Loading...
Res. No. 160-09-12969RESOLUTION NO. 160-09-12969 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, ACCEPTING THE RANKING OF THE SELECTION COMMITTEE AND AUTHORIZING THE CITY MANAGER TO COMMENCE A SEALED BIDDING PROCESS WITH THE THREE QUALIFIED VENDORS FOR THE OPERATIONS, MAINTENANCE AND MANAGEMENT OF THE CITY'S PARKING SYSTEM; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Commission desires to seek for sealed bids from the qualified vendors for the operations, maintenance and management of the City's parking system, and WHEREAS, the City published a Notice of Request for Qualifications, and received a total of three responses that complied with the requirements, and WHEREAS, a thorough review of the companies and their qualifications was conducted, and NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA; Section 1. That the City Commission approves the recommended ranking of the three qualified vendors as follows: 1. Standard Parking 2. Central Parking Systems 3. Laz Parking Section 2. That the City Commission authorizes the City Manager to commence a sealed bidding process with the three qualified vendors for the operations, maintenance and management of the City's parking system. Section 3. That the selection of a qualified vendor will be the decision of the City Manager and the City Commission. if the ' d bids received are the ,' Seleetion Committee's ranking of the qualified vendors s al.1 .-1 — ------ 4- - - - Section 4. That the contract with the responsible bidder shall be brought back to the City Commission for approval. PASSED AND ADOPTED this 15`h day of September, 2009, ATTEST: ITY CLERK 7 AP OVED: 7M�� /�<�4 9, MAYOR Pg. 2 of Res. No. 160 -09 -12969 WAMy Documentshesolutions\Resolution Parking Bid (3).doc Commission Vote: 5 -0 Mayor Feliu: Yea Vice Mayor Beasley: Yea Commissioner Newman: Yea Commissioner Palmer: Yea Commissioner Sellars: Yea South Miami AA•AmmicaMY CITY OF SOUTH MIAMI 1 1 1 1 [' OFFICE OF THE CITY MANAGER INTER- OFFICE MEMORANDUM zoo? To: The Honorable Mayor, Vice Mayor and Members of the City Commission Via: W. Ajibola Balogun, City Manager -P From: Matilde G. Menendez, Finance Director 57/1 ' Date: September 15, 2009 Agenda Item: Subject: Acceptance of the ranking by the Selection Committee and authorization to commence a sealed bidding process. Request: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, ACCEPTING THE RANKING OF THE SELECTION COMMITTEE AND AUTHORIZING THE CITY MANAGER TO COMMENCE A SEALED BIDDING PROCESS WITH THE THREE QUALIFIED VENDORS FOR THE OPERATIONS, MAINTENANCE AND MANAGEMENT OF THE CITY'S PARKING SYSTEM; AND PROVIDING AN EFFECTIVE DATE. Background: In January 2009 the City initiated a process of requesting qualifications for the purpose of managing the operations and maintenance of the City's parking system. The Request for Qualifications was advertised in the Miami Daily Business Review on January 28'h and February 2nd, 2009. Four sealed qualifications packages were submitted; only 3 companies complied with the bond requirement. The qualification packages were publicly opened the last day of the qualification submittal period, March 3, 2009 at 3:00pm. On March 17, 2009, the Selection Committee commenced the review of the packages. On March 30, 2009 the three companies presented a factual dissertation of their organization and qualifications during a video - recorded Presentation and Interview process. The Selection Committee members ranked the companies as follows: 1. Standard Parking 2. Central Parking Systems 3. Laz Parking On April 7th Laz Parking submitted an RFQ Protest letter. Among the items listed in the protest letter was an error made by the Selection Committee chair during the tallying of the evaluation scores. The Selection Committee chair inadvertently recorded a wrong score while Additions shown by underlining and deletions shown by everstriking. transferring the scores from one evaluation form to the tally sheet during the presentation and interview process. The correction was made and the ranking remained the same. In addition, we had each of the Selection Committee members sign off on the corrected Tally sheet and initial any corrections they made on their evaluation forms during the presentation and interview process. Recommendation: It is recommended that the City Commission accept the ranking of the Selection Committee and authorize the City Manager to commence a sealed bidding process with the three qualified vendors. Attachments: • Proposed Resolution • Copy of Notice of Request for Qualifications • Certified Advertised Notice of RFQ • List of Selection Committee members • Selection Committee's Presentation & Interview Tally Sheet • Copies of reference evaluation sheets NOTICE OF REQUEST FOR QUAL,IFATIONS RFQ # FN090303 MANAGEMENT OPERATIONS AND MAINT. PARKING SYSTEM FOR THE CITY SOUTH MIAMI The City of South Miami, hereinafter known as the City, „ invites of the City'sPa k ng Systern.e develo ment, staui ....... - - _ REQUEST FOR Proposers are invited to submit their qualifications, subject to e QUALIFICATIONS: Conditions and instructions specified herein, for the furnishing of: RFQ PTO. FN 090303 MANAGEMENT MAINTENANCE OF PARKING S T M FOR THE CITY SOUTH MAM GENERAL SCOPE Provide the City of South Miami with the management and operation of parking in the City, and to perform such of t «sls 'as specified. SUBMITTAL DATE: The City Clerk's office must receive all responses by 3:00 P.M. on March 3, 2009 at City of South Miami, City Clerks office located at 6130 Sunset Drive, South Miami, Florida. Responses submitted after this time and date will not be accepted. ILL RFQ All respondents must download the full RFQ specifications from the SPECIFICATIONS: City's webpage at www cityofsouthmiami.net or contact the City Clerk at MMenendez@cit)(ofsouthmiami.net to receive specifications A. SUBMITTAL: Submit one original and five identical copies of your response. For proper identification,. the proponent's complete name and address should appear on the exterior of the package along with the RFQ number and name. The City shall not be held liable for any expenses incurred by the respondent in preparing and submitting materials and/or attendance at any interviews, final contract negotiations or applicable site visits. The City reserves the right to enter into negotiations and award this work to the respondent which best meets the goals and objectives of the city or to reject any and all responses; whichever is in the best interest of the City. B. QUESTIONS ABOUT THE RFQ: Communication is to the place in writing and addressed to the City Clerks office, to e -mail MMenendez@cityofsouthmiami.net or fax: 305 -663 -6348. C. REQUIRED BONDS: A respondent shall submit a qualification bond along with the response in the amount of $100,000.00. The bond shall become forfeit if the respondent is accepted by the City but the respondent does not accept the contract offered incorporating the elements of this Request for Qualifications. The qualification bond shall expire upon execution of the contract with the selected respondent, unless approved otherwise. D. SPECIFICATIONS: The City is seeking a qualified Operator under a Management Contract for the operations and maintenance management of City's parking. Other management arrangements will be considered: SCOPE OF SERVICE: GOADS: 1. To enforce parking regulations in compliance with City, State and County Code, 2. To manage a limited resource by creating turnover of public parking spaces. 3. To furnish, install and maintain single head meters and pay and display parking systems. EXPERIENCE QUALIFICATIONS: 1. 5 years of Company Experience managing municipal parking programs that include meters . collection, maintenance and enforcement. 2. Company Experience managing at a minimum of 2 municipal contracts similar to City of South Miami. 3. Company Experience managing at a minimum o£2 municipal contracts with a minimum of 700 on- street spaces and enforcement of City Parking Garage. 4. Proven company experience developing marketing programs for parking programs. 5. Proven company experience in the insurance and management of parking citation system. 6. Proven experience with installing new parking equipment for a municipality either as an upgrade or implementation of pay and display parking p gr a COMPANY QUALIFICATIONS: 1. Parking management company in business for a minimum of 10 years. 2. Company with an established management base in Florida for a minimum of 10 years with a previously established regional office. 3. Financial ability to fund capital improvements - provide 2 years of audited financial reports. SERVICES REQUIRED: 1. Assistance and consultation with the City as necessary in any designdoof theop✓ro bum nesses, 2. Assistance in implementing the program, including working with neighborhood groups and other organizations as needed. 3. Procurement of any capital improvements including parking meters, pay and display, support vehicles and computer equipment. 4, Be available to respond to city calls when needed and attend group and or City Commission meetings when asked by City. 5. Installation and maintenance of parking equipment. Installation shall be in accordance with the standards by the City. 6. Provide sufficient personal to issue parking citations at a level of enforcement specified by verification. 7. Provide special training for all enforcement personal. Provide training manual as verification. g. Provide towing and/or immobilization services as required by the City. 9. Handle all customer services associated with the program. 10. Provide weekly, monthly and annual reports as required by the City. 11. Any other services which the proposer is capable of providing. FORM OF RESPONSE: Respondent is to provide the following information. Experience i. Describe your established parking management experience, which are related to e services to be provided in cities similar to South Miami. 2. Provide a minimum of three (3) references with which the proposer has contracted to provide parking management services similar to these specified herein. 3. Detail any parking management contracts that have in the past five years been terminated or cancelled, by either party, prior to the completion of the contract term describe the basis for termination. Capability and Skill: Describe in detail the capability and skill of your organization to provide the services specified herein. The description of your firm's capability and skill should include, at a minimum, the following: 1. Background information about the organization, e.g., philosophy, ownership, size facilities, locations(s), etc. ora level and at e project level 2 e.gpnumbemanagement of each o£ he following: management, supervisory, non - supervisory personnel. 3. Proposer's qualifications to perform the services, including all resources available to proposer for the performance of the contract. 4. Qualifications of management and/or supervisors who will be assigned to this contract. 5. Describe the proposer's Affirmative Active Program, and provide a,.pl n to in use of minorities and disadvantaged persons and firms in the provision of services under this contract, as well as in internal operation of the program. 6. Description of proposer 's financial stability and other resources that most adequately ensure the delivery of services acceptable to the City. 7. Provide organizational chart and staffing schedule showing maximum use of full -time permanent employees. 8. Provide information on employee, compensation packages that are available to project employees, to include, at a minimum, hourly wage, leave programs, employee performance incentives, etc. which all full -time permanent employees currently receive. 9. Provide a detailed description of training, safety and certifications programs given to .all employees. Include excerpts from training manual for enforcement and collections personnel. 10. Describe any changes to the existing program to be recommended by your company including meter and citation rates. 11. Describe any advanced technology or processes you would recommend to improve parking management. 12. Describe any special amenities or programs you would propose to implement include any additional costs /charges that might be incurred through implementation of the program. ADDITIONAL SERVICES TO BE PROVIDED: Detail in your response any additional would be provided should your firm be selected for negotiations. The services that services that wo receive as a result of this RFQ have been outlined in Services Required section. the City expects Respondent shall include any additional information not required herein that may be useful for the successful performance of the required services. ADDITIONAL CONTRACTUAL REQUMEYXNTS: 1. Proposal binding for one hundred twenty (120) days: Respondent agrees that any negotiated pricing arising from the RFQ shall be good and may not be withdrawn for a period of one hundred and twenty (120) calendar days. 2. Contract Term: 1. The initial contract period shall consist n f contract may be extended for two (2) 2. Upon mutual agreement, any g additional yearly periods. 3 Award of Contract: The right to enter into negotiations and/or award a contract based on the responses to this RFQ shall be at the sole discretion of the City. Any award shall be based upon the evaluation of all information as the City may request. The City reserves the right to accept or reject any or all responses in whole or in part and to waive any informality in this RFQ process. Further, the city reserves the right to enter into any contract deemed to be in the interest of the City. ALTERNATIvES/EXCEPTIONS 1. In offering its best response, respondent may vote exceptions to any of the provisions in this RFQ. Respondent is to specify the RFQ page number and section number and to detail the exception. Respondent should not incorporate by reference its entire, standard contract document. 2. Respondent may present alternative methods to the meet the City's objective for this Contract. However, proposer is encouraged to first respond to the objectives detailed in the SERVICE TO BE PROVIDED section. EVALUATION: Selection shall be made of one qualified and best suited among those submitting responses on the basis of the factors listed below. 1. Proposer's experience in providing the services requested; 2. Proposer's financial worthiness; 3. Proposer's capability and skill to perform the services; 4. Responsiveness of the written proposal to the purpose and scope of services. PRESENTATION: The City may elect, but is not obligated to do so, to offer to one or more proposers the opportunity to present their program to the City. Presentations will be in a form and manner prescribed by the City E. RECEIPT OF QUALIFICA'T'IONS: unless otherwise stated in the technical specifications of the RFQ, the City will accept one and only one proposal per respondent. In the event a team of firms is entering into joint venture to respond to this RFQ, one firm shall be named the prime contractor and the response shall be submitted in the name of the prime contractor. All correspondence concerning the RFQ will be between the City and prime contractor. F. SUBCONTRACTING: Should the respondent intend to subcontract all or any part of the work specified, name(s) and addresses) of subcontractors) must be provided in the response. G. PUBLIC INFORMATION: All information and materials submitted will become the property of the City and shall be subject to the provisions of the public records laws in effect at the time. If awarded the contract, the RFQ submission, in its entirety, will be included as part of the contract documents and filed, as public record, with the Clerk of the City. H. CONTRACT: Each response is received with the understanding that an acceptance in writing by the City of the offer to furnish any or all of the services and materials described shall constitute a contract between the respondent and the City. This contract shall bind the respondent to furnish and deliver the services and materials specified, at the prices negotiated prior to award. In the event of an award of contract it is agreed that the successful respondent will not assign, transfer, convey or otherwise dispose of the contract or it's right, title or interest in or the same, or any part thereof, without previous consent or it's right, title or interest in or to the same, or any part thereof, without previous consent of the City and any sureties. Any part of any award, the City requires a $500,000 performance /security /bond. 0 I. NON - COLLUSION: Respondent declares that their response is not made in connection with any other entity submitting a response for the same service, and that the response is bona fide, truthful and is in all respects fair and without collusion or fraud. J, INDEMNITY: The successful respondent agrees, by entering into a contract, to defend, indemnify and hold City harmless from any and all causes of action or claims of damages arising out or, under said contract. K. DISADVANTAGED BUSINESS ENTERPRISE CLAUSE: Disadvantaged Business Enterprises (minority or woman - owned, business) will be afforded full opportunity to submit a response to this invitation and will not be discriminated against on the grounds of race, color, creed, sex or national origin in consideration for an award. It is the policy of the City that disadvantaged business enterprises and minority business enterprises have an opportunity to participate at all levels of contracting in the performance of City contracts to, the extent practical and consistent with the efficient performance of the contact. L. TAXES: State of Florida and City business licenses, personal property, real estate and other applicable tax requirements shall be in full compliance at the time of submission. M. DRUG -FREE WORKPLACE: The policy of the City requires all contractors maintain a drug free workplace policy. Consequently, any vendor providing goods or services to the city must comply with all applicable Federal and State Drug Free Workplace Acts. N. FEDERAL, STATE, LOCAL LAWS: All respondents will comply with all Federal, State and Local laws, ordinances, rules and regulations relative to conducting business in the City and performing the prescribed service. Ignorance on the part of the respondent shall not, in any way, relieve the respondent from responsibility for compliance with said la, ws and regulations or any of the provisions of these documents. O. INSURANCE: All respondents shall submit with the RFQ proof of insurance applicable for services described in these specifications. The establishment of minimum limits of insurance by City does not reduce or limit the liability or responsibilities of proposer. P. CONE OF SILENCE:The "Cone of Silence" specifically prohibits communication in regarding RFP's, RFQ's, RFLI's, IFB (bids) or any solicitation with the City oHouth Miami staff except by written means, with copy filed with the City Clerk. Certain exceptions are made such as oral communications during pre - proposal conferences. This takes effect upon advertisement for Request for Qualifications and terminates when the City Manager makes 'recommendation for award to the City Commission. In addition to any other penalties provided by law, violation of the Cone of Silence by any Proposer(s) shall render any proposal disqualified. MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday. Sunday and Legal Horxtays m aml. MWmt -Dade County. Florida STATE OF FLORIDA COUNTY OF MIAMI -DADE: Before the undersigned authority personally appeared V. PEREZ, who on oath says that he or she Is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review fWa Miami Review, a daily (except Saturday, Sunday and Legal Holidays).newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of being 'a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI RFQ # FND90303 in the XXXX Court, was published in said newspaper in the issues of 01128Y20D9 0V02J2009 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 H Florida, each day (except Saturday, Y and Legal Holidays) and has been entered as second lass 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 ties rb nor sratlon any discount, eels, commission or refund for the purpose of securing this advertisement for publication in the said newspaper. -- Swom to and s(yv�brs /cr /ibed I this 02 day of FEBRUARY , A.D. 2009 (SEAL) �7 V. PEREZ personally known to me 'J44^N P,arc Vista of F100, x S` `hcryI W I.in n My Conw sslon DD %43490 'gwnc Expire- o7l1s12D12i` .. South Miami ..�1'. laaaxda l Y H J•,w,f'A 2T 1, .. 2001 . - CITT"OF. SOUTH.;LRIAM11 N4TtCi;10V, RIEOUFST' "p0 „gUA1 IFTCATIONS ,.'.MANAGEMENTOQEf?ATION5AND MA1trTEN/+NCE OF,., ; ':'PARKING SY5�1'EM FORTHE CITYSbtJYA MtAMI� 1 The,,Glty, of Sou,[h,Miami;hereihaftefy kt!own as •fhe ;City „invites' sutimiisFons toF'qualfflcation 1h Ite dgvelbpment, staffing and opeiatfonal management and. maintenance of the City's ParkMp; of i uptcnno irislnxtlons , apecihed,; heroin, �: for furrileniio tAANAGEMENT dRERATIDNS AND MAIN - -RFO 4 FN D90393, , <� ]. i. pF. PA NG. SYSTEM_: FOR .'.e.I , .,: .. • TNt' CITY OF so�7Ff MIAMI: . GENERALSCOPE,' .' ` Provide, life ;City of So¢ib Miar T willi (he madaBenient and o'peralioh of parking in the C1H7'dM1, to pedormsuch• other tasks, as y' Cleiks office muss receive all es by 3:00 P.M. on March 3.20D9, at South•Miami; City Clerks otfico at'613D Sunset Drive; South Miaml, —h,nift'ed after this tune E'b'i' and date kWilnot l5e'accepted.'.. FULt RFi15P ' Ali the C7� wel at afi{albnrom • •>`- -r IhntiatP+�r e_t or mrilad the Me Odg &pcifirofsoNh - iarmilel to receive specilcalidns by mat dA63iial'and; five Identical copies of you, nogotiafidns antl award vna v.•.,. •,... • an ad al response.$; f goals and objebiives of.the city, or to re)e d ,. • -Y _ vrhjbheyeris;inihe hest interest oflhe City. ,'', '': w,_ .. .. B. QUESTIONS ABDUT.THE,RFO: Comrilpnlcation,is to ihMM nyndce, in writing and eddies "iced fo,gie bity Clerks office; to a -mail. C'IVOfso fhm amt netgrfax,3115- 663 - 6„346, - G. RERUIRED BONDS: A respondeni,shal•kii , a p fifiwlfon bond I aigrig with the resprmsF in Lhe amount of 81 Do,DDD,DD. "f'. bond shall ! become fodeil H the respondent is accepted by the Ciiy but the i respondent does, not accept ibe contract offered incpgsomting the t or elements of'leX� oneofittl Q 1� t with the alert dtresponndeM or expire upotl .. .. 5nless�roye(1 otheM?se_ D. SPECIFICATIONS: The City is Seeking a qoafrj-ed Operator under - Management C6,1nCt foi The 6lpen1VDnS a , nd maintenance management. g �,Pnsldered. of city's parking. 0iferms alldmantarr e a n SCOPE OF SERVICED- . GOALS' City, Stale I I` In compliance with j To enforce parking regu.3 IpPs and COUnlY Coo:. n f bi 2 T6 manage O'limilsId f6r,"Ourm by dreali 9 N.Mav8r 0 po C . p arkinj6paces- jpstaj,,d paintalli �Jn6j, t j6, d meters an a Y and 3 . , I display . ... ,, r .. systems.' tXPERI 1. 6'years 0.- P ns'. e�lleclion,- malrIlenar'Pe, and.,! lude-� elf P, en I., I 'rid '6 mjolmuril Of ol�lil nerl 91hp at 2 municipal 2'C6 an I bf OlAh Mianhi. sj n im. . wh9alamin urnof2rouricipall and a tmarkeing jTTs i Ing p.rq Pro4en, company 4: forpadcing programs. "'.• t6 insurance and ma1*0ye-) rov. an ex n meet of"arkI - CHO i f O ra oY ene c pa rg jqiipr ,,. ple" 'a In di,pl.3 any I, b"Iness foFz mi I M of 2. Comp I Car vriih . an esfabiiShed regional imp,ovments�ord Vide ears Ina at a un ie a. of u 86C Ire -s- 'in lb City as, ry jietes�a .... ...... I:> :7. ,AssisTanca:arn1 consultation ;� aN,&�sitljjbfthepm , gm to efudirig wonting I'`Z'ASgistande fn a inh Or -�ij"O*ntewi Itmmesse To a 'n d g pJr0hg ofonliations as n 4, e. f a borri I D - a 4 . . ­ d a a T;a i�lept 4 Be aQ6'ble 10.1re 1, 1. 6-d b� city. ' , 1�. ) eel s .- I li,66p and or City iA- bituiphient JA�jajjapofi-�.and fena- �d 'b 1. Y or 5 1 . . fall . ation . shag r. a It I the In :1-- - • . i giYr° POPlt a j�s a k. tr � 1 6 pmv2esup * specified by. t . ! .... I 7 -pm - ea —t-ItjWngkra enforcement . I � I, . : wining manual as ven ICO 1,wiril; and/Or lrri'0 Ili d b _ I; . Ilec . . 'u3ndle all & 'ed by j. . t , 'Pt CITY Or SOUTH MIAMI RFQ# FN090303 SELECTION COMMITTEE Kevin Kinney Parking Director City of Coral Gables • Richard Sobaram Parking Director University of Miami • Eddie Berrones Parking Board Chairman City of South Miami Wiener Chalvire Collections/Parking Manager City of South Miami Jose Olivo Public Works Director City of South Miami i w o I y ro on ro a ro iV C W ro N GJ N N � W .a m F Q CIO V N M cis^ ;z'j `✓y � M N Q'i v A LL O go� FQ d N m co m N W � N m v O a� w y W Mn � O y a f� W c �� U o c o d v v a� O N N c a c m c 0 c d a` O C O E O C C w C N G 0 O O I 3 a C E Q] a a w c O N m C c6 U N y y7 O C N N N a 0 0 M E v .0 N T a m w a � ) � � \ § . � �)( §)\ ) 2 \ � � Q k \ \ ° a m ± � \ � m \ ® / ) � \ � � »§ §e / \ k) \ o ) § 4 & A Q 'Pz � )! � m , \ )2 \ k \ \ ®® ® �E wQ / z / E/) « N ) 2. \ ® §\jp £ 5 \ « ■ §0'6 m § [)( ( }§) . \2 ƒ\ .( CL _ ] §($ § { tj . } {(] | k / u N P m L N C N {� •rt it PI P W N N C +0 1 •.i C C W W m Y O3 u C N.4 i R O O C {O 4J 9:.14 o O C 3 ri I I W 1 z m 3z ~ C O J a V N m� �I as m d � N' A µ1 qmq V 9 2 w g � 2 0 fs- H Q z N �( •i 61 ? n N u L U � a 1: .0 E W el C m O F E 'c o o � LZ v U oNE T 3 � s •m v d t/j o rn'c m m u m IF 5 t4 Q O to FTa O Co Z C! V2 C C Co o N m Ca CL - v _ C) CO o A V U R z N M N P m L N C N {� •rt it PI P W N N C +0 1 •.i C C W W m Y O3 u C N.4 i R O O C {O 4J 9:.14 o O C 3 ri I I W 1 z m 3z UJ N N P N v u ar O m W •lI PO co N VJ P (0 N OS N •ri C WW > N N C 11 .N N 0 O [ W c .P N m 8 O O m rq 3pq K o I ci 5 .d m o z 3� a c C5 !Y w z COD � drnmy o� 31 V�j v Rt z q � a C U z s � � a N °w" N 0 A W EO ,c1 V V m v t6 n p> c U UJ N N P N v u ar O m W •lI PO co N VJ P (0 N OS N •ri C WW > N N C 11 .N N 0 O [ W c .P N m 8 O O m rq 3pq jj \j \\ \\ �\ }\ \\ a \ / , / \ \ ) .� a $ )) }) » { \ E ;= §o g § \ E.9 \ }{)f E \ § CL a ;! § w Sj � E ■ § {/( « k C \2$§. ( / - \ co # ( ] k o « u 4 4 . jj \j \\ \\ �\ }\ \\ N H P H m r o a m H" �A �9 H N N C h' UJ W C Fp UI P N J-� C H Vl O � C t� U m H o a w� �pq ro x ` M �1 0 � o Q v A a O LO. H acr33 �` g Z o cs C7 � m v y '.°�_• CS W.�. dF a 3 i4 1^�` F C O y c O .� ° Y . O � . is f2 711 .LL Z c O m m m VI ¢ 4a a O w W rij U) c N = U Wes+ to � E d v Y U C6 N f6 O Q a c c N M N H P H m r o a m H" �A �9 H N N C h' UJ W C Fp UI P N J-� C H Vl O � C t� U m H o a w� �pq (t) 6130 Suns7et Telephone Drivel S8 Mh Hi'mi, - Zurich 33143 References span 1� i ,. n is a potential Parking Service Management contractor for the City of South Mramr. It is our practice to obtain references fromrindividuals and companies who have worked with a potential contract y. ppThe iat above company P Yon and/or Your. company as a reference. We would great/ a reciate our prompt response to the following inquiry as it applies to the nature or your relationship with the company' Type of Service Perform: No ____ Yes / No____ Yes Yes � No 1. Bnforcement(citations): Yes No _____ 2. 3, Collections: Repair and Maint of single head meters: Yes No No 4. Installation of new single head meters /poles: Yes j _ No ✓ 5. Repair and Maint pay and display meters: Yes No 6. Installation of new pay and display meters: If the company is responsible f6r the repairs of the si le , head and the pay and display meters, what is their turn around time in repairing them:.: : Poor average _ very good years,, o_ -__f Service: Years excellent �/� 1. Do they have an existing contract? 2. Is the contract with a governmental institution? 3. Is the service being provided in Miami -Dade? 4. Is the service being provided in the State of Florida? Performance Level: poor average Yes No ____ Yes / No____ Yes No _. Yeses No very good excellent / _ Would you recommend their services: Yes / No en b : ��`R� ate Reference given Y Name & Title D Ysse e �` Reference check co ndixeted b 6 Dat (t) 6130 Sunset phoD rive, South Miami' Porida 33143 References is a potential Parking Service Management individuals contractor for the Crty of South Maamr. It rs our practice to obtain references any has d included and companies who have worked with a potential contractor. The afeVeour prompt response to you and/or your company as a reference. We would greatly app Y the following inquiry as it applies to the nature or your relationship with the company. Type of Service Perform: No ____ Yes No ____ Yes No Yes No — No _____ 1. Enforcement(citations): Yeses' No ____. 2. 3. Collections: Repair and Maint of sing le head meters: Yes % No No 4. Installation of new single head meters/poles: Yes i NO- 5. Repaii and Maint pay and display meters: Yes ` No 6. Installation of new pay and display meters: If the company is responsible for the repairs of the single head and the pay and display meters, what is their turn around time in repairing them: Poor _ average very good Years.o- _ f Ser_vica. qZ0_,F. Years 1. 2. 3. 4. excellent _____ Do they have an existing contract? Is the contract with a governmental institution? Is the service being provided in Miami-Dade? is the service being provided in the State of Florida? average very good % Yes / — No ____ Yes No ____ Yes No _ Yes _�/ No — Performance Level: poor Would you recommend the services: Reference given by: Reference check conducted by: excellent Yes No cT ' fir v lirK,� Dj / Sppovey oF'y:�3 � S R� O R.S9 P 6130 Sunset Drive, South Miami, Florida 33143 Telephone 305 -668 -2512 Fax 305- 663 -6346 References �Ss..sti is a potential Parking Service Management contractor for the City of Sourn rvuami It is „uu Practice to obtain references from individuals r, The above company has included and companies who have opotential cOntractO you and/or Your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. `j` pe of Service Perform: Yes No _ kk 1. Faforcemeul(citations): Yes No 2. Collections: Yes No 3. Repair and Maint of single head meters: No f 4. Installation of new single head meters /poles: Yes No _ 5. Repair and Maint pay and display meters: Yes / No — 6. Installation of new pay and display meters: esponsible for the repairs of the single head and the pay and display meters, If the company is z what is their tum around time in repairing them: Poor — average _ very good -" -� excellent Years.of Service: � Years Yes -�� No , 1. Do they have an existing contract? No ____ 2. Is the contract with a governmental institution? Yes - No ✓� 3. Is the service being provided in Miami -Dade? Yes ` — 4. Is the service being provided in the State of Florida? Yes No f '- Performance LeY9L poor average very good excellent Yes / No _ '4Yould ou ecommend their services: �kl ll��om�C3 �tana�emQY1� Reference given by: L i . Title D to Y Reference check conducted by: ate (t). 6130 T �f Miami, 33143 e pbo305 -668 251 Fax 05- 663 - 6346 References CA S erT-) is a potential Par-king Service Management a� contr- a�cft�or�for the City o€ Z50"' > 1 sr practice to obtain references from individuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to ionship with the company' the following .inquiry as it applies to the nature or your relat Type of Service Perform: Do they have an existing contract? Y Yes / N I. Enforcement(citations): Yes Yes �_ No � No 2. Collections: Maint of single head meters: Yes _ No No 3. 4. Repair and Installation of new six head meters /poles: Yes-_ No 5. Repair and Maint pay and display meters: yes No - 6. Installation of new pay and display meters: _ --- If the company is responsible for the repairs of the sin head and the pay and display meters, what is their tam around time in repairing them: Poor _ average ____ very good excellent .! Years.of Service: IS,— Years l . Do they have an existing contract? Y Yes / N No _ . D Is the contract with a governmental institution? Y _ N No i 3. I Is the service being provided in M Yes c N NO— 4. I Is the service being provided i good, excellent Performance Level:' poor average ! _ Would You recommend their services: Yes No Reference given by i Name & Title Date *4at'��— Reference oheck conducted by�s 2- e SoUr�t > y u�rte .Auction p, )OAS 6130 Telephone et D 305-669-2512 uc iami5 Florida 4633143 References �P k:naS sl ?m is a potential Parking Service Management contractor ft zoor'�the City of South Miami. ii �� mar practice to obtain references from individuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Type of S mice Perform: No 'Yes ✓ No _ Yes No ✓- Yes /� No ----- 1. Enforcement(citations): yes ,/ No _ 2. 3. Collections: Repair and Maint of single head meters: Yes /' No ____ No 4. Installation of new single head meters/poles: Yes / ____ No S. Repair and Maim pay and display meters: Yes Yes ! .. / — No 6. Installation of new pay and display meters: _ esponsible for the repairs of the single head and the pay d meters, if the company is r what is their turn around time in repairing them: Poor _ average very good _ excellent Years.o___ £Se1Y Ce Years 1. Do they have an existing contract? 2. Is the contract with a governmental institution? 3. Is the service being provided in Miami -Dade? 4. Is the service being provided in the State of Florida? Performance Level. poor average Would you recommend their services: Yes /' No 'Yes ✓ No _ Yes No ✓- Yes No _ very good excellent z/ � Yes / No Reference given b Frame &�T}itl Refe.re,nco check conducted by: is SC?..C1� (t) 6130 Suirset 30 Telephone 5 68 25f 1 Faxm 33X43 a5 663 - 6346 References is a potential Parking Service Management n contractor for the City of Sou Miami• It is our practice to obtain o references has included and companies who have worked with a potential contraatl r.a appreciate evyour prompt response to you and/or your company as a reference: We would gr Y Pp the following inquiry as it applies to the nature or your relationship with the company. Type of Service Perform: Yes No 1. Bnforwroent(citations): yes No 2. 3. Collections: Repair and Maint of single head meters: Yes No ____ No 4. installation of new single head meters /poles: = Yes Yes ^ ____ No 5. Repair and Maint pay and display meters: Yes ____ No 6. Installation of new pay and display meters: _ e repairs of th single head d the pay and display meters, If the company is responsible for th what is their turn around time in repairing them: Poor average _____ very good ✓ excellent years. of Service: Years Yes / No _ 1. Do they have an existing contract? yes No _ 2. Is the contract with a governmentat institution? No 3. Is the service being provided in Miami -Dade? Yes 4. Is the service being provided in the State of Florida? Yes / No e very good �`' excellent Performance LDLd poor average Would You recommend their services: Yes No ` �' i Reference given by: hri ,Cer\SD Name & Title ii P � i13 ¢zfn. Reference check conducted by: I i_SSP No. 0668 P. 2 Mar.26. 2009 4:03PM pOUY � M Rd 6130 Sunset Drive, South 04xs1, Florida 33X43 Telephone 305. 668- 7512paic305 =663 -6346 Referea is a potential Packing Service Management coniraotor for the City of sou Miami. It is our praofica to obtain references from individuals and companies who have worked with a potential contr cttlor- Iheciatc your prompt response o you and/or your company ss a reference. We would greatly ab the foilowirtgiriqu9zy as it applies to the nature or your telationahip with the company. To e of S MC0 ereTf0t'm: / I. Fnforcoment( citations ): Yes Yes E/ No— f No- 2. Collections: 3. Ropsir'and Maint 6f single head meters: Yes — No _� No 4. Installation of new single head moters/polcs: Yes – No tom' "Y 5. Repair and Maint pay and display meters: Yes No f/ 6. Installation of new pay and display meters: -- If the company is responsible for the repairs of the single head an4 the pay mote", and display mete what is their turn around time in repairing them: /`l/ ----- A'1Vri Poor_._._ average _ very good < � excellent' Years:o� fSMIC Years !, no they have an existing contract? 21 Is the contract with a governmental institution" 3. Is the service being provided in Miami -Dade? 4, Is the service being provided in the Stare of Florida? pe oxmanceLeyel:_ poor average Yes t/ No — Yes Y NO Yes — No Yes _ No _ verygood f' excellent_ Would you lrecommend rltefr services: Yea .. t No _ r"4:��1� 'Reference given b i Name &Title Date Reference check conducted by: I late Js.._ 45ob7Q '� a lwc .oUyS - k/ 6X30 angO D iV4 OUfA M r3n,05-663-6346 33I43 ReferehCes CL z4t'�' is a potential Parhug Semcc Management conftactor for the City of So Miami. It is our practice to obtain xeferet�ep from ind c and companies who have workEd with a potential contractor, The: eciate your prompt response to You and/or your .company es a reference. We would gleatly app with the Pr an the, following inquiry as it applies to the nature or your relationship company. Type o£9erylea FarfQrm; 1, Lnforoement Oi cit ations): Yes Yes -?— No No _ a, 3, Collections:, Repair and Maint 6f! single head moters: �/ No _ No 4. Installation of new single head meterslpoles: Yews — No 6. Repair and Maint pay and display meters: Yes No 6, Installation of new pay and display meters; If the company is responsible for the repairs of the single head and the pay and display tenet M what is their torn around time in repairing them: 0 �- At tk company in fOtinwirra np an complaints? Hove would. yoix X ,s�— avefa e vay good, excellent t� poor_____ g — Yews ny, _ _it year S. 1. Do they have an existing conh-aot? Yes V, 2. Is the contract with a governmental institution? yes 3. Is the service being provided in Miami -Dade? 4. Is the serviee being provided in the State of Plozida? Yes PrYfolance Loves poor average W uld rccomxnend -their sexviess: very good m Yes given � —'10� CiR66 bk _ { A;r- �rvr+^t Reference gi Y Name &rritle No No,Z No NO— excellent (lam No — Date,, Reference check conducted by: "3 w'"y Date