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