17South Miami
To: The Honorable Mayor & Members of the City Commission
Via: Hector Mirabile, PhD, City Manager /i_ �
From: Alfredo Riverol, CPA, CrFA, Chief Financial Officer
Date: November 3, 2010 Agenda Item No.:
A Resolution of the Mayor and City Commission of the City of South Miami,
Florida, authorizing the City Manager to execute an agreement piggybacking the
City of Fort Lauderdale multi -year agreement for an initial three years with two
Subject: one year options to renew with Verrus Mobile Technologies, Inc. to provide cell
phone or equivalent technology as payment method for multi -space parking
stations within the City of South Miami.
The City of South Miami wishes to provide the parking public with the latest state -
of -the -art technology in cell phone payment options. The City is currently
implementing thirty -eight (38) multi -space parking stations replacing
approximately three hundred thirty (330) single spaced meters. This system will
offer the general public the option to use their cell phones or similar technology as
a way to process payments while utilizing a pay for parking space located within
the City of South Miami.
Furthermore, Verrus Mobile Technologies will provide thirty -eight (38) pay
station signs. Additionally, large decals for the multi -space pay stations and
Background: smaller decals for single spaced meters. Verrus will cover up to $20,000 in
signage costs for the initial deployment. Therefore, the signs and decals will be at
no cost to the City.
Verrus primarily generates revenue directly from transaction fees charged to users
of the Pay -by -Phone system. Therefore, a careful balance needs to be considered
between consumer pricing, adoption and recovery of costs associated with service
operation including telephone, text messaging and payment processing. The users
will have two fees associated to the Pay -by -Phone system, a convenience fee of
$0.25 charged per parking transaction and an optional text message reminder fee
of $0.10.
• City of Fort Lauderdale Pay by Phone parking system bid 695- 10262.
• Example of payment options sign picture.
Backup • Signed agreement between the City of Fort Lauderdale and Verrus Mobile
Documentation: Technologies, Inc.
• Verrus Mobile Technologies, Inc. cost proposal.
• Comparable multi -space parking station sign quotes.
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
RESOLUTION NO.
A Resolution of the Mayor and City Commission of the City of South Miami,
Florida, authorizing the City Manager to execute an agreement
piggybacking the City of Fort Lauderdale multi -year agreement for an
initial three years with two one year options to renew with Verrus Mobile
Technologies, Inc. to provide cell phone or equivalent technology as payment
method for multi -space parking stations within the City of South Miami,
and providing an effective date.
WHEREAS, the City of South Miami wishes to provide the parking public with the
latest state -of -the -art technology in cell phone payment options; and
WHEREAS, the City is currently implementing thirty -eight (38) multi -space parking
stations replacing approximately three hundred thirty (330) single spaced meters; and
WHEREAS, this system will offer the general public the option to use their cell
phones or similar technology as a way to process payments while utilizing a pay for
parking space located within the City of South Miami.
NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA;
Section 1. The City Manager is authorized to execute an agreement
piggybacking the City of Fort Lauderdale multi -year agreement for an initial three years
with two one year options to renew with Verrus Mobile Technologies, Inc. to provide cell
phone or equivalent technology as payment method for multi -space parking stations.
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this _ day of 2010.
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM
AND SUFFICIENCY:
CITY ATTORNEY
Page 1 of 1
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Newman:
Commissioner Palmer:
Commissioner Beasley:
Commissioner Harris:
Additions shown by underlinine and deletions shown by ever-str-ik-iag.
Cify of Fort Lauderdale
CITY OF FORT LAUDERDALE
SPECIFICATIONS PACKAGE
695 -10262
►.
SYSTEM
CrFY OF FOPT LAUDERDALE.
Rick Andrews
954 - 828 -4357
Bid 695 -10262
Mar 30, 2009 8:07:05 AM EDT P. 1
City of Fort Lauderdale
Bid 695 -10262
PAY BY PHONE PARKING PAYMENT SYSTEM
Bid Number 695 - 10262
Bid Title PAY BY PHONE PARKING PAYMENT SYSTEM
Bid Start Date Mar 30, 2009 8:04:25 AM EDT
Bid End Date Apr 16, 2009 2:00:00 PM EDT
Question & Answer Apr 8, 2009 5:00:00 PM EDT
End Date
Bid Contact Rick Andrews
Procurement Specialist II
Procurement
954- 828 -4357
Randrews @fortiauderdale.gov
Contract Duration See Specifications
Contract Renewal See Specifications
Prices Good for 90 days
Bid 695 -10262
Bid Comments The City of Fort Lauderdale is seeking proposals from qualified Contractors to provide
cell phone or equivalent technology as a payment method for metered and lot parking
within the City of Fort Lauderdale. The City currently has 154 multi -space meters,
approximately 2300 single space meters, and approximately 10,000 public paid parking
spaces. It is anticipated that proposals in response to this RFP will provide a system to
offer the general public the option to use their cell phones or similar technology as a
way to process payments while utilizing a pay for parking space located within the City
of Fort Lauderdale.
The City of Fort Lauderdale wishes to provide the parking public with the latest state -of-
the -art technology in cell phone payment options. The City expects that all respondents
to the RFP will be able to incorporate the current City meter identification numbers into
their proposed system.
Item Response Form
Item
695- 10262 -1 -01 - PARKING CUSTOMER TRANSACTION CHARGE
Quantity
i each
Unit Price
Delivery Location
City of Fort Lauderdale
See RFP Specifications
See RFP Specifications
Fort Lauderdale FL 33301
Qty 1
Description
PROVIDE A PER TRANSACTION CHARGE TO THE CUSTOMER
Mar 30, 2009 8:07:05 AM EDT p. 2
City of Fort Lauderdale
REQUEST FOR PROPOSAL (RFP) 695 -10262
PAY BY PHONE PARKING PAYMENT SYSTEM
PART I — INTRODUCTION
1.01. Purpose
Bid 695 -10262
The City of Fort Lauderdale, Florida (City) is seeking proposals from qualified firms, hereinafter referred to
as the Contractor or Proposer, to provide a Pay by Phone Parking Payment System for parking patrons
utilizing City metered and lot parking facilities at no cost to the City in accordance with the terms,
conditions, and specifications contained in this Request for Proposals (RFP) and at no cost to the City.
1.02. Information or Clarification
For information contact Rick Andrews, Procurement Specialist at (954) 828 -4357 or
randrews(a_)fortlauderdale.gov. Such contact shall be for clarification purposes only. Material changes, if
any, to RFP will be by written addendum.
Any questions that Proposers wish to have addressed and which might require an addendum should be
submitted through the City of Fort Lauderdale's electronic bid service www.bidsvnc.com at least 7 days
prior to the RFP open date. If required, a written addendum will be issued.
1.03. Competency of Proposers
Proposals will be evaluated in accordance with the qualifications, requirements and evaluation criteria as
stated in this RFP. The Proposer must demonstrate in their proposal response that they are principally and
routinely engaged in performing the services specified in PART IV — TECHNICAL SPECIFICATIONS /
SCOPE OF SERVICES, are qualified to perform such services and, if applicable to the work and required
by the local jurisdiction, are properly and legally licensed to perform such services.
1.04 Contract Term
The initial contract term shall commence on date of award and shall end three (3) years from that date. The
City reserves the right to extend the contract for two (2) additional one (1) year terms under the same
terms, conditions and specifications, however subject to cost adjustment as provided herein, providing both
parties agree to the extension, Contractor performed satisfactorily; and such extension is approved by the
City.
The City may require a trial test period to determine if the Contractor can perform in accordance with the
requirements of the contact, and to the City's satisfaction. Such trial test period may be from thirty (30) to
ninety (90) days, and will be conducted under all specifications, terms and conditions contained in the
contract. This trial period will then become part of the initial contract period.
A performance evaluation will be conducted prior to the end of the test period and that evaluation will be the
basis for the City's decision to continue with the Contractor or to select another Contractor.
In the event services are scheduled to end because of the expiration of this contract, the Contractor shall
continue the service upon the request of the Director of Procurement Services. The extension period shall
not extend for more than ninety (90) days beyond the expiration date of the existing contract. The
Contractor shall be compensated for the service at the rate(s) in effect when the City invokes this extension
clause.
1.05. Price Proposal
Proposer shall propose a fixed per transaction fee in accordance with the requirements of this RFP.
Mar 30, 2009 8:07:05 AM EDT P. 3
City of Fort Lauderdale
1.06. Fee Adjustments
Bid 695 -10262
Fees for all services provided under this contract shall remain firm for the first year of the initial contract
term. 'Thereafter fees for each remaining initial contract term and any extended contract term shall be
subject to an adjustment only if increases occur in the industry. However, unless very unusual and
significant changes have occurred in the industry, such increases shall not exceed 5% per year or,
whichever is less, the latest yearly percentage increase in the Consumer Price Index — All Urban
Consumers CPU -U All Items Miami -Fort Lauderdale Area as published by the Bureau of Labor Statistics,
U.S. Department of Labor. The yearly increase, or decrease in the CPI shall be that latest index published
and available ninety (90) days prior to the end of the contract year then in effect compared to the index for
the same month one year prior. Any requested price increase shall be fully documented and submitted to
the City at least ninety days prior to the contract anniversary date. Any approved cost adjustments shall
become effective upon the anniversary date of the contract and remain firm for the new contract period. In
the event the CPI or industry costs decline, the City shall have the right to receive from the Contractor a
reasonable reduction in fees that reflect such cost changes in the industry.
The City may, after examination, refuse to accept the adjusted fees if they are not properly documented,
increases are considered to be excessive, or decreases are considered to be insufficient. in the event the
City does not wish to accept the adjusted fees and the matter cannot be resolved to the satisfaction of the
City the contract may be cancelled by the City upon giving thirty (30) days written notice to the Contractor.
Mar 30, 2009 8:07:05 AM EDT p. 4
City of Fort Lauderdale
PART II - RFP SCHEDULE
Release RFP
Last Date for Receipt of Questions of a Material Nature
Addendum Release (If required)
PROPOSALS DUE (No Later Than 2:00 PM DST)
Evaluation / Selection Committee Meeting to Review
and Short -List Proposals *
Presentations by Short - Listed Proposers
Award by City Commission
* If necessary
Bid 695 -10262
3/27/09
4/8/09
4/10/09
4/16/09
4/29/09 (estimated)
5/13/09 (estimated)
6/19/09 (estimated)
Mar 30; 2009 8:07:05 AM EDT p. 5
City of Fort Lauderdale
PART III - SPECIAL CONDITIONS
3.01. General Conditions
Bid 695 -10262
RFP General Conditions Form G -107 Rev. 11/08 (GC) are included and made a part of this RFP.
3.02. Variances
While the City allows Proposer to take variances to the RFP terms, conditions, and specifications, the
number and extent of variances taken will be considered in determining proposal responsiveness and in
allocating proposal evaluation points. See Section 1.06 of GC.
3.03. Public Entity Crimes Act
A person or affiliate who has been placed on the convicted vendor list following a conviction for a public
entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not
submit a bid on a contract with a public entity for the construction or repair of a public building or public
work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work
as a, supplier, subcontractor, or Contractor under a contract with any public entity, and may not transact
business with any public entity in excess of the threshold amount provided in Section 287.017, Florida
Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor
list.
3.04. News Releases / Publicity
News releases, publicity releases, or advertisements relating to this contract or the tasks or projects
associated with the project shall not be made without prior City approval.
3.05. RFP Documents
The Contractor shall examine this RFP carefully. Ignorance of the requirements will riot relieve the
Contractor from liability and obligations under the Contract.
3.06. Proposers Cost
The City shall not be liable for any costs incurred by proposers in responding to this RFP.
3.07. Rules and Proposals
The signer of the proposal must declare that the only person(s), company or parties interested in the
proposal as principals are named therein; that the proposal is made without collusion with any other
person(s), company or parties submitting a proposal; that it is in all respects fair and in good faith, without
collusion or fraud; and that the signer of the proposal has full authority to bind the principal proposer.
3.08. Invoices / Payment
The City will accept invoices upon completion of tasks specified in the final scope of services, however no
more frequently than once per month. Each invoice shall fully detail the hourly costs and all related costs
and shall specify the status of the particular task or project as of the date of the invoice as regards the
accepted schedule for that task or project. Payment will be made within thirty (30) days after receipt of an
invoice acceptable to the City.
If, at any time during the contract, the City shall not approve or accept the Contractor's work product, and
agreement cannot be reached between the City and the Contractor to resolve the problem to the City's
satisfaction, the City shall negotiate with the Contractor on a payment for the work completed and usable to
the City. This negotiated payment shall be based on the overall task or project breakdown, relative to the
Mar 30, 2009 8:07:05 AM EDT P. 6
City of Fort Lauderdale
projected number of hours for each task element, and the percentage of work completed.
3.09. No Exclusive Contract/ Additional Services
Bid 695 -10262
Contractor agrees and understands that the contract shall not be construed as an exclusive arrangement
and further agrees that the City may, at any time, secure similar or identical services at its sole option.
While this contract is for services provided to the department referenced in this Request for Proposals, the
City may require similar work for other City departments. Contractor agrees to take on such work unless
such work would not be considered reasonable or become an undue burden to the Contractor.
3.10. Deletion or Modification of Services
The City reserves the right to delete any portion of this Contract at anytime without cause, and if such right
is exercised by the City, the total fee shall be reduced in the same ratio as the estimated cost of the work
deleted bears to the estimated cost of the work originally planned. If work has already been accomplished
on the portion of the Contract to be deleted, the Contractor shall be paid for the deleted portion on the basis
of the estimated percentage of completion of such portion.
If the Contractor and the City agree on modifications or revisions to the task elements, after the City has
approved work to begin on a particular task or project, and a budget has been established for that task or
project, the Contractor will submit a revised budget to the City for approval prior to proceeding with the
work.
3.11. Additional Items
The City may require additional items of a similar nature, but not specifically listed in the contract. The
Contractor agrees to provide such items, and shall provide the City prices on such additional items based
upon a formula or method that is the same or similar to that used in establishing the prices in its proposal.
If the price(s) offered are not acceptable to the City, and the situation cannot be resolved to the satisfaction
of the City, the City reserves the right to procure those items from other vendors, or to cancel the contract
upon giving the Contractor thirty (30) days written notice.
3.12. Substitution of Personnel
It is the intention of the City that the Contractor's personnel proposed for the contract will be available for
the initial contract term. In the event the Contractor wishes to substitute personnel, he shall propose
personnel of equal or higher qualifications and all replacement personnel are subject to City approval. In
the event substitute personnel are not satisfactory to the City and the matter cannot be resolved to the
satisfaction of the City, the City reserves the right to cancel the Contract for cause. See Section 5.09
General Conditions.
3.13. Ownership of Work
The City shall have full ownership and the right to copyright, otherwise limit, reproduce, modify, sell, or use
all of the work or product produced under this contract without payment of any royalties or fees to the
Contractor above the agreed hourly rates and related costs.
3.14. Independent Contractor
The Contractor is an independent contractor under this Agreement. Personal services provided by the
Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as
officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security, health
insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to
services rendered under this Contract shall be those of the Contractor.
War 30, 2009 8:07:05 AM EDT p. 7
City of Fort Lauderdale
3.16. Subcontractors
I:7CGitF3[�YIYSI
If the Contractor proposes to use subcontractors in the course of providing these services to the City, this
information shall be a part of the RFP response. Such information shall be subject to review, acceptance
and approval of the City, prior to any contract award. The City reserves the right to approve or disapprove
of any subcontractor candidate in its best interest.
Contractor shall ensure that all of Contractor's subcontractors perform in accordance with the terms and
conditions of this Contract. Contractor shall be fully responsible for all of Contractor's subcontractor's
performance, and liable for any of Contractor's subcontractor's non - performance and all of Contractor's
subcontractor's acts and omissions. In addition to other indemnification provisions contained in this
contract, Contractor shall defend at Contractor's expense, counsel being subject to the City's approval or
disapproval, and indemnify and hold harmless the City and the City's officers, employees and agents from
and against any claim, lawsuit, third party action, settlement, orjudgment, including any award of attorney
fees and any award of costs, by or in favor of any of Contractor's subcontractors for payment for work
performed for the City by any of such subcontractors, and from and against any claim, lawsuit, third party
action, settlement, orjudgment, including any award of attorney fees and any award of costs, occasioned
by or arising out of any act or omission by any of Contractor's subcontractors.
3.16. Insurance
The Contractor shall furnish Contractors and Contractor's subcontractor's proof of Worker's Compensation
Insurance, General Liability Insurance and Comprehensive Automobile Liability Insurance. The coverage is
to remain in force at all times during the contract period. The following minimum insurance coverage is
required. The City is to be added as an "additional insured" with relation to General Liability and
Automobile Insurance. Any costs for adding the City as "additional insured" will be at the Contractor's
expense.
Worker's Compensation and Employer's Liability Insurance
Limits: Worker's Compensation — Statutory 440.055
Employer's Liability - $500,000
Any firm performing work on behalf of the City of Fort Lauderdale must provide Worker's Compensation
insurance. Exceptions and exemptions can only be made if they are in accordance with Florida Statute.
For additional information contact the Department of Financial Services, Worker's Compensation Division at
(850) 413 -1601 or on the web at www.fldfs.com.
Commercial General Liability Insurance
Covering premises- operations, products - completed operations, independent Contractors and contractual
liability.
Limits: Combined single limit bodily injury/property damage $1,000,000.
This coverage must include:
a. Coverage for the liability assumed by the Contractor under the indemnity provision of the contract.
b. Coverage for hazards commonly referred to as "explosion, collapse and underground ", exclusions —
on contract contracts oo»iv.
Automobile Liability Insurance
Covering all owned, hired and non -owned automobile equipment
Limits: Bodily injury $ 250,000 each person
$ 500,000 each occurrence
Property damage $ 100,000 each occurrence
Combined single limit $1,000,000 (bodily injury and property damage combined) each occurrence
Mar 30, 2009 8:07:05 AM EDT P. 8
City of Fort Lauderdale
General aggregate limit $2,000,000
A copy of any current Certificate of Insurance should be included with your proposal.
Bid 695 -10262
In the event that the Proposer is recommended for award of a contract, the Proposer will be required to
provide a certificate of insurance within 15 days naming the City as an "additional insured" for both General
Liability and Automobile.
Certificate holder should be addressed as follows:
City of Fort Lauderdale
Procurement Services Department
100 N. Andrews Avenue, Room 619
Ft. Lauderdale, FL 33301
3.17. Lobbying Activities
ALL PROPOSERS PLEASE NOTE: Any Proposer or proposer submitting a response to this solicitation
must comply, if applicable, with City of Fort Lauderdale Ordinance No. C- 00 -27, Lobbying Activities.
Copies of Ordinance No. C -00 -27 may be obtained from the City Clerk's Office on the 7th Floor of City Hall,
100 N. Andrews Avenue, Fort Lauderdale, Florida. The ordinance may also be viewed on the City's
website at http // www. fortlauderdale.gov/ clerWtobbyistDocs4obbyistord1009 .t)
3.18. BidSync (Electronic Bid Service)
The City of Fort Lauderdale uses BidSync (www,bidsvnc.com) to distribute and receive bids and proposals.
There is no charge to vendors /Contractors to register and participate in the solicitation, nor will any fees be
charged to the awarded vendor. Refer to www.bidsvnc.com for further information.
3.19. Bid Tabulations f Intent To Award
Notice of Intent to Award Contract/Bid, resulting from the City's Formal solicitation process, requiring City
Commission action, may be found at http: / /www.fortlauderdale.gov /purchasing /notices_of_intent.htm.
Tabulations of receipt of those parties responding to a formal solicitation may be found at
hftp: / /www.fortlauderdale.gov /purchasing /bidresults.htm, or any interested party may call the Procurement
Office at 954 - 828 -5933.
Mar 30, 2009 8:07:05 AM EDT p. 9
City of Fort Lauderdale Bid 695 -10262
PART IV - TECHNICAL SPECIFICATIONS / SCOPE OF SERVICES
4.01. OVERVIEW:
The City of Fort Lauderdale is seeking proposals from qualified Contractors to provide cell phone or
equivalent technology as a payment method for metered and lot parking within the City of Fort Lauderdale.
The City currently has 154 multi -space meters, approximately 2300 single space meters, and approximately
10,000 public paid parking spaces. It is anticipated that proposals in response to this RFP will provide a
system to offer the general public the option to use their cell phones or similar technology as a way to
process payments while utilizing a pay for parking space located within the City of Fort Lauderdale.
The City of Fort Lauderdale wishes to provide the parking public with the latest state -of- the -art technology
in cell phone payment options. The City expects that all respondents to the RFP will be able to incorporate
the current City meter identification numbers into their proposed system.
4.02. SILENCE OF SPECIFICATIONS:
The apparent silence of the specifications as to any detail or omission for it as a detailed description
concerning any specific requirement shall be regarded as meaning that only the best commercial practices
are to prevail and that only materials and workmanship of first quality are to be used. All interpretations of
these specifications shall be made upon the basis of this statement.
4.03. SYSTEM ACCEPTANCE TEST
A System Acceptance Test of the proposed Pay by Phone Parking Payment System is required to be
performed by the awarded Contractor to demonstrate that the proposed system meets the requirements of
this RFP. The Proposer shall include in their response submittal a System Acceptance Test Plan including
an implementation time line schedule.
Mar 30, 2009 8:07:05 AM EDT P. 10
City of Foil Lauderdale
PART V — PROPOSAL EVALUATION CRITERIA
Bid 695 -10262
An evaluation committee of qualified City staff and /or non -City persons selected by the City will conduct
evaluations of proposals by a two -step process. in step one the committee will evaluate all responsive
proposals based upon the information and references contained in the proposals as submitted. The
committee will score and rank all responsive proposals and determine a minimum of three (3), if more than
three (3) proposals are responsive, to be finalists (short- listed firms) for further consideration. In the event
there are less than three (3) responsive proposals, the committee will give further consideration to all
responsive proposals received. In step two the committee may conduct oral presentations with the finalists
(short- listed firms) and re -score and re -rank the finalists (short- listed firms') proposals. The first ranked
proposer will be recommended to the City Commission for award of a contract.
Evaluation of proposals will be performed utilizing the following evaluation criteria and assigned points:
1. Qualifications and expertise, including number of similar projects completed and the specific method
in which these projects were achieved, qualifications of proposer and staff. Proposed systems
layout, capabilities and versatility. (30% POINTS)
2. Overall ease of use for the customer and for the City's Parking Administration personnel. Ability of the
proposed system to interface with the City Parking Administration's current business practices and cost
to the customer per transaction. Proposed System Acceptance Plan and implementation schedule.
(30% POINTS)
3. Past performance and references. (15% POINTS)
4. Cost: (price per transaction charge to customer, no charge to City). (25% POINTS)
TOTAL POSSIBLE POINTS: 100
The City of Fort Lauderdale reserves the right, before awarding any contract to require a Proposer to
submit any evidence of its qualifications as the City may deem necessary, and to consider any evidence
available of financial, technical and other qualifications and capabilities, including performance experience
with past and present users.
The City of Fort Lauderdale reserves the right to request additional clarifying information and request an
oral presentation from any and all Proposers prior to determination of award.
The City reserves the right to award a contract to that Proposer or to more than one Proposer who will best
serve the best interest of the City. The City reserves the right based upon its deliberations and in its
opinion, to accept or reject any or all proposals. The City also reserves the right to waive minor
irregularities or variations to the specifications and in the bidding process.
NOTE REGARDING PRICE PROPOSAL POINTS: The firm providing the lowest cost to the City will
receive the maximum of 25 points. Points awarded to other Proposers are determined by a
mathematical formula. When using this formula, a Proposer that submits a cost which is two times
greater than the cost of the lowest responsive, responsible Proposer, will result in receiving zero points
for cost.
Mar 30, 2009 8:07:05 AM EDT P. 11
City of Fort Lauderdale
PART VI - REQUIREMENTS OF THE PROPOSAL
Bid 695 -10262
All proposals must be submitted in the format as specified below. Any attachments must be clearly identified. To
be considered, the proposer must respond to all parts of the RFP. Any other information thought to be relevant, but
not applicable to the enumerated categories, should be provided as an attachment to the proposal. If documents
are supplied in response to a requirement, the response should include a reference to the requirement being
addressed and page number. This will serve as an identifiable reference for the proposal evaluators. Proposals not
providing this reference will be considered to have no reference material included in the additional documents.
Proposals are due at the date and time specified in Part II — RFP Schedule. It is the Proposers responsibility to
submit its proposal at the place, time and date specified in this RFP.
All proposals are to be furnished via electronic submittal or hard copy as follows: If submitting electronically the
proposal documents shall be attached or uploaded to the electronic response.
Electronic Submittal:
www.bidsyne.com
If submitting via hard copy, please submit one (1) original and five (5) copies, for a total of six (6). All proposals
must be submitted in a sealed package with the RFP number, RFP due date, and RFP title clearly marked on the
outside. If more than one package is submitted they should be marked 1 of 2, etc. Hand delivery, or via other
delivery means (U.S. Mail, FedEx, UPS, etc) shall be to:
City of Fort Lauderdale
Procurement Services Department
100 N. Andrews Avenue, Room 619
Fort Lauderdale, FL 33301
The President, Vice- President or Principal or other person who is authorized to contractually bind the Proposer
should sign and submit the Bid / Proposal Signature Page. See Tab 10 of the Proposal Format Section.
The Proposal shall be indexed in accordance with the Proposal Format Section following.
Mar 30, 2009 8:07:05 AM EDT p. 12
City of Fort Lauderdale
PART VI - REQUIREMENTS OF THE PROPOSAL
PROPOSAL FORMAT SECTION
The Proposal shall be indexed in the following order:
Tab 1. Letter of Interest/ Cover Letter- Briefly state the Proposers understanding of the services
to be rendered, and make a positive commitment to perform according to the requirements noted in
this RFP.
Tab 2. Narrative - Proposer shall include a comprehensive narrative to include the following:
Understanding of the City's requirement for a Pay by Phone Parking System and the Proposers
overall approach to meeting those requirements, including a detailed description of the proposed
system. Insert the RESPONSE MATRIX under this tab.
Tab 3. Licenses, Professional Certificates, Insurance — Submit a copy of any licenses, and
professional certificates that proposer possesses as part of doing business. Also include proof of
the insurance requirements specified in Paragraph 3.17 of Part III — Special Conditions of this RFP.
Tab 4. Company Profile —Provide legal corporate name and address, telephone and fax number,
E -mail address and Web page address of the Proposers firm including legal entity of any proposed
partnership orjoint venture. Firm(s) must be registered as a legal entity in the Florida Department of
State Division of Corporations. Provide years in business, state whether the firm is local, regional,
or national, is public or privately held, give a list of owners and /or partners and management
executives of the firm, provide any additional information regarding the Proposers company that the
Proposer wishes to supply to augment its proposal.
Tab 5. Joint Venture — If submitting as a joint venture, submit a copy of the joint venture
agreement including the financial agreement between the parties and the percentage of
participation of the parties.
Tab 6. Qualifications / Experience - Describe Proposers experience and nature of service with
contracts and projects of similar size and complexity as the system being proposed to the City of
Fort Lauderdale for the previous three (3) years.
Tab 7. Current Customers - Provide a list of current major customers along with contact person's
name and telephone numbers.
Bid 685 -10262
Tab 8. Cost Proposal — If submitting the response either electronically or by hard copy insert a copy of the
completed Item Response Form under this Tab.
Tab 10. Non - Collusion Statement and Bid/ Proposal Signature Page -Sign and insert the Bid/
Proposal Signature Page under this Tab. The President, Vice - President or other person who is
authorized to contractually bind the Proposer should sign the Bid /proposal Signature Page. The
Non - Collusion statement should be inserted under this Tab.
END
Mar 30, 2009 8:07:05 AM EDT P. 13
City of Fort Lauderdale
RESPONSE MATRIX
(44 ITEMS)
Bid 695 -10262
PROPOSERS SHOULD RESPOND TO ALL ITEMS LISTED IN THIS RESPONSE MATRIX AND
INCLUDED IT IN THEIR RESPONSE SUBMITTAL
Mar 30, 2009 8:07:05 AM EDT p. 14
Description
Comments
1.
Describe how a customer would register to
use your system for the first time. Describe
9
in detail what options would be available to
the customer and what connectivity your
system requires in order to process
transactions.
2_..
Can customers review their profile and
parking history over the Internet?s
3.
Describe in detail what security
requirements and systems are in place to
protect our data as well as the customers'.
01
4.
Does your system support International
cell - phones and credit cards? List and
attach copies of any security certifications
NO
your company holds.
5.
Does your system require pre- registration;,
before its use, if not please describe the
process. Are users required to pay an
annual membership fee? Does your
m
system require a per use or transaction
- ° ° -- ---- -- - - -- - --
fee? if so how much?
6.
Can a customer use your system without
any additional hangtags, barcodes or other
,
items to display or attach to the vehicle?
Iffil
Explain
7.
Describe the process by which the City will
v:
be reimbursed for parking time. How often?
0g,
By what means (check, wire, automatic
deposit, etc). Describe in detail the
exchange of revenue from cell - phone -paid
- -- -- - - -- - - . ......
parking.
8.
Describe the various contact options your
system provides a customer. Does your
system have a toll free number? What
x
hours can a customer contact a live person
ms=s
for support.
__ ----- ------- ......_ ----- ........
9.
Describe your process for resolving
customer complaints; attach a separate
policy document if appropriate.
10.
Describe what items are required to identify
Mar 30, 2009 8:07:05 AM EDT p. 14
City of Fort Lauderdale
Bid 695 -10262
Mar 30, 2009 8:07:05 AM EDT P. 15
a vehicle to your system, and what items
are required to identify a vehicle to the
parking space.
rte^
11.
Describe in detail the location, number of
meters, spaces etc of your two largest
4�
customers. Where, and for how long have
they been your customer?
12.
How many customers are registered and
actively using your system? Please
describe numbers of customers and which
titles they are in.
13.
Describe the process your system utilizes
to notify customers of pending or expired
s<
parking time. Please provide specific
details as to the process and infrastructure
used, attach separate document if
— — - .
necessary.
14.
What is the credit card settlement process
used by your system /software? Provide
a
samples of reports. Can reports be
modified as to form and format by City's IT
staff? Can report data be exported to ,
-- -- - -- - ---
Excel? Please describe.
15.
Can a customer utilize your system using
any phone or are they restricted to the
phone used for registration? Please
describe.
16.
,-
Does the system have the ability to:
ORS
lr.
a) Utilize maximum stay restrictions?
Explain
b) Restrict people from re- parking and
P configurable
paying via cell hone for a
period even after parking expires. Explain.
expires?
�
c) Process transactions using varying
meter rates based on day of week or time
of day? For example, $1.00 1hr until 6 pm,
MEN
then $1.75 hr until 2 a.m. the next morning.
We have approximately 60 different
"zones" in a matrix of meter rate, hours and
days of enforcement, maximum parking
time, and some that have split rates
depending on the time of day. Describe
how your system would differentiate as to
how to how much to charge the customer
and whether or not to accept additional
payment for time outside of the allowable
parking time.
17.
What limitations if any does your system
Mar 30, 2009 8:07:05 AM EDT P. 15
City of Fort Lauderdale
Bid 695 -10262
Mar 30, 2009 8:07:05 AM EDT p. 16
have when processing rates and
restrictions? Does your system have a
limitation to the number of rates and
N
zones?
Are there any minimum or maximum
transaction dollar amounts that a customer
_.
may add to the parking meter time?
19.
Parking Services frequently changes the
_
configuration of metered parking with
x;
regard to expansion and contraction of
v�
multi -space and single -space meter
inventories. Describe how adding /deleting
° -- --- --- ___
a lot, street, or garage location is
accomplished to assist with the proper
location reporting of cell phone revenues
and for enforcement.
_
20.
Does your system allow one -time event
_ —�
parking at a flat rather other then the
standard meter rate for that location?
Describe what would be required by the
customer and the City in order to utilize this
- -- _ -_ ___
process.
21.
Does the system allow the user to add time
\
to an unexpired meter? Describe the
W
process and any restrictions.
22.
_
Does your system require integration with a
parking meter system or the parking meter
if so how, please describe.
23•
How does a user pay for parking in a pay -''
and - display lot, pay- for -space or on- street
parking? Please describe each process in
detail.
24.
Can your system integrate real -time with
multi-space meters? Please describe in
detail what multi -space meters and the
N
process.
r
25.
Does your system process parking
transactions for gated locations? Please
\
describe the process, locations involved,
vendors and equipment used.
_ j
26.
The City uses at least two different parking
meter vendors and different models of
meters for each vendor. How does your
`�
system handle this from the perspective of
the customer? From the perspective of the
city?
27.
Is your service in live use at over five (5)
x ,a
US cities? If so, provide names and
references.
28.
Does your service integrate with wireless
Mar 30, 2009 8:07:05 AM EDT p. 16
City of Fort Lauderdale
Bid 695 -10262
Mar 30, 2009 8:07:05 AM EDT p. 17
handheld enforcement systems? If yes,
provide examples of live sites and how?y
i M
29.
Is the parking enforcement information
available real -time? If yes, please explain
process.`
30.
Is the parking enforcement information
available wirelessly? If yes, please explain
process.
31.
Do you have a marketing plan to inform the
City's parking customers of the availability
of pay -by -phone (i.e. recruitment process,
decals, signage, advertisement mediums,
etc.)? Please describe. If there are any
costs to the City, please include in your
rice proposal.
32.
Is there interface capability with our
y t
handhelds? What is it?
(City currently has Duncan X -3)
33.
Is there system portability, scalability, and
!
support? Explain?
34.
Is your system P.C.I. compliant? Please
describe the policy and procedures you
have in place to keep and maintain the
compliance.
35.
Do you allow the customers to use their
\
own merchant accounts for credit card
processing? Provide details.
w„
36.
Do we directly receive the credit card
payments from our consumers parking
�y
transactions? How?
37.
Does your system have the ability to
provide information on meters that are out
of order or need service?
38.
Can your system forward a report of meter
ON
malfunctions directly to field technicians?
How?
0
Can your system report on meter downtime
j
and repairs? Please describe.%
40.
Can your system process parking
Mar 30, 2009 8:07:05 AM EDT p. 17
City of Fort Lauderdale
Bid 695 -10262
Mar 30, 2009 8:07:05 AM EDT P. 18
payments while a broken meter is being
reported? How?
41.
_
Does your organization develop and own
its core technology or is it licensed from a
third party? Details'
Is the enforcement component system
compatible with the Duncan X -3 handheld
device?
43.
What is the per transaction charge to the
customer? Are there any fees or charges
to the City? If so, describe.
44.
Having a highly reliable system is a key
concern to the City. Describe your system's;��,
reliability in terms of wind and rain
operability in downtown areas with high -rise
buildings, etc. What events typically cause
"down time" and for how long?
Mar 30, 2009 8:07:05 AM EDT P. 18
City of Fort Lauderdale Bid 695 -10262
Questionnaire
Please print or type:
1. Provide three references for which you have performed similar services.
Contact Name:
Telephone:
2. Number of years experience the proposer has had in providing similar services:
._...., Years
3. Have you ever failed to complete work awarded to you? If so, where and why?
4. List appropriate licenses as issued by Broward
5. Briefly describe the number of employees and supervisors available for this contract and the
firm's ability to secure subcontractors, if necessary.
Mar 30, 2009 8:07:05 AM EDT - - P. 19
City of Fort Lauderdale
Bid 695 -10262
6. Briefly describe your firm's financial status and provide proof of adequate line of credit or other
financial assets to access funds for construction of multiple projects during the same time period.
The proposer understands that the information contained in these proposal pages is to be relied upon
by the City in awarding the proposed contract, and such information is warranted by the proposer to be
true. The proposer agrees to furnish such additional information, prior to acceptance of any proposal
relating to the qualifications of the proposer, as may be required by the City.
Please review the questionnaire to make sure all questions have been answered. Attach additional
sheets if necessary. Failure to answer each question could result in the disqualification of your bid.
Mar 30, 2009 8:07:05 AM EDT r. 20
City of Fort Lauderdale
NON - COLLUSION STATEMENT:
Bid 695 -10262
By signing this offer, the vendor /contractor certifies that this offer is made independently and free from collusion.
Vendor shall disclose below any City of Fort Lauderdale, FL officer or employee, or any relative of any such
officer or employee who is an officer or director of, or has a material interest in, the vendor's business, who is in
a position to influence this procurement.
Any City of Fort Lauderdale, FL officer or employee who has any input into the writing of specifications or
requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this
procurement is presumed, for purposes hereof, to be in a position to influence this procurement.
For purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the
total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is
awarded to this vendor.
In accordance with City of Fort Lauderdale FL Policy and Standards Manual, 6.10.8.3,
3.3. City employees may not contract with the City through any corporation or business entity in
which they or their immediate family members hold a controlling financial interest (e.g. ownership of
five (5) percent or more).
3.4. Immediate family members (spouse, parents and children) are also prohibited from contracting
with the City subject to the same general rules.
Failure of a vendor to disclose any relationship described herein shall be reason for debarment
in accordance with the provisions of the City Procurement Code.
NAME
RELATIONSHIPS
In the event the vendor does not indicate any names, the City shall interpret this to mean that the vendor
has indicated that no such relationships exist.
Mar 30, 2009 8:07:05 AM EDT p. 21
City of Fort Lauderdale Bid 695 -10262
City of Fort Lauderdale
GENERAL CONDITIONS
These instructions are standard for all contracts for commodities or services issued through the City of Fort Lauderdale Procurement
Services Department. The City may delete, supersede, or modify any of these standard instructions for a particular contract by indicating
such change in the Invitation to Bid (ITS) Special Conditions, Technical Specifications, Instructions, Proposal Pages, Addenda, and Legal
Advertisement. In this general conditions document, Invitation to Bid (ITB) and Request for Proposal (RFP) are interchangeable.
PART i BIDDER PROPOSAL PAGE(S) CONDITIONS:
1.01 BIDDER ADDRESS: The City maintains automated vendor address lists that have been generated for each specific Commodity
Class item through our bid issuing service, BidSync. Notices of Invitations to Bid (ITB'S) are sent by e-mail to the selection of
bidders who have fully registered with BidSync or faxed (if applicable) to every vendor on those lists, who may then view the bid
documents online. Bidders who have been informed of a bid's availability in any other manner are responsible for registering with
BidSync in order to view the bid documents. There is no fee for doing so. if you wish bid notifications be provided to another e-mail
address or fax, please contact BidSync. If you wish purchase orders sent to a different address, please so indicate in your bid
response. If you wish payments sent to a different address, please so indicate on your invoice.
1.02 DELIVERY: Time will be of the essence for any orders placed as a result of this ITB. The City reserves the right to cancel any
orders, or part thereof, without obligation if delivery is not made in accordance with the schedule specified by the Bidder and
accepted by the City.
1.03 PAYMENT TERMS AND CASH DISCOUNTS: Payment terms, unless otherwise stated in this ITB, will be considered to be net
30 days after the date of satisfactory delivery at the place of acceptance and receipt of correct invoice at the office specified,
whichever occurs last. Bidder may offer cash discounts for prompt payment but they will not be considered in determination of
award. If a Bidder offers a discount, it is understood that the discount time will be computed from the date of satisfactory delivery,
at the place of acceptance, and receipt of correct invoice, at the office specified, whichever occurs last.
1.04 TOTAL BID DISCOUNT: If Bidder offers a discount for award of all items listed in the bid, such discount shall be deducted from
the total of the firm net unit prices bid and shall be considered in tabulation and award of bid.
1.05 BIDS FIRM FOR ACCEPTANCE: Bidder warrants, by virtue of bidding, that the bid and the prices quoted in the bid will be firm
for acceptance by the City for a period of ninety (90) days from the date of bid opening unless otherwise stated in the ITB.
1.06 VARIANCES: For purposes of bid evaluation, Bidder's must indicate any variances, no matter how slight, from ITS General
Conditions, Special Conditions, Specifications or Addenda in the space provided in the ITB. No variations or exceptions by a
Bidder will be considered or deemed a part of the bid submitted unless such variances or exceptions are listed in the bid and
referenced in the space provided on the bidder proposal pages. if variances are not stated, or referenced as required, it will be
assumed that the product or service fully complies with the City's terms, conditions, and specifications.
By receiving a bid, City does not necessarily accept any variances contained in the bid. All variances submitted are subject to
review and approval by the City. If any bid contains material variances that, in the City's sole opinion, make that bid conditional in
nature, the City reserves the right to reject the bid or part of the bid that is declared, by the City as conditional.
1.07 NO BIDS: if you do not intend to bid please indicate the reason, such as insufficient time to respond, do not offer product or
service, unable to meet specifications, schedule would not permit, or any other reason, in the space provided in this ITB. Failure to
bid or return no bid comments prior to the bid due and opening date and time, indicated in this ITB, may result in your firm being
deleted from our Bidder's registration list for the Commodity Class Item requested in this ITB.
1.08 MINORITY AND WOMEN BUSINESS ENTERPRISE PARTICIPATION AND BUSINESS DEFINITIONS: The City of Fort
Lauderdale wants to increase the participation of Minority Business Enterprises (MBE), Women Business Enterprises (WBE), and
Small Business Enterprises (SSE) in its procurement activities. If your firm qualities in accordance with the below definitions
please indicate in the space provided in this ITB.
Minority Business Enterprise (MBE) "A Minority Business" is a business enterprise that is owned or controlled by one or more
socially or economically disadvantaged persons. Such disadvantage may arise from cultural, racial, chronic economic
circumstances or background or other similar cause. Such persons include, but are not limited to: Blacks, Hispanics, Asian
Americans, and Native Americans.
The term "Minority Business Enterprise' means a business at least 51 percent of which is owned by minority group members or, in
the case of a publicly owned business, at least 51 percent of the stock of which is owned by minority group members. For the
purpose of the preceding sentence, minority group members are citizens of the United States who include, but are not limited to:
Blacks, Hispanics, Asian Americans, and Native Americans.
Women Business Enterprise (WBE) a "Women Owned or Controlled Business" is a business enterprise at least 51 percent of
which is owned by females or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by
females.
Small Business Enterprise (SBE) "Small Business" means a corporation, partnership, sole proprietorship, or other legal entity
formed for the purpose of making a profit, wttich is independently owned and operated, has either fewer than 100 employees or
less than $1,000,000 in annual gross receipts.
BLACK, which includes persons having origins in any of the Black racial groups of Africa.
WHITE, which includes persons whose origins are Anglo -Saxon and Europeans and persons of Indo- European decent including
Mar 30, 2009 8:07:05 AM EDT p. 22
City of Fort Lauderdale
Bid 695 -10262
Pakistani and East Indian.
HISPANIC, which includes persons of Mexican, Puerto Rican, Cuban, Central and South American, or other Spanish culture or
origin, regardless of race.
NATIVE AMERICAN, which includes persons whose origins are American Indians, Eskimos, Aleuts, or Native Hawaiians.
ASIAN AMERICAN, which includes persons having origin in any of the original peoples of the Far East, Southeast Asia, the Indian
subcontinent, or the Pacific Islands.
1.09 MINORITY -WOMEN BUSINESS ENTERPRISE PARTICIPATION
It is the desire of the City of Fort Lauderdale to increase the participation of minority (MBE) and women -owned (WBE) businesses
in its contracting and procurement programs. While the City does not have any preference or set aside programs in place, it is
committed to a policy of equitable participation for these firms. Proposers are requested to include in their proposals a narrative .
describing their past accomplishments and intended actions in this area. if proposers are considering minority or women owned
enterprise participation in their proposal, those firms, and their specific duties have to be identified in the proposal. If a proposer is
considered for award, he or she will be asked to meet with City staff so that the intended MBEfWBE participation can be
formalized and included in the subsequent contract.
Part If DEFINITIONS /ORDER OF PRECEDENCE
2.01 BIDDING DEFINITIONS The City will use the following definitions in it's general conditions, special conditions, technical
specifications, instructions to bidders, addenda and any other document used in the bidding process:
INVITATION TO BID (ITS) when the City is requesting bids from qualified. Bidders.
REQUEST FOR PROPOSALS (RFP) when the City is requesting proposals from qualified Proposers.
.. BID - a price and terms quote received in response to an ITS.
PROPOSAL - a proposal received in response to an RFP.
BIDDER - Person or firm submitting a Bid.
PROPOSER - Person or firm submitting a Proposal.
RESPONSIVE BIDDER - A person whose bid conforms in all material respects to the terms and conditions included in the ITS.
RESPONSIBLE BIDDER - A person who has the capability in all respects to perform in full the contract requirements, as stated in
the ITS, and the integrity and reliability that will assure good faith performance.
FIRST RANKED PROPOSER - That Proposer, responding to a City RFP, whose Proposal is deemed by the City, the most
advantageous to the City after applying the evaluation criteria contained in the RFP.
SELLER - Successful Bidder or Proposer who is awarded a Purchase Order or Contract to provide goods or services to the City.
CONTRACTOR - Successful Bidder or Proposer who is awarded a Purchase Order, award Contract, Blanket Purchase Order
agreement, or Term Contract to provide goods or services to the City.
CONTRACT - A deliberate verbal or written agreement between two or more competent parties to perform or not to perform a
certain act or acts, including all types of agreements, regardless of what they may be called, for the procurement or disposal of
equipment, materials, supplies, services or construction.
CONSULTANT - Successful Bidder or Proposer who is awarded a contract to provide professional services to the City.
The following terms may be used interchangeably by the City: ITB and /or RFP; Bid or Proposal; Bidder, Proposer, or Seiler;
Contractor or Consultant; Contract, Award, Agreement or Purchase Order.
2.02 SPECIAL CONDITIONS: Any and all Special Conditions contained in this ITB that may be in variance or conflict with these
General Conditions shall have precedence over these General Conditions. if no changes or deletions to General Conditions are
made in the Special Conditions, then the General Conditions shall prevail in their entirety,
PART ill BIDDING AND AWARD PROCEDURES:
3.01 SUBMISSION AND RECEIPT OF BIDS: To receive consideration, bids must be received prior to the bid opening date and time.
Unless otherwise specified, Bidder's should use the proposal forms provided by the City. These forms may be duplicated, but
failure to use the forms may cause the bid to be rejected. Any erasures or corrections on the bid must be made in ink and initialed
by Bidder in ink. All information submitted by the Bidder shall be printed, typewritten or filled in with pen and ink. Bids shall be
signed in ink. Separate bids must be submitted for each ITB issued by the City in separate sealed envelopes properly marked.
When a particular ITB or RFP requires multiple copies of bids or proposals they may be included in a single envelope or package
properly sealed and identified. Only send bids via facsimile transmission (FAX) if the ITS specifically states that bids sent via FAX
will be considered. If such a statement is not included in the ITB, bids sent via FAX will be rejected. Bids will be publicly opened in
the Procurement Office, or other designated area, in the presence of Bidders, the public, and City staff. Bidders and the public are
invited and encouraged to attend bid openings. Bids will be tabulated and made available for review by Bidder's and the public in
accordance with applicable regulations.
3.02 MODEL NUMBER CORRECTIONS: If the model number for the make specified in this ITS is incorrect, or no longer available
and replaced with an updated model with new specifications, the Bidder shall enter the correct model number on the bidder
proposal page. In the case of an updated model with new specifications, Bidder shall provide adequate information to allow the
City to determine if the model bid meets the City's requirements.
3.03 PRICES QUOTED: Deduct trade discounts, and quote firm net prices. Give both unit price and extended total. In the case of a
discrepancy in computing the amount of the bid, the unit price quoted will govern. All prices quoted shall be F.O.B. destination,
freight prepaid (Bidder pays and bears freight charges, Bidder owns goods in transit and flies any claims), unless otherwise stated
in Special Conditions. Each item must be bid separately. No attempt shall be made to tie any item or items contained in the ITB
with any other business with the City.
3.04 TAXES: The City of Fort Lauderdale is exempt from Federal Excise and Florida Sales taxes on direct purchase of tangible
Mar 30, 2009 8:07:05 AM EDT - p. 23
City of Fort Lauderdale
Bid 695 -10262
property. Exemption number for Federal Excise taxes is 59- 74- 0111K, and State Sales tax exemption number is 85- 8013876578C -1.
3.05 WARRANTIES OF USAGE: Any quantities listed in this ITB as estimated or projected are provided for tabulation and information
purposes only. No warranty or guarantee of quantities is given or implied. it is understood that the Contractor will furnish the City's
needs as they arise.
3.06 APPROVED EQUAL: When the technical specifications call for a brand name, manufacturer, make, model, or vendor catalog
number with acceptance of APPROVED EQUAL, it shall be for the purpose of establishing a level of quality and features desired
and acceptable to the City. in such cases, the City will be receptive to any unit that would be considered by qualified City
personnel as an approved equal, in that the specified make and model represent a level of quality and features desired by the
City, the Bidder must state clearly in the bid any variance from those specifications. It is the Bidder's responsibility to provide
adequate information, in the bid, to enable the City to ensure that the bid meets the required criteria. If adequate information is not
submitted with the bid, it may be rejected. The City will be the sole judge in determining if the item bid qualifies as an approved
equal.
3.07 MINIMUM AND MANDATORY TECHNICAL SPECIFICATIONS: The technical specifications may include items that are
considered minimum, mandatory, or required. if any Bidder is unable to meet or exceed these items, and feels that the technical
specifications are overly restrictive, the bidder must notify the Procurement Services Department immediately. Such notification
must be received . by the Procurement Services Department prior to the deadline contained in the ITB, for questions of a material
nature, or prior to five (5) days before bid due and open date, whichever occurs first. If no such notification is received prior to that
deadline, the City will consider the technical specifications to be acceptable to all bidders.
3.08 MISTAKES: Bidders are cautioned to examine all terms, conditions, specifications, drawings, exhibits, addenda, delivery
instructions and special conditions pertaining to the ITB. Failure of the Bidder to examine all pertinent documents shall not entitle
the bidder to any relief from the conditions imposed in the contract.
3.09 SAMPLES AND DEMONSTRATIONS: Samples or inspection of product may be requested to determine suitability. Unless
otherwise specified in Special Conditions, samples shall be requested after the date of bid opening, and if requested should be
received by the City within seven (7) working days of request. Samples, when requested, must be furnished free of expense to the
City and if not used in testing or destroyed, will upon request of the Bidder, be returned within thirty (30) days of bid award at
Bidder's expense. When required, the City may request full demonstrations of units prior to award. When such demonstrations
are requested, the Bidder shall respond promptly and arrange a demonstration at a convenient location. Failure to provide
samples or demonstrations as specified by the City may result in rejection of a bid.
3.10. LIFE CYCLE COSTING: If so specified in the ITB, the City may elect to evaluate equipment proposed on the basis of total cost of
ownership. In using Life Cycle Costing, factors such as the following may be considered: estimated useful life, maintenance costs,
cost of supplies, labor intensity, energy usage, environmental impact, and residual value. The City reserves the right to use those
or other applicable criteria, in its sole opinion that will most accurately estimate total cost of use and ownership.
3.11 BIDDING ITEMS WITH RECYCLED CONTENT: In addressing environmental concerns, the City of Fort Lauderdale encourages
Bidders to submit bids or alternate bids containing items with recycled content. When submitting bids containing items with
recycled content, Bidder shall provide documentation adequate for the City to verify the recycled content. The City prefers
packaging consisting of materials that are degradable or able to be recycled. When specifically stated in the ITB, the City may give
preference to bids containing items manufactured with recycled material or packaging that is able to be recycled.
3.12 USE OF OTHER GOVERNMENTAL CONTRACTS: The City reserves the right to reject any part or all of any bids received and
utilize other available governmental contracts, if such action is in its best interest.
3.13 QUALIFICATIONS(INSPECTION: Bids will only be considered from firms normally engaged in providing the types of
commodities /services specified herein. The City reserves the right to inspect the Bidder's facilities, equipment, personnel, and
organization at any time, or to take any other action necessary to determine Bidder's ability to perform. The Procurement Director
reserves the right to reject bids where evidence or evaluation is determined to indicate inability to perform.
3.14 BID SURETY: If Special Conditions require a bid security, It shall be submitted in the amount stated. A bid security can be in the
form of a bid bond, postal money order, cashiers check, or irrevocable letter of credit. Bid security will be returned to the
unsuccessful bidders as soon as practicable after opening of bids. Bid security will be returned to the successful bidder after
acceptance of the performance bond or irrevocable letter of credit, if required; acceptance of insurance coverage, if required; and
full execution of contract documents, if required; or conditions as stated in Special Conditions.
3.15 PUBLIC RECORDS: Florida law provides that municipal records shall at all times be open for personal inspection by any
person. Section 119.01, F.S., the Public Records Law. Information and materials received by City in connection with an ITS
response shall be deemed to be public records subject to public inspection upon award, recommendation for award, or 10 days
after bid opening, whichever occurs first. However, certain exemptions to the public records law are statutorily provided for in
Section 119.07, F.S. If the Proposer believes any of the information contained in his or her response is exempt from the Public
Records Law, then the Proposer, must in his or her response, specifically identify the material which is deemed to be exempt and
cite the legal authority for the exemption. The City's determination of whether an exemption applies shall be final, and the
Proposer agrees to defend, indemnify, and hold harmless the City and the City's officers, employees, and agents, against any loss
or damages incurred by any person or entity as a result of the City's treatment of records as public records.
3.16 PROHIBITION OF INTEREST: No contract will be awarded to a bidding firm who has City elected officials, officers or employees
affiliated with it, unless the bidding firm has fully complied with current Florida State Statutes and City Ordinances relating to this
issue. Bidders must disclose any such affiliation. Failure to disclose any such af0liation will result in disqualification of the Bidder
and removal of the Bidder from the City's bidder lists and prohibition from engaging in any business with the City.
3.17 RESERVATIONS FOR AWARD AND REJECTION OF BIDS: The City reserves the right to accept or reject any or all bids, part
of bids, and to waive minor irregularities or variations to specifications contained in bids, and minor irregularities in the bidding
Mar 30, 2009 8:07:05 AM EDT p. 24
City of Fort Lauderdale
Bid 695 -10262
process. The City also reserves the right to award the contract on a split order basis, lump sum basis, individual item basis, or such
combination as shall best serve the interest of the City. The City reserves the right to make an award to the responsive and
responsible bidder whose product or service meets the terms, conditions, and specifications of the ITS and whose bid is
considered to best serve the City's interest. In determining the responsiveness of the offer and the responsibility of the Bidder, the
following shall be considered yL�n a.12p is yle: the ability, capacity and skill of the Bidder to perform as required; whether the
Bidder can perform promptly, or within the time specified, without delay or interference; the character, integrity, reputation,
judgment, experience and efficiency of the Bidder; the quality of past performance by the Bidder; the previous and existing
compliance by the Bidder with related laws and ordinances; the sufficiency of the Bidder's financial resources; the availability,
quality and adaptability of the Bidder's supplies or services to the required use; the ability of the Bidder to provide future
maintenance, service or parts; the number and scope of conditions attached to the bid.
If the ITS provides for a contract trial period, the City reserves the right, in the event the selected bidder does not perform
satisfactorily, to award a trial period to the next ranked bidder or to award a contract to the next ranked bidder, if that bidder has
successfully provided services to the City in the past. This procedure to continue until a bidder is selected or the contract is re -bid,
at the sole option of the City.
3.18 LEGAL REQUIREMENTS: Applicable provisions of all federal, state, county laws, and local ordinances, rules and regulations,
shall govern development, submittal and evaluation of all bids received in response hereto and shall govern any and all claims and
disputes which may arise between person(s) submitting a bid response hereto and the City by and through its officers, employees
and authorized representatives, or any other person, natural or otherwise; and lack of knowledge by any bidder shall not constitute
a cognizable defense against the legal effect thereof.
PART IV BONDS AND INSURANCE
4.01 PERFORMANCE BONDIIRREVOCABLE LETTER OF CREDIT: If a performance bond or irrevocable letter of credit is required
in Special Conditions, the Contractor shall within fifteen (15) working days after notification of award, furnish to the City a
Performance Bond or an Unconditioned Irrevocable Letter of Credit payable to the City of Fort Lauderdale, Florida, in the face
amount specified in Special Conditions as surety for faithful performance under the terms and conditions of the contract. If the
bond is on an annual coverage basis, renewal for each succeeding year shall be submitted to the City thirty (30) days prior to the
termination date of the existing Performance Bond. The Performance Bond must be executed by a surety company of recognized
standing, authorized to do business in the State of Florida and having a resident agent. If a Letter of Credit is chosen, it must be in
a form acceptable to the City, drawn on a local (Broward, Dade or Palm Beach Counties) bank acceptable to the City and issued in
favor of the City of Fort Lauderdale, Florida. If a Bidder wishes to use a non -local bank, he must have prior City approval of the
requirements to draw against the Letter of Credit.
Acknowledgement and agreement is given by both parties that the amount herein set for the Performance Bond or Irrevocable
Letter of Credit is not intended to be nor shall be deemed to be in the nature of liquidated damages nor is it intended to limit the
liability of the Contractor to the City in the event of a material breach of this Agreement by the Contractor.
4.02 INSURANCE: If the Contractor is required to go on to City property to perform work or services as a result of ITS award, the
Contractor shall assume full responsibility and expense to obtain all necessary insurance as required by City or specified in Special
Conditions.
The Contractor shall provide to the Procurement Services Department original certificates of coverage and receive notification of
approval of those certificates by the City's Risk Manager prior to engaging in any activities under this contract. The Contractors
insurance is subject to the approval of the City's Risk Manager. The certificates must list the City as an ADDITIONAL INSURED
and shall have no less than thirty (30) days written notice of cancellation or material change. Further modification of the insurance
requirements may be made at the sole discretion of the City's Risk Manager if circumstances change or adequate protection of the
City is not presented. Bidder, by submitting the bid, agrees to abide by such modifications.
PART V PURCHASE O$p_EJ3 -LAND CONTRACT TERM
5.01 COMPLIANCE TO SPECIFICATIONS, LATE DELIVERIES /PENALTIES: Items offered may be tested for compliance to bid
specifications. Items delivered which do not conform to bid specifications may be rejected and returned at Contractor's expense.
Any violation resulting in contract termination for cause or delivery of items not conforming to specifications, or late delivery may
also result in:
- Bidders name being removed from the City's bidder's mailing list for a specified period and Bidder will not be recommended
for any award during that period.
- All City Departments being advised to refrain from doing business with the Bidder.
- All other remedies in law or equity.
5.02 ACCEPTANCE, CONDITION, AND PACKAGING: The material delivered in response to ITS award shall remain the property of
the Seller until a physical inspection is made and the material accepted to the satisfaction of the City. The material must comply
fully with the terms of the ITS, be of the required quality, new, and the latest model. All containers shall be suitable for storage and
shipment by common carrier, and all prices shall include standard commercial packaging. The City will not accept substitutes of
any kind. Any substitutes or material not meeting specifications will be returned at the Bidder's expense. Payment will be made
only after City receipt and acceptance of materials or services.
5.03 SAFETY STANDARDS: All manufactured items and fabricated assemblies shall comply with applicable requirements of the
Occupation Safety and Health Act of 1970 as amended, and be in compliance with Chapter 442, Florida Statutes. Any toxic
substance listed in Section 38F -41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied
by a completed Material Safety Data Sheet (MSDS).
5.04 ASBESTOS STATEMENT: All material supplied must be 100% asbestos free. Bidder, by virtue of bidding, certifies that if
awarded any portion of the ITS the bidder will supply only material or equipment that is 100% asbestos free.
Mar 30, 2009 8:07:05 AM EDT p. 25
City of Fort Lauderdale
Bid 695 -10262
5.05 OTHER GOVERNMENTAL ENTITIES: If the Bidder is awarded a contract as a result of this ITB, the bidder will, if the bidder has
sufficient capacity or quantities available, provide to other governmental agencies, so requesting, the products or services awarded
in accordance with the terms and conditions of the ITS and resulting contract. Prices shall be F.O.B. delivered to the requesting
agency.
5.06 VERBAL INSTRUCTIONS PROCEDURE: No negotiations, decisions, or actions shall be initiated or executed by the Contractor
as a result of any discussions with any City employee. Only those communications which are in writing from an authorized City
representative may be considered. Only written communications from Contractors, which are assigned by a person designated as
authorized to bind the Contractor, will be recognized by the City as duly authorized expressions on behalf of Contractors.
5.07 INDEPENDENT CONTRACTOR: The Contractor is an independent contractor under this Agreement. Personal services
provided by the Proposer shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers,
employees, or agents of the City. Personnel policies, tax responsibilities, social security, health insurance, employee benefits,
procurement policies unless otherwise stated in this ITB, and other similar administrative procedures applicable to services
rendered under this contract shall be those of the Contractor.
5.08 INDEMNITY /HOLD HARMLESS AGREEMENT: The Contractor agrees to protect, defend, indemnify, and hold harmless the City
of Fort Lauderdale and its officers, employees and agents from and against any and all losses, penalties, damages, settlements,
claims, costs, charges for other expenses, or liabilities of every and any kind including attorneys fees, in connection with or arising
directly or indirectly out of the work agreed to or performed by Contractor under the terms of any agreement that may arise due to
the bidding process. Without limiting the foregoing, any and all such claims, suits, or other actions relating to personal injury,
death, damage to property, defects in materials or workmanship, actual or alleged violations of any applicable Statute, ordinance,
administrative order, rule or regulation, or decree of any court shall be included in the indemnity hereunder.
5.09 TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner its obligations
under this Agreement, or if the Contractor shall violate any of the provisions of this Agreement, the City may upon written notice to
the Contractor terminate the right of the Contractor to proceed under this Agreement, or with such part or parts of the Agreement
as to which there has been default, and may hold the Contractor liable for any damages caused to the City by reason of such
default and termination. In the event of such termination, any completed services performed by the Contractor under this
Agreement shall, at the option of the City, become the City's property and the Contractor shall be entitled to receive equitable
compensation for any work completed to the satisfaction of the City. The Contractor, however, shall not be relieved of liability to
the City for damages sustained by the City by reason of any breach of the Agreement by the Contractor, and the City may withhold
any payments to the Contractor for the purpose of setoff until such time as the amount of damages due to the City from the
Contractor can be determined.
5.10 TERMINATION FOR CONVENIENCE: The City reserves the right, in its best interest as determined by the City, to cancel
contract by giving written notice to the Contractor thirty (30) days prior to the effective date of such cancellation.
5.11 CANCELLATION FOR UNAPPROPRIATED FUNDS: The obligation of the City for payment to a Contractor is limited to the
availability of funds appropriated in a current fiscal period, and continuation of the contract into a subsequent fiscal period is
subject to appropriation of funds, unless otherwise authorized by law.
5.12 RECORDS /AUDIT: The Contractor shall maintain during the term of the contract all books of account, reports and records in
accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all
records and reports shall be subject to the approval of the City's Internal Auditor. The Contractor agrees to make available to the
City's Internal Auditor, during normal business hours and in Broward, Miami -Dade or Palm Beach Counties, all books of account,
reports and records relating to this contract for the duration of the contract and retain them for a minimum period of three (3) years
beyond the last day of the contract term.
5.13 PERMITS, TAXES, LICENSES: The successful Contractor shall, at their own expense, obtain all necessary permits, pay all
licenses, fees and taxes, required to comply with all local ordinances, state and federal laws, rules and regulations applicable to
business to be carried out under this contract.
5.14 LAWS /ORDINANCES: The Contractor shall observe and comply with all Federal, state, local and municipal laws, ordinances
rules and regulations that would apply to this contract.
5.15 NON- DISCRIMINATION: There shall be no discrimination as to race, sex, color, creed, age or national origin in the operations
conducted under this contract.
5.16 UNUSUAL CIRCUMSTANCES: if during a contract term where costs to the City are to remain firm or adjustments are restricted
by a percentage or CPI cap, unusual circumstances that could not have been foreseen by either party of the contract occur, and
those circumstances significantly affect the Contractor's cost in providing the required prior items or services, then the Contractor
may request adjustments to the costs to the City to reflect the changed circumstances. The circumstances must be beyond the
control of the Contractor, and the requested adjustments must be fully documented. The City may, after examination, refuse to
accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are
considered to be insufficient. In the event the City does not wish to accept the adjusted costs and the matter cannot be resolved to
the satisfaction of the City, the City will reserve the following options:
1. The contract can be canceled by the City upon giving thirty (30) days written notice to the Contractor with no penalty to the
City or Contractor. The Contractor shall fill all City requirements submitted to the Contractor until the termination date
contained in the notice.
2. The City requires the Contractor to continue to provide the items and services at the firm fixed (non- adjusted) cost until the
termination of the contract term then in effect.
3. If the City, in its interest and in its sole opinion, determines that the Contractor in a capricious manner attempted to use this
Mar 30, 2009 8:07:05 AM EDT p. 26
City of Fort Lauderdale
Bid 695 -10262
section of the contract to relieve themselves of a legitimate obligation under the contract, and no unusual circumstances had
occurred, the City reserves the right to take any and all action under law or equity. Such action shall include, but not be
limited to, declaring the Contractor in default and disqualifying him for receiving any business from the City for a stated period
of time.
If the City does agree to adjusted costs, these adjusted costs shall not be invoiced to the City until the Contractor receives notice in
writing signed by a person authorized to bind the City in such matters.
6.17 ELIGIBILITY: If applicable, the Contractor must first register with the Department of State of the State of Florida, in accordance
with Florida State Statutes, prior to entering into a contract with the City.
6.18 PATENTS AND ROYALTIES: The Contractor, without exception, shall indemnify and save harmless the City and its employees
from liability of any nature and kind, including cost and expenses for or on account of any copyrighted, patented or un- patented
invention, process, or article manufactured or used in the performance of the contract, including its use by the City. If the
Contractor uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood
without exception that the bid prices shall include all royalties or costs arising from the use of such design, device, or materials in
any way involved in the work.
8,19 ASSIGNMENT: Contractor shall not transfer or assign the performance required by this ITB without the prior written consent of
the City. Any award issued pursuant to this ITS, and the monies, which may become due hereunder, are not assignable except
with the prior written approval of the City Commission or the City Manager or City Manager's designee, depending on original
award approval. -
6.20 LITIGATION VENUE: The parties waive the privilege of venue and agree that all litigation between them in the state courts shall
take place in Broward County, Florida and that all litigation between them in the federal courts shall take place in the Southern
District in and for the State of Florida.
Mar 30, 2009 8:07:05 AM EDT p. 27
City of Fort Lauderdale
BID /PROPOSAL SIGNATURE PAGE
Bid 695 -10262
How to submit bids /proposals: It is preferred that bids /proposals be submitted electronically at
www.bidsync.com, unless otherwise stated in the bid packet. If mailing a hard copy, it will be the sole
responsibility of the Bidder to ensure that the bid reaches the City of Fort Lauderdale, City Hall, Procurement
Department, Suite 619, 100 N. Andrews Avenue, Fort Lauderdale, FL 33301, prior to the bid opening date and
time listed. Bids /proposals submitted by fax or email will NOT be accepted.
The below signed hereby agrees to furnish the following article(s) or services at the price(s) and terms stated
subject to all instructions, conditions, specifications addenda, legal advertisement, and conditions contained in
the bid. I have read all attachments including the specifications and fully understand what is required. By
submitting this signed proposal I will accept a contract if approved by the CITY and such acceptance covers all
terms, conditions, and specifications of this bid /proposal.
Please Note: If responding to this solicitation through BidSync, the electronic version of the bid response will
prevail, unless a paper version is clearly marked by the bidder in some manner to indicate that it will supplant
the electronic version.
Submitted by I _ f
(signature) (date)
Name (printed) _ _ . _� fitle:F -
!Company: (Legal Registration
Address:
City: State: F _
Zip:._
Telephone No.f _ ? FAX No.
E- MAIL:
Delivery: Calendar days after receipt of Purchase Order (section 1.02 of General Conditions):
W.
-`--�--� �
Payment Terms (section 1.03):F, , - . _m . -_ ;Total Bid Discount (section 1.04):F7777 __
Does your firm qualify for MBE or WBE status (section 1.08): MBE cbb WBE cbb
ADDENDUM ACKNOWLEDGEMENT - Proposer acknowledges that the following addenda have been received
and are included in the proposal:
Addendum No.
Date Issued
Mar 30, 2009 8:07:05 AM EDT p. 28
City of Fort Lauderdale
Bid 695 -10262
VARIANCES: State any variations to specifications, terms and conditions in the space provided below or
reference in the space provided below all variances contained on other pages of bid, attachments or bid pages.
No variations or exceptions by the Proposer will be deemed to be part of the bid submitted unless such variation
or exception is listed and contained within the bid documents and referenced in the space provided below. If no
statement is contained in the below space, it is hereby implied that your bid /proposal complies with the full scope
of this solicitation. HAVE YOU STATED ANY VARIANCES OR EXCEPTIONS BELOW? BIDDER MUST CLICK
THE EXCEPTION LINK IF ANY VARIATION OR EXCEPTION IS TAKEN TO THE SPECIFICATIONS TERMS
AND CONDITIONS.
revised 11 -12 -08
Mar 30, 2009 8:07:05 AM EDT p. 29
City of Fort Lauderdale
Bid 695 -10262
Question and Answers for Bid #695 -10262 - PAY BY PHONE PARKING
PAYMENT SYSTEM
OVERALL BID QUESTIONS
There are no questions associated with this bid. If you would like to submit a question,
please click on the "Create New Question" button below.
Question Deadline: Apr 8, 2009 5:00:00 PM EDT
Mar 30, 2009 8:07:05 AM EDT P. 30
n7P T I n N S)
AY MI-30NT OPTIONS
PAY AT
METER
A
ONE-i
'd
..............
52-
FOR77w wo
I— - - ---- 16-- --- -- ---- ,11
1.5" Radius, No border, White;
"PAYMENT OPTIONS" Blue C 50% spacing;
m
36d
bo f
QAYmEto Onoms
PAY Al
MAR
M by
Nf
wRa VEW6 i
1- $totn-`10° 4ARh
(11295)
LOCATION
WWW.
J
9& 11
GRCft
THIS AGREEMENT, made and entered into this 15th day of September,
2009, is by and between the City of Fort Lauderdale, a Florida municipality,
( "City "), whose address is 100 North Andrews Avenue, Fort Lauderdale, FL
33301 -1016, and Verrus Mobile Technologies Inc., a Canadian federal
corporation authorized by the Florida Department of State to transact business in
the State of Florida as Verrus Mobile Technology Inc., ( "Contractor"), whose
address is 201 -1028 Hamilton Street, Vancouver, BC, Canada, V613 2R9, Phone
604 - 642 -4286 x117, Fax 604 - 648 -8533.
WHEREAS, the City issued Request for Proposal Number 695 -10262
("RFP'), and the Contractor submitted a proposal in response to the RFP; and
WHEREAS, on September 16, 2009, the City Commission of the City of
Fort Lauderdale approved an agreement with Contractor for the goods or
services described in the RFP (Pur. 01, CAR No. 09- 1110),
NOW, THEREFORE, for and in consideration of the mutual promises and
covenants set forth herein and other good and valuable consideration, the City
and the Contractor covenant and agree as follows:
1. The Contractor agrees to provide to the City a pay by phone
parking payment system in accordance with and in strict compliance with the
specifications, terms, conditions, and requirements set forth in the RFP and any
and all addenda thereto during the period September 15, 2009, through
September 14, 2012.
2. This contract form, the RFP, any and all addenda to the RFP, and
the Contractor's proposal in response to the RFP are integral parts of this
Contract, and are Incorporated herein.
3. In the event of conflict between or among the contract documents,
the order of priority shall be as follows:
First, this contract form;
order; Second, any and all addenda to the City's RFP in reverse chronological
Third, the RFP;
Fourth, the Contractor's response to any addendum requiring a response;
Fifth, the Contractor's proposal in response to the RFP.
4. The Company warrants that the goods and services supplied to the
City pursuant to this Contract shall at all times fully conform to the specifications
set forth in the RFP and be of the highest quality. In the event the City, in the
City's sole discretion, determines that any product or service supplied pursuant to
this Contract is defective or does not conform to the specifications set forth in the
RFP the City reserves the right unilaterally to cancel an order or cancel this
Contract upon written notice to the Contractor, and reduce commensurately any
amount of money due the Contractor.
5. The City may cancel this Contract upon written notice to the
Contractor in the event the Contractor fails to furnish the goods or perform the
services as described in the RFP within 30 days following written notice to the
Contractor.
6. The Contractor shall not present any invoice to the City that
includes sales tax (85- 80125145060 -7) or federal excise tax (59- 6000319).
7. Contractor shall direct all invoices in duplicate for payment to
Finance Department, City of Fort Lauderdale, 100 N. Andrews Avenue, 6th Floor,
Fort Lauderdale, FL 33301. Any applicable discount MUST appear on the
invoice.
8. The City may enforce in the United States of America or in Canada
or in both countries a judgment entered against the Contractor. The Contractor
waives any and all defenses to the City's enforcement in Canada of a judgment
entered by a court in the United States of America.
9. All monetary amounts set forth in this Contract are in United States
dollars (USD).
10. The gross amount of all credit card and debit card transactions
made pursuant to this Contract shall be credited each day via the credit card and
debit card processing service that the City designates directly to the account that
the City designates.
IN WITNESS WHEREOF, the City and the Contractor execute this
Contract as follows:
CI OF FO R ALE
By.
Direct of Procure t Services
Approved as to form:
_c-,2
Senior Atbistant Ci Attorney
EA
..
ATTE T:
Pin a e:
Secretary
PROVINCE OF _9 C-
CANADA:
CONTRACTOR
By:
Print Name: I it e3Mo fir n
Title: GEO
(if not president, please attach proof
of authorization.)
The foregoing instrument was acknowledged eforC , e,��tj�e this 2jE7 day of
2010, byeSYh 1r o I I th
as (title):( G£o for Verrus
Mobile Technologies Inc., a Canadian federal corporation authorized by the
Florida Department of State to transact business in the State of Florida as Verrus
Mobile Technology Inc.
(SEAL) Notary P blic
(Signs a of Notary Public - Province of
(Print. Type, or Stamp Commissioned
Name of Notary Public)
J. CAM mexECHNIE
M6<ECHNIE 8: COMPANY
BARRISTERS Ec SOLICITORS
N300 —1127 I AINLAND STREET
VANCOU , ^ -R, B.C. V6B 5LI
604.669 -7705 PAX: 604. 669 -7715
Personally Known OR Produced Identification
Type of Identification Produced D2���2s uceucF S�F(to�26
Verrus primarily generates revenue directly from transaction fees charged to drivers for use of the Pay by
Phone system. Therefore, a careful balance needs to be considered between consumer pricing, adoption
and recovery of costs associated with service operation including telephony, text messaging and payment
processing.
The pricing model proposed below is based on experience operating in a variety of environments
throughout the US, Canada and Europe, and has proven to deliver excellent adoption at a price that
allows for sustainable, high quality service operation.
Charge to register account None
Cost of in -car device No Device Needed
Annual account fee None
Convenience fee (charged per parking transaction) $025
Text message reminder fee (optional for consumer) $0.10
Note: As the city is the merchant of record, the city's regular credit
card rates apply.
Optional Verrus Services
Pricing on the optional services outlined in the Verrus proposal can be provided upon further
discussion.
Pay by Phone Signage
As part of this bid Verrus will cover* design and production of signage in sufficient quantity to deploy the
service throughout the city. Estimated quantities are provided in the table below.
Recommended Signage Package and Costs
2,300 single space meters @ - $1.50 (one decal for front and one for back)_ $3,450
154 multi -space meters @ - 2.00 (one large decal for front) _ $ 308
@ - $20 (one large sign over meter) $3,080
$6,838
Verrus will cover up to $20,000 in signage costs for the initial deployment
Implementation fee
Waived
Credit Card gateway fee (per parking transaction)
Waived
Note: As the city is the merchant of record, the city's regular credit
card rates apply.
Optional Verrus Services
Pricing on the optional services outlined in the Verrus proposal can be provided upon further
discussion.
Pay by Phone Signage
As part of this bid Verrus will cover* design and production of signage in sufficient quantity to deploy the
service throughout the city. Estimated quantities are provided in the table below.
Recommended Signage Package and Costs
2,300 single space meters @ - $1.50 (one decal for front and one for back)_ $3,450
154 multi -space meters @ - 2.00 (one large decal for front) _ $ 308
@ - $20 (one large sign over meter) $3,080
$6,838
Verrus will cover up to $20,000 in signage costs for the initial deployment
City of Fort Lauderdale
3.15. Subcontractors
Bid 695 -10262
If the Contractor proposes to use subcontractors in the course of providing these services to the City, this
information shall be a part of the RFP response. Such information shall be subject to review, acceptance
and approval of the City, prior to any contract award. The City reserves the right to approve or disapprove
of any subcontractor candidate in its best interest.
Contractor shall ensure that all of Contractor's subcontractors perform in accordance with the terms and
conditions of this Contract. Contractor shall be fully responsible for all of Contractor's subcontractor's
performance, and liable for any of Contractor's subcontractor's non - performance and all of Contractor's
subcontractor's acts and omissions. In addition to other indemnification provisions contained in this
contract, Contractor shall defend at Contractor's expense, counsel being subject to the City's approval or
disapproval, and indemnify and hold harmless the City and the City's officers, employees and agents from
and against any claim, lawsuit, third party action, settlement, orjudgment, including any award of attorney
fees and any award of costs, by or in favor of any of Contractor's subcontractors for payment for work
performed for the City by any of such subcontractors, and from and against any claim, lawsuit, third party
action, settlement, orjudgment, including any award of attorney fees and any award of costs, occasioned
by_or arising out of any act or omission by any of Contractor's subcontractors.
3.16. Insurance
The Contractor shall furnish Contractors and Contractor's subcontractor's proof of Worker's Compensation
Insurance, General Liability Insurance and Comprehensive Automobile Liability Insurance. The coverage is
to remain in force at all times during the contract period. The following minimum insurance coverage is
required. The City is to be added as an "additional insured" with relation to General Liability and
Automobile Insurance. Any costs for adding the City as "additional insured" will be at the Contractor's
expense.
Worker's Compensation and Employer's Liability Insurance
Limits: Worker's Compensation — Statutory 440.055
Employer's Liability - $500,000
Any firm performing work on behalf of the City of Fort Lauderdale must provide Worker's Compensation
insurance. Exceptions and exemptions can only be made if they are in accordance with Florida Statute.
For additional information contact the Department of Financial Services, Worker's Compensation Division at
(850) 413 -1601 or on the web at www.fldfs.com.
Commercial General Liability Insurance
Covering premises- operations, products - completed operations, independent Contractors and contractual
liability.
Limits: Combined single limit bodily injury/property damage $1,000,000.
This coverage must include:
a. Coverage for the liability assumed by the Contractor under the indemnity provision of the contract.
b. Coverage for hazards commonly referred to as "explosion, collapse and underground ", exclusions —
on contract contracts off.
Automobile Liability Insurance
Covering all owned, hired and non -owned automobile equipment.
Limits: Bodily injury
Property damage
Combined single limit
$ 250,000 each person
$ 500,000 each occurrence
$ 100,000 each occurrence
$1,000,000 (bodily injury and
property damage combined) each occurrence
Mar 30, 2009 8:07:05 AM EDT P. 8
Comparable multi -space parking station
sign quotes
t Professional Pavement Products, Inc.
AMt:,
10250 NW 89th Ave Stet
Medley FL 33178
305.264.3242
ffat-ej Estimate #
10/20/2010 1 Q19265
Bill To
Ship To
City of South Miami
PPP -Miami
4795 SW 75th Ave
City of South Miami
Miami FL 33155
10250 NW 89th Ave # 1
Medley FL 33178
Customer ID
Expires
Exp. Close
Sales Rep
Partner
Job Location
M239 -City of Sou...
11/19/2010
10/20/2010
66- Guillermo Alv...
Miami
Terms
Ship Via
Note -
09 -Gov't PO Net ...
Other Motor Freight
Item
Quantity
Description
Rate
Amount
NS Description
NS -Sign
38
18 "X36" // EG //
36.05
1,369.90
PAYMENT OPTIONS
// White with BLUE &
GREEN // Non Stock -
See NS Description
I3- 2 -2 -12-
38
U- CHANNEL POST
36.90
1,402.20
3
GALVANIZED 1211 31b
per foot flanged
galvanized u- channel
sign post.(50 -POSTS
PER BUNDLE)
I3 -3 -4 -6
38
BREAKAWAY
11.40
433.20
RETAINING STRAP
used in combination
with 4 retaining strap
bolt assemblies to
prevent system sign and
post from seperating
from stub when struck.
I3- 3 -4 -6 -1
152
BREAKAWAY
1.00
152.00
RETAINING STRAP
BOLT ASSY used in
combination with
Breakaway Retaining
Strap to prevent system
sign and post from
Florida - RDC Charlotte Branch Miami Branch
9556 Historic Kings Rd S 1955 Scott Futrell or 10250 NW 89th Ave
Suite 315 Charlotte NC 28208 Unit 1
Jacksonville, FL 32257 Ph: 704- 697 -9577 Medley FL 33178
Ph: 904.733.2121 Fx: 704-697-9576 Ph: 305-264-3242
Fx: 904.448.4076 Fx: 305 - 885 -4273
Orlando - Branch
6441 Pinecastle Blvd
Orlando, FL 32809
Ph: 407.888.2080
Fx: 407.888.2425
Texas - RDC
3377 West 11th St
Houston, Tx 77008
Ph: 713.864.0906
Fx: 713.864.0833
Professional Pavement Products, Inc.
10250 NW 89th Ave Stet
$- ,u Medley FL 33178
5
w� 305.264.3242
Date Estimate #
10/20/2010 Q19265_
Item
Quantity
Description
Rate
Amount
NS Description
seperating from stub
when struck. Includes
(1) nut bolt star washer
I3 -3 -2
76
SIGN BOLTS 2.75in
0.30
2180
Standard Zinc 2.75in
sign bolts. Includes Bolt
Flat Washer Lock
Washer Hex Nut.
Subtotal
3,380.10
Thank you, we appreciate our business.
Y pp Y
Shipping Cost (Other Motor Freight)
75.00
Total
$3,455.10
Florida - RDC Orlando - Branch Texas - RDC
9556 Historic Kings Rd S 6441 Pinecastle Blvd 3377 West 11th St
Suite 315 Orlando, FL 32809 Houston, Tx 77008
Jacksonville, FL 32257 Ph: 407.888.2080 Ph: 713.864.0906
Ph: 904.733.2121 Fx:407.888,2425 Fx:713.864.0833
Fx: 904.448.4076
Professional Pavement Products, Inc.
10250 NW 89th Ave Stet
Medley FL 33178
305.264.3242
Date Estimate #
10/20/2010 Q19265
Bill To
Ship To
City of South Miami
PPP -Miami
4795 SW 75th Ave
City of South Miami
Miami FL 33155
10250 NW 89th Ave # I
Medley FL 33178
Customer ID
Expires
Exp. Close
I Sales Rep
Partner
Job Location
M239 -City of Sou...
11/19/2010
10/20/2010
66- Guillermo AN..
Miami
Terms
I Ship Via
Note -
09 -Gov't PO Net...
Other Motor Freight
Item
Quantity
Description
Rate
Amount
NS Description
NS -Sign
76
18 "X36" // EG //
36.05
2,739.80
PAYMENT OPTIONS
// White with BLUE &
GREEN // Non Stock -
See NS Description
I3- 2 -2 -12-
38
U- CHANNEL POST
36.90
1,40120
3
GALVANIZED 12ft 31b
per foot flanged
galvanized u- channel
sign post.(50 -POSTS
PER BUNDLE)
I3 -3 -4 -6
38
BREAKAWAY
11.40
433.20
RETAINING STRAP
used in combination
with 4 retaining strap
bolt assemblies to
prevent system sign and
post from se orating
from stub when struck.
I3- 3 -4 -6 -1
152
BREAKAWAY
1.00
152.00
RETAINING STRAP
BOLT ASSY used in
combination with
Breakaway Retaining
Strap to prevent system
sign and post from
Florida - RDC Charlotte Branch Miami Branch
9556 Historic Kings Rd S 1955 Scott Futrell or 10250 NW 89th Ave
Suite 315 Charlotte NC 28208 Unit 1
Jacksonville, FL 32257 Ph: 704 - 697 -9577 Medley FL 33178
Ph: 904.733.2121 Fx: 704-697-9576 Ph: 305-264-3242
Fx: 904.448.4076 Fx: 305 - 885 -4273
Orlando - Branch
6441 Pinecastle Blvd
Orlando, FL 32809
Ph: 407.888.2080
Fx: 407.888.2425
Texas - RDC
3377 West 11th St
Houston, Tx 77008
Ph: 713.864.0906
Fx: 713.864.0833
Professional Pavement Products, Inc.
10250 NW 89th Ave Stet
Medley FL 33178
305:284.3242
Date Estimate #
10/20/2010 1 Q19265
Item
Quantity
Description
Rate
Amount
NS Description
seperating from stub
when struck. Includes
(1) nut bolt star washer
I3 -3 -2
76
SIGN BOLTS 2.75in
0.30
22.80
Standard Zinc 2.75in
sign bolts. Includes Bolt
Flat Washer Lock
Washer Hex Nut.
Subtotal
4,750.00
Thank you, we appreciate your business.
Shipping Cost (Other Motor Freight)
100.00
Total
$4,850.00
Florida - RDC Orlando - Branch Texas - RDC
9556 Historic Kings Rd S 6441 Pinecastle Blvd 3377 West 11th St
Suite 315 Orlando, FL 32809 Houston, Tx 77008
Jacksonville, FL 32257 Ph: 407.888.2080 Ph: 713.864.0906
Ph: 904.733.2121 Fx:407.888.2425 Fx:713.864.0833
Fx: 904.448.4076
.. . - . . W •
5580 NW 7th St.
Miami FL. 33126
Ph : 305-262-8982 , Fax 305 -603 -7027
E -mail: info@smartgraphic.org / www.smartgraphic.org
CITY OF SOUTH MIAMI
Product ID
SIGNS
POLES
INSTALLATION
Comments
Description
ALUMINUM SIGNS 18X361 1 COLOR GRAPHICS
ROUNDED CORNER
IRON POLES 1 8' 1 ADJUSTABLE
INSTALLATION (EACH SIGN) (OPTIONAL)
PROPOSAL
23- 8013811283 -8
Quotation No.PR287
Date 10/28/2010
Our Ref.
Cust Ref.
Terms
Qty Unit Price Amount
76 $30.00
$2,280.00
38 $25.00
$950.00
38 $75.00
$2,850.00
Sub Total
$6,080.00
Tax
$425.60
Total
$6,505.60
•
t
o`o oE$owpow__ °aoavm':o yoga °vov $�T.cnm'c ._ Ew rc no_yZ
'2 „�'nx`¢,Na nwEm >a S'Ew o.�`aQ'm «Eo
ovnEd oNO
omi w.Ec
o ° TTujry -o O,,5 a�,5. nE
o'gdC
ca _ _m Zvm
in Ez
v avEoao.o rnE'^oogmcE�Exa v,°oc °<
6
4;- $ °C0 uC;c EV�d3D Cc o �OOS�$Oy� OTQNWd
m,°c ,v°p w EiE 4°.cO.NCOm5=�y 3osoE'cO w °�
°wo naV °u�CCJ Erna;oa `m :m wT�iu u °O¢ >`°
No�mEu.oc °EZO= o °grv�°n'x wam�6`d
zod-cEaa ��p, •- °u.voNUmono `m TCc
amPoi- v'-rvahQS a=''amL O'gQ�mu
Nm�:n3�mc'E�tt L°�a °f nv°rESS�¢4r
oa_noc - =o°%N ,c cd `o E;rm "cis
onLL °V,gEm- �CZq�q�ga a.hE$N_ c
or o:E'"a oho. o,�onx �wmo6o V OEE3o ¢�°0
oc «
qoa v�u3 cm�E'ca °xav
LLn�aD «p9 ° «mm d3Eynoc= .L°v' °q
nOi ° °no.E
c cA=Ep as wo °`>.'C dao m`z�=E
4u0. p.O jti-L ULLEd< •. LL Ea..WNF
d caOq 'C =✓�
D
E.q oto of"E .a.cEq
o- W vd_aoo F-
a- govE'o� Z 'u n= FnomnO
Eg2ym »nTL y� F0: „gi.¢ryEgEOo
ya
WLL a�o�J,r oco
ID au
c = .m�Lam$� wOEOmo�•oyo
E3o3«mo°�n30-, vuv1 -59 .9 P
a NZv' Z o
�C
-,pw nmc 0 Ta q`?Y coNA �$
W
a m >
o �ovpm�3' m LL�a;vq' m E�
�a=�z E""c�Jc
0, S.S]N pwaiMO p.d > «uL n•O Vm
on "mcE �'rv�m a+nia
°Lf u•`•o �az�,E. p ma m`i. Em, vN._mc
E oE.. m °w -mss LL om'"w o.. -E'a�.
a -c E ii 3 n S o
Ec. m`md °ttE -D` 4'E,rv¢= -3 X.°
3 Z Go v To '^ `o
ul noa o
N .o oEt�a°w'a qu
�m� m -
p awm _..o `o d-dp wy °rnV =aim of
j 5_o W cou cNm E3G '_
E, »E N
t5 0
Spa u ggT��
pOV yE 'E N
NpNgb
mzo c�D«m._. �,� c4,ry dm'�S m°Odc u XyXy
Evi vD Z•c�y aT'�.2c v1OO>.N uLG'a'= °c 'm
iV� n¢Naco -y°, n¢o`°
hN E -osN� E>.; .�'v`{ E.,_o ` 6 _N m3oE o �� 8`00
`-oc UE3ona OE a. UR Z'a. aE:° --4
°9cn Ei mZ E' E`` «mm .E
'o °93c -m'mnE ica `mS ium; '+•°° E =os `D d
2`s `Oc`acwa 5�`
Q W mmP y,EOC ¢ "; o•o m °E�o
S$aio £ E <Ea °�n m�va a ?8e8
li F `o om ooEmAE $ouxS p °'v
cEO arum. o n o p a4m -2,m o
Zy �EaE'm°aK• iuEO �d'E
" wn"n,°' �Rm z omm$6
I: E'EE am " -wO DE- '$o ooLLnz .Em U > tsEc
U. uU(� '�'v^a D° u. 9 ��+�D��o �`E °o. c rno - U
F E we
0� 2m C�9 Ea o¢ °'o° mu;�a. �°v gq�E Y m B =g.B
uvv E °�
2-cQDgLb B9Ro E °o, Fi•E « aa$�
�0
V V Lmc «''ynq'' >m S�ESVniN °m ¢°'� YEEn o $ ;gg,
^NE Er"'Ej �N9 C'd C)�3� CW QL`1i0 Cm $iR m > 5�
v'.« -•O, EL —om- 4�E, o 'ad2`5NV rvam si. m .c
W'EN s Emm �qo LomE o m m��F
m�a.ci z. o$i
w m3 E :ESffi
`cna «o
WUCm =oo0n ism
>.Q�a�= l°
yu.am�
oEOmac aLL i mN oC `�o'Em� omoc 4(°9'O
�9000D.LL NY ._ 6 na¢ � ¢<J
'j4wvop Rue esotlmtlm �o �lolExe Fein Fu¢of �o'sry�om en6¢npep W¢wPyou Aew noA'Peleolpul oBetlpue elep e414o piweH Iwe1W oUulpw.dd.pee4W41 ---P -enisnpuoa s¢pePlnmtl.j(VO.4S3.141
:uogduosao mve :ad6yJo(oo UOVL04 :eiep uol;eolignd
opep/043Sfise347noS SUBN :euoZ /06ed /uoOoaS 0'9X£ :az!S
IWVIW H1noSdo Alp :iasivanptl LOL£90999 :JagwnN uoipe5uI
:aweN;uapo MESON ❑egwnN py
MIAMI DAILY BUSINESS REVIEW
Published Daily except Saturday, Sunday and
Legal Holidays
Miami, Miami -Dade County, Florida
STATE OF FLORIDA
COUNTY OF MIAMI -DADE:
Before the undersigned authority personally appeared
MARIA MESA, who on oath says that he or she is the
LEGAL CLERK, Legal Notices of the Miami Daily Business
Review f /k/a Miami Review, a daily (except Saturday, Sunday
and Legal Holidays) newspaper, published at Miami in Miami -Dade
County, Florida; that the attached copy of advertisement,
being a Legal Advertisement of Notice in the matter of
CITY OF SOUTH MIAMI
PUBLIC HEARING - NOVEMBER 16, 2010
in the XXXX Court,
was published in said newspaper in the issues of
11/05/2010
Affiant further says that the said Miami Daily Business
Review is a newspaper published at Miami in said Miami -Dade
County, Florida and that the said newspaper has
heretofore been continuously published in said Miami -Dade County,
Florida, each day (except Saturday, Sunday and Legal Holidays)
and has been entered as second class mail matter at the post
office in Miami in said Miami -Dade County, Florida, for a
period of one year next preceding the first publication of the
attached copy of advertisement; and affiant further says that he or
she has neither paid nor promised any person, firm or corporation
any discount, re fission or refund for the purpose
of securi _ is advertisemen or publication in the said
before me this
05 day of NOVEMBER , A.D. 2010
(SEAL)
MARIA MESA personally known to me
✓e" >F" 4�e : Notary Public State of Florida
Cheryl H. Manner
Ile d My Commission DD793490
, r.nm Expires 07 /16/2012
A- Resolution of the Mayor and City Commission of the City of
> Souih lami;;Fignda, authorizing the�City;Manager to:execute
,, ancagrapmentrpiggybacking -,the ¢dy 6676d Laudeidate multi- t „
,ear agreementfor an initiall.three years,,µwdtr two - ona, year,.
to, renew with Versus Mobile,.7echnologies ;,;Inc.
provide ceIt phonpiprequivalenttgchnoI gyaspayment 1pejhod_ -:
for multi -space parking stations within the Of of Sout fa" l"
and providing an a active date. '
ALL mtereatedparties ere invited to attend and will be heard.
.For further information please contact the City Clerks Office at:
- 905- 663 -6340. ;'