Gray Concrete
r New Sidewalks with Gray Concrete
. NewRetention Walls with Gray Concrete
. Brick Pavers in Roadway Only
o Maintenance of Traffic
o Pavement Markings and Signage
o Drive llarmonization
r Street Ligihting (Per Previously Approved Shop Drawings)
r Tree, krigation and Landscaping, If Necessary, To Be Billed To The Lurdscaping Allowance Line Item
r Potential Drainage Revisions
r Removal ofExisting Trees and Shrubs in Conflict with Construction
e Excludes Cost Associated With Tree Bond for Tree Removal
r NeoessaryP.rivate Property Agreernents For Noted }larnionization ToBe0btained By TheCity
The Desigr and Construction duration is (370) days after City approval.
Total Lump Sum Price $6,870,600.00
AdditiveAllowanceforLandscaping $f66,000.{f0
Total Price Including Additive Allowance $7r036rffi1.00
WIfurfu/ Daniel Mesquita PM ,/
Lanzo Construction Compa{y
Attachment(s)
CCr LCClFile
I25 SE sruCourtDeerfreldBeach Ft-33441-4749 Phone(954>979-ASOZ Fax(95a) 979-9897
www.lanao.net
69
ITEM DESCRIPTION QTY LINIT
ROAD BUILDING PAVING AND HARD SCAPE
ALL BUT 2OTH ST
General Conditions
Engineering / Design
Asphalt 2" Thick S-[II
Lime Rock Base 8"
Stabilize Subbase 12"
Import and Grade Fill Material In Place
Brick Pavers in Roadway (Concrete Pad with Collar)
Private Property Concrete Harmonization
Drive Way Aprons
F Curb - Gray
Valley Gutter - Gray
Sidewalk - Gray
ADA Cross Walk Ramps
Thermo Striping 6"
Thermo Striping 18"
Thermo Striping 12"
Pavement Message
Direction Marking (Turn Arrows)
Relocate Sinage
MOT / Detour and Barrier Wall
Demo Exisitng Hard Scapes
Sod Landscape Areas (No Irrigation, Bahia Sod)
Remove Existing Trees in Conflict with Improvements
Gravity Wall
Hand Rail
DRAINAGE MODIFICATIONS
Drainage Pipe 18" A2000 Pipe
Adjust Rim, Valve Box, Service Box & FH Elevations to
Match Proposed
De-Muck Pipe Line
Install New Catch Basins at Curb Line
Install Yard Drains in Landscape Areas
Tie Into Existing Structure with New Pipe
Lighting for Sunset Harbour
TOTAL
I
I
15,534
15,534
17,087
15,797
7,016
2,946
23,420
3,891
4,773
47,820
30
10,235
187
1,120
4
6
100
I
I
21,036
I
533
533
42
I
53
l1
l4
t9
4,000
LS
LS
SY
SY
SY
CY
SF
SF
SF
LF
LF
SF
EA
LF
LF
LF
EA
EA
EA
LS
LS
SF
LS
LF
LF
LF
LS
CY
EA
EA
EA
LF
70
L
=a?\zooJ
ui
gllfigE:gEiigi
=l ..,. I tr q d > td
el : E EEEHEl = ? 'sxc>"l € EIAEa 0o6o
$
<=S---<
ooFOZ -Ct)trl rvt-
="R-,g<ft ilBcro zdz
a ttt\z l>rt o:-oo a4,a
=
r?"2J r-(-m ixofaEo.Z
:)
U)
I
TJ
LUco
=
=€D
71
E6 rl r
;EEEE,EEE
el
flffiETilW
Fo)E->inJ<2<aOIEoLa
&<6
t-o
LrJ-ov(L
z6U(D
ozc
oz
-
66
nozoo
=
E
E
ozoo
rl
1t
5l
fl
EIII
3I
tl
JI
ct;l
;l
;l
.t
1j
Jt
p
1ia
J
a
I
rl
ft5!*i
"t
9c -
rfi
E^.r
f Eiigrliii
U
ooOE
==Eaoi@cI<OIUFisVA
?-aa
m
g
H
Ed
T*
H
* t:::)\
*i:
2-u:.lF;:9<BA'Ei
Oe
oEx6ZEoqtE
oE
J8!3,!A
72
g g 6E E,"
IEEEEEiEE
f,mmsilffi
,-i<=
EEqe
ofe
zoo
6lzl<d
oE
>foo
i.
EgAE<6
t:lE
zo0
e
Izd
o
oz
Uz
=
Ei
B3
6Qoa
!t
1I
tl
tl
$l
II
8l
*l
*l
il
-t
'l
:
j
t
T
I
I
t.
IFElo:
lo
l,l
o
I
Y
I
I
u
o
Oo--n7oi@oI<9lUFz!
t=
?aa
@
ti
a
I*
6
d
-F
I Z..fuE;i I I:\*,j F i-d'!9-{ <B
"., 1,
-,' , oer"r.. o E*::::: z fr*q EEd" o!..r i!" . oq
":: o3- f:"t
73
E E rE g -
;EEEEgEEI
flmmsNffi
zj
o04aZ
s!9d>u
Fo
fEts>tDir<z&aoogoz<uO&EOO
oz
{g
oEET
ffoo
z
=
E(
-I
E6
FolE*l9iiOIP
u6dc<6
*il;
Fo
ts
z--xoUEd6
!t
5t
EI
tl
EI
llII
il
8ltt
fl
FI
slil
E
J
1
3
{
j
l-
lii
rl
6
9
I
I
,l
I
E4t;
Els -fii,
EI:ii
!
tr))of-
)dDO
E<9I
!Fz!
y=
?nD
!
i
I
I
I
e
E
E
fu
H
E
:il
{_ -.r::.nqt
i-t"i
'ijlr
d-^.
..{-.::::
F2-U:z.tF;t9<satUiOy6ZIECEoq;cqg
J8lrf!E
74
I6
36626q E E qE
iEEEEUEEq
ffiffi
.
tsa
3EEFF
z<OIod
d<
EE qlmmn
o
=L
o
oz)
Qu<s=pE.3a e-
;
F>odfotFF
z<OEOL
G<
GF_O>J2<JoE<oo-
FoU-o
E.
0_
zoU(D
FoleF
zoo
ag
bE
EUFF
ZEooozUQEO
Hxgt6=
6e
io,=
[6x
Heg8.82>4o<foEo
Er
E3
6ao@
Hx
-ui6=
6E
=IEo
Goz
o
1r
rg; ,],i>zEE l
z< aOG\oo d
Fo)
F
zoo
$:il;
a
o>euoo
I
uih>Eio>z<OEo9
lI
IE
t-
lEU
zuoos6eo
Fo,
E
zoo
d
oFO
t1
.,-6EY--q-iY6.tr
6Q=
75
FIolfl
EEIozaUOE
Ex
B3
6ao@
Fo-Ets>irirSzE7895uoeEO6
, E 6E 8..
ilEEEEgiEq
HmnEffiffi
J-
t
co
oz<c
oPets
=>oo
F
dozoo
!g>
*L$
zaocoo
Y
t=a9
Ho,"
e=ocoz>4o<loco
tsv
B3
6e
FofE
@zooUe
o,E->9i>orcod<
ri<=IEdz@e<6
Fo
eF
zoo
e
el
9l,t
1l
lt
fl
I s.l
illifl
!*t
IEIr+t,
iEll
Eld
.t
tl
8,
9
IE
1"rIt5
J:l<
*
1t
ils'i l3'
'l
z
I
I
6l
t:
I
i
t
E
t
9
z
E
Ed
JE,
j *;i
;Ea!ii
U
o
OcIfE^oEatI<OIUFzuu9n=
Yq
@
6
*L^
i..J
L-TJ
*::
)s
$
6
F2-u:ZiF:Z2(Bl;
oElst,oq!g
OEJ8o33:t
76
ffi
Er E! a
;EgEl,EE
dgMENN
Fo-EP>r
556ozaroEEOO
oz<E
oPEF
floo
ozd
o
oz
z
=
=G
FoU-oE(!
z.oU(D
o-Ets>iri!<2E>oogoz<uocEOO
*z
1d@
ts= ,-r'rts [H9
ea ;:3
Fo)
t-,'t6fEoc<
tsw
E3
6Eo6
o1c
o
oz
0Io
A
-"1 zJ*Ei ,.
.FEr+\ <
fgl a
::Yoir.- !*o.;t
"i\ o
/6'.,
77
, E 6E E..-E-EEs,EE
EEEEEEEEg
d
flffiilNilG
ozd
3
o2I
oz<e
oEEIlloo
=
e.6
tsvsi6=
6ao@)
Fo
f
FF
2<OIod
e<
*il;
Hx
H3
6Boo
F
lEts>n ir<zda
fl64800
u!
Lr >5iz<OEoo
ts>pt
2yoeoo
o
=F
zoo
G
L
Y)
=oih
Yisaz
4t4
iPe
oLo2>Jo<loGo
'cl
-l
:lit
ll
EI
fl
flHat
fl
EI
rl;
.t
lt
a
:
I
J'1'ii
rsi€
3
Il
liulr:r
-l
z
9
=l
Hryi
E,,r:E
i #ii,
sEIIi:
!
l))oE:!()oDOE<9r!Fzuu9
r-
D(
D
i,
I
t
I
ts
g
*L
_":,
rli"*.":
F2-u?t:F-:!l<BB'utCf65XsE'oq;3ov
J8EBf!!
78
Ep p 3 e
;E gE i,lE E
ql mnNEE
E
F)o
o2
@tlo
ozc
o
oz
tiz=*yAE<o
Fold
zoo
e
--...- il;
FofE->9i=OIEoLa
E<d
t
F
fI
oz
oElo
EItt
tl
EIg
TI!l
FI
fl
it:
.t)tti6Iti
e
1^slTJ
t'dII;
,l
z
9
,l
[:
E
eLis!i
* til
gE{:i:
!
l))Er-tV)dDAE<9a
iFZL
vz
?d
D
it
I
i
e
E
E
Eti
Iit
".*1'
{.J,-i*:;
q:i...
*-il'{.
F2-g:l!F;l2<Brt
afo5xrtio!iC
OE
OE9:I
79
F
Eo
6o
Fof,uF
zoo
c
80
t!q
L
q
aEE5
a
=
aq
q{
=
a(
a
=!
t-(rt
I]-
P
o
=u.i <i3
hdS,udQ
a
=tlJt!
=t-lua
$xui
-E5
=*E
o
=r<iaIoi
ri+
----.\.-
*----.-\
r+
.ni
81
UJJ
=
oUq
it)qq
*i
Ul
u:
=a{
fo(a
U
lqu, =9qq
=EIq=
tsts
l{
aF
=aa
(
(4
It-oN
.otu=
.t-
d(4qtr5t-o-a
=l{
1,,J
=1-tlJa
q
UlLE
I
a
=
aq5
JEET1
lll
l3 irJBf;'\-j
I
q
h oc
L
i/L/
!)c
tc I
C
I
I
I
I
=a
(I
Eifgurou)
r_i
IJEI
;1_il
uJ
=
=(
b
n;
82
q
=I
L.-rt
t-(n
-t_t-
oo
a
=
ci ciq>
-J\aAUJo
a
=ttI
trt
=t-ttJ
co
pf
83
t-
IJJl{aqo]- ki(4v
.L{oF-NoN=.oQQ=r.-<<qt->,'(^SG*Fl-ts6<
-.xso1llP!ut
>+t-<tua
t6.l -'th
{r
=ts
84
-55u:sd
hE
SR
=ts
q=
o{L3
=qa=-q
t-(4
It-oN
Il-
=eo
dh(E.(n-qdH
=
l{o
-r_t-5oh
t-q5\!
qorrrl ci
UJq
ts
EutsLf,
a
=
oq
=UJ
o
.A
oz
o
B
oz
io
Fi
Rt
85
;il{ F-\t
=oo-tr
\,.-,
=Q<tUh<ii=
t-(^ussov>ltu>aO>rs
=Q-i (,
at{
CO
a
F-
uEL
a
=
aq
=t!
qo
+qi
b
ri
R<rri
86
u(
F
q
ULL
a
=
6q
o
=E
U
I
F
=
o
=ts
!J
!-
=
R+rni
o
o
>
z
t-t!tuoqol- ti(4(ci*++Nl-SoN=soQ>=F\{<.LGl-(a$qrusrLr-]a..
EFl-<l!o
87
=o
I
=I
i\
..i
-iUl
u;
-[
F
=o
9q
=ul5H
6E
ofq9Uq<l\a
oq
ca
a
=F<
IJJl{J tIJq>t-<(/)IsoG5HJ
a-
=l{
lr.t
=t-llJa
t-
s
!rb
= r.its
i5
ts
E
N
,)t
''-'''I
I
II hr
', ))1////a\
I l/
oq
q
I
Ur
=
=q
q
a
=s!=--a- ---qti':
\
til)
ll.
Ir-,
llirll xil1}\l
60l
II
R<
Fi
t..-
P
"i
a
ci(rl=\i+I6l
-.1
s
ni
J 6'*l
'; qol,.i nail
o
=s
t-:Htl i
ll E,I Url E;I Lrl 5t)e/6
=
88
=ts
u
ts
E
fi
{r
bN
r+
s.'i
lJJ O>o<C;.ool-{qm
ss
E3F
Het
E>t*ds
=FIJJ <
SR
E$
89
=o
=E
q
I
b'
^ijqr
u(
I
=o:{<
6=
o9UTUF
ui
1-.(,lFl!t=
f;t.c(! U,J6>-Eoo
t-
(
u
=q
F
=l!
Eu
E
E
U
l-ilatL_T-lrt-
t:'l 6
II
+r
6ir+
aol bt":
90
bq
Uro
Ur
o
b=.,o5*<f,aoa
o
ao
t{=
o
ooo
o
o(
=ot-
-J
oF-=il<qut->(/) <
€L
En
=
=Ltll!
=1-
tlJa
<-o
i+
=Ur
qa
I
=ts
Ur
F
91
LANZO
c0ft$ilfiucn0il coilPlltY
mfrtrlx}isffirfie&iilrrfb"&
&f&e*lr!#,IoilslE$,k
June 3d,2ol5
BruceMowry, Ph. D, P.E.
Public Works Department
City of Miami Beach
1700 Convention Center Drive, 4ft Floor
Miami Beach, FL 33139
Reference: Sunset Harbour Pump Stations Retrofit - ITB No. 60-2013TC
Bay Rd Elevation and Dade Blvd WM - Revised
Bruce,
Per City request, we have assessed our costs associated with refunding the monies reserved for the Dade
Blvd Water Main and, with the Contingency monies, determine if there would be sufficient funds to
perform the Bay Rd Design and Construction from 20ft St to and including the intersection of 18ft St and
Bay Rd up to approx. 70 ft south of the Point of Curvature (PC) of the intersection. Furthermore, per City
direction, the newly installed 12" WM on West Ave and Dade Blvd is to remain unconnected and stubbed
out until the replacement of the 20" WM along Dade Blvd is performed.
Lanzo Proposal for the design and construction of Bay Rd Elevation to 3.7 from 20tr St to and including
the intersection of 18ft St and Bay Rd is for $ 1,481,394.00 (Plus a $ 39,000.00 Landscaping Allowance),
totaling $ 1,520,394-00.
Currently in the Pay Application, there are $ 986,668.24 allocated for the construction of Dade Blvd
Water Main and $ 835,433.85 left in the Contingency, which comes out to $ 1,822,102.09.
Per City direction, the cost for purchasing the materials that would otherwise have a restocking fee charge
for the construction of 20" WM on Dade Blvd is a total of $ 65,744.16, justification is attached.
With this;
o Contingency Balance S 1,822,102.09
. Bay Rd fiom 20th St up to and including 186 St intersection ($ 1,520,394.00)
o Dade Blvd 20" WM Material Purchase ($ 65,744.16)
o Total Contingency Withdrawal ($ 1,586'138.16)
o Remaining Contingency Balance $ 235,963.93
407 Lincoln Road Miami Beach FL 33139 Phone (95a) 979-0802 Fax (786) 476-0368
www.lanzo.net
92
Page 2 of 2
The Engineering cost to design the remaining Neighborhood roads to a 3.7' Elevation, bringing the 30%
plans to 100% design including lighting, electrical and necessary additional drainage is of $ 326,190.00.
The rernaining Neighbourhood includes Bay Rd from south of the intersection with l8s St to Dade Blvd,
18ft St between Purdy Ave and Alton Rd, Purdy Ave between 20ft St and Dade Blvd, and West Ave from
20e St up to and including the intersection with 18tr St. This engineering proposal is for design only and
excludes Construction Support.
Please advise on how the City would like to proceed.
Please feel free to contact me should you have any questions.
Sincerely,
J>^,-"f W*L
Daniel Mesquita
Project Manager
Lanzo Construction Co., FL
407 Lincoln Road Miami Beach FL 33139 Phone (954) 979-0802 Fax (786) 476-0368
www.lanzo.net
93
Attachment - BLANZr]
CONSTRI'CTIOT{ COMPAIIY
0eftrtig srstelnrtle irilrzstlrcturc illulbos
to? bilruto{'s coilnBarili?s
September 17,2015
BruceMowry, Ph. D, P.E.
City Engineer
Public Works Department - Engineering Division
1700 Convention Center Drive
Miami Beach FL 33139
Reference: Sunset Harbour Pump Station Retrofit - ITB No. 60-2013TC
Sunset Harbour Elevation 3.7 Design and Build Proposal
Design and Construction of Sunset Drive
The following with attachments summarize Lanzo's proposal to construct Sunset Drive & 20s Sreet. The limits of
construction are better defined as, EDOT Alton Rd project to the East and Soutlg pavers entrance to Sunset Islands 3 &
4 to the North and beginning/entrance to Lower North Bay Rd to the Northeast. Lanzo's takeoff quantities with unit
prices have been presented to assist your review. This presentation is a Lump Sum Cost Proposal. For water main
improvements along this area, tlere is an additive proposal below and justified in the attached documents.
Scope of work is as reflected in the attached drawing and unit breakdown sheet. All work per City Standard Details
and as summarized below. Note: Private Property Concrete Harmonization is defined as harmonization up to the City
ROW and limerock to existing grade transition for harmonizing driveways into private property.
. sunset Drive & 20e Street, Roadways (Detail Attached) sl,4sl,9gl
o ADDITfVE: Sunset Drive & 20e Street, Water @etail Attached) $ 625"335
Sunset Dr. &20&,to Alton $2.077.316
Total Cost Proposal (Road & Water Mains) $,L0ZZJf6
Please note that Viton Gaskets (contaminated soils) are not included in this cost proposal. Proposal assumes cut in
connections (City can isolate existing for connection).
The expected Design and Construction duration is 16 weeks after City approval and obtaining any required permits.
Sincerely,
WrLy*
Daniel Mesquita, PM
Lanzo Construction Company
Attachment(s)
CC: LCClFile
125 SE 5ffi Court Deerfield Beach FL 334414749 Phone (954) g7g-0802 Fax (954) g7g-g897
www.lanzo.net
94
911612015 6:35 PM F429 Raise Road Along Sunset Dr PAGE 1 OF 1
F429 Sunset Drive 3.7 Elv Sept 15 V1 .xlsx
lnHouse Flat Work
ITEM DESCRIPTION QTY TINIT ITEM UNITS TOTAL
ROAD BUILDING PA\'ING AI{D HARD SCAPE ALL
General Conditions 1.00 LS r41,000.0c 141,000.00
2 Engineering / Design 1.00 LS 2 t40,000.0c 140,000.00
3 Asphalt 2" Thick S-Itr 3,594.00 SY J 20.0c 71,880.00
4 Lime Rock Base 8"3,594.00 SY 4 18.0C 64,692.00
5 Stabilize Subbase 12" No Gmfabric Stablization 4,073.00 SY 5 14.0c 57,022.00
6 Import and Grade Fill Material In Place 4, I 85.1 9 CY 6 2t.0c 87,888.89
7 Brick Pavers in Roadway (Concrete Pad with Collar)r,150.00 SF 7 20.0c 23,000.00
8 Private Property Concrete Harmonization 3 18.00 SF 8 16.0c 5,088.00
9 Drive Way Aprons 255.00 SF 9 14.0C 3,570.00
0 Curb any Type, Valley Gutter - Gray Concrete l,077.00 LF 0 25.00 26,925.00
2 Sidewalk - Cray Concrete 4,67s.00 SF 2 10.00 46,7s0.00
ADA Cross Walk Ramps 12.00 EA 3 2,000.00 24,000.00
4 Thermo Strip ng6 2, t 33.00 LF 4 2.5C 5,33 2.50
5 Thermo Strip ns 18"r89.00 LF 5 8.00 1,5t2.00
6 Thermo Striping 12"705.00 LF 6 5.00 3,525.00
7 MOT / Detour and Barrier Wall 1.00 LS 7 l3 0,000.00 r30,000.00
8 Demo Exisitne Hard Scapes 1.00 LS 8 80,000.00 80,000.00
9 Sod Landscape Areas (No Irrigation, Bahia Sod)5,786.00 SF 9 1.00 5,786.00
20 Remove Existing Trees in Conflict with Improvements 1.00 LS 20 8,000.00 8,000.00
21 Gravity Wall 40.00 LF 2t 350.00 14,000.00
22 Hand Rail 40.00 LF 22 I 01 .00 4,040.00
23 DRAINAGE MODIFICATIONS 23
24 Install New Catch Basins 2.00 EA 24 4,500.00 9,000.00
25 Drainage Pipe 18" 42000 Pipe t23.00 LF 25 400.00 49,200.00
26
Adjust Rlm, Valve Box, Servrce Box & tH Hlevatlons to
Match Proposed 1.00 LS 26 43,000.00 43,000.00
27 De-Muck Pipe Line 145.00 CY 27 26.00 3,770.0C
28 Trench Drain North End of Sunset 50.00 LF 28 550.00 27,500.0c
29 Install Yard Drains in Landscape Areas 4.00 EA 29 4,000.00 16,000.0c
30 Tie Into Existing Structure with New Pipe 4.00 EA 30 5,000.00 20,000.0(
TOTAL 1,1t2,48t.39 t,t12,481.39
ITEM DESCRIPTION QTY TINIT ITEM UNITS TOTAL
3l Lighting for Sunset 850.0(LF 370.00 3 14,500.0(
32 Landscaoins Allowance 1.0(LS 25,000.00 25.000.0(
TOTAL 339,s00.00 339,500.0(
GRAND TOTAL 1,451,981.3t
mlrANuo
95
911612015 6:42PM F429 AW Sunset Drive WM Sept 15 Vl.xlsx PAGE 1 OF 1
ITEM DESCzuPTION QTY UNIT ITEM UNITS TOTAL
NEW WATER MAIN ALONG SUNSET DRIVE
General Conditions l.00 LS 80,000.0c 80,000.0c
2 Engineering / Design 1.00 LS 2 50,000.0c 50,000.0c
3 Exploritory Excavations to Identify Existing Utilities 1.00 LS J 27,000.0c 27,000.0c
4 20' DIP WM Restrained Including Fittings 268.00 LF 4 3s0.0c 93,800.0c
5 12" DIP WM Restrained Including Fittings 524.00 LF 5 300.00 157,200.0c
6 De-Muck Pipe Line 704.00 CY 6 26.00 18,304.0c
7 Tie into Exising 20" DIP .00 EA 7 7,600.00 7,600.0c
8 Tie into Exising 20" Wl 12" DIP 00 EA 8 15,700.00 15,700.0c
9 Iie into Existing 12" with 10" Tap 00 EA 9 r2.000.00 12,000.0c
0 20'BV 00 EA 0 7,500.00 7,500.0c
12'GV 2.0c EA 3,400.00 6.800.0c
2 ARV 3.0(EA 2 2,500.00 7,500.0c
3 2" Water Service ilBox & Meter 1.0c EA J 4,s00.00 4,500.0c
4 Abandon n place of existing 20" WM 268.0C LF 4 48.00 t2,864.0C
5 Abandon n place of existing 12" WM 524.00 LF 5 40_00 20,960.0c
6 Remove and Dispose of Asphalt 3" Thick & 1" Temp 58.00 CY 6 14.00 812.0c
7 Sample Points 4.00 EA 7 1,500.00 6,000.00
8 Fill & Flush Assembly 3.00 EA 8 2,600.00 7,800.00
9 Asphalt 2" Thick S-III Trench Restoration 71 1.00 SY 9 20.00 14,220.04
20 Limerock Base 12"71 1.00 SY 20 25.00 17,775.04
21 Iemp Striping 6"800.00 LF 2t 2.50 2,000.00
22 MOT / Detour and Barrier Wall 1.00 LS 22 55,000.00 55,000.00
TOTAL 625,335.00 62s,33s.04
mlrANzo F429 AW Sunset Drive WM Sept 15 V1 .xlsx
96
.s
BE
q.
Hqd
b<r\{q
s r iri;
E riiil.' t:i,3
",illiiil* *ul[ gi
,1tl
v
97
:-l
\\':
,rr$'-r1
E
=
raa
< tr.
<EE:S
EE
J>:s
5
,z
lx )--'--
itr t-
i[L)v
il , -..ir ttx{', jt.a
ti !l\tl
lr,t/
I \6',r
iFr
:;l \
I
..1i \II$lhl -l l
H
6
d
:Y
=o
ts
F
-a(qd
=qXz
(q r
o3
ULts<=ra\4>Fq
a.(!o
i
".: : il,r;; 1r
= =Hxl:iid:j
d
E
I r l;i
1ir,
!|:
Bjri:
rl r:
l['ta
1,i
t4'.
-D--\l
i
/ i1..,
r I;\ ii'
rf ihr
Il iLr-
",/:li/ \1"i, 1[',
I"e.i
i lir,j
!x8i ; / ,,
I
hIol
*t
EetsIsbqnfhg
HE5
Pus
EP!EhcsFG
EET
i
II
IIl'liij
a
a
=
N
rl
No
IHE;,. EiI I ll/fi lllsg'ij I
\.111I t il ,
f ' dl--rl +.[I ;t.l\ ii" it,
1,1--tu/:l! r+.
l: iili riIr i
li !lu i
'l; I iI'
rl iI1rd .,.-.i r
,'& I iiE Ira I itB I IirIItl.:tnl-t\ i
\r
l" oL-:.-,es \l
,\
: sil$ci-, E=.,-
i-d,:, -
I r/
l'b
\q
-1 E
L<
6l-
J_.tfi
qi I ji-
ill$lllll
rit
ti IlrilI nt,'
,i I
ri I
ilt
lil,lt Iir !
ltl,!l
r,!i ls
lll
,tt
,r il
c
} F D;
;.1 9e
i ! ;[96 Bi; Ios
i$i*$ i ---z=7-.El;;; " iE d: ti
{'l.rI:i
L
H is .t/ 'i!a ,,'l '/6
/N {'\Ui lll i:f ),-Yx..*'-'- e*
'i.. ,' . I ,
I =- =--i :'r : s6d. I -
/ a,a5 !," _,-":!I:,r ".
Ir-eL I u
-.. !l c
. ':' 'iri
r--it .
il,ii,,-'tEI rii
!+,ru
i lrtf.- iii$I rili
I :r ,lf l, i
,Ar'$;d I
i\x 1
:1 1:
L,elr\ -
I ,rLl
l.:' .1 1
ll
.., ,_ l:.'
-1 itil
'"/" "'''"t!':
erri'lll/,u"'''Xii!.r',zt/, ,{--t' . i" ,I W""',",,, ;
| ,ri7",,'\."'' L
l/ ff'ti ,r\r: * Ir 1
I /; j' ' ',: II5' ,:
V
o o .,',- i=- ,
I i" Y
\1.,.: ,*.,'
=;u--A;I
hR "* t ';'ilN^oL6sx^l
=ilH+ !"//,r6oi 3 l,/r
-=a! = isI < i /l
\ <- /'1,
J
I
I t:
I I
I t
!L-
,L
i
98
E -B fgu
E g; F H:E
5EE,EEEEE
H EiEii ?pH
EHEEEEfuEIg
HiriE-iiiiir
ot 3 H
HI s5q Vla e qu.{>8 d
=l u36
bl 3f;8=H 5MoJas= e E €
"E
-uaEEEEi
=HF}kE*i
fl{ n ' ' 1 ,sil o-J
aB
H e I E=3 3 * E B EE"
5 ; ; il ! : eEErdosE*edx
fr-e
a
G
d
d
E
I
-4)q+=>
;iEE'= 9<trtJr
$sEE*\
.Essu6s''3C
A}
di
!a.E
s1x.rs*F#
\:H*
r.trlI98
_l
t>tel Bl
pt aIlt "r
J l+l hl9 I'il -r
i lsl iii li i
.;tulR6,
i r,l jr
:+lN
r'J i
,)
l-E-s'
;Hii,o,.
*- r..?)
o,..
oE
Epz-t)
oa<EUts.qE
r=EE<oiEE*[=og>*FO6
,+
.,,,1.,//(,"
4
*l tssl 6 !)<=aIt";:
sgi;
i! p;,s=t:
$,i eE
f
=o
P
{
E-
R
99
Attachment - C
COIiISTBI'CIIBIT SBMPAT{Y
A e llw@ st6|,&rsbb lfi lrzsl,ru&!@ 5{/httic06
t*fuwmaY m,trr,rsilkzs
September 17"2015
Bruce Mowry, Ph. D, P.E.
City Engineer
Public Works Department - Engineering Division
1700 Convention Center Drive
Miami Beach, FL 33139
Reference: Sunset Harbour Pump Station Retrofit - ITB No. 60-20l3TC
Sunset Harbour Elevation 3.7 Design and Build Proposal
Reinstate Dade2}" Watermain Funds
The replacement of the 20" watermain within Dade Blvd. between Alton and the Bridge, west of
Purdy was approved and established within Lanzo's Pay Application. This work was delayed and
the funds reallocated to enable construction in other areas of Sunset Flarbour.
Scope of work is as reflected in Lanzo's letter of January 25. Nlwork per City Standard Details
and as summarized below.
o Lanzo Letter of January 25, Approved & Itemized in Pay App. $1,022,800. Paid to Date, Engineering ($78,000) & Materials ($23,975.92) (s 101,876)
Balance (Replenish Fund Realocation) $ 9ZO,9Z4
Total Funds needed for 20" WM $.g2LgZt
The relative Design and Construction duration is detailed in the Schedule attached (13 weeks after
receipt of permits).
Sincerely,
LANZo,
wrq-h
Daniel Mesquita" PM
Lanzo Construction Company
Aftachmen(s)
CC: LCClFile
125 SE 5m Court Deerfield Beach FL 33441-4749 Phone (954) I79-O8OZ Fax (95a) g7g-glg7
www.lanzo.net
100
xq
x
q.)
(EF
=5N
o,)E(Eo
O)C\slII
rl
Io
F{
o
9AAQQOOOOOOOOoOoOOOoOoOq q q c q q q q q q q q q q q u't q q c q q q qa a a o N o o o o o o c! o o.! r\ st Q o o o o oI a a |f) il o o o oo o o o N o.n co c{ lJ) o 6 o o oo o o N st oo lf) rn o o st <t cn ot N lr') N <t o - oo oo (o,/i oo'c.J'Fr'c.i 6i F-' j + e.i d c.i..i cd -i + oi 6i 'ri d r... r-oO f\ (\ (O c.,l c\ cO rO (O Ft r.l st Ft r{ ft-) F.l rtsf
aaaaaaQQOooOOOOooOOOOoOqcqqeqqqqqqqqeqnqqqqeqq
a A a Q (o Q O O oo O O st O rf) st N oo O O O O O OqAaLnNOOOsf OO.-{Nerlr-l'r)O66O6ooQco(ol.nLnl.r)(0sfco(o+oo@
Ln @ N N N si r.t N ot r\ co-N-r\ooN6l(n
J J J J (J rrr r! uJ J t! t! L) tlt q V, = = J = lfi U ui ui
i-{ r-l r-l LO N cn rn f\ lJ1 OO + OO r.o (o CO lJ.) @ Fr O N c\ Ft F{cf,(Ocnf\dl.r)cortNstcn@cOderN@@rlFlNrl
EgEg.E
flbo odCq6':-.:0o:o!*acL)c'iE == Et!.= Fii EE-P b= =ri € E;= o,a Etr = :=n!: == -Ei !s gi=
6! ^ X.c .tt 5 'i=- 'b.EE = €E =ii* n EE> iEfi'Efies i* !*f -oi= uEfi=R dEE3;td* =i.:$:'E HEEEie E' >EE ootF.Fc! S gEI: ES# E EE=:E i -E855=!E ?=EtFt3o,r'cprG EEE E.=s 3 g> fl* .i gp E E66l- -s>o cP;--Eo=EogE".; ?T E p =gr-6E6i8E H;'=s x e =R i i 5 = E E E 5 E E 3 =s e =s # k
orn
l'-
O)
O)
rlNo
r-l
thFz
=
=f
Fd
Fo
zo
o-
c.(J
an
lrJo
J
FoF
P
o
-Y(!o
co
oL)
o-
.=
=
=oN
OJE(Eo
OlNstII
rt)
F{ON
Nr{
Or
101
0!x'6X
;i or&.q
LI.r)
f Flo
(!g
-EPtro=
c t)
t) I-/u_:z (Jr/Or.r)
=r-@Eo\
.9.=EE
oa!
c.i
o
oog(,
U
ooo(J
VI
OJ
oo(o
.(E
Lo
od
B
fo-o
(E
I
P
AJ
t,
=co
.9p
o)o
(J(!o
co.E
.g
OlN+t!
oo
'E
oo
'bo
cut
0
-oo
CJ
Po
rOd,
LU
d.
LUttt
IJt!
c! c.j
Na(!- : F!
-Fl on o- 4rn:Fl (\ e- O-I ,.i o;tr\l-at' - Eq.q3
t-{ O- r-l
LnrioN
(o
rl
Ol
!oP
.C
o-
o-o
(I,I
Poq
t)
C
OJ
E
(J
oo
oo
F
oo.o.
VI
@cstN
O)oN
O)
Oqoo
oo
c.iNq
rl
oO
CJoO
coN
NOl
l-r;N
co-
cnc!
o)o!E
co
oP
o
=
'15
6
OJE(Eo
h!
o
(I,
.(!
EL
OJP(u
3
a'ro(\,l
o()
(E
o-
(.,e.
=TJ
d
c)
11,o
o
o0
.E
(,)
OJ
'o0
cut
E
OJ
(!
(J
L
o.
o't
o,
o.
q
(!'-
OJP(I'
102
a
EloI
a?o
@l
+t
o-o-
o(L
EoEpo
o
GE'
o
1r.org
oE
c, u..9>Ef.: .99z
b.9o660-Ntr
G
lr)
oN
(o
O)
g.
o0,.ts lh.=oPE-l t'
=b 2LrroE .9!YgIJ.E
'E
PiE_ ano cL(EY tr q-ct, tr G, =HE€r dgfitr 3 P iP'= i.='E 9o
EE ?A EEE
=38 5 E=:
gE 5 e E ; i
.E HfiH*9;9.E8.E6
= I .E Pg P'e'a) -r .t lila,ttrt .t
zPioiro CLI- ELc)
soo
s so so sO sO sO sOo
(}
RoO€
NNqr
@
q
Jo
E
cl
oF
iC
,A
o)
o;€(o.
(a
ro
co
@
t-
cO
(o
F-o
|r)N
@
o)
oq
ro(o
|.()o
@
oqo(0
t--
(o
@
oq
rOo-
@
rr)q
COo(o-att
@
N
J)
f
N
oo
L
o.
.=tr:)
Oqooq
@t-
@
o)
oi@(o.
cf)
rO
@
@
t-
oq
(o
t-O.
lr)N
@
O)
oq
lJ)
CO
r.c)"
O)
@
oqo(o
F*d
@
oq
lr)o
-
@
|f)q
(f)
O(oo$
@
Nq
rOr-
co.
cf)N
@
o
f
aJ U))aJ aJ aJ aJ aJ aJ
o
o
o
oooo
E
dl
c)EGoc'6
Lo
o
=oc.E
oo
.goctI
p
c0
q)Eoo
C'(g
Lo
G
=
ooo.E
oa
E
dl
oE
Goc'(!
Lo
G
=
oc
otr
!
dl
oE
Go
.Eo
Lo
G
=
co
EcoEc
(E
-o
E
dl
oE(Eo
c'(E
Lo
G
=
ooFco
.9.o
Ec
G
ooFE
-=m
o)io
(go
c'(g
Lq)
G
=
co
(5
Loo
o)t
-
Eoo
EoF
E
dl
oro
Go
c'o
L
c)
G
=
!
o)o(oEoL
=(L
af
.9
E(L
a
(E
Lo
(5
I
c0
o)aoo
Eo
=p
m
c!
Nt-
Go ao oor o oO -co q
-Co
103
LANZrJ
CONSTHUCTIOI.I COMPANY
Miwring susFlinable inlnsfrrcturc *lutiuts
fwtmormw'scomntmifw
January 25,2015
Bruce Mowry, Ph. D, P.E.
City Engineer
City of Miami Beach, Florida
Public Works Department - Engineering Division
1700 Convention Center Drive
MiamiBeach, FL 33139
Reference: Sunset Harbour Pump Station Retrofit * ITB No' 60-2013TC
Sunset Harbour Re-Design Proposal
Replace 20-inch Water Main in Dade Blvd., Alton to Bridge
The following is offered in follow-up to Lanzo's January 13 letter (attached) and recent discussions.
Replace 2O-inch watermain along Dade Blvd, Alton to Bridge
January 1 3 Letter, Replace 20" WM, Alton to Purdy '1 1 10 822,700.00
Additional Footage, Purdy to Bridge
Subtotal, 20" Alton to Bridge on Dade Blvd. 1335 LF
Credit 20-inch watermain along Purdy & 20th Street
Contract Amount, 20" on Purdy & 20th Street
3 Ea. Connections to Existing, 20th & Bay,
20th &West, 18th & Purdy
Relocate 20" @ Vortex Structure
Actualvs. Concept (After Engr.), 18th, Bay &West,
5 Water Services, 8 Fire Hydrants, & 8 Firelines
225 200,100.00
$ 1,022,800.00
Restock materials
2340 (1,938,508.00)
55,800.00
91,500.00
194,000.00
18,060.00
Subtotal,20" Purdy & 20th Street 234A LF
Net Credit
Lanzo's tentative schedule is attached. Please note that 2-months have been allocated for permitting. This
period uses best availablE knowledge and may change.
(1,579,148.00)
$ (556,348.00) w,,
I 25 SE 5rtr Court Deerfield Beach FL 33441-4749 Phone (954) 979-0802 Fax (95a) 979-9897
www.lanzo.net
flr!Jl 1*lnt { il; ,,*L\t*' /
#ia lVY .*T.-u' iU llilD $""
104
City of Miami Beach, 25-January Page2@2
Please note the following in your review:
o Contaminated Material has been observed in this area. Viton gaskets are not included in the costs
presented above, but can be added as required (separate presentation).
r Surface restoration is the same as that typically being performed within the Sunset Harbour work.
This temporary restoration anticipates the future work scheduled for this area.
r Restocking costs are based on the auached vendor memo and my interpretation. Modification for
delivery instead of restocking can be established according to the memo.
Please review and provide direction. Call if I can assist that review.
Sincerely,
Bob Beaty, PE, Project Manager
Lanzo Construction Company
Attachment(s)
CC: LCC/File
FL 3344t-47 49 Phone (954) 979-0802 Fax (95a) 979'9897
www.lanzo.net
*y,#*'o
6&"
125 SE 5rH Court Deerfield Beach
105
TilLANZOLryI coilsrnucnoil coMPAt{Y
0afinonla st}*Ar*rd htrisfrEtersofr{ror8
latwfitt,lwsc'{rililttrl&3
January 13,2015
Bruce Mowry, Ph. D, P.E.
City Engineer
City of Miami Beach, Florida
Public Works Department - Engineering Division
1700 Convention Center Drive
Miami Beach, FL 33139
Reference:Sunser Harbour Pump Station Retrofit - ITB No. 60-2013TC
Sunset Harbour Re-Design Proposal
Replacei 2o-inch Water Main in Dade Blvd.
Lanzo Construction Co., FL., proposes to design, permit and constnrct the 20-inch water main replacement
from the end point of DMSI Construction's work at Alton Road and Dade Blvd. to the west side of West
Avenue. Additional pricing has been provided to extend replacement to the west side of Bay Avenue or to
the existing on the west side of Purdy Avenue. The scope of work is as noted below and as detailed by
attachment. Proposed work per City Standard Details is as summarized below.
l. Install 20" DIP from Alton Road to the west side of West Avenue along Dade Blvd. and tie into
exi stin g appurtenances.
2. Install 12" DIP from Dade Blvd to existing within West Avenue ROW.
3. Reconnect All Services including New Boxes and Digital Meters.
4. Reconnect All Fire Hydrants
5. Abandon existing Water Main, replaced by the New DI Water Main'
6. Typical 24-inches of Cover. Ditch Slabs in areas of pipe less than 24-inches
7. Remove and Replace All Unsuitable Material per Ctty Standards.
8. Surface restoration.
9. Maintenance of Traffic.
The Design and Construction duration is (90) days from NTP'
Base Bid, Alton to west of West Avenue
Add to reconnect west of BaY Avenue
Add to reconnect west ofPurdy Avenue
$317,200
$225,500
$2E0$00
Total Cost Proposal Price $822,700
Bob Beaty" PE, Project Manager
Lanzo Conslruction Company
Attachment(s)
CC: LCC/File
125 SE 5rrt Court Deerfield Beach FL33Ml-4749 Phone (954) 979-0802 Fax (954) 979'9897
www.lanzo.net
a,s*
"\#'?U"
i1
106
1t13n415 9:03 PM F429 AW Dade 20in WM 1 Alt - W. Vl.xlsx PAGE 1 OF 1
NEW 2()'' WATER MAIN BETWEEN .A.LTOI{ AND
wf,sr
Tie into Exisine 20" DIP
2" Water Service #Box & Meter
Fill & Flush Asgrbly
q$ Pi'po:gofjqp@lt J:thick & I * r
rRestoration Asphull_2* Thick S-III *
Limerock Base 12"
!on.Iq!g Jl& ilthi*by 56" Wide
T-.gp Stytgg-]8"_ ..
MOT / Detour and Barrier Wall
M- *IgZdV
ft s"" fritg .'\
,nPL /
rl l/
,4!Jyb
srs-
mlLANzo F429 AW Dade 20in WM 1 AII - W. Vl.xlsx
107
1fi3n115 9:01 PM F429 AW Dade 20in WM 2 W. - Bay Vl.xlsx PAGE 1 OF 'l
ITEM DESCRIPTION QTY LNIT
Adder NEW 20" WATER MAIN BETWEEN \ryESTAND
BAY
LSAIEngineering / Design 1
A2 20" DIP WM Restrained Including Fittings 430 LF
A3
A4
D_e-Muck Pipe Line
20" BV
270
I
430
CY
EA
A5 Abandonment of existing 20" WM __tI
*gY
EA
A6 Remove and Dispose of Asphalt 3" Thick & 1" Temp 56
A7 Sample Points )
A8 Fill & Flush Assembly I EA
A9 Allowance for onsite Police 8 J'r
SYAl0Lane Restoration Asphalt 2" Thick SJII 669 -"
239
326
All Limerock Base 12"SY
At2 Concrete SIab 6" thick by 56" Wide SF
Al-"3"-
Al4
Temp Striping 6"444 LF
LSMOT I Detour and Barrier Wall I
*r^ .(
#l*\'P"
Br
mlLAr{zo F429 AW Dade 20in WM 2 W. . Bay Vl.xlsx
108
1t13t2015 9:09 PM F429 AW Dade 20in WM 3 Bay-Purdy Vl.xlsx PAGE 1 OF 1
ITEM DESCRIPTION QTY LINIT
NEW WATER MAIN BETWEEN BAY AND PURDY
Engineering / Design l LS
20" DIP WM Restrained t4qlucling Fittings 280 LF
2" DIP WM Restrained Including Fittings 40 LF
De-Muck Pipe Line r80 CY
Tie into Exising 20'DIP I EA
Tie into Exising20" W 12" DIP
20" BV
,)
1
EA
EA
12" GV
Fire Hydrant w/ CV
__E$
EA
2" Water Service #Box & Meter J EA
"48!don4g4_gf gxt stitg 20" W.Y!
Remove and Dispo-s.!. qf esplgll Jl Thig! 9 ! ll Tp_:
Sample Points
280 .-
37
2
Fill & Flush Assembly I EA
4llo*u!99 fory!*" Igljgg ".
Asphalt 2" Thick S{II Lane Restoration
r5 DY
436 SY
SY
SF
Limerock Base 12"156
concrete Slab 6" thick by 56" wide 139
Temp Sfiping 6"290 LF
MOT / Detour and Barrier Wall I LS
"5-,$-\.s
mILANZO F429 AW Dade 20in tMtr 3 Bay-Purdy Vl.xlsx
109
a
Ev
=:
cl
c{
ol
{*oo
o
o-
V)L
oog
=a
co
=()
--(3
I&
r
o
G
o
lI.
oo
tro
u
@
oo
oN
GJ
@
v')..
oo
caq
@
0d+)o
F{
,5& 11
Jue-
lr)
oc{
(f,f{
P8=5.=ou, -LE-ol!EfiE ?x'5 0iE EA+aiE o
Gd P g
-cE trG lEEsi is6tr3P iP.E f fi E E A
.E E E d E hdEfi65 ET-E; se il,z
f g ! * $,i e
L
- i:Q;:,:.b EUE ?EE g-.EE.E E; o .E oo o'd,o'trtr=tri-C} ] [ urrnrlr n
oo
o-
f
6q
(ot-a(o
CDt-
&
'tq
(f)(o
(o-
(f)
ro
@
Frq
c{
F*s-
rO
@
oqr,(t)
(f)-
tr)
a
sdrTr
@
(o
o)(o
0o"
$l(o
@
6,cl
F*c{
ro"
(or-
@
a
$q
6
cf)
co"
6st
@
q
e{F-o.
r{)
a
oq()(r)
(o.
(o
4
oq
rJ)r
I
q
(f)no
O)
$F-
g
a
3
aJ @J ct)J aJ U)J a U)a a aJ aJ n
o r -r -s
g
o
o
{Jooo o
Eooooot
(l)
(I}
c/)
o
c\I
c
ao
.9toa
o
E
U)
-co
C\I
c
a
;F
o
Ea
oN
E
o
E
oEg
(t,
-o
o
Ea
!oit
c
()o
o
,ano
E
G'
ao
oo
a
oN
c
c
.q
GLo
a(,
V.
{Ut!oo
Eo
o
E0
oN
c
o
EL
0-
L
uto
.o
z
o)a
o
EL
=0-
.c
(U
(l)
(g
=
(t,
Jgl-
o
E'
J
0-c
o
E
o
15c(6
-o
o
E
IL
c
(-)o
Lq)
.9o
ic,c
G
ooF
o
E
J
[L
c
tro
G'
o
ah
c)(.
-
(U
oo
E
o,F
o
E
o-
o
=o
Ge
fi
Lo
r[3
(E
=Lo
TE3
(E
=Lo
$
B
rs
=o
tu
3
rtt
=g
G
E
G
o
G
(E
=ql
nl
=
(s
E
o
(U
(E
E
L
C}
(E
B
clE
o
(E
fttE
o
(5
Eo
=p
o
co c!co coo $co
rf}o (o
co
F-m o
co
O)m oo)o)No)
110
o!da€
o
?
c
U
*u.0vrl,l
htJ$V
111
f,
-N-
I
,a; :;Y
#
fi,*"1
Connect
on East
Side of
20" wye
trL0RINAT/0]l{ ro,il"'f$#,
dl, 0- l,F
torf
{.t
["
"i
-"-'"frn'
0d,VAL
{ar*efi'+ftfif.rasl
I
:... J6Lt6- i
#fttffFff &,0. $
,*-ryt*a)rrgffiLyuALvE
'r*'yi:'ff/*.uffmmo'#
t"iln'tt:**lry
-Ultluri
112
.}liT,?:r.:,':
DUCTILE IRON PIPE
lHg *i$HT llrAY
Office
Phone:
Fax:
Coleman McClain
Southeast Florida Satellite
1931 Cordova Road, $uite 224
Fort Lauderdale, FL 33316
816-301-3833
205.307.3S76
auar3&gir
UOM DESCRIPTION
FT 16" FST x FSTPE PIPE CL-53 2A'A-112
PROJECT NO:
PROJECT: Sunset Harbor 16" DIP
LOCATION:
BID DATE: 1Ugl2i14
AIY
500
SPEC
CL-ASP
TOT.WT.
36,950
Unit.$
$49.26
Total S
$24,630.00
otal Quote 36,950 LBS.s24,630.00
Material on Hand, Not Available for retum
16" Fastite,
Supply House
Total Material Restock
20LF @,549.26: $985.20
7 % Sales Tax 68.96
Subtotal 1,054.i6
I0% Handling 145.42
Total ACI 1,160
Total HDSupply 16,900
= $18,060
M*i4 I:.rrW .&v ilJ(, L!..,' ltf "
,*'
Due to contirxJirg voletjlity h the price of raw matefials, cnergy, ald lr8nspBd*ion costs, chrctile iron pipe prites eennot
be f€ld tirn tor a Friod ol r6re than 50 days trofi the date ol guotalion. Orders, relesses, anffoi shiprErts phcEd or
made olter tha 60 day p8riod wil be subjec{ lo e 5% pric6 increa$e, Open +rders remaining after 90 days witl either be
carcelled or r*-quoted usirp the pricBs in effect at the tlne ol relese for shipmert.
Ail ACTPCO
Tems and Conditions Apply
Drawing Charge $800 / Sheet
Unte.ss OtheMise Stated12/8t2014 Page 1 of 2
113
Bob Beatv
From:
Sent:
To:
Cc:
Subject:
Attachments;
Ail,
Daniel Mesquita
Friday, January 23,2015 6:06 AM
Bob Beaty; James Tilli
MichaelBone
Fwd: 20" material return
Request denied L.doc; ATT00001.htm
Please see below prices. I told Bruce that we would give him the option of the restocking fee or the purchase
price (plus our overhead & profit) and then he could choose if he wants to purchase it or not. asL ..p
,nrr
James, let me know how I can help.
Thanks,
DanielMesquik
Lanzo Construction Co.
407 Lincoln Road, $te. 10-R
MiarniBeach. FL 3313
Direct (305) 548-8766
Mobile: {321) 604-2490
Fax: {786) 476-0368
Email : DanielM@Lanzo.org
Website: www.lanzo.net
Sent from my iPhone
Begin fonuarded message:
From: "Clark, Mick [HDS]" <@>
Date: January 23,2015 at 12:30:58 AM EST
To: Daniel Mesquita <DanielM@Lanzo.orq>
Cc: "MaIz, John W [HDS]" <i,mglz@hdgglgly€qm>
Subject: 20" material return
Daniel this is what we need help on , we have taken care of a lot of the other materials, & were
able to stop some from shipping. lt could have been much worse.
114
20x16 tap sleeve- not able to take back (see attached)
16" horiz gate valve- 50 percent
20 fittings: 45 percent but we can use some on next section
2ox6 MJ TEE (l) CP Dl
20 MJ 45 BEND (l) CP D
2Ax12 MJ TEE (l) CP Dl
20x16 MJ REDUCER(I) CP 2 @ 425: $850
4ea-20" mj butterfty valves 40 percent but we can use Some on next section
3't ea.
section
t9ea
Thanks,Mick
20 EBAA MEGALUG MJ Dl 40percent , but we can use some on next
20x2 ds saddle 35 percent but we can use some on next section 7 @35% @230
Mick Clark
Account Manager
4310 nw 10th Ave.
Oakland Park,FL 33309
mick.clark@ hdsuoplv"corn
Office-954-772-7343
Offi ce Fax-954 -77 2-0443
Cetl954-2754547
Home P ho ne -954 -7 52-921 8
Home Fax-954-752-8818
Subtotal
7% Sales
Subtotal
10% Handling
Total
g 12,359
1,005
15,364
1,537
$ 16,900
2 @$3,915
2@sa%@4,99s
2ea.
4 ea.
2 ea.
2ea.
\fi rL
ut!S\*"
115
trl
JCM INDUSTRIES, INC.
P, O. Box 1220 - Nash, Texas 75569-1220
Toll Free 800-527€482, Fax Toll Free 800€74'952'f
Outside U.S. 903{32'2581, Fax 903'838-6260
www jcmindustries.com
w_p
-Sl& t,p')
. F&l 1-
*tt*
JCM
January 22,2015
HD Supply/ Miami, FL
Attn: AIex Milian
Email: alexander.milian2@hdsupply.com
Re: Return Request
Dear Alex:
we are in receipt of your request to return t of a JCM 419-2I60X16ESS MJ
Outlet Tapping Steeve that ias purchased on your purchase order # 6854A27'
The Tapping $1..n* was an engineered non-returnable products that was built
p.. you. o.ier, We do not stock this product, therefore we cannot accept its
return.
If it was a regular item that we did stock, we would he happy to accept the return'
Regards,
@@*
Christy Spencer
Returns & Allowances
JCM Industries Inc.
116
ll
oe.Eq ." e ? R R P RF=
sEE-o
= dd eESIE-o6'=aU^0.) l'0'6E+EEE,I&*# EEt;;Fd^og.ooe r ! ! ? E s(J.-F(DOo
N
lr)
@
f.-N
o
d)
N
@
CON
@N
l()
=$
=o
5g?6t
=
E
t
=c)
e=
=$
E
t
=(9E=
oo$
E
tO
=$r=9co(u5
=N
=
=t
>=
Eg
atSll
=
Et
+=
rn
oN
m
oN
ln
oN
ln
oNo
E"T'
o
o
tro I,l
^NE'
o
oEGIJ1
oCDNtro
G
C
(E
E
o
(E
=otr.ToN
oos
CLou
117
RESOLUTION TO BE SUBMITTED
118